Loading...
HomeMy WebLinkAboutKnobel's Electric, Inc. - 2010 EECBG (ARRA) Projects City Facilties LightingBid Opening: May 13th, 2011 Time: 2.00 PM Location: City of Yakima - Council Chambers 2/7-z aL Xk1 Construction Contract Specifications & Bid Documents 2010 EECBG (ARRA) Projects City Facilities Lighting Upgrade City of Yakima - Engineering May 2011 City of Yakima - Engineering 129 North Second Street Yakima, WA 98901 Engineering Department Phone (509)575-6111 Engineering Construction FAX (509)576-6383 Engineering Design FAX (509)576-6305 City of Yakima No. 199 The City of Yakima has been granted moneys from the American Recovery and Reinvestment Act (ARRA) to accomplish a facility lighting retrofit and upgrade at several city facilities. Work shall take place at 6 separate locations within the city of Yakima. Specific locations shall be designates as follows: City Hall Y-PAC/YCTV Fire Station 94 Fire Station 95 Public Works Complex SE Community Center 129 North Second Street 124 S 2nd Street 2404 West Washington Avenue 807 East Nob Hill Boulevard 2301 Fruitvale Boulevard 1211 South 7th Street City Of Yakima Engineering Division 129 North Second Street Yakima, Washington _ BID SUMMARY CITY FACILITIES LIGHTING UPGRADE PROJECT EECBG (ARRA) Funding #SC -0003043 / CITY PROJECT NO. 199 ENGINEERS ESTIMATE Knobel's Electric, Inc. Yakima, WA 98901 Metal Bender's Inc. Yakima, WA 98901 Kinter Electric Sunnyside, WA 98944 ITEM NO. Bid Security 5% BIO BOND 5% BID BOND 5% BID BOND 5% BID BOND ITEM 0TY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT MOBILIZATION LS $10, 760.00 $10,760.00 $6,500.00 56,500.00 50.00 $0.00 $0.00 $0.00 2 ILLUMINATION UPGRADE — CITY HALL LS $28,000.00 $28,000.00 535,815.00 $35,815.00 $39,500.00 $39,500.00 $43,000.00 $43,000.00 3 4 5 6 ILLUMINATION UPGRADE — YPAC LS $6,000.00 $6,000.00 $7,576.00 $7,576.00 $7,935.00 $7,935.00 $8,500.00 58,500.00 ILLUMINATION UPGRADE — FIRE STATION 94 ILLUMINATION UPGRADE — FIRE STATION 95 LS LS 56,400.00 56,400.00 $7,337.00 57,337.00 $7,825.00 57,825.00 $9,500.00 59,500.00 512,300.00 $12,300.00 511,844.00 $11,844.00 $12,310.00 $12,310.00 $15,500.00 $15,500.00 ILLUMINATION UPGRADE — PUBLIC WORKS COMPLEX LS 553,400.00 $53,400.00 543,120.00 543,120.00 $50,380.00 550,380.00 553,400.00 553,400.00 7 ILLUMINATION UPGRADE — SOUTHEAST COMMUNITY CENTER LS 523,000.00 $23,000.00 $24,217.00 $24,217.00 526,400.00 526,400.00 526,000.00 $26,000.00 8 REPAIR OR REPLACEMENT FA $5,000.00 $5,000.00 55,000.00 55,000.00 55,000.00 $5,000.00 $5,000.00 55,000.00 Sub Total Sales Tax (8.2%) TOTAL $144,860.00 $11,878.52 $156,738.52 5141,409.00 511,595.54 5153,004.54 $149,350.00 512,246.70 $161,596.70 $160,900.00 513,193.80 5174,093.80 CITY ENGINEERS REPORT COMPETITIVE BIDS WERE OPENED ON May, 13, 2011. ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. I RECOMMEND THE CONTRACT BE AWARDED TO: Knobel'ss Electric, Inc. J1iI) DATE' TY ENGINEER AWARD MADE BY CITY MANAGER 5-/l-zd ( 7) / DATE CITY MANAGER CITY OF YAKIMA CITY FACILITIES LIGHTING PROJECT EECBG (ARRA) Funding #SC -0003043 CITY OF YAKIMA PROJECT NO. 199 SHEET 1 of 1 May 17, 2011 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT 129 North Second Street Yakima,Washington 98901 Phone: (509) 575-6113 • Fax (509) 576-6792 Michael Morales. Director Knobel's Electric, Inc. 801 Tennant Lane Yakima, WA 98901-3797 ATTN: Rod Knobel Project: City Facilities Lighting Upgrade ARRA Funding # SC -0003043 City of Yakima Project No. 199 Dear Mr. Knobel: The,.City Managerof the City ,of Yakima has authorized award of the above referenced, project to your company on the basis of your low bid submitted on May 13, 2011, in the amount of $153,004.54. This letter is official notification of the award of the contract to your company by the City of Yakima. Enclosed is one set of the specifications, proposal, and contract documents for your use. Also enclosed are three copies of the Contract and performance bond form. Please sign and return all copies of the contract form to this office, along with the fully executed performance bond and certificate of insurance within ten (10) calendar days. Your attention is directed to Section 1-07.18 Public Liability and Property Damage Insurance (APWA GSP) of the Construction Contract Specifications for coverage limits, additional insurance requirements and special ACORD form wording. We have also included a liability checklist for you and your surety's convenience. When these items have been approved, the City will execute the contract form and bind a signed contract, certificate, and proposal into contract document books. The three completed books will be distributed to the City Clerk, City Engineer, and Contractor. Please contact Bruce Floyd, (509) 575-6138, within ten (10) days of this date, to schedule a pre -construction conference and discuss various forms and documentation that must be completed and turned in to him at that Conference. The Notice to Proceed will also be discussed at the Pre -construction Conference. For your information, we are enclosing a copy of the bid summary for this project. Sincerely, Douglas Mayo, P.E., City Engineer cc: Bruce Floyd, Construction Supervisor Susie Cutter, Contract Specialist City Clerk Finance File Code Administration .57.5-6121 • Engineering 57.5-6111 • Neighborhood Services 575-6101 • Planning 575-6183 Page 1 of 2 CITY OF YAKIMA City Facilities Lighting Upgrade ARRA FUNDING # SC -0003043 CITY PROJECT NO. 199 APRIL 2011 4-Z0- k \ :•J :30,107 kl UISTIa0 2011 City Facilities Lighting Upgrade Project 1 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 2:00 PM on May 13, 2011 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA City Facilities Lighting Upgrade ARRA Funding # SC -0003043 City Project No. 199 This contract provides for improving the lighting in various buildings owned by the City of Yakima. Work shall be done at the locations listed below: City Hall Y-PAC/YCTV Fire Station 94 Fire Station 95 Public Works Complex SE Community Center 129 North Second Street 124 S. 2nd Street 2404 West Washington Avenue 807 East Nob Hill Boulevard 2301 Fruitvale Boulevard 1211 South 7th Street The work consists of upgrading and retrofitting the lighting fixtures, and other associated work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond and insurance within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $50.00 for each set, non refundable, or by ordering a set by phone at 509-575-6674 or by FAX at 509-576-6305. Project questions should be directed to Dan Ford, Project Design Engineer at 509-576-6754. This project is funded by a grant from the American Recovery and Reinvestment Act program. 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. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington. The City reserves the right to reject any or all bids and proposals. DATED this 15th day of March, 2011 DEBORAH KLOSTER CITY CLERK PUBLISH April 21, 2011 April 28, 2011 2011 City Facilities Lighting Upgrade Project 3 CONTENTS CITY OF YAKIMA City Facilities Lighting Upgrade ARRA Funding # SC -0003043 City Project No. 199 SECTION PAGE INVITATION TO BID 3 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the 2010 Standard Specifications 7 CONTRACT PROVISIONS Special Provisions 15 Project Description 16 1-01 Definitions 16 1-02 Bid Procedures and Conditions 18 1-03 Award and Execution of Contract 21 1-04 Scope of the Work 23 1-05 Control of Work 23 1-06 Control of Material 27 1-07 Legal Relations and Responsibilities to the Public 28 1-08 Prosecution and Progress 53 1-09 Measurement and Payment 57 8-20 Illumination, Traffic Signal Systems, and Electrical 58 8-30 Repair or Replacement (New Section) 66 Attorney General — Additional Provisions 67 Revised Standard Plans 73 Contract Form 79 Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form PREVAILING WAGE RATES Prevailing Wage Rates 81 83 84 87 89 - DAVIS-BACON WAGE RATES General Decision by State: WA 109 2011 City Facilities Lighting Upgrade Project 5 PROPOSAL Proposal Form Item Proposal Bid Sheet Bid Bond Form Non -Collusion Declaration Non -Discrimination Provision Women and Minority Business Enterprise Policy Council Resolution Affirmative Action Plan Bidders Certification Subcontractors Certification Materially and Responsive PROPOSAL SIGNATURE SHEET ... BIDDERS CHECKLIST PLANS & DETAILS Construction Plans 2011 City Facilities Lighting Upgrade Project 6 1 1 117 119 121 123 124 I 125 126 127 129 I 130 131 132 I 133 Attached 1 1 1 1 1 1 1 1 1 1 1 1 1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2010 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the 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 1-01, DEFINITIONS AND TERMS August 2, 2011 1-01.2(1) Associations and Miscellaneous The abbreviation and definition "AREA American Railway Engineering Association" is replaced with the following: AREMA American Railway Engineering and Maintenance Association SECTION 1-02, BID PROCEDURES AND CONDITIONS January 4, 2011 1-02.7 Bid Deposit In the first paragraph, the third sentence is revised to read: For projects scheduled for bid opening in Olympia, the proposal bond may be in hard copy or electronic format via Surety2000.com or Insurevision.com and BidX.com. 1-02.9 Delivery of Proposal In the first paragraph, the first sentence is revised to read: For projects scheduled for bid opening in Olympia, each Proposal shall be sealed and submitted in the envelope provided with it, or electronically via Expedite software and BidX.com at the location and time identified in Section 1-02.12. The following new paragraph is inserted after the first paragraph: For projects scheduled for bid opening in the Region, each Proposal shall be sealed and submitted in the envelope provided with it, at the location and time identified in Section 1- 02.12. The Bidder shall fill in all blanks on this envelope to ensure proper handling and delivery. 2011 City Facilities Lighting Upgrade Project 7 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC January 3, 2011 1-07.2 Sales Tax The third sentence in the first paragraph is revised to read: The Contractor shall contact the Contract Payment section of the Division of Accounting & Financial Services of the Department of Transportation, Olympia WA for questions on sales tax. The first sentence in the third paragraph is revised to read: The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the State Department of Revenue a certificate showing that all Contract - related taxes have been paid (RCW 60.28.051). 1-07.9(1) General The second sentence in the fourth paragraph is revised to read: When the project involves highway Work, heavy Work and building Work, the Contract Provisions may list a Federal wage and fringe benefit rate for the highway Work, a separate Federal wage and fringe benefit rate for both the heavy Work and the building Work. 1-07.13(4) Repair of Damage The last sentence in the first paragraph is revised to read: For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2), 1-07.13(3), or 8- 17.5, payment will be made in accordance with Section 1-09.4 using the estimated Bid item "Reimbursement for Third Party Damage". 1-07.14 Responsibility for Damage The third, fourth and fifth paragraphs are revised to read: Subject to the limitations in this section and RCW 4.24.115 the Contractor shall indemnify, defend, and save harmless the State, Governor, Commission, Secretary, and all officers and employees of the State from all claims, suits, or actions brought for injuries to, or death of, any persons or damages resulting from construction of the Work or in consequence of any negligence or breach of contract regarding the Work, or the use of any improper materials in the Work, caused in whole or in part by any act or omission by the Contractor or the agents or employees of the Contractor during performance or at any time before final acceptance. In addition to any remedy authorized by law, the State may retain so much of the money due the Contractor as deemed necessary by the Engineer to ensure indemnification until disposition has been made of such suits or claims. Subject to the limitations in this section and RCW 4.24.115, the Contractor shall indemnify, defend, and save harmless any county, city, or region, its officers, and employees connected with the Work, within the limits of which county, city, or region the Work is being performed, all in the same manner and to the same extent as provided above for the protection of the State, its officers and employees, provided that no retention of money due 2011 City Facilities Lighting Upgrade Project 8 1 1 the Contractor be made by the State except as provided in RCW 60.28, pending disposition of suits or claims for damages brought against the county, city, or district. Pursuant to RCW 4.24.115, where such claims, suits, or actions result from the concurrent negligence of (a) the indemnitee or the indemnitee's agents or employees and (b) the Contractor or the Contractor's agent or employees, the indemnity provisions provided in the preceding paragraphs of this section shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of its agents and employees. This section is supplemented with the following: The Contractor specifically assumes all potential liability for actions brought by employees of the Contractor and, solely for the purpose of enforcing the defense and indemnification obligations set forth in Section 1-07.14, the Contractor specifically waives any immunity granted under the State Industrial Insurance Law, RCW Title 51. This waiver had been mutually negotiated by the parties. The Contractor shall similarly require that each Subcontractor it retains in connection with the Project comply with the terms of this paragraph, waive any immunity granted under RCW Title 51 and assume all liability for actions brought by employees of the Subcontractor. 1-07.18 Public Liability and Property Damage Insurance This section is deleted in its entirety and replaced with the following: 1-07.18 Public Liability and Property Damage Insurance 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 (OCP) Insurance providing bodily injury and property damage liability coverage with limits of $3,000,000 per occurrence and, per project, in the aggregate for each policy period, written on Insurance Services Office (ISO) form CG0009 1204, together with Washington State Department of Transportation amendatory endorsement CG 2908 1195, specifying the Contracting Agency, the State, the Governor, the Commission, the Secretary , the Department and all officers and employees of the State as named insured. 2. Commercial General Liability (CGL) Insurance written under ISO Form CG0001 or its equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each one year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and completed operations coverage shall be provided for a period of three years following Substantial Completion 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. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $1,000,000 per 2011 City Facilities Lighting Upgrade Project 9 occurrence with the State named as an additional insured or designated insured in connection with the Contractor's Performance of the Contract. If pollutants are to be transported, MCS 90 and CA 99 48 endorsements are required on the Commercial Automobile Liability insurance policy unless in -transit pollution risk is covered under a Pollution Liability insurance policy. 4. The Contractor shall be Named Insured and the Contracting Agency, the State, the Governor, the Commission, the Secretary, the Department, all officers and employees of the State, and their respective members, directors, officers, employees, agents and consultants (collectively the "Additional Insureds") shall be included as Additional Insureds for all policies and coverages specified in this Section, with the exception of the OCP policy. Said insurance coverage shall be primary and non-contributory insurance with respect to the insureds and the Additional Insureds. Any insurance or self-insurance beyond that specified in this Contract that is maintained by any Additional Insured shall be in excess of such insurance and shall not contribute with it. All insurance coverage required by this Section shall be written and provided by "occurrence -based" policy forms rather than by "claims made" forms. All endorsements adding Additional Insureds to required policies shall be issued on (i) form CG 20 10 11 85 or a form deemed equivalent by the Contracting Agency, providing the Additional Insureds with all policies and coverages set forth in this Section, with the exception of the OCP and Commercial Auto policies or (ii) form CA 20 48 or forms deemed equivalent by Contracting Agency, providing the Additional Insureds with all coverage's required under the Commercial Automobile Liability. 5. The coverage limits to be provided by Contractor for itself and to the Contracting Agency and Additional Insureds pursuant to this section or any Special Provision, shall be on a "per project" aggregate basis with the minimum limits of liability as set forth herein for both general liability and products/completed operations claims. The additional insured coverage required under this Section for products/completed operations claims shall remain in full force and effect for not less than three years following Substantial Completion of the project. If the Contractor maintains, at any time, coverage limits for itself in excess of limits set forth in this Section 1-07.18 or any Special Provision, then those additional coverage limits shall also apply to the Contracting Agency and the Additional Insureds. This includes, but is not limited to, any coverage limits provided under any risk financing program of any description, whether such limits are primary, excess, contingent or otherwise. 6. All insurance policies and coverage's required under Section 1-07.18 and Section 1- 07.10 shall contain a waiver of subrogation against the Contracting Agency , the State, any Additional Insured and their respective departments, agencies, boards, and commissions and their respective officers, officials, agents, and employees for losses arising from Work performed by or on behalf of the Contractor. This waiver has been mutually negotiated by the parties. 7. Where applicable, the Contractor shall cause each Subcontractor to provide insurance that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, in circumstances where the Subcontractor is not covered by the Contractor -provided insurance. The Contractor shall have sole responsibility for determining the limits of coverage required, if any, to be obtained by Subcontractors, which determination shall be made in accordance with reasonable and prudent 2011 City Facilities Lighting Upgrade Project 10 business practices. In the event that a Subcontractor is required to add the Contractor as an additional insured pursuant to its contract for Work at the Project, then the Contractor shall also cause each Subcontractor to include the Contracting Agency and the Additional Insureds as additional insureds as well, for primary and non-contributory limits of liability under each Subcontractor's Commercial General Liability, Commercial Automobile Liability and, any other coverage's which may be required pursuant to a "Special Provision". 8. Unless specifically noted otherwise in the Contract Documents, the parties to this Contract do not intend by any of the provisions of this Contract to cause the public or any member thereof or any other Person to be a third party beneficiary of the Contract Documents. Nothing in this Contract authorizes anyone not a party to this Contract or a designated third party beneficiary to this Contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Contract. It is the further intent of the Contracting Agency and the Contractor in executing the Form of Contract that no individual, firm, corporation or any combination thereof which supplies materials, labor, services, or equipment to the Contractor for the performance of the Work shall become thereby a third party beneficiary of this Contract. The Contract Documents shall not be construed to create a contractual relationship of any kind between the Contracting Agency and a Subcontractor or any other Person except the Contractor. 9. 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. 10. With the exception of the Commercial Automobile liability coverage, no policies of insurance required under this Section shall contain an arbitration or alternative dispute resolution clause applicable to disputes between the insurer and its insureds. Any and all disputes concerning (i) terms and scope of insurance coverage afforded by the policies required hereunder and/or (ii) extra contractual remedies and relief which may be afforded policy holders in connection with coverage disputes, shall be resolved in Washington Superior Court, applying Washington law. 11. 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 coverages required under these Specifications. Within 30 days of being awarded a Contract, the Contractor shall provide the Department with complete copies, which may be electronic copies, of all insurance policies required under this section and any Special Provisions. 12. The Contractor shall provide written notice to the Engineer of any policy cancellations and provide the Department of Transportation, Contract Payment Section, P.O. Box 2011 City Facilities Lighting Upgrade Project 11 47420 Olympia, WA 98504-7420, by U.S Mail, notice of any policy cancellation within two business days of receipt of cancellation. 13. Failure on the part of the Contractor to maintain the insurance as required, or to not provide certification and copies of the insurance prior to the time specified in subsection 11 above, shall constitute a material breach of Contract upon which the Contracting Agency may, after giving 5 -business days notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. 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 1-08, PROSECUTION AND PROGRESS April 4, 2011 1-08.1 Subcontracting The second and third sentences in the eighth paragraph are revised to read: This Certification shall be submitted to the Project Engineer on WSDOT form 421-023, "Quarterly Report of Amounts Paid as MBE/WBE Participants", quarterly for the State fiscal quarters: January 1 through March 31, April 1 through June 30, July 1 through September 30, October 1 through December 31, and for any remaining portion of a quarter through Physical Completion of the Contract. The report is due 20 calendar days following the fiscal quarter end or 20 -calendar days after Physical Completion of the Contract. The first sentence in the ninth paragraph is revised to read: On all projects funded with both Contracting Agency funds and Federal assistance the Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" on a quarterly basis in which DBE work is accomplished, for every quarter in which the Contract is active or upon completion of the project, as appropriate. The last sentence in the ninth paragraph is revised to read: When required, this "Quarterly Report of Amounts Credited as DBE Participation" is in lieu of WSDOT form 421-023, "Quarterly Report of Amounts Paid as MBE/WBE Participants". 1-08.5 Time for Completion The last two sentences in the first paragraph are revised to read: When any of these holidays fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December 25 and January 1 will be classified as nonworking days. Item number 2.c. in the sixth paragraph is revised to read: 2011 City Facilities Lighting Upgrade Project 12 c. Quarterly Reports of Amounts Paid as MBE/WBE Participants, or Quarterly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS January 4, 2011 2-02.3 Construction Requirements The fourth paragraph is revised to read: The Contractor may dispose of waste material in Contracting Agency owned sites if the Special Provisions or the Engineer permits it. Otherwise, the Contractor shall arrange to dispose of waste at no expense to the Contracting Agency and the disposal shall meet the requirements of Section 2-03.3(7)C. 2011 City Facilities Lighting Upgrade Project 13 SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2010 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. (Regions' date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisiont are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions' ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Project Specific Special Provisions normally appear only in the contract for which they were developed. 2011 City Facilities Lighting Upgrade Project 15 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) This contract provides for improvements at various buildings owned by the City of Yakima. Work shall be done at the locations listed below: City Hall Y-PAC/YCTV Fire Station 94 Fire Station 95 Public Works Complex SE Community Center 129 North Second Street 124 S. 2nd Street 2404 West Washington Avenue 807 East Nob Hill Boulevard 2301 Fruitvale Boulevard 1211 South 7th Street The work consists of upgrading and retrofitting the lighting fixtures, and other associated work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. 2011 City Facilities Lighting Upgrade Project 16 Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 2011 City Facilities Lighting Upgrade Project 17 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") and Contract Provisions 10 Furnished automatically upon award. Large plans (e.g., 22" x N/A Furnished only upon 34") and Contract request. Provisions Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; 2011 City Facilities Lighting Upgrade Project 18 the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternatesand additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6 Preparation of Proposal (October 10, 2008 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. (August 2, 2004) The fifth and sixth paragraphs of Section 1-02.6 are deleted. 1-02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1 Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 2011 City Facilities Lighting Upgrade Project 19 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (January 24, 2011 APWA GSP) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. The Contracting Agency will not consider Proposals it receives after the time fixed for opening Bids in the call for Bids. 1-02.13 Irregular Proposals (March 25, 2009 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or j. More than one proposal is submitted for the same project from a Bidder under the same or different names. 2011 City Facilities Lighting Upgrade Project 20 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within Ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by 2011 City Facilities Lighting Upgrade Project 21 Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of Twenty (20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency -furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-03.7 Judicial Review Revise the last sentence to read: Such review, if any, shall be timely filed in the Superior Court of Yakima County, Washington. 2011 City Facilities Lighting Upgrade Project 22 1-04 SCOPE OF THE WORK 1-04.1 Intent of the Contract This section is supplemented with the following: At the end of the contract, the Contractor shall supply the City with seven (7) copies of the Operation and Maintenance Manual for the lighting fixtures and ballasts as described in Section 8-20.3(1). 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.11 Final Cleanup This section is supplemented with the following: The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall e done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is accomplished. 1-05 CONTROL OF WORK 1-05.1 Authority of the Engineer This section is supplemented with the following: Unless otherwise expressly provided in the Contract Drawings, Specifications and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. 2011 City Facilities Lighting Upgrade Project 23 The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property of the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 2011 City Facilities Lighting Upgrade Project 24 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. 2011 City Facilities Lighting Upgrade Project 25 Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (March 25, 2009 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.14, it will take these performance reports into account. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered 2011 City Facilities Lighting Upgrade Project 26 copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1-06 CONTROL OF MATERIAL Section 1-06 is supplemented with the following: Buy America (August 6, 2007) The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American-made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. 2011 City Facilities Lighting Upgrade Project 27 Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been 2011 City Facilities Lighting Upgrade Project 28 injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 State Sales Tax Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (October 1, 2005 APWA GSP) 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract - related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 2011 City Facilities Lighting Upgrade Project 29 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). The work on this contract is to be performed upon lands whose ownership obligates the Contracting Agency to pay Sales tax. The provisions of Section 1-07.2(3) apply. 1-07.5(4) Air Quality This section is supplemented with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574-1410. 1-07.11 AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 (MAY 2009) Preamble The American Recovery and Reinvestment Act of 2009, Pub. L. 111-5, (Recovery Act) was enacted to preserve and create jobs and promote economic recovery, assist those most impacted by the recession, provide investments needed to increase economic efficiency by spurring technological advances in science and health, invest in transportation, environmental protection, and other infrastructure that will provide long-term economic benefits, stabilize State and local government budgets, in order to minimize and avoid reductions in essential services and counterproductive State and local tax increases. Recipients shall use grant funds in a manner that maximizes job creation and economic benefit. 2011 City Facilities Lighting Upgrade Project 30 The Recipient shall comply with all terms and conditions in the Recovery Act relating generally to governance, accountability, transparency, data collection and resources as specified in Act itself and as discussed below. Recipients should begin planning activities for their first tier subrecipients, including obtaining a DUNS number (or updating the existing D UNS record), and registering with the Central Contractor Registration (CCR). Be advised that Recovery Act funds can be used in conjunction with other funding as necessary to complete projects, but tracking and reporting must be separate to meet the reporting requirements of the Recovery Act and related guidance. For projects funded by sources other than the Recovery Act, Contractors must keep separate records for Recovery Act funds and to ensure those records comply with the requirements of the Act. The Government has not fully developed the implementing instructions of the Recovery Act, particularly concerning specific procedural requirements for the new reporting requirements. The Recipient will be provided these details as they become available. The Recipient must comply with all requirements of the Act. If the recipient believes there is any inconsistency between ARRA requirements and current award terms and conditions, the issues will be referred to the Contracting Officer for reconciliation. Definitions For purposes of this clause, Covered Funds means funds expended or obligated from appropriations under the American Recovery and Reinvestment Act of 2009, Pub. L. 111-5. Covered Funds will have special accounting codes and will be identified as Recovery Act funds in the grant, cooperative agreement or TIA and/or modification using Recovery Act funds. Covered Funds must be reimbursed by September 30, 2015. Non -Federal employer means any employer with respect to covered funds — the contractor, subcontractor, grantee, or recipient, as the case may be, if the contractor, subcontractor, grantee, or recipient is an employer; and any professional membership organization, certification of other professional body, any agent or licensee of the Federal government, or any person acting directly or indirectly in the interest of an employer receiving covered funds; or with respect to covered funds received by a State or local government, the State or local government receiving the funds and any contractor or subcontractor receiving the funds and any contractor or subcontractor of the State or local government; and does not mean any department, agency, or other entity of the federal government. Recipient means any entity that receives Recovery Act funds directly from the Federal government (including Recovery Act funds received through grant, loan, or contract) other than an individual and includes a State that receives Recovery Act Funds. Special Provisions A. Flow Down Requirement Recipients must include these special terms and conditions in any subaward. B. Segregation of Costs Recipients must segregate the obligations and expenditures related to funding under the Recovery Act. Financial and accounting systems should be revised as necessary to segregate, track and maintain these funds apart and separate from other revenue streams. No part of the funds from the Recovery Act shall be commingled with any other funds or used for a purpose other than that of making payments for costs allowable for Recovery Act projects. Prohibition on Use of Funds 2011 City Facilities Lighting Upgrade Project 31 None of the funds provided under this agreement derived from the American Recovery and Reinvestment Act of 2009, Pub. L. 111-5, may be used by any State or local government, or any private entity, for any casino or other gambling establishment, aquarium, zoo, golf course, or swimming pool. C. Access to Records With respect to each financial assistance agreement awarded utilizing at least some of the funds appropriated or otherwise made available by the American Recovery and Reinvestment Act of 2009, Pub. L. 111-5, any representative of an appropriate inspector general appointed under section 3 or 8G of the Inspector General Act of 1988 (5 U.S.C. App.) or of the Comptroller General is authorized (1) to examine any records of the contractor or grantee, any of its subcontractors or subgrantees, or any State or local agency administering such contract that pertain to, and involve transactions relation to, the subcontract, subcontract, grant, or subgrant; and (2) to interview any officer or employee of the contractor, grantee, subgrantee, or agency regarding such transactions. D. Publication An application may contain technical data and other data, including trade secrets and/or privileged or confidential information, which the applicant does not want disclosed to the public or used by the Government for any purpose other than the application. To protect such data, the applicant should specifically identify each page including each line or paragraph thereof containing the data to be protected and mark the cover sheet of the application with the following Notice as well as referring to the Notice on each page to which the Notice applies: Notice of Restriction on Disclosure and Use of Data The data contained in pages ---- of this application have been submitted in confidence and contain trade secrets or proprietary information, and such data shall be used or disclosed only for evaluation purposes, provided that if this applicant receives an award as a result of or in connection with the submission of this application, DOE shall have the right to use or disclose the data here to the extent provided in the award. This restriction does not limit the Government's right to use or disclose data obtained without restriction from any source, including the applicant. Information about this agreement will be published on the Internet and linked to the website www.recovery.gov , maintained by the Accountability and Transparency Board. The Board may exclude posting contractual or other information on the website on a case-by-case basis when necessary to protect national security or to protect information that is not subject to disclosure under sections 552 and 552a of title 5, United States Code. E. Protecting State and Local Government and Contractor Whistleblowers The requirements of Section 1553 of the Act are summarized below. They include, but are not limited to: Prohibition on Reprisals: An employee of any non -Federal employer receiving covered funds under the American Recovery and Reinvestment Act of 2009, Pub. L. 111-5, may not be discharged, demoted, or otherwise discriminated against as a reprisal for disclosing, including a disclosure made in the ordinary course of an employee's duties, to the Accountability and Transparency Board, an inspector general, the Comptroller General, a member of Congress, a State or Federal regulatory or law enforcement agency, a person with supervisory authority over the employee (or other person working 2011 City Facilities Lighting Upgrade Project 32 for the employer who has the authority to investigate, discover or terminate misconduct, a court or grant jury, the head of a Federal agency, or their representatives information that the employee believes is evidence of: • gross management of an agency contract or grant relating to covered funds; • a gross waste of covered funds • a substantial and specific danger to public health or safety related to the implementation or use of covered funds; • an abuse of authority related to the implementation or use of covered funds; or as violation of law, rule, or regulation related to an agency contract (including the competition for or negotiation of a contract) or grant, awarded or issued relating to covered funds. Agency Action: Not later than 30 days after receiving an inspector general report of an alleged reprisal, the head of the agency shall determine whether there is sufficient basis to conclude that the non -Federal employer has subjected the employee to a prohibited reprisal. The agency shall either issue an order denying relief in whole or in part or shall take one or more of the following actions: Order the employer to take affirmative action to abate the reprisal. • Order the employer to reinstate the person to the position that the person held before the reprisal, together with compensation including back pay, compensatory damages, employment benefits, and other terms and conditions of employment that would apply to the person in that position if the reprisal had not been taken. • Order the employer to pay the employee an amount equal to the aggregate amount of al I costs and expenses (including attorneys' fees and expert witnesses' fees) that were reasonably incurred by the employee for or in connection with, bringing the complaint regarding the reprisal, as determined by the head of a court of competent jurisdiction. Nonenforceablity of Certain Provisions Waiving Rights and remedies or Requiring Arbitration: Except as provided in a collective bargaining agreement, the rights and remedies provided to aggrieved employees by this section may not be waived by any agreement, policy, form, or condition of employment, including any predispute arbitration agreement. No predispute arbitration agreement shall be valid or enforceable if it requires arbitration of a dispute arising out of this section. Requirement to Post Notice of Rights and Remedies: Any employer receiving covered funds under the American Recovery and Reinvestment Act of 2009, Pub. L. 111-5, shall post notice of the rights and remedies as required therein. (Refer to section 1553 of the American Recovery and Reinvestment Act of 2009, Pub. L. 111-5, www.Recovery.gov, for specific requirements of this section and prescribed language for the notices.). F. Request for Reimbursement Reserved G. False Claims Act Recipient and sub -recipients shall promptly refer to the DOE or other appropriate Inspector General any credible evidence that a principal, employee, agent, contractor, sub -grantee, subcontractor or other person has submitted a false claim under the False Claims Act or has committed a criminal or civil violation of laws pertaining to fraud, conflict or interest, bribery, gratuity or similar misconduct involving those funds. H. Information in supporting of Recovery Act Reporting 2011 City Facilities Lighting Upgrade Project 33 Recipient may be required to submit backup documentation for expenditures of funds under the Recovery Act including such items as timecards and invoices. Recipient shall provide copies of backup documentation at the request of the Contracting Officer or designee. I. Availability of Funds Funds appropriated under the Recovery Act and obligated to this award are available for reimbursement of costs until September 30, 2015. J. Additional Funding Distribution and Assurance of Appropriate Use of Funds Applicable if award is to a State Government or an Agency Certification by Governor -- Not later than April 3, 2009, for funds provided to any State or agency thereof by the American Reinvestment and Recovery Act of 2009, Pub. L. 111-5, the Governor of the State shall certify that: 1) the state will request and use funds provided by the Act; and 2) the funds will be used to create jobs and promote economic growth. Acceptance by State Legislature -- If funds provided to any State in any division of the Act are not accepted for use by the Governor, then acceptance by the State legislature, by means of the adoption of a concurrent resolution, shall be sufficient to provide funding to such State. Distribution — After adoption of a State legislature's concurrent resolution, funding to the State will be for distribution to local governments, councils of government, public entities, and public-private entities within the State either by formula or at the State's discretion. K. Certifications With respect to funds made available to State or local governments for infrastructure investments under the American Recovery and Reinvestment Act of 2009, Pub. L. 111-5, the Governor, mayor, or other chief executive, as appropriate, certified by acceptance of this award that the infrastructure investment has received the full review and vetting required by law and that the chief executive accepts responsibility that the infrastructure investment is an appropriate use of taxpayer dollars. Recipient shall provide an additional certification that includes a description of the investment, the estimated total cost, and the amount of covered funds to be used for posting on the Internet. A State or local agency may not receive infrastructure investment funding from funds made available by the Act unless this certification is made and posted. 2) REPORTING AND REGISTRATION REQUIREMENTS UNDER SECTION 1512 OF THE RECOVERY ACT (MAY 2009) a. This award requires the recipient to complete projects or activities which are funded under the American Recovery and Reinvestment Act of 2009 (Recovery Act) and to report on use of Recovery Act funds provided through this award. Information from these reports will be made available to the public. b. The reports are due no later than ten calendar days after each calendar quarter in which the recipient receives the assistance award funded in whole or in part by the Recovery Act. c. Recipients and their first-tier recipients must maintain current registrations in the Central Contractor Registration (http://www.ccr.qov) at all times during which they have active federal awards funded with Recovery Act funds. A Dun and Bradstreet Data Universal Numbering System (DUNS) Number (http://www.dnb.com) is one of the requirements for registration in the Central Contractor Registration. 2011 City Facilities Lighting Upgrade Project 34 d. The recipient shall report the information described in section 1512(c) of the Recovery Act using the reporting instructions and data elements that will be provided online at http://www.FederalReportinq.gov and ensure that any information that is pre -filled is corrected or updated as needed. 3) REQUIRED USE OF AMERICAN IRON, STEEL, AND MANUFACTURED GOODS --SECTION 1605 OF THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 (M AY 2009) THIS AWARD TERM IS APPLICABLE TO ANY RECOVERY ACT FUNDS FOR CONSTRUCTION, ALTERATION, MAINTENANCE, OR REPAIR OF A PUBLIC BUILDING OR PUBLIC WORK AND THE TOTAL PROJECT VALUE IS ESTIMATED LESS THAN $7,443,000. THIS AWARD TERM ALSO APPLIES TO ALL SUB GRANTS AND CONTRACTS. a. Definitions. As used in this award term and condition -- (1) Manufactured good means a good brought to the the building or work that has been— (i) Processed into a specific form and shape; or (ii) Combined with other raw material to create a the properties of the individual raw materials. construction site for incorporation into material that has different properties than (2) Public building and public work means a public building of, and a public work of, a governmental entity (the United States; the District of Columbia; commonwealths, territories, and minor outlying islands of the United States; State and local governments; and multi -State, regional, or interstate entities which have governmental functions). These buildings and works may include, without limitation, bridges, dams, plants, highways, parkways, streets, subways, tunnels, sewers, mains, power lines, pumping stations, heavy generators, railways, airports, terminals, docks, piers, wharves, ways, lighthouses, buoys, jetties, breakwaters, levees, and canals, and the construction, alteration, maintenance, or repair of such buildings and works. (3) Steel means an alloy that includes at least 50 percent iron, between .02 and 2 percent carbon, and may include other elements. b. Domestic preference. (1) This award term and condition implements Section 1605 of the American Recovery and Reinvestment Act of 2009 (Recovery Act) (Pub. L. 111--5), by requiring that all iron, steel, and manufactured goods used in the project are produced in the United States except as provided in paragraph (b)(3) and (b)(4) of this section and condition. (2) This requirement does not apply to the material listed by the Federal Government as follows: None [Award official to list applicable excepted materials or indicate "none"] (3) The award official may add other iron, steel, and/or manufactured goods to the list in paragraph (b)(2) of this section and condition if the Federal Government determines that -- (i) The cost of the domestic iron, steel, and/or manufactured goods would be unreasonable. The cost of domestic iron, steel, or manufactured goods used in the project is unreasonable when the cumulative cost of such material will increase the cost of the overall project by more 2011 City Facilities Lighting Upgrade Project 35 than 25 percent; (ii) The iron, steel, and/or manufactured good is not produced, or manufactured in the United States in sufficient and reasonably available quantities and of a satisfactory quality; or (iii) The application of the restriction of section 1605 of the Recovery Act would be inconsistent with the public interest. c. Request for determination of inapplicability of Section 1605 of the Recovery Act. (1) (i) Any recipient request to use foreign iron, steel, and/or manufactured goods in accordance with paragraph (b)(3) of this section shall include adequate information for Federal Government valuation of the request, including— (A) A description of the foreign and domestic iron, (B) Unit of measure; (C) Quantity; (D) Cost; (E) Time of delivery or availability; (F) Location of the project; (G) Name and address of the proposed supplier; and (H) A detailed justification of the reason for use of foreign iron, steel, and/or manufactured goods cited in accordance with paragraph (b)(3) of this section. (ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completed cost comparison table in the format in paragraph (d) of this section. The cost of iron, steel, and/or manufactured goods material shall include all delivery costs to the construction site and any applicable duty. Any recipient request for a determination submitted after Recovery Act funds have been obligated for a project for construction, alteration, maintenance, or repair shall explain why the recipient could not reasonably foresee the need for such determination and could not have requested the determination before the funds were obligated. If the recipient does not submit a satisfactory explanation, the award official need not make a determination. steel, and/or manufactured goods; (iii) (iv) (2) If the Federal Government determines after funds have been obligated for a project for construction, alteration, maintenance, or repair that an exception to section 1605 of the Recovery Act applies, the award official will amend the award to allow use of the foreign iron, steel, and/or relevant manufactured goods. When the basis for the exception is nonavailability or public interest, the amended award shall reflect adjustment of the award amount, redistribution of budgeted funds, and/or other actions taken to cover costs associated with acquiring or using the foreign iron, steel, and/or relevant manufactured goods. When the basis for the exception is the unreasonable cost of the domestic iron, steel, or manufactured goods, the award official shall adjust the award amount or redistribute budgeted funds by at least the differential established in 2 CFR 176.110(a). (3) Unless the Federal Government determines that an exception to section 1605 of the Recovery Act applies, use of foreign iron, steel, and/or manufactured goods is noncompliant with section 1605 of the American Recovery and Reinvestment Act. d. Data. To permit evaluation of requests under paragraph (b) of this section based on unreasonable cost, the Recipient shall include the following information and any applicable supporting data based on the survey of suppliers: Foreign and Domestic Items Cost Comparison 2011 City Facilities Lighting Upgrade Project 36 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Description Unit of Measure Quantity Cost (dollars)* Item 1: Foreign steel, iron, or manufactured good Domestic steel, iron, or manufactured Item 2: Foreign steel, iron , or manufactured good Domestic steel, iron, or manufactured List name, address, telephone number, email address, and contact for suppliers surveyed. Attach copy of response; if oral, attach summary. Include other applicable supporting information. * Include all delivery costs to the construction site. 4) required use of American iron, steel, and manufactured goods (covered under international agreements) --section 1605 of the American recovery and reinvestment act of 2009 (May 2009) This award term is applicable to any recovery act funds for construction, alteration, maintenance, or repair of a public building or public work with a total project value over $7,443,000 that involves iron, steel, and/or manufactured goods materials covered under international agreements. This award term also applies to all sub grants and contracts. a. Definitions. As used in this award term and condition -- Designated country — (1) A World Trade Organization Government Procurement Agreement country (Aruba, Austria, Belgium, Bulgaria, Canada, Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hong Kong, Hungary, Iceland, Ireland, Israel, Italy, Japan, Korea (Republic of), Latvia, Liechtenstein, Lithuania, Luxembourg, Malta, Netherlands, Norway, Poland, Portugal, Romania, Singapore, Slovak Republic, Slovenia, Spain, Sweden, Switzerland, and United Kingdom; (2) A Free Trade Agreement (FTA) country (Australia, Bahrain, Canada, Chile, Costa Rica, Dominican Republic, El Salvador, Guatemala, Honduras, Israel, Mexico, Morocco, Nicaragua, Oman, Peru, or Singapore); or (3) A United States -European Communities Exchange of Letters (M ay 15, 1995) country: Austria, Belgium, Bulgaria, Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hungary, Ireland, Italy, Latvia, Lithuania, Luxembourg, Malta, Netherlands, Poland, Portugal, Romania, Slovak Republic, Slovenia, Spain, Sweden, and United Kingdom. Designated country iron, steel, and/or manufactured goods — (1) I s wholly the growth, product, or manufacture of a designated country; or 2011 City Facilities Lighting Upgrade Project 37 (2) In the case of a manufactured good that consist in whole or in part of materials from another country, has been substantially transformed in a designated country into a new and different manufactured good distinct from the materials from which it was transformed. Domestic iron, steel, and/or manufactured good — (1) I s wholly the growth, product, or manufacture of the United States; or (2) In the case of a manufactured good that consists in whole or in part of materials from another country, has been substantially transformed in the United States into a new and different manufactured good distinct from the materials from which it was transformed. There is no requirement with regard to the origin of components or subcomponents in manufactured goods or products, as long as the manufacture of the goods occurs in the United States. Foreign iron, steel, and/or manufactured good means iron, steel and/or manufactured good that is not domestic or designated country iron, steel, and/or manufactured good. Manufactured good means a good brought to the construction site for incorporation into the building or work that has been -- (1) Processed into a specific form and shape; or (2) Combined with other raw material to create a material that has different properties than the properties of the individual raw materials. Public building and public work means a public building of, and a public work of, a governmental entity (the United States; the District of Columbia; commonwealths, territories, and minor outlying islands of the United States; State and local governments; and multi -State, regional, or interstate entities which have governmental functions). These buildings and works may include, without limitation, bridges, dams, plants, highways, parkways, streets, subways, tunnels, sewers, mains, power lines, pumping stations, heavy generators, railways, airports, terminals, docks, piers, wharves, ways, lighthouses, buoys, jetties, breakwaters, levees, and canals, and the construction, alteration, maintenance, or repair of such buildings and works. Steel means an alloy that includes at least 50 percent iron, between .02 and 2 percent carbon, and may include other elements. b. Iron, steel, and manufactured goods. (1) The award term and condition described in this section implements -- (i) Section 1605(a) of the American Recovery and Reinvestment Act of 2009 (Pub. L. 111--5) (Recovery Act), by requiring that all iron, steel, and manufactured goods used in the project are produced in the United States; and (ii) Section 1605(d), which requires application of the Buy American requirement in a manner consistent with U.S. obligations under international agreements. The restrictions of section 1605 of the Recovery Act do not apply to designated country iron, steel, and/or manufactured goods. The Buy American requirement in section 1605 shall not be applied where the iron, steel or manufactured goods used in the project are from a Party to an international agreement that obligates the recipient to treat the goods and services of that Party the same as domestic goods and services. This obligation shall only apply to projects with an estimated value of $7,443,000 or more. 2011 City Facilities Lighting Upgrade Project 38 (2) The recipient shall use only domestic or designated country iron, steel, and manufactured goods in performing the work funded in whole or part with this award, except as provided in paragraphs (b)(3) and (b)(4) of this section. (3) The requirement in paragraph (b)(2) of this section does not apply to the iron, steel, and manufactured goods listed by the Federal Government as follows: N one [Award official to list applicable excepted materials or indicate "none"] (4) The award official may add other iron, steel, and manufactured goods to the list in paragraph (b)(3) of this section if the Federal Government determines that -- (i) The cost of domestic iron, steel, and/or manufactured goods would be unreasonable. The cost of domestic iron, steel, and/or manufactured goods used in the project is unreasonable when the cumulative cost of such material will increase the overall cost of the project by more than 25 percent; (ii) The iron, steel, and/or manufactured good is not produced, or manufactured in the United States in sufficient and reasonably available commercial quantities of a satisfactory quality; or (iii) The application of the restriction of section 1605 of the Recovery Act would be inconsistent with the public interest. c. Request for determination of inapplicability of section 1605 of the Recovery Act or the Buy American A ct. (1) (i) Any recipient request to use foreign iron, steel, and/or manufactured goods in accordance with paragraph (b)(4) of this section shall include adequate information for Federal Government evaluation of the request, including -- (A) A description of the foreign and domestic iron, steel, and/or manufactured goods; (B) Unit of measure; (C) Quantity; (D) Cost; (E) Time of delivery or availability; (F) Location of the project; (G) Name and address of the proposed supplier; and (H) A detailed justification of the reason for use of foreign iron, steel, and/or manufactured goods cited in accordance with paragraph (b)(4) of this section. (ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completed cost comparison table in the format in paragraph (d) of this section. (iii) The cost of iron, steel, or manufactured goods shall include all delivery costs to the construction site and any applicable duty. (iv) Any recipient request for a determination submitted after Recovery Act funds have been obligated for a project for construction, alteration, maintenance, or repair shall explain why the recipient could not reasonably foresee the need for such determination and could not have requested the determination before the funds were obligated. If the recipient does not submit a satisfactory explanation, the award official need not make a determination. (2) If the Federal Government determines after funds have been obligated for a project for construction, alteration, maintenance, or repair that an exception to section 1605 of the Recovery Act applies, the award official will amend the award to allow use of the foreign iron, steel, and/or relevant manufactured goods. When the basis for the exception is nonavailability or public interest, the amended award shall reflect adjustment of the award amount, redistribution of budgeted funds, and/or other appropriate actions taken to cover costs associated with acquiring or using the foreign iron, steel, and/or relevant manufactured goods.. 2011 City Facilities Lighting Upgrade Project 39 W hen the basis for the exception is the unreasonable cost of the domestic iron, steel, or manufactured goods, the award official shall adjust the award amount or redistribute budgeted funds, as appropriate, by at least the differential established in 2 CFR 176.110(a). (3) Unless the Federal Government determines that an exception to section 1605 of the Recovery Act applies, use of foreign iron, steel, and/or manufactured goods other than designated country iron, steel, and/or manufactured goods is noncompliant with the applicable Act. d. Data. To permit evaluation of requests under paragraph (b) of this section based on unreasonable cost, the applicant shall include the following information and any applicable supporting data based on the survey of suppliers: Foreign and Domestic Items Cost Comparison Description Unit of Measure Quantity Cost (dollars)* Item 1: Foreign steel, iron, or manufactured good Domestic steel, iron, or manufactured good Item 2: Foreign steel, iron , or manufactured good Domestic steel, iron, or manufactured good List name, address, telephone number, email address, and contact for suppliers surveyed. Attach copy of response; if oral, attach summary. Include other applicable supporting information. * Include al I delivery costs to the construction site. 5) WAGE RATE REQUIREMENTS UNDER SECTION 1606 OF THE RECOVERY ACT (MAY 2009) THIS AWARD TERM IS APPLICABLE TO RECOVERY ACT PROGRAMS OR ACTIVITIES THAT MAY INVOLVE CONSTRUCTION, ALTERATION, MAINTENANCE, OR REPAIR. THIS AWARD TERM ALSO APPLIES TO ALL SUB GRANTS AND CONTRACTS. a. Section 1606 of the Recovery Act requires that all laborers and mechanics employed by contractors and subcontractors on projects funded directly by or assisted in whole or in part by and through the Federal Government pursuant to the Recovery Act shal I be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter I V of chapter 31 of title 40, U nited States Code. Pursuant to Reorganization Plan No. 14 and the Copeland Act, 40 U.S.C. 3145, the Department of Labor has issued regulations at 29 CFR parts 1, 3, and 5 to implement the Davis -Bacon and related Acts. Regulations in 29 CFR 5.5 instruct agencies concerning application of the standard Davis -Bacon contract clauses set forth in that section. Federal agencies providing grants, cooperative agreements, and loans under the Recovery Act shall ensure that the standard Davis - Bacon contract clauses found in 29 CFR 5.5(a) are incorporated in any resultant covered contracts that are in excess of $2,000 for construction, alteration or repair (including painting and decorating). 2011 City Facilities Lighting Upgrade Project 40 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 b. For additional guidance on the wage rate requirements of section 1606, contact your awarding agency. Recipients of grants, cooperative agreements and loans should direct their initial inquiries concerning the application of Davis -Bacon requirements to a particular federally assisted project to the Federal agency funding the project. The Secretary of Labor retains final coverage authority under Reorganization Plan Number 14. 6) RECOVERY ACT TRANSACTIONS LISTED IN SCHEDULE OF EXPENDITURES OF FEDERAL AWARDS AND RECIPIENT RESPONSIBILITIES FOR INFORMING SUB - RECIPIENTS (MAY 2009) a. To maximize the transparency and accountability of funds authorized under the American Recovery and Reinvestment Act of 2009 (Pub. L. 111--5) (Recovery Act) as required by Congress and in accordance with 2 CFR 215.21 "Uniform Administrative Requirements for Grants and Agreements" and OM B Circular A--102 Common Rules provisions, recipients agree to maintain records that identify adequately the source and application of Recovery Act funds. OM B Circular A--102 is available at http://www.whitehouse.gov/omb/circulars/x102/a102.html For recipients covered by the Single Audit Act Amendments of 1996 and OM B Circular A--133, "Audits of States, Local Governments, and Non -Profit Organizations," recipients agree to separately identify the expenditures for Federal awards under the Recovery Act on the Schedule of Expenditures of Federal Awards (SEFA) and the Data Collection Form (SF --SAC) required by OM B Circular A--133. OM B Circular A--133 is available at http://www.whitehouse.gov/omb/circulars/a133/a133.html. This shall be accomplished by identifying expenditures for Federal awards made under the Recovery Act separately on the SEFA, and as separate rows under Item 9 of Part III on the SF --SAC by CFDA number, and inclusion of the prefix "ARRA-" in identifying the name of the Federal program on the SEFA and as the first characters in Item 9d of Part 1 I I on the SF --SAC. b. c. Recipients agree to separately identify to each subrecipient, and document at the time of subaward and at the time of disbursement of funds, the Federal award number, CFDA number, and amount of Recovery Act funds. When a recipient awards Recovery Act funds for an existing program, the information furnished to subrecipients shall distinguish the subawards of incremental Recovery Act funds from regular subawards under the existing program. d. Recipients agree to require their subrecipients to include on their SEFA information to specifically identify Recovery Act funding similar to the requirements for the recipient SEFA described above. This information is needed to allow the recipient to properly monitor subrecipient expenditure of ARRA funds as well as oversight by the Federal awarding agencies, Offices of Inspector General and the Government Accountability Office. 7) DAVIS BACON ACT REQUIREM ENTS (M AY 2009) THIS AWARD TERM IS APPLICABLE TO ARRA AWARDS WHEN WAGE RATE REQUIREMENTS UNDER SECTION 1606 OF THE RECOVERY ACT TERM IS APPLICABLE. THIS AWARD TERM IS ALSO APPLICABLE TO SUBGRANTS AND CONTRACTS. Note: Where necessary to make the context of these articles applicable to this award, the term Contractor' shall mean Recipient' and the term Subcontractor' shall mean 3Subrecipient or Subcontractor' per the following definitions. Recipient means the organization, individual, or other entity that receives an award from DOE and is financially accountable for the use of any DOE funds or property provided for the performance of the project, and is legally responsible for carrying out the terms and conditions of the award. 2011 City Facilities Lighting Upgrade Project 41 Subrecipient means the legal entity to which a subaward is made and which is accountable to the recipient for the use of the funds provided. The term may include foreign or international organizations (such as agencies of the United Nations). Davis -Bacon Act (a) Definition.-3Site of the work"— (1) Means -- (i) The primary site of the work. The physical place or places where the construction called for in the award will remain when work on it is completed; and (ii) The secondary site of the work, if any. Any other site where a significant portion of the building or work is constructed, provided that such site is— (A) Located in the Uni ted States; and (B) Established specifically for the performance of the award or project; (2) Except as provided in paragraph (3) of this definition, includes any fabrication plants, mobile factories, batch plants, borrow pits, job headquarters, tool yards, etc., provided— (i) They are dedicated exclusively, or nearly so, to performance of the award or project; and (ii) They are adjacent or virtually adjacent to the primary site of the work" as defined in paragraph (a)(1)(i), or the secondary site of the work" as defined in paragraph (a)(1)(ii) of this definition; (3) Does not include permanent home offices, branch plant establishments, fabrication plants, or tool yards of a Contractor or subcontractor whose locations and continuance in operation are determined wholly without regard to a particular Federal award or project. In addition, fabrication plants, batch plants, borrow pits, job headquarters, yards, etc., of a commercial or material supplier which are established by a supplier of materials for the project before opening of bids and not on the Project site, are not included in the site of the work." Such permanent, previously established facilities are not a part of the site of the work" even if the operations for a period of time may be dedicated exclusively or nearly so, to the performance of a award. (b) (1) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, or as may be incorporated for a secondary site of the work, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Any wage determination incorporated for a secondary site of the work shall be effective from the first day on which work under the award was performed at that site and shall be incorporated without any adjustment in award price or estimated cost. Laborers employed by the construction Contractor or construction subcontractor that are transporting portions of the building or work between the secondary site of the work and the primary site of the work shall be paid in accordance with the wage determination applicable to the primary site of the work. (2) Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (e) of this article; also, regular contributions made or costs incurred for more than a weekly period (but not less often 2011 City Facilities Lighting Upgrade Project 42 (3) than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such period. Such laborers and mechanics shall be paid not less than the appropriate wage rate and fringe benefits in the wage determination for the classification of work actually performed, without regard to skill, except as provided in the article entitled Apprentices and Trainees. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein; provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. (4) The wage determination (including any additional classifications and wage rates conformed under paragraph (c) of this article) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. c. (1) The Contracting Officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the award shall be classified in conformance with the wage determination. The Contracting Officer shall approve an additional classification and wage rate and fringe benefits therefore only when all the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination. (ii) The classification is utilized in the area by the construction industry. (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives and the Contracting Officer agree on the classification and wage rate (including the amount designated for fringe benefits, where appropriate), a report of the action taken shall be sent by the Contracting Officer to the Administrator of the: Wage and Hour Division Employment Standards Administration U.S. Department of Labor Washington, DC 20210 The Administrator or an authorized representative will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the Contracting Officer or will notify the Contracting Officer within the 30 -day period that additional time is necessary. (3) I n the event the Contractor, the laborers or mechanics to be employed in the classification, or their representatives, and the Contracting Officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the Contracting Officer shall refer the questions, including the views of all interested parties and the recommendation of the Contracting Officer, to the Administrator of the Wage and Hour Division for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the Contracting Officer or will notify the Contracting Officer within the 30 -day period that additional time is necessary. (4) The wage rate (including fringe benefits, where appropriate) determined pursuant to subparagraphs (c)(2) and (c)(3) of this article shall be paid to all workers performing work in the classification under this award from the first day on which work is performed in the classification. 2011 City Facilities Lighting Upgrade Project 43 (d) Whenever the minimum wage rate prescribed in the award for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (e) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program; provided, that the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. Rates of W ages The minimum wages to be paid laborers and mechanics under this award involved in performance of work at the project site, as determined by the Secretary of Labor to be prevailing for the corresponding classes of laborers and mechanics employed on projects of a character similar to the contract work in the pertinent locality, are included as an attachment to this award. These wage rates are minimum rates and are not intended to represent the actual wage rates that the Contractor may have to pay. Payrolls and Basic Records (a) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of 3 years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made, and actual wages paid. Whenever the Secretary of Labor has found, under paragraph (d) of the article entitled Davis -Bacon Act, that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (b) (1) The Contractor shall submit weekly for each week in which any award work is performed a copy of all payrolls to the Contracting Officer. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph (a) of this article. This information may be submitted in any form desired. Optional Form WH -347 (Federal Stock Number 029-005-00014-1) is available for this purpose and may be purchased from the -- Superintendent of Documents U.S. Government Printing Office Washington, DC 20402 The Prime Contractor is responsible for the submission of copies of payrolls by all subcontractors. (2) Each payroll submitted shall be accompanied by a 'Statement of Compliance,' signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the award and shall certify -- (i) That the payroll for the payroll period contains the information required to be maintained under paragraph (a) of this article and that such information is correct and complete; 2011 City Facilities Lighting Upgrade Project 44 (3) (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the award during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR Part 3; and (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the award. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form W H-347 shall satisfy the requirement for submission of the Statement of Compliance' required by subparagraph (b)(2) of this article. (4) The falsification of any of the certifications in this article may subject the Contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 3729 of Title 31 of the U nited States Code. (c) The Contractor or subcontractor shall make the records required under paragraph (a) of this article available for inspection, copying, or transcription by the Contracting Officer or authorized representatives of the Contracting Officer or the Department of Labor. The Contractor or subcontractor shall permit the Contracting Officer or representatives of the Contracting Officer or the Department of Labor to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit required records or to make them available, the Contracting Officer may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. Withholding of Funds The Contracting Officer shall, upon his or her own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the Contractor under this award or any other Federal award with the same Prime Contractor, or any other federally assisted award subject to Davis -Bacon prevailing wage requirements, which is held by the same Prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the award. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the award, the Contracting Officer may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. Apprentices and Trainees (a) Apprentices. (1) An apprentice will be permitted to work at less than the predetermined rate for the work they performed when they are employed— (i) Pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship and Training, Employer, and Labor Services (OATELS) or with a State Apprenticeship Agency recognized by the OATELS; or (ii) In the first 90 days of probationary employment as an apprentice in such an apprenticeship program, even though not individually registered in the program, if certified by the OATELS or a State Apprenticeship Agency (where appropriate) to be 2011 City Facilities Lighting Upgrade Project 45 eligible for probationary employment as an apprentice. (2) The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. (3) Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated in paragraph (a)(1) of this article, shall be paid not less than the applicable wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. (4) W here a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. (5) Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. (6) In the event OATELS, or a State Apprenticeship Agency recognized by OATELS, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (b) Trainees. (1) Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer, and Labor Services (OATELS). The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by OATELS. (2) Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed in the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate in the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the OATELS shall be paid not less than the applicable wage rate in the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate in the wage determination for the work actually performed. 2011 City Facilities Lighting Upgrade Project 46 (3) In the event OATELS withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (d) Equal employment opportunity. The utilization of apprentices, trainees, and journeymen under this article shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. Compliance with Copeland Act Requirements The Contractor shall comply with the requirements of 29 CFR Part 3, which are hereby incorporated by reference in this award. Subcontracts (Labor Standards) (a) Definition. 'Construction, alteration or repair,' as used in this article means all types of work done by laborers and mechanics employed by the construction Contractor or construction subcontractor on a particular building or work at the site thereof, including without limitation— (1) Altering, remodeling, installation (if appropriate) on the site of the work of items fabricated offsite; (2) Painting and decorating; (3) Manufacturing or furnishing of materials, articles, supplies, or equipment on the site of the building or work; (4) Transportation of materials and supplies between the site of the work within the meaning of paragraphs (a)(1)(i) and (ii) of the site of the work' as defined in the article entitled Davis Bacon Act of this award, and a facility which is dedicated to the construction of the building or work and is deemed part of the site of the work within the meaning of paragraph (2) of the site of work' definition; and (5) Transportation of portions of the building or work between a secondary site where a significant portion of the building or work is constructed, which is part of the 'site of the work' definition in paragraph (a)(1)(ii) of the Davis -Bacon Act article, and the physical place or places where the building or work will remain (paragraph (a)(1)(i) of the Davis Bacon Act article, in the 'site of the work' definition). (b) The Contractor or subcontractor shall insert in any subcontracts for construction, alterations and repairs within the United States the articles entitled— (1) (3) Davis -Bacon Act; (2) (4) (5) (6) (7) (8) Contract Work Hours and Safety Standards Act -- Overtime Compensation (if the article is included in this award); Apprentices and Trainees; Payrolls and Basic Records; Compliance with Copeland Act 2011 City Facilities Lighting Upgrade Project 47 Requirements; Withholding of Funds; Subcontracts (Labor Standards); Contract Termination — Debarment; (9) Disputes Concerning Labor Standards; (10) Compliance with Davis -Bacon and Related Act Regulations; and (11) Certification of Eligibility. (c) The Prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor performing construction within the United States with all the award articles cited in paragraph (b). (d) (1)Within 14 days after issuance of the award, the Contractor shall deliver to the Contracting Officer a completed Standard Form (SF) 1413, Statement and Acknowledgment, for each subcontract for construction within the United States, including the subcontractor's signed and dated acknowledgment that the articles set forth i n paragraph (b) of this article have been included in the subcontract. Within 14 days after the award of any subsequently awarded subcontract the Contractor shall deliver to the Contracting Officer an updated completed SF 1413 for such additional subcontract. (e) The Contractor shall insert the substance of this article, including this paragraph (e) in all subcontracts for construction within the United States. Contract Termination -- Debarment A breach of the award articles entitled Davis -Bacon Act, Contract Work Hours and Safety Standards Act --Overtime Compensation, Apprentices and Trainees, Payrolls and Basic Records, Compliance with Copeland Act Requirements, Subcontracts (Labor Standards), Compliance with Davis -Bacon and Related Act Regulations, or Certification of Eligibility may be grounds for termination of the whole award or in part for the Recovery Act covered work only, and for debarment as a Contractor and subcontractor as provided in 29 CFR 5.12. Compliance with Davis -Bacon and Related Act Regulations All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are hereby incorporated by reference in this award. Disputes Concerning Labor Standards The United States Department of Labor has set forth in 29 CFR Parts 5, 6, and 7 procedures for resolving disputes concerning labor standards requirements. Such disputes shall be resolved in accordance with those procedures and not the Disputes and Appeals as defined in 10 CFR 600.22. Disputes within the meaning of this article include disputes between the Contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. Certification of Eligibility (a) By entering into this award, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded 2011 City Facilities Lighting Upgrade Project 48 Government awards by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (b) No part of this award shall be subcontracted to any person or firm ineligible for award of a Government award by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (c) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Approval of Wage Rates All straight time wage rates, and overtime rates based thereon, for laborers and mechanics engaged in work under this award must be submitted for approval in writing by the head of the contracting activity or a representative expressly designated for this purpose, if the straight time wages exceed the rates for corresponding classifications contained in the applicable Davis -Bacon Act minimum wage determination included in the award. Any amount paid by the Contractor to any laborer or mechanic in excess of the agency approved wage rate shall be at the expense of the Contractor and shall not be reimbursed by the Government. If the Government refuses to authorize the use of the overtime, the Contractor is not released from the obligation to pay employees at the required overtime rates for any overtime actually worked. 8) HISTORIC PRESERVATION Prior to the expenditure of Federal funds to alter any structure or site, the Recipient is required to comply with the requirements of Section 106 of the National Historic Preservation Act (NHPA), consistent with DOE's 2009 letter of delegation of authority regarding the NH PA. Section 106 applies to historic properties that are listed in or eligible for listing in the National Register of Historic Places. In order to fulfill the requirements of Section 106, the Recipient must contact the State Historic Preservation Officer (SHPO), and, if applicable, the Tribal Historic Preservation Officer (THPO), to coordinate the Section 106 review outlined in 36 CFR Part 800. SHPO contact information is available at the following link: http://www.ncshpo.orq/find/index.htm. THPO contact information is available at the following link: http://www.nathpo.orq/map.html . Section 110(k) of the NHPA applies to DOE funded activities. Recipients shall avoid taking any action that results in an adverse effect to historic properties pending compliance with Section 106. Recipients should be aware that the DOE Contracting Officer will consider compliance with Section 106 of N H PA complete only after the Recipient has submitted adequate background documentation to the SH PO/TH PO for its review, and the SH PO/TH PO has provided written concurrence to the Recipient that it does not object to its Section 106 finding or determination. Recipient shall provide a copy of this concurrence to the Contracting Office. American Recovery and Reinvestment Act of 2009 (ARRA) Employment Report (March 25, 2009) The Contractor shall submit monthly reports of the number of employees actively working on this project for the Contractor and all Subcontractors of every tier. The reports shall include all employees actively working on this project at the jobsite, in the project office, in the home office, or teleworking from a home or other alternative office location; and all engineering personnel, inspectors, sampling and testing technicians, and lab technicians actively performing work directly in support of this project (excluding suppliers) during the reporting month. 2011 City Facilities Lighting Upgrade Project 49 The report shall be prepared using Form FHWA-1589 and submitted monthly to the Project Engineer. The initial report shall be submitted to the Project Engineer within 30 -days of execution. Subsequent reports shall be submitted to the Project Engineer no later than 10 - days after the end of each report month. Failure by the Contractor to submit ARRA Employment Reports for the Contractor and all Subcontractors of every tier shall be reason for withholding all progress payments until reports are received. The cost of preparing and submitting ARRA Employment Reports is incidental to the Contract. The Contractor shall include all related costs in the unit Bid prices of the Contract. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 24, 2011 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non- contributory insurance as respects the Contracting Agency's insurance, self-insurance, or insurance pool coverage. F. The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. 2011 City Facilities Lighting Upgrade Project 50 G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers ■ appointed officials The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor. 1-07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 2011 City Facilities Lighting Upgrade Project 51 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 $2,000,000 $1,000,000 $1,000,000 Each Occurrence General Aggregate Products & Completed Operations Aggregate Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1-07.18(5)B Automobile Liability Automobile Liability for owned, non -owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 2011 City Facilities Lighting Upgrade Project 52 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: 1-08.0(2) Hours of Work (May 25, 2006 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8 -hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be 2011 City Facilities Lighting Upgrade Project 53 submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. Add the following new section: 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (May 25, 2006 APWA GSP; may not be used on FHWA-funded projects) Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8 -hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight -time costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. 1-08.1 Subcontracting - D/M/WBE Reporting (October 10, 2008 APWA GSP; may not be used on FHWA-funded projects) Revise the eighth paragraph to read: On all projects funded with Contracting Agency funds only, the Contractor shall certify to the actual amounts paid Disadvantaged, Minority, or Women's Business Enterprise firms that 2011 City Facilities Lighting Upgrade Project 54 were used as subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the contract. This certification shall be submitted to the Engineer, on the form provided by the Engineer 20 calendar days after physical completion of the contract, whichever comes first. 1-08.3 Progress Schedule This section is supplemented with the following: The Contractor shall prepare and submit to the Engineer 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 modification by the Engineer. 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 Engineer, as directed, immediately upon preparation. If the Contractor proceeds with work not indicated on this weekly activity schedule, or in a sequence differing form the which he has shown on this schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1-08.4 Prosecution of Work Revise this section to read: 1-08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. 1-08.5 Time for Completion This section is supplemented with the following: (March 13, 1995) This project shall be physically completed within *** 60 *** working days. (June 28, 2007 APWA GSP, Option B) Revise the third and fourth paragraphs to read: 2011 City Facilities Lighting Upgrade Project 55 Contract time shall begin on the first working day following the 60th calendar day after the Notice to Proceed date. If the Contractor starts work on the project at an earlier date, then contract time shall begin on the first working day when onsite work begins. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1-07.24 1-08.6 Suspension of Work Section 1-08.6 is supplemented with the following: Contract time may be suspended for verification of HMA mix designs or for procurement of critical materials (Procurement Suspension). In order to receive a Procurement Suspension, the Contractor shall within 30 calendar days after execution by the Contracting Agency, submit all HMA mix designs according to section 5-04.3(7)A or place purchase orders for all materials deemed critical by the Contracting Agency for physical completion of the contract. The Contractor shall provide a copy of the completed DOT Form 350-042 2011 City Facilities Lighting Upgrade Project 56 indicating the date the mix design was submitted, or copies of purchase orders for the critical materials. Such purchase orders shall disclose the purchase order date and estimated delivery dates for such critical material. The Contractor shall show mix design verification or procurement of the materials listed below as activities in the Progress Schedule. If the approved Progress Schedule indicates that the mix design verification or materials procurement are critical activities, and if the Contractor has provided documentation that mix designs are submitted or purchase orders are placed for the critical materials within the prescribed 30 calendar days, then contract time shall be suspended upon physical completion of all critical work except that work dependent upon the below listed critical materials: ' Lighting Fixtures and Ballast **' Charging of contract time will resume upon the Contractors' receipt of a mix design verification report or delivery of the critical materials to the Contractor. No additional Procurement Suspension will be provided if the Contractors HMA mix designs did not verify and are resubmitted. 1-08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-09 MEASUREMENT AND PAYMENT 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9 Payments (October 10, 2008 APWA GSP) Revise the first paragraph to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. For items Bid as lump sum, with a bid price of more 2011 City Facilities Lighting Upgrade Project 57 than or equal to $20,000, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction conference. Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Engineer's determination of the amount of Work performed, with consideration given to, but not exclusively based on, the Contractor's lump sum breakdown for that item. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. 8-20 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS AND ELECTRICAL 8-20.1 Description This section is supplemented with the following: 2011 City Facilities Lighting Upgrade Project 58 This work also consists of removing existing lighting fixtures and furnishing, testing and field testing all materials and equipment necessary to upgrade and retrofit a variety of lighting fixtures located within the City Facilities as described. 8-20.2 Materials This section is supplemented with the following: Provide new material and equipment approved and labeled for the purpose for which they are to be used by a nationally recognized electrical testing laboratory. Similar items of equipment shall be of the same manufacture and quality. The equipment and materials shall meet applicable UL, NEMA, IEEE, ANSI, ETL, ITL, NECA and NEC standards. The lighting fixtures to be installed shall meet the fixture types listed in the Item Proposal Bid Sheet. 8-20.3 Construction Requirements 8-20.3(1) General This section is supplemented with the following: The Contractor is responsible for coordinating with the Washington Department of Labor and Industries for any inspections required on this project. The Contractor shall be responsible to supply any necessary materials, such as, miscellaneous screws, bolts, fasteners, trim or other accessories required to install the new fixtures. The miscellaneous and accessory items shall be of a size, type and finish appropriate to the task and compatible with the finishes of materials with which they are used. The work shall conform to all applicable codes, standards, regulations, etc., required, issued or otherwise enforced by any and all authorities having jurisdiction including, but not limited the current edition of the following: International Building Code National Electric Code Life Safety Code (NFPA 101, 1985 edition) Occupational Safety and Health Administration Any and all other local, state, or national authorities The Contractor has exclusive responsibility for construction means and techniques including compliance with all regulations governing safety and health of employees and the public in the vicinity of construction. The Contractor shall assess proposed conditions and make all necessary preparations and precautions such as scaffolding, and other temporary construction necessary to accomplish the work in full compliance with the requirements of this section. At the completion of the work, the Contractor shall remove all waste material, rubbish and other debris from and about the work site, as well as all tools, construction equipment, machinery and surplus materials, and leave the site ready for occupancy by the Owner. Such cleanup shall include, as applicable and without limitation, the following: 2011 City Facilities Lighting Upgrade Project 59 • Removal of all marks, stains, fingerprints and other soil or dirt from any and all painted ore decorated surfaces. • Cleaning and polishing of all hardware, including removal of all stains, dust, dirt, paint, etc. • Returned to their original condition those portions of the site which were not designated for alteration by the Contract, but which have been affected by the Contractor's operations. • Replace existing ceiling tiles damaged during the course of construction. • Removal of all temporary construction or protection and removal from the premises of all items of any nature whatsoever which were installed or used for temporary purposes during the construction. Provide shop drawings for lighting fixtures and ballasts. Provide Operating and Maintenance Manuals for lighting fixtures and ballasts: The manuals shall be supplied to the Engineer for review and approval in the quantities indicated in Division 1 before any electrical equipment is shipped to the job site. Construction record drawings of the work shall be provided upon completion of the work and shall be folded and punched for insertion into the manual after they are reviewed by the Engineer. Manuals for the electrical system shall be enclosed in 3 -post, expandable metal hinge binders labeled with the job name and the Contractor's name with tab dividers for each major type of equipment. Provide manufacturer's installation, operation, maintenance, and service information, shop drawings, and testing records, for each equipment item or signal/communication system furnished under the electrical work. Assemble and index each section listing the contents individually on the tab divider for that section. Compile a spare parts list and a suppliers index for each section and assemble in the section provided. Assemble records of all tests, measurements, and calibration settings made for each device. Demolition: Demolish all existing electrical devices and circuits which are noted for demolition. Demolition includes, but is not limited to: Remove all lighting fixtures, conduit, conductors, fittings, device boxes, hangers, etc., which are not concealed in the building structure or below grade/slab. For conduits installed below slab, remove conductors and cut conduit flush with slab and plug with non -shrink grout. Where electrical work to remain is damaged or disturbed in the course of the Work, remove damaged portions and install new products of equal capacity, quality, and functionality. Removal: Remove from the Project site and legally dispose of demolished material. 2011 City Facilities Lighting Upgrade Project 60 Testing Test electrical equipment before it is energized and placed in service. Testing shall be performed by the Contractor in the presence of the Owners representative. Test lighting fixtures and electrical circuits for proper connection, continuity, and absence of undesirable shorts and grounds. Test wire and cable installation, when complete and seventy-two hours prior to energization of the system. Check for continuity, visual damage and marking. 8-20.3(5) Conduit Rigid steel conduit - with threaded ends, hot dipped galvanized or sheradized finish. IMC or aluminum is not allowed. Couplings shall be unsplit, NPT threaded steel cylinders with galvanizing equal to the conduit. Nipples shall be factory made through eight inches in length. Running threads will not be allowed. Electrical metallic tubing - galvanized steel. Couplings and connectors shall be compression type employing a split, corrugated ring and tightening nut. They shall be steel. Cast metal or malleable iron will not be acceptable. Connectors shall be complete with integral bushings and locknuts. Indent or set screw couplings and connectors are not acceptable. Flexible metal conduit - flexible, galvanized steel convolutions forming a continuous raceway. Aluminum will not be allowed. Connectors shall be galvanized steel, screw in grounding type with integral bushing and Iocknut. Liquid tight flexible metal conduit - flexible, galvanized steel convolutions forming a continuous raceway, covered by a liquid tight PVC layer. Connectors shall be galvanized steel, screw in, grounding type which has a ferrule which covers the end of the conduit inside and out. Raceway Fittings: Specifically designed for raceway type with which used. Raceway Application: Install electrical metallic tubing and flexible metal conduit for the circuits shown on the Drawings unless other raceways are shown or required by Code. Flexible metal conduit shall be used only as "whips" to lighting fixtures in lay -in ceilings. Flexible metal conduit length shall not exceed eighteen inches except at fixtures where "whips" may be up to six feet in length. Provide rigid steel conduit and (quid tight flexible metal conduit in wet locations above ground, for conduits run exposed outdoors on the building exterior or for conduits run exposed, above ground on the site. Boxes and Enclosures: Stamped steel, deep drawn one piece (without welds or tab connections), galvanized with knockouts for conduit or connector entrance. Junction and device boxes and fittings which are outdoors, below grade, or in wet or damp locations shall be galvanized cast iron or cast aluminum with threaded holes or hubs. 8-20.3(8) Wiring Conductors, No. 10 AWG and Smaller: Solid or stranded copper. 2011 City Facilities Lighting Upgrade Project 61 Conductors, Larger than No. 10 AWG: Stranded copper. Insulation: Thermoplastic, rated 600 V, 75 deg C minimum, Type THHN//THWN/XHHW, or USE depending on application. Provide USE insulation for underground runs. Color code conductors as follows: Basic color coding: 480Y/277 208Y/120 Phase volts volts A Brown Black B Orange Red C Yellow Blue Neutral Gray Gray Ground Green Green For 3 -wire, single phase circuits, use black and/or red with white neutral. Wire Connectors and Splices: Units of size, ampacity rating, material, type, and class suitable for service indicated. Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. SUPPORTING DEVICES Material: Cold -formed steel, with corrosion -resistant coating. Metal Items for Use Outdoors or in Damp Locations: Hot -dip galvanized steel. Slotted -Steel Channel: Flange edges turned toward web, and 9/16 -inch- diameter slotted holes at a maximum of 2 inches o.c., in webs. Strength rating to suit structural loading. Slotted Channel Fittings and Accessories: Recommended by the manufacturer for use with the type and size of channel with which used. Expansion Anchors: Carbon -steel wedge or sleeve type. Toggle Bolts: All -steel springhead type. Support raceway, equipment, and devices from framing members or building structure with sufficient clearance for maintenance and service. Provide backing plates, and/or framing material to support equipment, devices and materials which are located between the framing members which are part of the building or facility structure. 8-20.3(13)C Luminaires Provide lighting fixtures as listed in the lighting fixture schedule. Only fixtures which are listed on the Fixture Schedule shall be accepted. There shall be no visible labels, trademarks or monograms on the exterior of the lighting fixtures or on lens or diffusers. Fixtures shall be sealed to prevent light leaks at seams, joints or junctions visible in the installed condition. 2011 City Facilities Lighting Upgrade Project 62 Provide gaskets on all trims and housings of exterior or "wet" location fixtures. Non- corrosive type plaster rings, hangers, trim and hardware shall be provided in wet or outdoor locations. Hinged diffuser frames of recessed fluorescent fixtures, intended for finger operation, shall operate easily without use of tools. Latches for frames shall be spring loaded. Plastic diffusing media shall be one -hundred percent virgin acrylic plastic unless specified otherwise, not acrylic plastic. Approved manufacturers: Holophane, KSH Plastics, Carolite Plastics or Plaskolite, Inc. Minimum thickness one-eighth inch. Ballasts for fluorescent lamps shall be low ballast factor, high performance electronic, UL Class "P" with automatic reset integral protector device set to limit cast temperature to one - hundred -ten degrees Celsius maximum under abnormal conditions. Sound ratings shall be; sound rating "A" for F32 lamp. Ballast maximum input watt ratings per Ansi C82.2 method shall be as follows: 1 lamp F32T8-24 watts; 2 lamp F32T8-48 watts; 3 lamp F32T8-78 watts; 4 Tamp F32T8 96 watts. Ballast factor shall be 0.8 maximum. Ballasts shall be manufactured by Advance, Optanium programmed start series or approved equal. Low power factor ballasts shall meet with Pacific Power requirements as a qualifying product for the FinAnswer Express Incentive Program. Ballasts that are not noted as being low ballast factor on the fixture schedule for fluorescent lamps shall be electronic, UL Class "P" with automatic reset integral protector device set to limit cast temperature to one -hundred -ten degrees Celsius maximum under abnormal conditions. Sound ratings shall be; sound rating "A" for F32 lamp. Ballast maximum input watt ratings per Ansi C82.2 method shall be as follows: 1 lamp F32T8-38 watts; 2 lamp F32T8-71 watts; 3 lamp F32T8-90 watts; 4 lamp F32T8 112 watts. Ballasts shall be manufactured by Advance or Motorola. THD for ballasts shall be 10 per cent or less. Ballasts shall meet with Pacific Power requirements as a qualifying product for the FinAnswer Express Incentive Program. Where fluorescent fixtures are used in ambient temperatures below fifty degrees Fahrenheit, special low temperature ballasts shall be furnished in lieu of the standard temperature ballasts. Emergency ballasts shall be rated 1100 lumen output for T8 lamps and 550 lumen output for compact fluorescent lamps. Emergency ballasts shall be manufactured by Bodine or approved equal. In those ratings for which Certified Ballast Manufacturers Association (CBM) has issued specifications and which have been tested for compliance by ETL, furnish ballasts with CBM/ETL labels. Ballasts for high-intensity discharge lamps shall be pulse start, high-power factor, regulated and shall be suitable for the temperature range in which they are to be operated. Outdoor ballasts shall be weatherproof. Ballasts shall be individually fused by a fast acting, current limiting fuse coordinated with the ballast and lamp operating characteristics, so as to avoid false tripping, yet provide fault clearing before damage occurs to the fixture. They shall be Bussman Type HFL in-line fuse 2011 City Facilities Lighting Upgrade Project 63 holder and Bussman Type GLR fuse, sized at two -hundred percent of the ballast current rating. Lamps, including additional lamps required as replacements before the completion of the work, shall be furnished by the Contractor. Lamps shall be high performance (3150 lumens minimum) unless otherwise noted on the fixture schedule, manufactured by General Electric, Phillips, Ushio or Sylvania . Fluorescent lamps shall be color temperature 3500K. Adjust light fixtures as required - near piping, equipment, etc., to protect from physical damage and provide sufficient clearance to install lamps and to maintain lens, reflectors, ballasts, etc.. Where pendant or chain mounted fixtures are in conflict with ducts and piping, the Contractor shall coordinate the location and mounting heights of the fixtures to the available space left between the various ducts and piping. Adjust stem or chain lengths to suit actual field conditions where mounting heights to bottom of fixtures shown on Drawings are not possible. Install fixtures with supports, brackets and trim as recommended by the fixture manufacturer to suit the particular building construction and use. Align each fixture to ceiling structure. Fixtures installed in grid type ceiling with exposed T -bar construction shall have clips to hold fixture to T bars which prevent any relative lateral movement between fixture and the suspension system at any point on the fixture. Provide a minimum of two No. 10 iron wires per fixture, anchored securely to the supporting grid at each corner of the fixture and to the structural system above. Install surface mounted fixtures tight to the ceiling construction. Provide shims or spacers as required to keep surface mounted fixture from warping or twisting due to uneven surfaces. For suspended fixtures, use stems and chain attachments that cannot be displaced from hangers by an upward force. Fixture hangers and attachments on pendant or bracket mounted fluorescent fixtures shall be provided in addition to raceway connections. Provide a minimum of two per fixture at the quarter points for fixtures of eight feet or less. Provide a minimum of one stem or chain per eight feet plus one for fixtures in a continuous row. Maximum spacing of stems not to exceed nominal length of each fixture. Where more stems or hangers are recommended by the fixture manufacturer, they shall be installed. Fixtures in rows or grids shall be true to line. Fixtures in a common area shall be at the same level or grade. Install continuous runs of fixtures straight and true with joining straps, couplings, and nipples. Spacing for fixtures as dimensioned on the Drawings of the reflected ceiling plan must be maintained and shall not be arbitrarily changed because of ceiling pattern, etc.. Symbols on Drawings which are undimensioned show approximate locations and care shall be used to locate fixtures on centers of spaces, at the quarter points, or as indicated. Any changes in fixture layout must be approved by the Engineer, in writing. Surface and pendant fixtures shall be secured to ceiling system, roof structure or slabs with a fastener such as lag screw, lag bolt, toggle bolt, cinch anchor or stud to support the fixture plus one -hundred pounds at each support. Nails or similar fasteners are not approved for lighting fixture support. Fixtures shall not be supported from ceiling material other than structural or framing material. Provide supports, spacers, channels, etc., necessary to support lighting fixtures 2011 City Facilities Lighting Upgrade Project 64 where fixtures are located so that they cannot be connected directly to structure members. Provide additional framing to directly support fixtures where construction is such that mounting channels, strongbacks or bridging is required to support fixtures. Material for fixture support shall match the structure material. Support all fixtures weighing more than fifty pounds independently of outlet box. Do not support fluorescent fixtures with forty-eight inches or longer lamps from outlet box ears. Provide suitable fixture stud in box for each fixture. Support all surface mounted fixtures more than eighteen inches wide at or near each corner, in addition to support from outlet box. For heavy pendant mounted fixtures, where support independent of box is required and where conduit and outlet boxes are installed on surface, use safety swivel hanger with fixture stud. For fixtures suspended indoors from sloping surfaces, provide suitable aligners. Clean fixture lens, diffusers, enclosures on fixtures (including existing lighting fixtures to be relocated). Dirty enclosures, lens or diffusers shall be removed, washed and rinsed as recommended by fixture manufacturer. Install fluorescent bi-pin lamps in sockets after polarity, voltage and connections have been checked with a bi-pin tester or volt meter. Fluorescent bi-pin lamps shall be installed with correct rotation of lamps as indicated by indents or tabs. Lamps that fail before completion of the work shall be immediately replaced by the Contractor. The Contractor shall verify that polarity, voltage and connections are correct before relamping the fixture. ELECTRICAL IDENTIFICATION Identification Device Colors: Use those prescribed by ANSI A13.1, NFPA 70, and these Specifications. Tape Markers for Conductors: Vinyl or vinyl -cloth, self-adhesive, wraparound type with preprinted numbers and letters. Tag and label all circuits: identify source and circuit numbers in each cabinet, pull -box, junction box, and outlet box. Color -coding shall be used for voltage and phase identification. ELECTRICAL EQUIPMENT INSTALLATION Materials and Components: Install level, plumb, and parallel and perpendicular to other building systems and components, unless otherwise indicated. Equipment: Install to facilitate service, maintenance, and repair or replacement of components. Connect for ease of disconnecting, with minimum interference with other installations. 8-20.4 Measurement This section is supplemented with the following: No specific unit of measurement will apply to the lump sum item for Illumination Upgrade - but measurement will be for the sum total of all items for a complete system to be furnished and installed. 2011 City Facilities Lighting Upgrade Project 65 8-20.5 Payment The following item is added to this section: "Illumination Upgrade - ", lump sum. The lump sum contract price for "Illumination Upgrade - ", shall be full pay for all labor, material and equipment required to demolish and dispose of the existing lighting fixtures, and furnish and install the lighting fixtures as detailed in the Plans. 8-30 REPAIR OR REPLACEMENT (New Section) 8-30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf, reconnection or realignment of side services to the new sanitary sewer trunkline, or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 8-30.5 Payment Payment will be made for the following bid items: "Repair or Replacement", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 2011 City Facilities Lighting Upgrade Project 66 Rob McKenna ATTORNEY GENERAL OF WASHINGTON Administration Division PO Box 40100 • Olympia, WA 98504-0100 • (360) 753-6200 July 9, 2009 Set forth below are standard provisions that, where applicable, should be included in contracts and grants issued by state agencies where funds from the American Recovery and Reinvestment Act (ARRA) are being used. These provisions have been approved as to form by the Office of the Attorney General for the State of Washington. In addition to these provisions, there may be other provisions required by state or federal law depending upon the nature of the contract or grant and source of funds. As with any contract or grant, state agencies should consult with their assigned assistant attorneys general (AAG) for approval as to form for the contract or grant being issued. If state agencies have questions regarding these additional provisions required by ARRA, they should consult their assigned (AAG) or may contact Deputy Attorney General Christina Beusch at (360) 664-3801 or christinab@atg.wa.gov. ADDITIONAL PROVISIONS UNDER THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 Public Law 111-5 1. Recovery Act Reporting Requirements; Section 1512(c) of the Recovery Act [Contractor/Grantee] acknowledges and agrees that the American Recovery and Reinvestment Act of 2009, hereinafter "Recovery Act" places great emphasis on accountability and transparency in the use of taxpayer dollars. Among other things, it creates a new Recovery Accountability and Transparency Board and a new website -- Recovery.gov -- to provide information to the public, including access to detailed information on grants and contracts made with Recovery Act funds. [State Agency], as a recipient of Recovery Act funds, must comply with the Recovery Act's extensive reporting requirements, including quarterly financial and programmatic reporting due within 10 calendar days after the end of each calendar quarter. [State Agency] will require periodic reports from its sub -recipients in order to fulfill its reporting obligations. [Contractor/Grantees] receiving Recovery Act funds may expect that a standard form(s) and/or reporting mechanism will be made available at a future date. [Contractor/Grantee] agrees to provide to [State Agency] all reports, documentation, or other information, as may be required by [State Agency] to meet reporting obligations under the Recovery Act. [Contractors/Grantees] receipt of funds is contingent on [Contractor/Grantee] meeting the reporting requirements of Section 1512. Additional instructions and guidance regarding the required reporting will be provided as they become available. For planning purposes, however, [Contractors/Grantees] receiving Recovery Act funds should be aware that Recovery Act section 1512(c) provides: Recipient Reports- Not later than 10 days after the end of each calendar quarter, each recipient that received recovery funds from a Federal agency shall submit a report to that agency that contains— (1) The total amount of recovery funds received from that agency; ATTORNEY GENERAL OF WASHINGTON (2) The amount of recovery funds received that were expended or obligated to projects or activities; and (3) A detailed list of all projects or activities for which recovery funds were expended or obligated, including: (a) The name of the project or activity; (b) A description of the project or activity; (c) An evaluation of the completion status of the project or activity; (d) An estimate of the number of jobs created and the number of jobs retained by the project or activity; and (e) For infrastructure investments made by State and local governments, the purpose, total cost, and rationale of the agency for funding the infrastructure investment with funds made available under the Recovery Act, and name of the person to contact at the agency if there are concerns with the infrastructure investment. (4) Detailed information on any subcontracts or subgrants awarded by the recipient to include the data elements required to comply with the Federal Funding Accountability and Transparency Act of 2006 (Public Law 109-282), allowing aggregate reporting on awards below $25,000 or to individuals, as prescribed by the Director of the Office of Management and Budget. 2. Section 1512 of the Recovery Act: Registration with Central Contractor Registration (CCR) Recipients of funds under the Recovery Act shall register with the Central Contractor Registration (CCR) database at www.ccr.gov. This ensures consistent reporting of data about each entity and thereby makes data more useful to the public. In order to register in CCR, a valid Data Universal Numbering System (DUNS) Number is required and should be included on the cover page or other designated place in this agreement. 3. Section 1602 of the Recovery Act: Preference for Quick -Start Activities (if applicable) Section 1602 of the Recovery Act provides: In using funds made available in the Recovery Act for infrastructure investment, recipients shall give preference to activities that can be started and completed expeditiously, including a goal of using at least 50 percent of the funds for activities that can be initiated not later than 120 days after the date of the enactment of the Recovery Act. Recipients shall also use funds in a manner that maximizes job creation and economic benefit. 4. Section 1604 of the Recovery Act: Limit on Funds Section 1604 of the Recovery Act provides: None of the funds appropriated or otherwise made available in the Recovery Act may be used by any State or local government, or any private entity, for any casino or other gambling establishment, aquarium, zoo, golf course, or swimming pool. 5. Required Use of American Iron, Steel, and Manufactured Goods—Section 1605 of the American Recovery and Reinvestment Act of 2009 [Contractor/Grantee] shall comply with Section 1605 of the Recovery Act unless (1) compliance has been waived by the Federal Agency providing the funds; or (2) compliance with the Recovery Act conflicts with an international trade agreement. ATTORNEY GENERAL OF WASHINGTON A. Section 1605 of the Recovery Act provides: Use of American Iron, Steel, and Manufactured Goods. (a) None of the funds appropriated or otherwise made available by the Recovery Act may be used for a project for the construction, alteration, maintenance, or repair of a public building or public work unless all of the iron, steel, and manufactured goods used in the project are produced in the United States. (b) Subsection (a) shall not apply in any case or category of cases in which the head of the Federal department or agency involved finds that: (1) applying subsection (a) would be inconsistent with the public interest; (2) iron, steel, and the relevant manufactured goods are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; or (3) inclusion of iron, steel, and manufactured goods produced in the United States will increase the cost of the overall project by more than 25 percent. (c) If the head of a Federal department or agency determines that it is necessary to waive the application of subsection (a) based on a finding under subsection (b), the head of the department or agency shall publish in the Federal Register a detailed written justification as to why the provision is being waived. (d) This section shall be applied in a manner consistent with United States obligations under international agreements. B. International Trade Agreements. [Contracts/Grants] for the procurement of goods and services in the amount of $528,000 or more and for constructions services in the amount of $7,443,000 or more are covered by an international trade agreement and are therefore not subject to Section 1605. C. Waivers. [Contractor/Grantee] shall provide [State Agency] with information and applicable supporting data as may be required by [State Agency], to support any request for waiver of compliance with Section 1605 (b) of the Recovery Act. The following applies to requests for waivers submitted to [State Agency]. (a) Definitions. "Manufactured good" means a good brought to the construction site for incorporation into the building or work that has been: (1) Processed into a specific form and shape; or (2) Combined with other raw material to create a material that has different properties than the properties of the individual raw materials. "Public building" and "public work" means a public building of, and a public work of, a governmental entity (the United States; the District of Columbia; commonwealths, territories, and minor outlying islands of the United States; State and local governments; and multi - State, regional, or interstate entities which have governmental functions). These buildings and works may include, without limitation, bridges, dams, plants, highways, parkways, streets, subways, tunnels, sewers, mains, power lines, pumping stations, heavy generators, railways, airports, terminals, docks, piers, wharves, ways, lighthouses, buoys, jetties, breakwaters, levees, and canals, and the construction, alteration, maintenance, or repair of such buildings and works. ATTORNEY GENERAL OF WASHINGTON "Steel" means an alloy that includes at least 50 percent iron, between .02 and 2 percent carbon, and may include other elements. (b) Domestic preference. (1) This award term and condition implements Section 1605 of the Recovery Act of 2009 by requiring that all iron, steel, and manufactured goods used in the project are produced in the United States except as provided in paragraph (b)(3) of this term and condition. (2) This requirement does not apply to the material excepted by the Federal Government. (3) The award official may add other iron, steel, and/or manufactured goods to the list in paragraph (b)(2) of this term and condition if the Federal Government determines that: (i) The cost of the domestic iron, steel, and/or manufactured goods would be unreasonable. The cost of domestic iron, steel, or manufactured goods used in the project is unreasonable when the cumulative cost of such material will increase the cost of the overall project by more than 25 percent; (ii) The iron, steel, and/or manufactured good is not produced, or manufactured in the United States in sufficient and reasonably available quantities and of a satisfactory quality; or (iii) The application of the restriction of section 1605 of the Recovery Act would be inconsistent with the public interest. (c) Request for determination of inapplicability of Section 1605 of the Recovery Act. (1)(i) Any request to use foreign iron, steel, and/or manufactured goods in accordance with paragraph (b)(3) of this term and condition shall include adequate information for Federal Government evaluation of the request, including— (A) A description of the foreign and domestic iron, steel, and/or manufactured goods; (B) Unit of measure; (C) Quantity; (D) Cost; (E) Time of delivery or availability; (F) Location of the project; (G) Name and address of the proposed supplier; and (H) A detailed justification of the reason for use of foreign iron, steel, and/or manufactured goods cited in accordance with paragraph (b)(3) of this term and condition. (ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completed cost comparison table in the format in paragraph (d) of this term and condition. (iii) The cost of iron, steel, and/or manufactured goods material shall include all delivery costs to the construction site and any applicable duty. (iv) Any request for a determination submitted after Recovery Act funds have been obligated for a project for construction, alteration, maintenance, or repair shall explain why the [Contractor/Grantee] could not reasonably foresee the need for such determination and could not have requested the determination before the funds were obligated. (2) If the Federal Government determines after funds have been obligated for a project for construction, alteration, maintenance, or repair that an exception to section 1605 of the Recovery Act applies, the [State Agency] will amend the award to allow use of the foreign 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTORNEY GENERAL OF WASHINGTON iron, steel, and/or relevant manufactured goods. When the basis for the exception is nonavailability or public interest, the amended award shall reflect adjustment of the award amount, redistribution of budgeted funds, and/or other actions taken to cover costs associated with acquiring or using the foreign iron, steel, and/or relevant manufactured goods. When the basis for the exception is the unreasonable cost of the domestic iron, steel, or manufactured goods, the [State Agency] shall adjust the award amount or redistribute budgeted funds in accordance with requirements adopted pursuant to the Recovery Act. (3) Unless the Federal Government determines that an exception to section 1605 of the Recovery Act applies, use of foreign iron, steel, and/or manufactured goods is noncompliant with section 1605 of the American Recovery and Reinvestment Act. (d) Data. To permit evaluation of requests under paragraph (b) of this term and condition based on unreasonable cost, the following information and any applicable supporting data based on the survey of suppliers should be provided to [State Agency]: FOREIGN AND DOMESTIC ITEMS COST COMPARISON Description Unit of Measure Quantity Cost (Dollars)* Item 1: Foreign steel, iron, or manufactured good Domestic steel, iron, or manufactured good Item 2: Foreign steel, iron, or manufactured good Domestic steel, iron or manufactured good [List name, address, telephone number, email address, and contact for suppliers surveyed.] [Attach copy of response; if oral, attach summary.] [Include other applicable supporting information.] [*Include all delivery costs to the construction site.] 6. Wage Rate Requirements under Section 1606 of the American Recovery and Reinvestment Act of 2009 — Davis -Bacon Act All laborers and mechanics employed by [Contractor/Grantee] and [subcontractor/subgrantees] on projects funded directly by or assisted in whole or in part by and through the Federal Government pursuant to the Recovery Act, shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code (Davis -Bacon Act). With respect to the labor standards specified in this section, the Secretary of Labor shall have the authority and functions set forth in Reorganization Plan numbered 14 of 1950 (64 Stat. 1267, 5 U.S.C. App.) and section 3145 of title 40 United States Code. See U.S. Department of Labor, Wage and Hour Division website at http://www.dol.gov/esa/whd/contracts/dbra.htm . Wage determinations can be found at http://wvvw.wdol.gov. The [Contractor/Grantee] shall include this provision and require this provision to be contained in all [subcontracts/subgrants] for work performed under this [Contract/Grant]. ATTORNEY GENERAL OF WASHINGTON The work performed by this [Contract/Grant] may also be subject to the State's prevailing wage laws, Chapter 39.12 RCW. The [Contractor/Grantee] is advised to consult with the Washington State Department of Labor and Industries to determine the prevailing wages that must be paid. 7. Non -supplanting of State and Local Funds (if applicable -- consult the program solicitation and the special conditions in the award document) [Contractors/Grantees] must use federal funds to supplement existing State and local funds for program activities and must not replace (supplant) State or local funds that they have appropriated or allocated for the same purpose. Potential supplanting will be the subject of monitoring and audit. Violations may result in a range of penalties, including suspension of current and future funds under this program, suspension or debarment from federal grants, recoupment of monies provided under a grant, and civil and/or criminal penalties. For additional guidance regarding supplanting, refer to the information provided at http://www.oio.usdoi.00v/recovengsupolantinoquidance.htm. lantingquidance.htm. 8. Protection of Whistleblowers Prohibition on Reprisals: An employee of any non -Federal employer receiving covered funds under the Recovery Act may not be discharged, demoted, or otherwise discriminated against as a reprisal for disclosing, including a disclosure made in the ordinary course of an employee's duties, to the Accountability and Transparency Board, an inspector general, the Comptroller General, a member of Congress, a State or Federal regulatory or law enforcement agency, a person with supervisory authority over the employee (or other person working for the employer who has the authority to investigate, discover or terminate misconduct,) a court or grant jury, the head of a Federal agency, or their representatives information that the employee believes is evidence of: • Gross mismanagement of an agency contract or grant relating to covered funds; • Gross waste of covered funds; • Substantial and specific danger to public health or safety related to the implementation or use of covered funds; • Abuse of authority related to the implementation or use of covered funds; or • Violation of law, rule, or regulation related to an agency contract (including the competition for or negotiation of a contract) or grant, awarded or issued relating to covered funds. 9. ARRA - LISTING RECOVERY ACT JOBS WITH THE EMPLOYMENT SECURITY DEPARTMENT This [Contract/Grant] is funded with federal stimulus funds (under the American Recovery & Reinvestment Act), which has strict reporting requirements for funds spent and jobs created or retained (See Exhibit A, attached and incorporated into this Contract as additional instructions). All job openings created by the [Contractor /Grantee] for this project must be listed with the WorkSource system (an affiliate of the Employment Security Department) before hiring; all hiring decisions also must be reported to WorkSource. In addition, all [Sub-Contractors/Sub-Grantees] hired by the [Contractor/Grantee] also must be required to list jobs and report hiring results to WorkSource. Existing [Contractor/Grantee] or [Sub-Contractor/Sub-Grantee] employees who are retained using funds from this project also must be reported to WorkSource. WorkSource will pre-screen and refer qualified job candidates for the [Contractor's/Grantee's] consideration. The [Contractor/Grantee] also has the discretion to use other, additional recruitment systems and retains the right to make all hiring decisions. To begin the listing and reporting process, contact the ARRA Business Unit at 877-453-5906 (toll- free), 360-438-4849 or ARRA(a>esd.wagov. STANDARD PLANS January 3, 2011 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 09-013, effective January 3, 2011 is made a part of this contract. The Standard Plans are revised as follows: B-10.20 and B10.40 Substitute "step" in lieu of "handhold" on plan C-1 Note 6 is revised as follows: Type 1-_ is replaced with a blank (fill-in) following Type _- C -lb Note 5 is revised as follows: Type 1-_ is replaced with a blank (fill-in) following Type C-3, C -3B, C -3C Note 1 is revised as follows: replace reference F -2b with F-10.42 C-5 Note 1. Attach guardrail to bridge rail or concrete barrier with 7/8" diameter high strength bolts Standard Spec. 9-06.5(4), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. Is revised as follows: Attach guardrail to bridge rail or concrete barrier with 7/8" diameter bolts per Standard Spec. 9-06.5(4), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. C-7 Note 2. Attach guardrail to bridge rail or concrete barrier with 7/8" diameter high strength bolts (Standard Spec. 9-06.5(4)), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. Is revised as follows: Attach guardrail to bridge rail or concrete barrier with 7/8" diameter bolts (5 MIN.) per Standard Spec. 9-06.5(4), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. C -7a Note 1. Attach guardrail to bridge rail or concrete barrier with 7/8" diameter high strength bolts (Standard Spec. 9-06.5(4)), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. Is revised as follows: Attach guardrail to bridge rail or concrete barrier with 7/8" diameter bolts (5 MIN.) per Standard Spec. 9-06.5(4), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. 2011 City Facilities Lighting Upgrade Project 73 C -14a SECTION B, callout - 1'/2, PVC CONDUIT (TYP.) is revised to read: 1'/a" PVC CONDUIT (TYP.) callout (mark) 8 #9 - 36" (TYP.) is revised to read: callout (mark) 8 #8 - 36" (TYP.) EPDXY BAR EXPANSION JOINT DETAIL, callout (mark) W #9 (epoxy coated symbol) - 36" (TYP.) is revised to read: callout (mark) 8 #8 (epoxy coated symbol) - 36" (TYP.) C20.40 Plan View, Remove (Cases 19A & B-31) (Case 20-31) (case 21-31) from the span dimension D-3 Sheet 1, Key Note 1, the term "Low Survivability" is revised to "Moderate Survivability" D -3b Key Note 7,reference D -3a is revised to D-3.10 TYPICAL SECTION, lower left corner, reference D -3a is revised to D-3.10 D -3c Key Note 7,reference D -3a is revised to D-3.10 TYPICAL SECTION, lower left corner, references (2x) D -3a are revised to D-3.10 G-24.40 Existing callout - CORNER BOLT (TYP.) New callout - CORNER BOLT OR SHOULDER BOLT (TYP.) G-24.60 ELEVATION, upper left corner, callout W6x12 STEEL SIGN POST (TYP.) is revised to read: STEEL SIGN POST (TYP.)-(See Contract Plans for Post Sizes) ELEVATION, upper center, callout Steel Sign Post- (W6x12 through W10x26-See Contract) is revised to read: Steel Sign Post (Typ.)-(See Contract Plans for Post Sizes) Both Elevations, dimension for "post height" should be to the top of the post not the sign J -1f Note 2, reference to J -7d is revised to J-15.15 J -3b Sheet 2 of 2, Plan View of Service Cabinet, Boxed Note, "SEE STANDARD PLAN J -6C..." is revised to read: "SEE STANDARD PLAN J-10.10..." J -7c Note 3, reference to J -7d is revised to J-15.15 J-10.10 Sheet 1,PIan Note 11. If the slope is 3H:1V or steeper, special considerations may be necessary for safety reasons. Easier access using a stairway may be used. See Plan Sheet Library RD -15 for details. Coordinate with Maintenance and Project Engineer. Is revised to read as follows: 2011 City Facilities Lighting Upgrade Project 74 If the slope is 3H:1V or steeper, special considerations may be necessary for safety reasons. Easier access using a stairway may be prudent. Contact WSDOT Bridge and Structures office for stairway design. J -16b Key Note 1, reference to J -16a is revised to J-40.36 J -16c Key Note 1, reference to J -16a is revised to J-40.36 J-20.10 Sheet 2, 2 -Way Mounting Angle Detail, Dimension 1.625" is revised to 1.8125" Dimension 2.375" is revised to 2.1875" J-21.10 Sheet 1, Detail C, callout 4-3/4" x 2'-6" Anchor Bolt (Typ.)—ASTM A-307 or F 1554 GR 36 (See Note 4) is revised to 3/4" x 2'-6" Anchor Bolt (Typ. of 4)—ASTM A-307 or F 1554 GR 36 (See Note 4) Sheet 2, Detail F, callout 3-3/4" x 2'-6"x4" Anchor Bolt (Typ.)—ASTM A-307 or F 1554 GR 36 (See Note 4) is revised to 3/4" x 2'-6" Anchor Bolt (Typ. of 3)—ASTM A-307 or F 1554 GR 36 (See Note 4) K-80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K-80.35 L-20.10, Sheet 1 Delete all references to tension cable and substitute tension wire. Add knuckled selvage is required on the top edge of the fence fabric. L-20.10, Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. L-30.10, Sheet 1 Delete all references to tension cable and substitute tension wire. L-30.10, Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. M-1.60 COLLECTOR DISTRIBUTOR ROAD OFF- CONNECTION, taper dimensions of 225' MIN. is changed to 300' MIN. M-65.10 PERSPECTIVE VIEW, add dim. "SEE NOTE 1" to right side of PERSPECTIVE VIEW.. To clarify that the requirement must be met on both sides of the roadway 2011 City Facilities Lighting Upgrade Project 75 The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00 8/07/07 A-30.35-00 10/12/07 A-50.20-01.......9/22/09 A-10.20-00 10/05/07 A-40.00-00 8/11/09 A-50.30-00.....11/17/08 A-10.30-00 10/05/07 A-40.10-01 8/11/09 A-50.40-00.....11/17/08 A-20.10-00 8/31/07 A-40.15-00 8/11/09 A-60.10-01 10/14/09 A-30.10-00 11/08/07 A-40.20-00 9/20/07 A-60.20-01 8/11/09 A-30.15-00 11/08/07 A-40.50-00 11/08/07 A-60.30-00 11/08/07 A-30.30-00 11/08/07 A-50.10-00 11/17/08 A-60.40-00 8/31/07 B-5.20-00 6/01/06 B-30.50-00 6/01/06 B-75.20-01 6/10/08 B-5.40-00 6/01/06 B-30.70-01 8/31/07 B-75.50-01 6/10/08 B-5.60-00 6/01/06 B-30.80-00 6/08/06 B-75.60-00 6/08/06 B-10.20-00 6/01/06 B-30.90-01 9/20/07 B-80.20-00 6/08/06 B-10.40-00 6/01/06 B-35.20-00 6/08/06 B-80.40-00 6/01/06 B-10.60-00 6/08/06 B-35.40-00 6/08/06 B-82.20-00 6/01/06 B-15.20-00 6/01/06 B-40.20-00 6/01/06 B-85.10-01 6/10/08 B-15.40-00 6/01/06 B-40.40-01 6/16/10 B-85.20-00 6/01/06 B-15.60-00 6/01/06 B-45.20-00 6/01/06 B-85.30-00 6/01/06 B-20.20-01 11/21/06 B-45.40-00 6/01/06 B-85.40-00 6/08/06 B-20.40-02 6/10/08 B-50.20-00 6/01/06 B-85.50-01 6/10/08 B-20.60-02 6/10/08 B-55.20-00 6/01/06 B-90.10-00 6/08/06 B-25.20-00 6/08/06 B-60.20-00 6/08/06 B-90.20-00 6/08/06 B-25.60-00 6/01/06 B-60.40-00 6/01/06 B-90.30-00 6/08/06 B-30.10-00 6/08/06 B-65.20-00 6/01/06 B-90.40-00 6/08/06 B-30.20-01 11/21/06 B-65.40-00 6/01/06 B-90.50-00 6/08/06 B-30.30-00 6/01/06 B-70.20-00 6/01/06 B-95.20-01 2/03/09 B-30.40-00 6/01/06 B-70.60-00 6/01/06 B-95.40-00 6/08/06 0-1 2/10/09 C -4e 2/20/03 C -14i 2/10/09 C -la 10/14/09 C -4f 6/30/04 C -14j 12/02/03 C-1 b 6/3/10 C-5 10/14/09 C -14k 2/10/09 C-1 c 5/30/97 C-6 5/30/97 C -15a 7/3/08 0-1d 10/31/03 C -6a 10/14/09 C -15b 7/3/08 C-2 1/06/00 C -6c 1/06/00 C -16a 6/3/10 C -2a 6/21/06 C -6d 5/30/97 C -16b 6/3/10 C -2b 6/21/06 C -6f 7/25/97 0-20.14-01 10/14/09 0-2c 6/21/06 0-7 10/31/03 0-20.15-00 10/14/09 C -2d 6/21/06 0-7a 10/31/03 0-20.18-00 10/14/09 C -2e 6/21/06 0-8 2/10/09 0-20.19-00 10/14/09 C -2f 3/14/97 C -8a 7/25/97 0-20.40-01 10/14/09 0-2g 7/27/01 C -8b 2/10/09 0-20.42-01 10/14/09 0-2h 3/28/97 0-8e 2/21/07 0-22.14-01 6/3/10 C -2i 3/28/97 C -8f 6/30/04 0-22.16-01 6/3/10 C -2j 6/12/98 0-10 6/3/10 0-22.40-02 6/16/10 0-2k 7/27/01 0-13 7/3/08 0-23.60-01 10/14/09 C -2n 7/27/01 C -13a 7/3/08 0-25.18-01 9/20/07 C -2o 7/13/01 C -13b 7/3/08 0-25.20-04 10/14/09 C -2p 10/31/03 C -13c 7/3/08 0-25.22-03 10/14/09 2011 City Facilities Lighting Upgrade Project 76 C-3 10/04/05 C -3a 10/04/05 C -3b 10/04/05 C -3c 6/21/06 C -4b 6/08/06 C -4b 6/08/06 D-2.02-00 11/10/05 D-2.04-00 11/10/05 D-2.06-01 1/06/09 D-2.08-00 11/10/05 D-2.10-00 11/10/05 D-2.12-00 11/10/05 D-2.14-00 11/10/05 D-2.16-00 11/10/05 D-2.18-00 11/10/05 D-2.20-00 11/10/05 D-2.30-00 11/10/05 D-2.32-00 11/10/05 D-2.34-01 1/06/09 D-2.36-02 1/06/09 D-2.38-00 11/10/05 D-2.40-00 11/10/05 D-2.42-00 11/10/05 E-1 2/21/07 E-2 5/29/98 F-10.12-01 6/3/10 F-10.16-00 12/20/06 F-10.40-01 7/3/08 F-10.42-00 1/23/07 F-80.10-01 6/3/10 G-10.10-00 9/20/07 G-20.10-00 9/20/07 G-22.10-01 7/3/08 G-24.10-00 11/08/07 G-24.20-00 11/08/07 G-24.30-00 11/08/07 G-24.40-01 12/02/08 G-24.50-00 11/08/07 H-10.10-00 7/3/08 H-10.15-00 7/3/08 H-30.10-00 10/12/07 1-10.10-01 8/11/09 1-30.10-01 8/11/09 1-30.15-00 8/11/09 1-30.20-00 9/20/07 C -14a 7/3/08 0-25.26-01 10/14/09 C -14b 7/26/02 C-25.80-01 7/3/08 C -14c 7/3/08 0-28.40-00 2/06/07 C -14d 7/3/08 0-40.14-01 6/3/10 C -14e 7/3/08 0-40.16-01 6/3/10 0-14h 2/10/09 0-40.18-01 10/14/09 C-90.10-00 7/3/08 0-2.44-00 11/10/05 D-3.11-00 6/16/10 D-2.46-00 11/10/05 D -3b 6/30/04 D-2.48-00 11/10/05 D -3c 6/30/04 D-2.60-00 11/10/05 0-4 12/11/98 D-2.62-00 11/10/05 0-6 6/19/98 D-2.64-01 1/06/09 D-10.10-01 12/02/08 D-2.66-00 11/10/05 D-10.15-01 12/02/08 0-2.68-00 11/10/05 D-10.20-00 7/8/08 D-2.78-00 11/10/05 D-10.25-00 7/8/08 D-2.80-00 11/10/05 0-10.30-00 7/8/08 D-2.82-00 11/10/05 0-10.35-00 7/8/08 0-2.84-00 11/10/05 D-10.40-01 12/02/08 D-2.86-00 11/10/05 D-10.45-01 12/02/08 D-2.88-00 11/10/05 D-15.10-01 12/02/08 D-2.92-00 11/10/05 0-15.20-01 1/06/09 D-3 6/16/10 0-15.30-01 12/02/08 D-3.10-00 6/16/10 E-4 8/27/03 E -4a 8/27/03 F-10.62-01 9/05/07 F-40.14-01 6/3/10 F-10.64-02 7/3/08 F-40.15-01 6/3/10 F-30.10-01 6/3/10 F-40.16-01 6/3/10 F-40.12-01 6/3/10 F-45.10-00 6/3/10 G-24.60-00 11/08/07 G-70.20-00 10/5/07 G-25.10-01 1/06/09 G-70.30-00 10/5/07 G-30.10-00 11/08/07 G-90.10-00 1/06/09 G-50.10-00 11/08/07 G-90.20-00 1/06/09 G-60.10-00 8/31/07 G-90.30-00... .. 1/06/09 G-60.20-00 8/31/07 G-90.40-01.....10/14/09 G-60.30-00 8/31/07 G-95.10-00 11/08/07 G-70.10-00 10/5/07 G-95.20-01 7/10/08 G-95.30-01 7/10/08 H-32.10-00 9/20/07 H-70.10-00 9/05/07 H-60.10-01 7/3/08 H-70.20-00 9/05/07 H-60.20-01 7/3/08 H-70.30-01 11/17/08 1-30.40-00 10/12/07 1-50.20-00 8/31/07 1-30.50-00 11/14/07 1-60.10-00 8/31/07 1-40.10-00 9/20/07 1-60.20-00 8/31/07 1-40.20-00 9/20/07 1-80.10-01 8/11/09 2011 City Facilities Lighting Upgrade Project 77 1-30.30-00 9/20/07 J-lf 6/23/00 J-3 8/01/97 J -3b 3/04/05 J -3c 6/24/02 J -3d 11/05/03 J -7c 6/19/98 J -8a 5/20/04 J -8b 5/20/04 J -8c 5/20/04 J -8d 5/20/04 J -9a 4/24/98 J-10 7/18/97 J-10.10-00 6/16/10 J-11 b 9/02/05 J-12 2/10/09 J-15.15-00 6/16/10 J -16b 2/10/09 J -16c 2/10/09 J-18 2/10/09 J-19 2/10/09 K-10.20-01 10/12/07 K-10.40-00 2/15/07 K-20.20-01 10/12/07 K-20.40-00 2/15/07 K-20.60-00 2/15/07 K-22.20-01 10/12/07 K-24.20-00 2/15/07 K-24.40-01 10/12/07 K-24.60-00 2/15/07 K-24.80-01 10/12/07 K-26.20-00 2/15/07 L-10.10-00 2/21/07 L-20.10-00 2/07/07 L-30.10-00 2/07/07 M-1.20-01 1/30/07 M-1.40-01 1/30/07 M-1.60-01 1/30/07 M-1.80-02 8/31/07 M-2.20-01 1/30/07 M-2.40-01 1/30/07 M-2.60-01 1/30/07 M-3.10-02 2/10/09 M-3.20-01 1/30/07 M-3.30-02 2/10/09 M-3.40-02 2/10/09 M-3.50-01 1/30/07 M-5.10-01 1/30/07 1-50.10-00 9/20/07 J-20 9/02/05 J-28.40-01 J-20.10-00 10/14/09 J-28.42-00 J-20.15-00 10/14/09 J-28.45-00 J-20.16-00 10/14/09 J-28.50-01 J-20.20-00 10/14/09 J-28.60-00 J-20.26-00 10/14/09 J-28.70-00 J-21.10-01 6/3/10 J-40.10-01. J-21.15-00 10/14/09 J-40.30-01 J-21.16-00 10/14/09 J-40.36-00 J-21.17-00 10/14/09 J-40.37-00 J-21.20-00 10/14/09 J-60.13-00 J-22.15-00 10/14/09 J-60.14-00 J-22.16-01 6/3/10 J-75.10-00 J-26.10-00 6/16/10 J-75.20-00 J-26.15-00 6/16/10 J-75.30-00 J-28.10-00 8/07/07 J-75.40-00 J-28.22-00 8/07/07 J-75.45-00 J-28.24-00 8/07/07 J-90.10-00 J-28.26-01 12/02/08 J-90.20-00 J-28.30-01 10/14/09 10/14/09 8/07/07 8/07/07 6/16/10 8/07/07 11/08/07 .10/14/09 6/3/10 6/3/10 6/3/10 6/16/10 6/16/10 2/10/09 2/10/09 2/10/09 10/14/09 10/14/09 2/10/09 2/10/09 2/15/07 2/15/07 2/15/07 7/3/08 2/15/07 2/15/07 2/21/07 12/20/06 2/21/07 2/21/07 2/21/07 5/21/08 5/21/08 2/06/07 6/3/10 0/12/07 9/20/07 9/20/07 9/20/07 9/20/07 9/05/07 2/03/09 5/21/08 6/10/08 6/10/08 6/10/08 K-26.40-01 10/12/07 K-40.60-00 K-30.20-00 2/15/07 K-40.80-00 K-30.40-01 10/12/07 K-55.20-00 K-32.20-00 2/15/07 K-60.20-02 K-32.40-00 2/15/07 K-60.40-00 K-32.60-00 2/15/07 K-70.20-00 K-32.80-00 2/15/07 K-80.10-00 K-34.20-00 2/15/07 K-80.20-00 K-36.20-00 2/15/07 K-80.30-00 K-40.20-00 2/15/07 K-80.35-00 K-40.40-00 2/15/07 K-80.37-00 L-40.10-00 2/21/07 L-70.10-01 L-40.15-00 2/21/07 L-70.20-01 L-40.20-00 2/21/07 M-7.50-01 1/30/07 M-24.60-02 M-9.50-01 1/30/07 M-40.10-01 M-9.60-00 2/10/09 M-40.20-00...1 M-11.10-01 1/30/07 M-40.30-00 M-15.10-01 2/06/07 M-40.40-00 M-17.10-02 7/3/08 M-40.50-00 M-20.10-01 1/30/07 M-40.60-00 M-20.20-01 1/30/07 M-60.10-00 M-20.30-02 10/14/09 M-60.20-01 M-20.40-01 1/30/07 M-65.10-01 M-20.50-01 1/30/07 M-80.10-00 M-24.20-01 5/31/06 M-80.20-00 M-24.40-01 5/31/06 M-80.30-00 2011 City Facilities Lighting Upgrade Project 78 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 10 day of JUNE , 2011, by and between the City of Yakima, hereinafter called the Owner, and /<v &',i ;.s ELE[-774/Ca 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: $ 153s /11°4.', for City Facility Lighting Upgrade, City No. 199, all in accordance with, and as described in the attached plans and specifications and the 2010 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 Eighty (80) working days. If work has not commenced within the ten (10) days after the notice to proceed, the first chargeable working day shall be the eleventh (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. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from The Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV. The Contractor for himself, and for his 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. V. 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 /12 day of �44 2011. Knc ber5 Ftec -r'ic ,aL.. ,a (A) B Corporation Contractor By: w!///%Z- ./ i City Manager Attest: 2011 City Facilities Lighting Upgrade Project MT -GM . Knobe-1 Its: Pc—PS; (1enA- (Print Name) (President, Owner, etc.) Address: g01 .TP.nnc <A-1— Lane Yc(Kt m(0,0 A qi �9oi 79 • • • 2011 City Facilities Lighting Upgrade Project 80 1 1 1 1 1 1 1 1 M 1 1 1 1 1 1 1 1 PERFORMANCE BOND BOND TO CITY OF YAKIMA BOND #58671457 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, KNOBEL' S ELECTRIC , INC . a WASHINGTON 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 $ 153, 004.54 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 2OTtlay of MAY , 20 11 Never -the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on , 20 , 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 , and providing for CITY FACILITIES LIGHTING (which contract is referred to herein and is made a part hereof as though attached hereto), and, UPGRADE 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 KNOBELS 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, their 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 faiiure of performance as specified in said contract or from defects developing in the material or workmanship provided or performed under said;contract,: then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Approved as to : 01,//4// Attorney) KNOBEL'S ELECTRIC, INC. (Contra r) By: /4: t aI-frdP.kry3be) (Print Name) Its: 'Pr eStde (President, Owner, etc...) WESTERN SURETY COMPANY (Print Name) Its: ATTORNEY—IN—FACT 2011 City Facilities Lighting Upgrade Project 81 • 1 1 1 1 1 1 1 1 1 • i • 2011 City Facilities Lighting Upgrade Project 82 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 14, 1 1 1 1 1 1 1 1 1 • • 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 0 does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Tammy R Mc Kee, Traci L Sullivan, Shelley A Burnham, Lisa M Daley, Tanya M Hicks, 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 0 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 12th day of April, 2011. State of South Dakota County of Minnehaha } 55 WESTERN SURETY COMPANY Paul Bruflat, Senior Vice President On this 12th day of April, 2011. before me personally came Paul T. Brutlat, 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 decd of said corporation. My commission expires November 30, 2012 +.,...,,,,,,,,,,,,,s,,,,,,,,...,,,+ s D. KRELL s s�NOTARY PUBLIC �� 6 s SOUTH DAKOTA SEdA� s +.0,,,,,,,,,., ,,,,,,,,,,,,,,,%%%%.,..,%.0, + CERTIFICATE D. Krell, No iry Public 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 corporatio printed on the reverse hereof is still in force. In testimon whereof I have hereunto subscribed my name and affixed the seal of the said corporation this day of \/ I Form F4280-09-06 WESTERN SURETY COMPANY 2414Lirrt'j L. Nelson, Assistant Secretary 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. • 1 1 1 1 1 1 1 1 • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 '4R o CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 5/25/2011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES IVELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED EPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Conover Insurance, Inc. 125 N. 50th Ave. P.O. Box 10088 Yakima WA 98909-1088 CONTACT NAME: Tammy McKee (A/cC.No Ext): (509) 965-2090 wc,No): (509)966-3454 E-MAILDSS: t ammym®conoverinsurance.com PRODUCER p0010713 CUSTOMER ID #. INSURER(S) AFFORDING COVERAGE NAIC # INSURED Knobel's Electric Inc. 801 Tennant Lane Yakima WA 98901 INSURERA National Fire Insurance 20478 INSURER B :Continental Casualty Co. 20443c INSURERc:Transportation Insurance Co. 20494c INSURERD: X INSURER E : $ 100,000 INSURER F: CLAIMS -MADE X IFICATE NUMBERStaster • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MMIDD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A III7 GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY 4026671425 1/1/2011 1/1/2012 EACH OCCURRENCE $ 1,000,000 X DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 5,000 PERSONAL &ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES POLICY X TET- PER: LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS$ NON -OWNED AUTOS 4026671411 1/1/2011 1/1/2012 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) X Non -owned $ 1,000,000 Underinsured motorist $ 1,000,000 C X - UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE 4026671439 1/1/2011 1/1/2012 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ DEDUCTIBLE RETENTION $ 10,000 $ _ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITYY ANY PROPRIETOR/PARTNER/EXECUTIVE EXCLUDED? (Mandatory In NH) If yes, describe under OF OPERATIONS / N N / A 4026671425 WA S top Gap 1/1/2011 1/1/2012 WC STATU- OTH- TORY LIMITS ER E.L.OFFICER/MEMBER EACH ACCIDENT $ 1,000,000 below E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project: City Facilities Lighting Upgrade The City of Yakima, its agents, employees, volunteers, and elected and appointed officials are named as additional insured as respects work performed by the named insured. Per Form G140331B attached. Aggregate Limits per Project applies per form G -18652-H attached. Replaces certificate issued 5/20/11. CANCELLATION City of Yakima 4111 129 N. 2nd Street Yakima, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE John Cockrell/TAMMYM e - — - 'ACORD 25 (2009/09) INS025 (200909) © 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD • THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE (OPTIONAL) Name of Additional Insured Person(s) Or Organizations (As required by written contract/agreement per Paragraph A. below.) Location(s) of Covered Operations (As per the written contract/agreement, provided the location is within the "coverage territory"of this Coverage Part.) (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. Section II - Who Is An Insured is amended to include as an additional insured any person(s) or organization (s), including any person or organization shown in the Schedule above, whom you are required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided: a. The written contractor written agreement was executed prior to: 1. The "bodily injury" or "property damage"; or 2. The offense that caused the "personal and advertising injury" for which the additional insured seeks coverage under this Coverage Part; and b. The written contract or written agreement pertains to your ongoing operations or "your work" for the additional insured(s). B. The insurance provided to the additional insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for "bodily injury," "property damage," or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured(s) or c. "Your work" that is included in the "products -completed operations. hazard" and performed for the additional insured, but only if this Coverage Part provides such coverage, and only if the written contract or written agreement requires you to provide the additional insured such coverage. 2. However, we will not provide the additional insured any broader coverage or any higher limit of insurance than the least of those: a. Required by the written contract or written agreement; b. Described.in B.1. above; or c. Afforded to you under this policy. 1 1 1 1 1 1 1 1 1 • 1 1 1 1 1 1 1 i� • 3. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract or agreement requires this insurance to be primary. In that event, this insurance will be primary relative to insurance which covers the additional insured as a named insured. We will not require contribution from such insurance if the written contract or written agreement also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. 4. The insurance provided to the additional insured terminates when your operations for the additional insured are complete. But if the written contract or written agreement specifies a date until which this insurance must apply, then this insurance terminates: a. On the date specified in the written contract or written agreement; or b. When this policy expires or is cancelled, whichever occurs first. C. With respect to the insurance afforded to the additional insured, the following additional exclusions apply. This insurance does not apply to: 1. "Bodily injury," "property damage," or "personal and advertising.injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and b. Supervisory, inspection, architectural or engineering activities. 2. "Bodily injury," "property damage," or "personal and advertising injury" arising out of any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. D. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an "occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; (2) Tender the defense and indemnity of any claim or "suit" to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part; (3) Except as provided in Paragraph B.3 of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; and (4) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or "suit." We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit." 2. With respect only to the insurance provided by this endorsement, the first sentence of Paragraph 4.a. of the Other Insurance Condition is deleted and replaced with the following: 4. Other Insurance a. Primary Insurance This• insurance is primary and non-contributory except when rendered excess by this endorsement, or when Paragraph b. below applies. E. The provisions of the written contract or written agreement do not in any way broaden or amend this Coverage Part. 00020072834050030023677272519 1 CNA G -18652-H (Ed. 01/06) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS' GENERAL LIABILITY EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Coverage afforded under this extension of coverage endorsement does not apply to any person or organization covered as an additional insured on any other endorsement now or hereafter attached to this Coverage Part. 1. MISCELLANEOUS ADDITIONAL INSUREDS WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization (called additional insured) described in paragraphs 2.a. through 2.g. below whom you are required to add as an additional insured on this policy under a written contract or agreement but the written contract or agreement must be: 1. Currently in effect or becoming effective during the term of this policy; and 2. Executed prior to the 'bodily injury,* 'property damage' or 'personal injury and advertising injury,' but Only the following persons or organizations are additional insureds under this endorsement and coverage provided to such additional insureds is limited as provided herein: a. State or Political Subdivisions A state or political subdivision subject to the following provisions: (1) This insurance applies only with respect to the following hazards for which the state or political subdivision has issued a permit in connection with premises you own, rent, or control and to which this insurance applies: G -18652-H (Ed. 01/06) (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or (b) The construction, erection, or removal of elevators; or (2) This insurance applies only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit. This insurance does not apply to °bodily injury,' 'property damage° or "personal and advertising injury" arising out of operations performed for the state or municipality. b. Controlling Interest Any persons or organizations with a controlling interest in you but only with respect to their liability arising out of: (1) Their financial control of you; or (2) Premises they. own, maintain, or control while you lease or occupy these premises. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for such additional insured. c. Managers or Lessors of Premises A manager or lessor of premises but only with respect to liability arising out of the ownership, maintenance or use of that specific part of the premises leased to you and subject to the following additional exclusions: This insurance does not apply to: (1) Any 'occurrence" which takes place after you cease to be a tenant in that premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. d. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver but only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of a premises by you. This insurance does not apply to structural alterations, new construction or demolition operations performed by or for such additional insured. Page 1 of 7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • e. Owners/Other Interests — Land is Leased An owner or other interest from whom land has been leased by you but only with respect to liability arising out of the ownership, maintenance or use of that specific part of the land leased to you and subject to the following additional exclusions: This insurance does not apply to: (1) Any °occurrence" which takes place after you cease to lease that land; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. f. Co-owner of Insured Premises A co-owner of a premises co -owned by you and covered under this insurance but only with respect to the co-owners liability as co-owner of such premises. Lessor of Equipment Any person or organization from whom you lease equipment. Such person or organization are insureds only with respect to their liability arising out of the maintenance, operation or use by. you of equipment leased to you by such person or organization. A person's or organization's status as an insured under this endorsement ends when their written contract or agreement with you for such leased equipment ends, With respect to the insurance afforded these additional insureds, the following additional exclusions apply: This insurance does not apply: (1) To any °occurrence" which takes place after the equipment lease expires; or (2) To "bodily injury", "property damage", or "personal and advertising injury" arising out of the sole negligence of such additional insured. Any insurance provided to an additional insured designated under paragraphs a. through g. above does not apply to "bodily injury" or "property damage° included within the "products -completed operations hazard". As respects the coverage provided under this endorsement, Paragraph 4.b. SECTION IV — COMMERCIAL GENERAL LIABILITY g. G -18652-H (Ed. 01/06) G -18652-H (Ed. 01/06) CONDITIONS is deleted and replaced with the following: 4. Other Insurance b. Excess lnsurance This insurance is excess over: Any other insurance naming the additional insured as an insured whether primary, excess, contingent or on any other basis unless a written contract or agreement specifically requires that this insurance be either primary or primary and noncontributing. Where required by written contract or agreement, we will consider any other insurance maintained by the additional insured for injury or damage covered by this endorsement to be excess and noncontributing with this insurance. 2. EMPLOYEES AS INSUREDS — HEALTH CARE SERVICES Paragraph 2.a.(1)(d) of Section II — Who Is An Insured is deleted. 3. JOINT VENTURES / PARTNERSHIP / LIMITED LIABILITY COMPANY COVERAGE A. The following is added to Section II — Who Is An Insured: 4. You are an insured when you had an interest in a joint venture, partnership or limited liability company which terminated or ended prior to or during this policy period but only to the extent of your interest in such joint venture, partnership or limited liability company. This coverage does not apply: a. Prior to the termination date of any joint venture, partnership or limited liability company; or b. If there is other valid and collectible insurance purchased specifically to insure the partnership, joint venture or limited liability company. c. To a joint venture, partnership or limited liability company which is or was insured under a "consolidated (wrap-up) insurance program". "Consolidated (wrap-up) insurance program' means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, otherwise referred to as an Owner Controlled Page 2 of 7 1 1 1 1 1 1 1 1 1 1 Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P,). B. The last paragraph of Section 1I – Who Is An Insured is deleted and replaced by the following: Except as provided in 4. above, no person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. 4. EXPANDED PERSONAL AND ADVERTISING INJURY A. The following is added to Section V – Definitions, the definition of "Personal and advertising injury": h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is: (1) Not done intentionally by or at the direction of: (a) The insured; or (b) Any "executive officer", director, stockholder, partner, member or manager (if you are a limited liability company) of the insured; and (2) Not directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person or persons by any insured. B. Exclusions of Section 1– Coverage B –Personal and Advertising Injury Liability is amended to include the following; p. Discrimination Relating To Room, Dwelling or Premises Caused by discrimination directly or indirectly related to the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any room, dwelling or premises by or at the direction of any insured. q. Fines Or Penalties Fines or penalties levied or imposed by a governmental entity because of discrimination. C. This provision 4. (EXPANDED PERSONAL AND ADVERTISING INJURY COVERAGE) does not apply to discrimination or humiliation committed in the states of New York or Ohio. Also, EXPANDED PERSONAL AND ADVERTISING INJURY G -18652-H (Ed. 01/06) G -18652-H (Ed. 01/06) COVERAGE does not apply to policies issued in the states of New York or Ohio. D. This provision 4. (EXPANDED PERSONAL AND ADVERTISING INJURY COVERAGE) does not apply if Section I – Coverage B – Personal And Advertising Injury Liability is excluded either by the provisions of the Coverage Part or by endorsement. 5. MEDICAL PAYMENTS A. Paragraph 7. Medical Expense Limit, of Section III – Limits of Insurance is deleted and replaced by the following: 7. Subject to 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most we will pay under Section – I – Coverage C for all medical expenses because of "bodily injury" sustained by any one person. The Medical Expense Limit is the greater of: (1) $15,000; or (2) The amount. .shown:: in the Declarations for Medical Expense Limit. B. This provision 5. (Medical Payments) does not apply if Section I – Coverage C Medical Payments is excluded either by the provisions of the Coverage Part or by endorsement. C. Paragraph 1 .a.(3)(2) of Section 1 – Coverage C – Medical Payments, is replaced by the following: The expenses are incurred and reported to us within three years of the date of the accident; and 6. LEGAL LIABILITY AND BORROWED EQUIPMENT A. Under Section I – Coverage A – Bodily Injury and Property Damage 2. Exclusions, Exclusion j. is replaced by the following. "Property damage" to: (1) Property you own, rent, or occupy; (2) Premises you sell, give away or abandon, if the "property damage" arises out of any part of those premises; Property loaned to you; (3) (4) Personal property in the care, custody or control of the insured; That particular part of real property on which you or any contractors or subcontractors working directly or indirectly on your behalf are performing operations, if the "property damage° arises out of those operations; or (5) Page 3 of 7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • (6) That particular part of any property that must be restored, repaired or replaced because your work" was incorrectly performed on it. Paragraph (2) of this exclusion does not apply if the premises are your work' and were never occupied, rented or held for rental by you. Paragraphs (1), (3) and (4) of this exclusion do not apply to: (1) 'property damage° to tools or equipment loaned to you if the tools or equipment are not being used to perform operations at the time of loss; or (ii) "property damage° (other than damage by fire) to premises rented to you or temporarily occupied by you with the permission of the owner, or to the contents of premises rented to you for a period of 7 or fewer consecutive days: A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III — Limits Of Insurance. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to "property damage° included in the 'products -completed operations hazard'. B. Under Section I — Coverage A — Bodily Injury and Property Damage the last paragraph of 2. Exclusions is deleted and replaced by the following. Exclusions c. through n. do not apply to damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner or to the contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section 11I — Limits Of Insurance. C. Paragraph 6. Damage To Premises Rented To You Limit of Section III — Limits Of Insurance is replaced by the following: 6. Subject to 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To G -18652-H (Ed. 01/06) G -18652-H (Ed. 01/06) You Limit is the most we will pay under Section — I — Coverage A for damages because of "property damage" to any one premises while rented to you or temporarily occupied by you with the permission of the owner, including contents of such premises rented to you for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of: a. $200,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. D. Paragraph 4.b.(1)(b) of Section IV — Commercial General Liability Conditions is deleted and replaced by the following: (b) That is property insurance for premises rented to you or temporarily occupied by you with the permission of the owner; or E. This provision 6. (LEGAL LIABILITY AND BORROWED EQUIPMENT) -does not apply if Damage To Premises Rented To You Liability under Section I — Coverage A is excluded either by the provisions of the Coverage Part or by endorsement. 7. NON -OWNED WATERCRAFT Under Section I — Coverage A, Exclusion 2.g., subparagraph (2) is deleted and replaced by the following. (2) A watercraft you do not own that is: (a) Less than 55 feet long; and (b) Not being used to carry persons or property for a charge. 8. NON -OWNED AIRCRAFT Exclusion 2.g. of Section 1 — Coverage A — Bodily Injury and Property Damage, does not apply to an aircraft you do not own, provided that: 1. The pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. It is rented with a trained, paid crew; and 3. It does not transport persons or cargo for a charge. 9. CONTRACTUAL LIABILITY FOR PERSONAL AND ADVERTISING INJURY Exclusion e. Contractual Liability of Section 1 — Coverage B is deleted. Page 4 of 7 le 00020072834050030023617272521 1 10. SUPPLEMENTARY PAYMENTS A. Under Section 1 — Supplementary Payments — Coverages A and B, Paragraph 1.b., the limit of $250 shown for the cost of bail bonds is replaced by $2,500: B. In Paragraph 1.d., the limit of $250 shown for daily loss of earnings is replaced by $1,000. 11. LIQUOR LIABILITY Exclusion c. of Section I — Coverage A is deleted. 12. NEWLY FORMED OR ACQUIRED ORGANIZATIONS Paragraph 3.a. of Section II — Who Is An Insured is deleted and replaced by the following: Coverage under this provision is afforded only until the end of the policy period or the next anniversary of this policy's effective date after you acquire or form the organization, whichever is earlier. 13. LIBERALIZATION CLAUSE If we adopt a change in our forms or rules which would broaden coverage for contractors without an additional premium charge, your policy will automatically provide the additional coverages as of the date the revision is effective in your state. 14. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Based on our reliance on your representations as to existing hazards, if unintentionally you should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Part because of such failure. 15. NOTICE OF OCCURRENCE The following is added to paragraph 2. of Section IV — Commercial General Liability Conditions — Duties In The Event of Occurrence, Offense, Claim or Suit: Your rights under this Coverage Part will not be prejudiced if you fail to give us notice of an "occurrence°, offense, claim or "suit" and that failure is solely due to your reasonable belief that the "bodily injury' or 'property damage" is not covered under this Coverage Part. However, you shall give written notice of this 'occurrence", offense, claim or "suit' to us as soon as you are aware that this insurance may apply to such 'occurrence", offense claim or 'suit". 16. BROAD KNOWLEDGE OF OCCURRENCE The following is added to paragraph 2. of Section IV — Commercial General Liability Conditions — Duties in The Event of Occurrence, Offense, Claim or Suit: You must give us or our authorized representative notice of an "occurrence", offense, claim, or "suit° only G -18652-H (Ed. 01/06) G -18652-H (Ed. 01/06) when the "occurrence", offense, claim or "suit" is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) An executive officer or the employee designated by you to give such notice, if you are a corporation; or (4) A manager, if you are a limited liability company. 17. AGGREGATE LIMITS PER PROJECT A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences' under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION 1), which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to the insured: 1. A separate Single. Construction Project General Aggregate -- Limit - appliies to each' construction project away from premises owned by or rented to the insured, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Single Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "property damage' included in the "products - completed operations hazard", and for medical expenses under COVERAGE C regardless of the number of: a. Insureds; b. Claims made or °suits° brought; or c. Persons or organizations making claims or bringing °suits". 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Single Construction Project General Aggregate Limit for that construction project away from premises owned by or rented to the insured. Such payments shall not reduce the General Aggregate Limit shown in this Declarations nor shall they reduce any other Single Construction Project General Aggregate Limit for any other separate construction project away from premises owned by or rented to the insured, 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead Page 5 of 7 1 1 • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Single Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences' under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which cannot be attributed only to ongoing operations at a single construction project away from premises owned by or rented to the insured: 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Single Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products -completed operations hazard is provided, any payments for damages because of "bodily injury' or "property damage" included in the "products -completed operations hazard° will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Single Construction Project General Aggregate Limit. D. If a single construction project away from premises owned by or rented to the insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Limits of Insurance (SECTION 111) not otherwise modified by this endorsement shall continue to apply as stipulated. 18. EXPANDED BODILY INJURY Section V — Definitions, the definition of "bodily injury' is changed to read: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury by that person at any time which results as a consequence of the bodily injury, sickness or disease. 19. EXPECTED OR INTENDED INJURY Exclusion a. of Section 1 — Coverage A — Bodily Injury and Property Damage Liability is replaced by the following: a. "Bodily injury" or "property damage" expected or intended from the standpoint G -18652-H (Ed. 01/06) G -18652-H (Ed. 01/06) of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 20. OWNER CONTROLLED INSURANCE PROGRAM CONTRACTOR CONTROLLED INSURANCE PROGRAM OR CONSOLIDATED (WRAP-UP INSURANCE PROGRAMS } The endorsement EXCLUSION — CONSTRUCTION WRAP-UP PROGRAM which is attached to this policy is amended as follows: A. This exclusion does not apply to: 1. Coverage available to you under this policy which is broader in scope than coverage provided to you under a "consolidated (wrap- up) insurance program" for a construction project in which you are involved; 2. Coverage for your interest only for ongoing operations in excess of all coverage available to you under .a.,. "consolidated (wrap-up) insurance program' for a construction project in which you are involved; and 3. Coverage for your interest only for operations included within the 'products -completed operations hazard" in excess of all coverage available to you under a "consolidated (wrap- up) insurance program" for a construction project in which you are or have been involved. Paragraphs A.1., A.2. and A.3. above do not apply to any portion of a "consolidated. (wrap-up) insurance program" involving a "residential structure." B. The following is added immediately after the first paragraph of provision b. Excess Insurance of Section IV — Commercial General Liability Conditions — Other Insurance: This insurance is excess, over any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to you as a result of your being a participant in a "consolidated (wrap-up) insurance program", but only as respects your involvement in that "consolidated (wrap-up) insurance program C. The following is added to Section V — Definitions: °Consolidated (wrap-up) insurance program° means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, otherwise referred to as an Owner Page 6 of 7 Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.i.P.). "Residential structure" means any structure where 30% or more of the square foot area is used or is intended to be used for human residency including but not limited to single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments and also includes their common areas and/or appurtenant structures (including pools, hot tubs, detached garages, guest houses or any similar structures). When there is no individual ownership of units, residential structure does not include military housing, college/university housing or dormitories, long term care facilities, hotels, or motels. Residential structure also does not include hospitals or prisons. 21. CONTRACTUAL LIABILITY — RAILROADS With respect to operations performed within 50 feet of railroad property and for which a -Railroad Protective Liability policy in the name of the railroad' has been provided, the definition of "insured contract" in the SECTION V — DEFINITIONS is replaced by the following: °Insured Contract° means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an °insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; G -18652-H (Ed. 01/06) G -18652-H (Ed. 01/06) d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another parry to pay for "bodily injury" or "property damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, -approving -or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in paragraph (1) above and supervisory, inspection, architectural or engineering activities. Page 7 of 7 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 than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Contractor Subscribed and sworn to before me on this day of , 20 Notary Public in and for the State of Washington residing at 2011 City Facilities Lighting Upgrade Project 87 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504-4540 Telephone: 360-902-5335 2011 City Facilities Lighting Upgrade Project 89 2011 City Facilities Lighting Upgrade Project 90 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Asbestos Abatement Workers Journey Leve $17.83 1 Yakima Boilermakers Journey Level $59.69 5N YC Yakima / `', ` ` Brick Mason ` ', ' ^' Jnumo.Lovo| ` ':" $4O.03 ! 5V * 1 ''' '^` ' Yakima Building Service Employees Janitor $8.67 1 Yakima ' Building Service Employ `- -'''' Shampooer - $11.14 ` , • 1 ' Yakima Building Service Employees Waxer $8.67 1 Yakima Building Service EmpIo'ees. '` VWndowCleaner' ' . ' '' $9.14 " ' ^.,' . Y-. ' Yakima Cabinet Makers (In Shop) Journey Leve $16.35 1 Yakima Carpenters Journey Leve $29J2 1 Yakima Cement Masons Journey Level $35.85 7B YN Yakima � l'�Divers&Tonders` .`' c`�' . ` ' ',Diver•�_^ `-. $10U.28 �.5D � 1M '_ 8A Yakima Divers & Tenders Diver On Standby $56.68 8] 1M Yakima „ , ;:'�-.- Divers & Tenders ' �� ' :^�; Diver Tender,- ;,.H..:; ` ' 1 $52.23 i..- ID' • * 1M>' �.- Yakima Divers & Tenders Surface Rcv & Rov Operator $52.23 8} 1M Yakima Divom&Tenders Surface Rcv & Rov Operator Tender $48.67 5A YB Yakima Dredge Workers Assistant Engineer $49.57 5D YT 8L Yakima Dredge Workers '' goiolam|Nate/deokhandr ` � `$49.06' .' 5II' �yT'"; ` 8L Yakima Dredge Workers Engineer Welder *49.82 5D YT 8L Ybkiiiia ' ^�,`.`(ied'e Wbrkem.� _ : -; :'.' ' ' Lovarman'Hydi.6ii|i�.^ $61.19 ^�` ':YT|' �"8L_' Yakima Dredge Workers Maintenance $49.06 5D YT 8L Yakima Dredge Workers Mates And Boatmen $40.57 5D 1-1; ' .,` 8L Yakima Dredge Workers Oiler $49.19 5D YT 8L Yakima Drywall Applicator Journey Level $3770 5D 1M Yakima Drywall Tapers Journey Level $31.79 TE Yp Yakima Electrical Fixture Maintenance Workers Journey Level $43.32 1 Yakima Electricians Inside Cable Splicer $52.41 5A 1E Yakima Electricians - Inside Journey Level $50.60 5A lE Yakima Electricians - Inside Welder $54.75 5A 1E Yakima Electricians Motor Shop Craftsman $15.37 _ l Yakima Electricians Motor Shop Journey Level $14.69 1 Yakima Electricians - Powerline Construction Cable Splicer $63.04 5A ' -4A ' Yakima Electricians Powerline Construction Certified Line Welder $57.61 5A 4A Yakima Electricians - Powerline Construction Groundperson $41.06 5A 4A Yakima Electricians - Powerline Construction Head Groundperson $43.33 5A 4A Yakima Electricians 'PowodineConstruction Heavy Line Equipment Operator $57.61 �5A. 4k` Yakima Electricians - Powerline Construction Jackhammer Operator $43.33 5A 4A Yakima Electricians 'PowodineConstruction Journey Level Lineperson $57.61 5A 4A Yakima Beohioianu-PowodinoConstmction Line Equipment Operator $48.64 5A 4A Yakima Electricians - Powerline Construction Pole Sprayer $57.61 5A 4A Yakima Electricians - Powerline Construction Powderperson $43.33 5A 4A Yakima Electronic Technicians Journey Level $23.40 1 Yakima Elevator Constructors Mechanic $67.91 7D 4A Yokipna BovahorConodoctorS Mechanic In Charge $73.87 7D 4A Yakima Fabricated Precast Concrete Products Craftsman 'In -Factory Work Only $8.72 1 2011 City Facilities Lighting Upgrade Project 90 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ,Fabrcated .Yakima _,°:-.§°::::_i--,-.': Precast Cooeert_ ----e.,,,,,--1.m-oz---- :�vuc �, T a JourneLevel ;n Fctory Work Only A, 86 Yakima Fence Erectors Fence Erector $13.79 1 yYakima , SFr:. ,; ;,�. _ - ---.;, ' ;; > ,,''''°'*Flaggers$ a �:rw.... .,;: � �_:_ t., - _ ,� Joume y,L'evelf .., Y ... ;tea ..�,, $24.62 Yakima Glaziers Journey Level $22.43 61 1B Yakima Heat & Frost Insulators And Asbestos tr orkers' " " Journey Level $ 25 32 YS;,^ 1 Yakima Heating Equipment Mechanics Journey Level $34.85 Ya'ima .CaneMaonTen's` u�ney`. L"e` $20�� ; 11 _H Yakima Industrial Engine And Machine Mechanics Journey Level $15.65 1 Yakima ridusral Pwer Vacu Clene< , 060•9;,,LevMe 91 7 1 rf Y m 5 Yakima Inland Boatmen Journey Level $8.67 1 Yalma k Inpectioritlealiiii'46aling Of'Sewer eyvw-- Rm'CleanerOperatorFoamer & War Ss,eote;Contro ,., _. ;„,,,t,- x: , Oerator ,73 h r, . Yakima Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Grout Truck Operator $11.48 1 Yakima }- � ' Ins P. ection/Cleanln /Sealln :Of.Sew � � ,�.�N<.W; k�-;�..,9, 9 t�,;;: Al Vi.ater Systems By Remote ConfroL �w „�,�. � � a.� HeadrOperator y n ; h, 6 e»..' _._ - - �'V. �F3Y „, �-. .y AH $12�78"t:. - i.. ,r. s-�:i:3;ro;�i +..5 - d; �,� ° r ...rr.� _� 1 �y ....r.+r"3 -� �' Yakima Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Technician $8.67 1 — Yakima -W._ Inspection/Cleaning/Sealing Of Sewer & WatertSystems ByyRemote Control t :, q h 5�' st4,r0-,-;,c!;',0::x TvTruck Operator Ar $10.,;,58; e 1 3,; Yakima Insulation Applicators Journey Level $37.70 5D 1M ,:Yakima �,�„����.�;I�onworkers�.`>,�,3;��;k . e aiz a �� ;,�-x;,Journe man:e ,94� 7N 10 t. •si,`•' Yakima Laborers Air, Gas Or Electric Vibrating Screed $31.86 7A 11-1 .Yakima ;,. .. f ; Laborers _' _ Airtrac`:Drill.Operatory $32.•W >.•°;` 7A , 1 Hs; 3rd', f t., Yakima Laborers Ballast Regular Machine $31.86 7A 1H ,Yakima :-� ' , Laborers Batch Welghm-an :: $29 90 . `, 7A ;' 1 Yakima Laborers Brick Pavers $31.86 7A 1H Yakima ” Laborers, - s . : r -Brush Cutter .. Y :$3f--':: ta' 7A 1H,,...,,.... K ` Yakima Laborers Brush Hog Feeder $31.86 7A 1H S. Y akima .�"P�r y... : L'aborers::;. �:�: pry= ...,, : Burner�;;;, ... $31 86r . �� 7A. 1H Yakima Laborers Caisson Worker $32.80 7A 1H Yakima °`w °,x Laborers. j x > °'aCarpentergender $31;86" 7A'w:: 1H` : Yakima Laborers Cement Dumper -paving $32.41 7A 1H Yakima`° vel.: Laborers ,. .,,,. ':���„`` �z ..k.-, ;�GementsFinisti'etTender $3;1:;86:,: ; •-7A"`'"" 1H Yakima Laborers Change House Or Dry Shack $31.86 7A 1H Yaklma; ...f :,.� , Laborers= >'�..,, :E . _ ,.. �<(.- ;q�..;Ctiippirig;�,Gun(under�30 Lbs:), ; $31.86 . r 4.; ",,, 7A 1H '• Yakima Laborers Chipping Gun(30 Lbs. And Over) $32.41 7A 1H Yakima ,a r "a Laborers " ,, , ,;, » Choker Setter ,,_ , , $3186 7A _ 1H Yakima Laborers Chuck Tender $31.86 7A 1H Yakima � ' Laborers_ • °<;, ClaryPower Spreader „'$_32, 41 4 7A ~ M Yakima Laborers Clean-up Laborer $31.86 7A 1H :.Yakima:...,:.,., . ._.:. -s�, _ x,., ,-Laborers.>�'-� «t �,•.�r,:,-e.,�;��� , - __..� g<�. �;:;� �oric�eteDum ” Y>. __ _. erlcfiute�0"e�ator��::F.$32'41..�,�,:7A�_r��. ::� , �'� s ��1 H':.-�z =r� ; ,:�:..,::- Yakima Laborers Concrete Form Stripper $31.86 7A 1H Yakima ry E Laborers, h *.„ , ,,; -'Concrete Placement Crew . „$32,41 7A „ . 1 H ,:t ; Yakima Laborers Concrete Saw Operator/core Driller $32.41 7A 1H 2011 City Facilities Lighting Upgrade Project 91 Yakima Laborers Crusher Feeder r, $29.90 7A 1H Yakima Laborers Curing Laborer $31.86 7A 1H Yakima` `:.. Laborers, Demolition: Wrecking & Moving (incl. Charred Material) . $31.86_. - 7A 1H - Yakima Laborers Ditch Digger $31.86 7A 1H Yakima Laborers Diver $32.80 7A 1H ,, Yakima Laborers Drill Operator (hydraulic,diamond) $32.41 7A 1H Yakima Laborers; ; Dry Stack Walls. $31.86 7A. , . 1_H ..... `. . Yakima Laborers Dump Person $31.86 7A 1H Yakima Laborers .:. Epoxy Technician ' $31.86 ' 7A ' ' 11-1 Yakima Laborers Erosion Control Worker $31.86 7A 1H Yakima „• _.. Laborers. railer & Bucker Chain Saw-'' •-'1 ' $32:4.1 . 7A ° : 1 H ' Yakima Laborers Fine Graders $31.86 7A 1H Yakima :.' Laborers Fi,rewatcti ...'.: ; ;`'`.: , $29.,90 7A ;;: , . 11-i Yakima Laborers Form Setter $31.86 7A 1H Yakima Laborers ' ' Gabian Basket Builders,, .,.;. , $31.86 .7A.; ,-. 1 H ., Yakima Laborers General Laborer $31.86 7A 1H Yakima Laborers . Grade Checker & Transit Person-;; . $32.80. . ' ° 7A:. .:.1 H „: Yakima Laborers Grinders $31.86 7A 1H Yakima Laborers ., Grout Machine Tender;: ' ° > $31.86. 7A : 1H .`.: Yakima Laborers Groutmen (pressure)including Post Tension Beams $32.41 7A - 1H - Yakima Laborers `'` Guage and Lock Tender ' $32.90 7A': 1H 8Q Yakima Laborers Guardrail Erector $31.86 7A 1H Yakima Laborers Hazardous Waste Worker (level A) $32.80 ". 7A 1H Yakima Laborers Hazardous Waste Worker (level B) $32.41 7A 1H Yakima Laborers Hazardous Waste Worker (level C) $31.86 - ° 7A . 1H Yakima Laborers High Scaler $32.80 7A 1H Yakima Laborers Jackhammer $32.41 7A 1H Yakima Laborers Laserbeam Operator $32.41 7A 1H Yakima Laborers Maintenance Person'_ $31.86 7A , 1H' Yakima Laborers Manhole Builder-mudman $32.41 7A 11-1 Yakima Laborers--:: ; Material Yard Person : $31.86 -.y 7A 1H Yakima Laborers Miner $32.80 7A 1H Yakima Laborers .' ' Motorman -dinky Locomotive $32.41 7A 1H Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla $32.41 7A 1H Yakima ` . , - Laborers -` Pavement Breaker > - $32:41 - 7A; 1H Yakima Laborers Pilot Car $29.90 7A 1H Yakima :.- Laborers -:; . Pipe Layer(lead)= : $32.80 `. 7A : 11-1 Yakima Laborers Pipe Layer/tailor $32.41 7A 1H Yakima , : ` Laborers ;' ` Pipe Pot Tender :. $32.41. 7A 1H ; . Yakima Laborers Pipe Reliner $32.41 7A 1H Yakima . -. Laborers. ' ` `.:. . Pipe Wrapper = .: $32.41 7A 11-1 ' 2011 City Facilities Lighting Upgrade Project 92 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Laborers Pot Tender $31.86 7A 1H Y64tii''' r'-:::::: ',.-. 761$,F0$7'Ers „ ,--, '---:31:::,':':;'Zi',.;aifi \'/YciPT056?;,C-If;:iii ;.:::$.$1:-.$0 7A 1H Yakima Laborers Powderman's Helper $31.86 7A 1H Y:rOli0'. f.''''':-7,--''",..'-,T146iO3.12E1:7" ' - R:,15Aef.7*:47,",,p-'::!';.-:;,;.;: :-'AIZ41:,',j, ?::',1-,716.;;.R.;; tV.i;„171'S. Yakima Laborers Railroad Spike Puller - Power $32.41 7A 1H Yakima;.'1..7 ;,,-- :415910±5.1-pl. '''' `i'k,:::::,: ,,i,":;J''''.,::: Raker Asphalt 'r,$480,J, 'A-1 . ',.:, ... 1.:,:114;,/,',',,, Yakima Laborers Re-timberman $32.80 7A 1H „Lkif61611, iligiii:ZI3 ''' ,--74FRaiiiKa.,V6: :gt%.:-.:N:66:tiCi.15.67itr'' -riei. t6:4%;;; ':-,':.-$4,-„I,,,, gE1-3,' :NIK-7::, 3,1ff,'N Yakima Laborers Rigger/signal Person $32.41 7A 1H r)7: -R760-'_ ,r4---34531aribSerL 'ARM! '-',7iff.X-47:0: IF.W0:60.ZrifF. $831: .,-4- -;:,-. -Y.FiRia Yakima Laborers Rivet Buster $32.41 7A 1H Ykkii,ia1-058r602,143r ',..:"" -[:-:-:'::-.77;:r-W.Ziddei-7-":::::!A-:-iqi::,',-,2 ',::$: -:417AT.: 107-:.r" Yakima Laborers Scaffold Erector $31.86 7A 1H )%it*.: ''';;V:;:TA,::- '1'agr041:.,;V:,;if,4:,'";:;::-;.,-,', 4:,,,,:4:::;0:1i., .:41iNifiejA'rOP;;:;','„N;';':::.,$t-.00::v kiki 7A orfl Yakima Laborers Sloper (over 20") $32.41 7A 1H Y.140iW6i' ,:: ;,.. '--42:".,i0.611'..Ei, ii4e:;-.:gg8(660::Rhk;a4-g:,4:-,$.81;001.5:11.4A90WiLi„ Yakima Laborers Spreader (concrete) $32.41 7A 1H .,._,ykitrai; ZigIiallikiaYaiNg$371:4E:KVILagli:S.001ER.;15.6...iairafi 'i::jA._ _P.R.Afb _'7,i'iT. Yakima Laborers Stock Piler $31.86 7A 1H Yak ima3 ''': ..-:fr_ , - 2,. _ aboters` ,.,, "''' :4:girrir TrifilgErglife .ii -7:' ' E 4-:•7::-‘ - ,prqtgli:19P151P -3: 32:41'11 , . . --":s " ,„ ._-• -->-: ,.,..- Yakima Laborers Tamper (multiple & Self-propelled) $32.41 7A 1H •:;Yakirria., _',:'....Tifrib6P-64,-dr.r.2---8.&&:(166'§"eikt '-'"--. - :, Laborers ..,,,'..,-i,-,--1-,t;ir,,,,:--,-,-,-,,,,,,i9.4,,,,,,i,,,,t,m..v.,,,o,..,i:ii,, 1JOPPr).W.g&-_, ,.! ,•.$324•1t..i rieeellgri:,5 7, --7/kil - , '-',. „ ---' - Yakima Laborers Toolroom Person (at Jobsite) $31.86 7A 1H :YiiR:p.:-.61C.'''''''":'"7' : gi,'-.;:jrr-r.,-,4410:2...i,T5sREE:in',',.,:::',i'', ':= $.1:Q'.-;:'' :43..'$'L'''':' ' '''''Jr'',_':,.',.' Yakima Laborers Track Laborer $31.86 7A 1H :i-Y,With4-z i'::':41a;';''',WirciOir-,4434ii.M:':•PO:,;i-: ;14:114101-P-0.16 7. ')KOVVA:arittl1;::? '_..2-.41--7,-; -Y;;:_2„;v... Yil .'FJ:' Yakima Laborers Truck Spotter $31.86 7A 1H -)%1FlY4',. NY;AINZELaborers(. lIZ,-:,- ::, Nitn'ET(rcai()Rikalat ;i:$241t Yakima Laborers Tunnel Work -Miner $32.90 7A 1H 80 ',-Yakima:, f- '6158iiiiinFWFF:',:', 'ZJ-k '' '','-'ZiniEj*"0"rEtEHRe0-- .:'''-'1 17 ziL, ':,,IH _..,,,, Yakima Laborers Vinyl Seamer $31.86 7A 11-1 -X...04.61:kZ00106*,:atirg,P-Agit'APfiqi',W.00115:VASk:,ii:.,50 ''',FE.$:?.t?:g rAPAVE 4;'1Rirt Yakima Laborers Welder $32.41 7A 1H ::::'::--,:leK'-08YOgkig'Z',MVi.". ';';i0E,E:, ..0i(f6.iii::(00ii:J,1-i:-.:::-: :-:$32,4t ..cililkir:::. 40 Yakima Laborers Window Washer/cleaner $27.27 7A 1H X4kima',._ Laborers i'' iirdiPlirfi ' .8iiieler, --,-- ,-,004tN-t,,-4.z Water, .,,.eneraLi3VLaabogrkerAk'Wto)Xpm4#a4n'YMg•-;-;;$31:86i m 4,---veti=, 4,,t,,,0001 •;,' -i" arfap •:,,,, '9,'11 ,'•.,!- ' ' '; 3 Yakima Laborers - Underground Sewer & Water Pipe Layer $32.41 7A 1H Y0i-6.k i',':T:,s7!:r,:.A.icOre:Se7a6q(retf66,tizZr 11:140BECW.:15:413 ilifilaile4 ' $90O, 'AVV,:::',:,:t:.:!..ifzbi kt-7.,--'&,. Yakima Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 /Okkirik ":-'„:'1:::rtLandgal*:r0460101'-:-;:I;,, Landscaping Or ';$0:0C Yakima Lathers Journey Level $37.70 5D 1M Y410k1', Marble Setters Journey Level $40 035A gi';'::;:i in, 2011 City Facilities Lighting Upgrade Project 93 Yakima Metal Fabrication (In Shop) Fitter $12.00 1 Yakima ' Metal Fabrication (In Shop) Laborer $10.31 1 Yakima Metal Fabrication (In Shop) Machine Operator $11.32 1 Yakima `:. Metal Fabrication (In Shop) Painter , $12.00 1 Yakima Metal Fabrication (In Shop) Welder $11.32 1 Yakima . Millwright -• Journey"Level $26.05 1 Yakima Modular Buildings Journey Level - $14.11 1 Yakima: Painters Journeyman $4:1.2 6Z . 1W Yakima Pile Driver Journey Level $48.04 5A 1M Yakima ,Plasterers;; _ _' Journey Level' _ . ; . $46.63' _`: 7Q' 1R Yakima Playground & Park Equipment Installers Journey Level $8.67 1 Yakima Plumbers & Pipefitters Journey Level $28.75 1 Yakima Power Equipment Operators Asphalt Plant Operators $50.39 7A 1T 8P Yakima ; Power Equipment Operators :, Assistant Engineer $47.12 7A " 1T 8P Yakima Power Equipment Operators Barrier Machine (zipper) $49.90 7A 1T 8P Yakima Power Equipment Operators Batch, Plant Operator, Concrete $49.90 .. 7A 1T 8P Yakima Power Equipment Operators Bobcat $47.12 7A 1T 8P Yakima Power Equipment Operators Brokk:- Remote Demolition Equlpment. : $47.12. :e1-.': :. 7A . 1T-- 8P Yakima Power Equipment Operators Brooms $47.12 7A 1T 8P Yakima Power Equipment Operators , BumpCutter $49.90 .7A 1T 8P Yakima Power Equipment Operators Cableways $50.39 7A 1T 8P Yakita ': Power E q ui ment O erators � Chipper ' , - $49.90 A :,: 7, 1T . . 8P Yakima Power Equipment Operators Compressor $47.12 7A 1T 8P Yakima Power Equipment Operators Concrete Pump; Truck Mount With Boom,Attachment Over 42 M $50.39 7A 1T ._ 8P Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $47.12 7A 1T 8P Yakima Power Equipment Operators Concrete Pump.; -;Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $49.48 : 7A ' 1T 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $49.90 7A — 1T 8P Yakima Power Equipment Operators.. Conveyors _ $49.48.. ,'. 7A. 1T: 8P Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $49.90 7A 1T 8P Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, '& 1'50' of boom (including'jib with attachments); Overhead, bridge type, 100 tons and, over;Tower crane up to :.175'„in heiht, baseto boom. $50.94 7A 1T 8P Yakima Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $51.51 7A 1T 8P Yakima Power Eq ui me q p nt Operators ... Cranes: 45 Tons Through 99 Tons, Under 150 Of Boom (including Jib $50 39 ' . 7A,= —. 1T 8P 2011 City Facilities Lighting Upgrade Project 94 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2011 City Facilities Lighting Upgrade Project 95 Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And Unde $47.12 TA 17 8p Yakima Power Equipment Operators Cmnoo:FhnUonOver 2OUTons $52.07 7A 1T 8P Yakima PowerEquipment Operators Cranes: Through �8T»»nVVhh A#uohmon�A��meOver 1OTons $49.48 7A 1T 8P �67ifiie zi41;;N,q6r4r4 i ` Yakima Power Equipment Operators Deck Engineer/deck Winches (power) $49.90 7A 1T 8P Yakima Power Equipment Operators Dozer Quad 9, HD 41, D10 and Over $50.39 7A 1T 8P a�l-'- ' Oi ' '--- -_-----. Yakima Power Equipment Op*��m Dh||Oi|»��A«Q»'Typ»'Tm«kO' Crane Mount $49.48 7A 1T 8p ��Arti%ri i ` 7-$4-9'0Z Yakima Power Equipment Opembom Bovubu/And Man'|i�:PennonontAnd Sha#-' Type $47.12 7A 1T 8P Yakima Power Equipment Oponoho� Forklift: 3000LboAndOvorVN� Attachments� $4048 7A 1T 8P Yakima Power Equipment Opo��m G��*E»Qin*»cU»inQB|»*ph»�' Cu(Shoo�.E� � $4080 7A 1T 8P ��� ����;��:'--14.7-:=1Z-_,, -��- _ _ '- -_-_--_-_---_.`~^~^�~-.~`.~.°=... �� — / ! Yakima Power Equipment Operators Guardrail Punch/Auger $49.90 7A 17 8P Yakima Power Equipment Opo��m Ma»dTai|EndD«mP��«u|aU»QD� madEquipment Under 45Yards � $4990 7A 1T 8P : ~°='`^'=.=N=°='===`,4.,=====`=^==r=��:*Rifk/:ilia(P::=4(.0.61,$L:r�-== �`=ng1=a,,*-78 04 Yakima Power Equipment Operators Horizontal/directional Drill Operator $49.90 7A YT 8p ���i4.ig 7rialr'rglifti7:0. ' Yakima poworEquipmon�Opam�m Hydm|i#»�»»mTmuka' 10 Tons And Under� $47.12 7A 1T 8p ��|��� i*�' '' ' ---'-----'____,~-_ _5��� .'�~ `~`__._^...`-` Yakima PoworEquipmontOpombom Loade�Dva�oad 8Yo�sNot But Including %50.39 7A 1T 8P �y0g���ui ; 1.49'V:: Yakima Power Equipment Operators Loaders, Plant Feed $40.00 7A 1T 8P Yakima Power Equipment Operators Locomotives, All $49.90 7A 1T 8P Yakima Power Equipment Operators �*«ho»i«»'A||(|*odm»»'�O�5Op»' Hour Over Mechanic) � $5084 7A 1T 8P 2011 City Facilities Lighting Upgrade Project 95 Yakima Power Equipment Operators Mixers: Asphalt Plant - $49.90 7A 1T. 8P Yakima Power Equipment Operators Motor Patrol Grader - Non-finishing $49.48 7A 1T 8P Yakima Power Equipment Operators • Motor Patrol Graders, Finishing-- $50.39 7A . 1T ,: 8P. Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $50.39 7A 1T 8P Yakima Power Equipment Operators Oil Distributors, Blower Distribution & . .,- Mulch Seeding Operator .:: $47.12, 7A . .1T : 8P Yakima Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $49.48 7A 1T 8P Yakima Power Equipment Operators °" Overhead, Bridge Type 45, Tons Through 99 Tons. - : $5(139 7A'- 1T .: 8P', Yakima Power Equipment Operators Pavement Breaker $47.12 7A 1T 8P Yakima ,Power Equipment Operators : Pile Driver.(otherThan Crane Mount) : $49.90 `. 7k, :: 1T.' - : 8P'. Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P Yakima. Power Equipment Operators . Posthole Digger, Mechanical,:-: $47:12 ..: 7A :°` ;' . 1T. :, 8P' Yakima Power Equipment Operators Power Plant $47.12 7A 1T 8P Yakima Power Equipment Operators , . ;` Pumps Wates,. .... $47.12 . 7A ._ 1T:, , 8P . Yakima Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $47.12 7A 1T 8P Yakima Power Equipment Operators _ . ,. Remot .,,.:,. -;. e. Control, Operator On. Rubber `Tired Earth,Moving Equipment , , $50.39 0 3 7A 1T ` 8P Yakima Power Equipment Operators Rigger And Bellman $47.12 7A 1T 8P Yakima Power Equipment Operators ; ' Rollagon' $50.39. 7A , 1T . , 8P Yakima Power Equipment Operators Roller, Other Than Plant Mix $47.12 7A 1T 8P Yakima :;' Power Equipment Operators`" Roller,Plant Mix Or Multi-lift Materials $49.48 - 7 ., 1T " _. 8P Yakima Power Equipment Operators Roto-mill, Roto-grinder $49.90 7A 1T 8P Yakima Power Equipment Operators , Saws.- Concrete $49.48 7A.: . 1T 8P Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $49.90 7A 1T 8P Yakima Power Equipment Operators Scrapers -: Concrete & Carry All $49.48 . 7A . 1T 8P Yakima Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $50.39 7A 1T 8P Yakima Power Equipment Operators , Service Engineers; Equipment : $49.48 = 7A= ' 1T 8P Yakima Power Equipment Operators Shotcrete/gunite Equipment $47.12 7A 1T 8P Yakima Power Equipment Operators ovel , Excavator, Backhoe; `:, , - Tractors Under 15, Metric Tons:::--; $49 48 . ' - 7A' 1T 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $50.39 7A 1T - 8P Yakima Power Equipment Operators . - Shovel:.Excavator,. Backhoes; -:,,, -•- : Tractors: 15 To 30 Metric Tons $49.90- '- . 7A 1T ': -' 8P.. Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $50.94 7A 1T 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over, .90 Metric Tons, . . . '• `' $51.51 7A ; 1T 8P . Yakima Power Equipment Operators Slipform Pavers $50.39 7A 1T 8P Yakima ; power, Equipment Operators , Spreader, Topsider & Screedman: $50.39 = .7A . 1T . ,; - 8P' Yakima Power Equipment Operators Subgrader Trimmer $49.90 7A 1T 8P Yakima Power Equipment Operators --Tower Bucket Elevators $49.48 7A 1T 8P. 2011 City Facilities Lighting Upgrade Project 96 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1• 1 1 1 1 1 1 1 1 1 Yakima Power Equipment Operators Tower Crane Over 175'in Height, Base To Boom $51.51 7A 1T 8P Ygirrik. ' '..• • '/,';',...-",,i,: :;-,-:;4 Power EquipmentTO175 ,OperatOr§,;,;:f ::: '':''''• • -5,1i;;V:.- .,-,,,•,, , ,•,::,,,„ ,,,,,' ',-,,,, Tower I: In:Height :-;,::-$50.94,:: :.-.. ';',','..:,,,-,*t:-.1)00,sel 0 tsp.oip: '44 ",',,,, : --' ,' :' " - : , -, .--, -3:;:- 7 ,:': • i : ::;-•,,:,`07AnZ-„:; U: ,,,..7:.!..,i, : -,' ' . .iq IT '-':-, -.J., ,7,-;:, ::::':-,- : :',"-liP ' '''.„.;;.:.: Yakima Power Equipment Operators Transporters, All Track Or Truck Type $50.39 7A 1T 8P Y$IiTIP: POWer Equipthent OperatOr§, ..,„ renching:MachirieS,„:- , -,:,, ; $4948 , i.,-, 7k, ,...,,,,, ;,*',„;:).: 1-1,..: Yakima Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $49.90 7A 1T 8P Yakima • .:,•.-„,,,,,, -,,, i,z.,iz:,-. = •-•-:--• r-0we''F,I'Y'Pril70 ''01-0*C3Z''7,;_ •.: ..,,,,,,,,,,,,,,,,,,,...„,,,,,, ,,,,,,,i;ii,:•,.,„'•,•••...,'N • ., ,,..:2-r,N,':-:,,:. -:...Ti,tok!'oF6h6 Qiieodriohd6i, 100 -,;;:,::-,, .,-,,-,%- :7,,,:'47-_,77.L...,.-,;-7, ti ,: 77... , 'Tcpn§y,..,:,A--.„-,-,.: ,,-:„..,::,,-;,::,,;,.,....„ ,' '-,:$-49-.48'„ , :•;,:-..„,„,,:...,,„,„,,H,,,::,::,:;,,„'q",,z,.., Z:,..iA14', Yakima Power Equipment Operators Truck Mount Portable Conveyor $49.90 7A 1T 8P Yakirtfa :;-;.'''t ;;Power EqUipment'perators*:-.,:-- „,:f::„..„,,,,t,,,,,,,,, elder,„,,,,„ , .... , '.. "':$5039: ' :v: -.7A:::,::,,, - -_-1- , Yakima Power Equipment Operators Wheel Tractors, Farmall Type $47.12 7A 1T 8P yakima, : ,...Power Equipment Operators . -: -: ,, , o Yo Pay Dozer ,, '-, -! - ; - , ..--,.: ., . — T 8P - Yakima Power Equipment Operators - Underground Sewer & Water Asphalt Plant Operators $50.39 7A 1T 8P Yakima ' Urid..efJtOur0:500.: 4W0t0t,:-.:'-: : "4iterit-,E6O06174,:-:.: - ,--,: ,' ,,,, •,:,;,•,:,,,,:: „• ,,,,,,,,,,,,,,,,..,,,,,.-_-_-,,,--: , , :'$47--:,12-,;,-; •4,,e, -,,,,:q,!,,,,,-, - 7A,I,, • y.2,,:.: 1Tgi:',• ,-;••:6:, , .:?,r -r. i ',,:,•-,,--' 81;i:, -:,:::.,-,,,. :,,,,, ' ,,, ,•,!-:•:f ,, Yakima Power Equipment Operators - Underground Sewer & Water Barrier Machine (zipper) $49.90 7A 1T 8P Yakjrna,!;:',5,:- --..--,-- ,:. ...„- -:,- :-.--: : ---, --:— i'Th, -.---',BO:toh Plant CiOeratOr, Concrete $49 $49:90': ',.',",r,'1'.7,A'',. ',.!'ilT,',;-::: '7,-...8P:::. Yakima Power Equipment Operators - Underground Sewer & Water Bobcat $47.12 7A 1T 8P •" ' Y,..a-.k,.. j, 9-.,0 0Wer;E'quipmen'7 tOperators ndergioundSeier8Witer Rro.k -Reno'' e''' -'D'''' ienoliorr Equipment .27-,-A,-,4:,-;,-. ,,, .,7k,' .4.4..t:;:, 1<" .1",-N<<8 7 .--. Yakima Power Equipment Operators - Underground Sewer & Water Brooms $47.12 7A 1T 8P :::': -,."•:,,,:."I.`. Operators rO4r;Ec:ipmerti'p. -Underground-Sewer -&W6fer Bump C', ' Otfer''-A,--.„j,- • ''$,' 4',, 9:9,,,--0.' ,, -,-,-:7 ., , ::• • 4IT'- , -, - 8'..P Yakima Power Equipment Operators - Underground Sewer & Water Cableways $50.39 7A 1T 8P , — --:- op-e-,r:..;qui: pmn,-!:--,O-,, perators1cinpUnCOrgroUnd"$64(&`Water Chipper,.:::'-. 8 -4.- -9-.'9 0 k'';',.::,, I," R 'Cj=r8" P..".'i Yakima Power Equipment Operators - Underground Sewer & Water Compressor $47.12 7A 1T 8P yOlZirria: :bwer Eq(tiorrieritfOrieratdrsx.4-,::::,-" 4: _ - On(16t6royfid;q64(:k-V,Ofer:-., Coribreteeuthp'.7rUok-Mount With -,f',;: ,;$5d.0:''' ,,i, BoOriAttachment,-,(iyer":4z IVI:',-'"T.," -,,,----:.:-:::..---'----:::,_::-..:1--,J,--,",,,,-..-. :„.--,,,,t,:::: ':',"'.P:'.7k';';'?`" ?",:;',...:,,:._ "Or.::1 i„',:;;;,:' ''',"':'815.-...1.,-,' Yakima Power Equipment Operators- Underground Sewer & Water Concrete Finish Machine -laser Screed $47.12 7A 1T 8P -.-...,,,,. „,,, Yakima;- „,:,,,. ,,,r,,,,o..-...,..,,,,,,, , •,-,-.; -.:!--4-„,,, -,,,,,,- , - - ., -:2 :,-,- .:, -: ,- ,:!: ; - :t.-.:,,::::: ,, t';',":,<.'" ', ' <- Concrete, Pump:.:;, Mounted r Trailer, High Pressure Line p00,- Pump: High$49-.48-,:,,' <-,;) " t''4-F'res51.11":"' •.;r,' ,.",-.77;',,,r, 77 .P. :,,,:zi:,_:- „--; -;:,,,:-..„? r.„.. ,,, ,;:i:„„:::,,,,:, i,:.!i;,F,7A;',:',","; ,.,,.: ,,;±,:::_•,1::7,7:,7:, ',',aat,,,,aa,7 • T;', 'a, ::::',:-1T.,:,.r:-.. „7._ a ae ;' a a a'aaaa a a 7.7,7:;7,,.-,-„5,:,:..: Yakima Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Up To 42m $49.90 7A 11 8P .,:p.?;„A(EquipmentOperators,r,t;:-.:,,,-,,;.:„1.7.,- Yakima "--- ' ":-': - ' :::- -,,— :/---."',-;','i,, '..01161046i-indsoo(8A0e:G...:-.., ;''''', i':"'S' ' Conveyors i:,,-• , -,„ :-:$401.4.&.:,y,7A-',"-',''''. .. :„,,,,„-,::,-, ii;',Y7117',. .:- ,r4,„„.. : .= -. .1-, 8P.f:',Y „ Yakima Power Equipment Operators - Equipment Operators- Underground Sewer & Water Cranes: 20 Tons Through 44 Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 $49.90 7A 1T 8P 2011 City Facilities Lighting Upgrade Project 97 2011 City Facilities Lighting Upgrade Project 98 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Tons •Cranes: Yakima Power Equipment Operators Underground Sewer & Water 200 Tons To 300 Tons, Or _ 250' Of Boom (including Jib With Attachments) - $51.51- - 7A.- . 1T `_ 8P Yakima Power Equipment Operators-Cranes: Underground Sewer & Water 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $50.39 7A 1T 8P Yakima - Power Equipment Operators Underground Sewer & Water . Cranes: A-frame.-10 Tons And Under ,, •,, .„ ,,r ,, .. „ .. . _ $47.12 7A ; — 1T... — 8P. Yakima Power Equipment Operators- Underground Sewer & Water Cranes: Friction 100 Tons Through 199 Tons $51.51 7A — 1T — 8P — Yakima Power Equipmeht Operators- Underground Sewer & Water' - Cranes: Friction Over 200 Tons .:- $52.07 7A 1T _ 8P YakimaBoom Power Equipment Operators-Cranes: Underground Sewer & Water Over 300 Tons Or 300' Of (including Jib With Attachments) $52.07 7A 1T 8P Yakima . Power Equipment Operators- Underground Sewer & Water Cranes: Through 19 Tons_ With';_:,- Attachments A-frameOver 10Tons " $49.48-: 7A 1T 8P Yakima Power Equipment Operators Underground Sewer & Water Crusher $49.90 7A — 1T — 8P — Yakima Power.Equipment Operators--: Underground Sewer &Water :,-_ Deck Engineerldeck Winches (power) $49 90 7A '. 1T _ ,- 8R ;. Yakima Power Equipment Operators- Underground Sewer & Water Derricks, On Building Work $50.39 7A 1T 8P Yakima . Power Equipm"ent Operators- ; Underground Sewer & Water:' Dozer,Quad 9, HD 41, D10 and Over $50.39 7A - 1T8P — Yakima Power Equipment Operators Underground Sewer & Water Dozers D-9 & Under $49.48 7A — 1T — 8P — Yakima Power Equipment Operators- - . . Underground Sewer & Water Drill Oilers: Auger Type,. Truck Or , Crane Mount $49.48 - - 7A . — 1T — 8P Yakima Power Equipment Operators- Underground Sewer & Water Drilling Machine $49.90 7A 1T — 8P Yakima Power Equipment Operators- - . Underground Sewer & Water Elevator And Man-lift: Permanent And ,.: ,- Shaft Type r $47.12. . - 7A , 1T . 8P Yakima Power Equipment Operators- Underground Sewer & Water Finishing Machine, Bidwell And Gamaco & Similar Equipment $49.90 7A 1T 8P Yakima Power Equipment. Operators- .,-. '- Underground Sewer & Water.` Forklift 3000 Lbs And Over With::- "Attachments •:", $4948 .- 7A= ." 1T- 8P - Yakima Power Equipment Operators- Underground Sewer & Water Forklifts: Under 3000 Lbs. With Attachments $47.12 7A — 1T — 8P — Yakima Power. Equipment Operators---. Under round Sewer &Water g Grade Engineer.Usin Blue Prints; g Cut Sheets Etc $49.90 7A 1T - 8P Yakima Yakima Power Equipment Operators- Underground Sewer & Water $47.12 7A — 1T — 8P — Yakima Power Equipment Operators' Underground Sewer & Water . ; Guardrail .Punch/Auger , $49.90 7A . 1T 8P Yakima Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $50.39 7A — 1T — 8P — Yakima Power Equipment Operators Underground Sewer & Water Hard Tail End Dump; Articulating Off- ` road. Equipment Under 45 Yards; $49.90 . r 7A ' , - - 1T — 8P - — Yakima Power Equipment Operators- Horizontal/directional Drill Locator $49.48 7A 1T 8P 2011 City Facilities Lighting Upgrade Project 98 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2011 City Facilities Lighting Upgrade Project 99 Underground Sewer & Water Yakima .. Power Equipment Operators .''Underground Sewer & Water, . Horizontal/directional Drill Operator ... ., . ... $49 90 . ... 7A i 1T 8P Yakima Power Equipment Operators - Underground Sewer & Water Hydralifts/boom Trucks Over 10 Tons $49.48 7A 1T 8P Yakima Power Equipment Operators • Underground,Sewer &;.Water,. Hydralifts/boom Trucks; 10 Tons. And:::'.--i4-7.1:,7A ` ,:Under_ ,_ „ 1T 8P. Yakima Power Equipment Operators Underground Sewer & Water Loader, Overhead 8 Yards. & Over $50.94 7A — 1T — 8P — Yakima ,r Power Equipment Operators ' Underground Sewer'&` Water Loaders Overhead, 6 Yards,But Not ; ,-°'.;;Including 8=Yards y 5 x'$50 39 7A 1T` ' 8P.: Yakima Power Equipment Operators Underground Sewer Water Loaders, Overhead Under 6 Yards $49.90 7A 1T 8P Yakima .:�,, . . Power Equipment Operators =JUndergroundSewer&`;Water.:, Loaders Plant.' Feed'1-:;$49.9,0 7A 1T ; `8P„ Yakima Power Equipment Operators - Underground Sewer & Water Loaders: Elevating Type Belt $49.48 7A 1T 8P Yakima Power Equipment Operators ,Underground Sewer &.Water ; ` Locomotives All $49 90 xz .. . ..` 7' . . . .......5.... 1T , Yakima Power Equipment Operators Underground Sewer & Water Material Transfer Device $49.90 7A — 1T — 8P — Yakima r:: Power Equipment Operators :;Underground(Sewer & Water S" Mechanics All (leadmen $0 5.0 Per a Hour Over Mechanic) ; � f $50 94 7A 1T 8P:` Yakima Power Equipment Operators - Underground Sewer & Water Mixers: Asphalt Plant $49.90 7A 1T 8P Yakima -, Power Equipment Operators ;: Underground Sewer&.Water z _..-,-,,,,-.4.,# - - Motor Patrol Grader. Non -finishing ,.iw $49;48 7A 1T 8P Yakima Power Equipment Operators - Underground Sewer & Water Motor Patrol Graders, Finishing $50.39 7A 1T 8P Yakima',$.6:3b,,,: Power Equipment Operators °Underground Sewer&.Water ` Mucking Machirie Mole'Tunnel Drill; Boring, Road.Header..And/or Shield $0 39 >. 7A .. L 1T 8P ...; Yakima Power Equipment Operators- Underground Sewer & Water Oil Distributors, Blower Distribution & Mulch Seeding Operator $47.12 7A 1T 8P Yakima Power Equipment Operators -: Undergground Sewer &,Water Outside Hoists (elevators And Manlifte Air.Tuggeretrat"9: F - $4948 ; ;, 7A 1T 8P Yakima Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type: 45 Tons Through 99 Tons $50.39 7A — 1T — 8P — Yakima Power.Equipment Operators Underground Sewer &,Water Pavement Breaker $4712 7A 1T ; 8P. Yakima Power Equipment Operators Underground Sewer & Water Pile Driver (other Than Crane Mount) $49.90 7A 1T 8P ' Yakima ,, .. -Power_Equipment Operators :,Underground Sewer &,.Water, Plant Oiler epihalt,,Crusher ,, : -.. '$,49 48 7A : 1T 8P.. Yakima Power Equipment Operators - Underground Sewer & Water Posthole Digger Mechanical $47.12 7A 1T 8P YakimaPower . Power Equipment Operators Underground;Sewer&.Water :... Plant` .: . $4712 7A 1T 8P.:` Yakima Power Equipment Operators - Underground Sewer & Water Pumps - Water $47.12 7A 1T 8P Yakima= Power Equiprrient-Operators `.: Ouick.Tower:No Cab 'Linda 100`': •$47.12' w .,.,7A : 1T'>` 8P_ .: . 2011 City Facilities Lighting Upgrade Project 99 2011 City Facilities Lighting Upgrade Project 100 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Underground Sewer & Water Feet In Height Based To Boom Yakima Power Equipment Operators- Underground Sewer & Water Remote Control Operator On Rubber Tired Earth Moving Equipment• $50.39 7A — 1T — 8P — Yakima Power Equipment Operators - - Underground Sewer & Water Rigger And Gellman . $47.12.. 7A. 1T = 8P Yakima Power Equipment Operators - Underground Sewer & Water Rollagon $50.39 7A 1T 8P Yakima Power Equipment Operators - Underground Sewer & Water Roller, Other Than Plant Mix .... $47.12 7A = 1T — •: - ` 8P Yakima Power Equipment Operators - Underground Sewer & Water Roller, Plant Mix Or Multi -lift Materials $49.48 7A 1T 8P Yakima Power Equipment Operators- ' _.. Underground Sewer & Water . � Roto -mill, Roto=grinder $49.90 7A:: 1T 8P Yakima Power Equipment Operators Underground Sewer & Water Saws - Concrete $49.48 7A — 1T — 8P — Yakima Power Equipment Operators- .; Underground Sewer & Water Scraper, Self Propelled Under 45= Yards.r- $49.90 7A 1T — 8P Yakima Power Equipment Operators - Underground Sewer & Water Scrapers - Concrete & Carry All $49.48 7A 1T 8P Yakima Power Equipment Operators- Underground Sewer & Water . Scrapers, Self-propelled: 45 Yards`'- ,,, And Over ='`5 '3: $50 7A ,._ A •39 1T 8F' Yakima Power Equipment Operators - Underground Sewer & Water Service Engineers - Equipment $49.48 7A 1T — 8P Yakima . Power Equipment _Operators Underground Sewer & Water Shotcretelgunite Equipment . $47.12 7A ... -- 1T _ 8P Yakima Power Equipment Operators- Underground Sewer & Water Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $49.48 7A — 1T — 8P — Yakima Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50. Metric Tons,: $50.39 _ 7A — 1T — 8P — Yakima Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $49.90 7A — 1T — 8P — Yakima Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 50 Metr_ic,Tons.To 90 Metric Tons,: $50.94 . • 7A .. 1T 8P Yakima Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 90 Metric Tons $51.51 7A — 1T — 8P — Yakima Power Equipment Operators-- •r...., Underground Sewer &Water Slipform Pavers . _ . • $50.39. , -, 77A- 1T 8P • Yakima Power Equipment Operators - Underground Sewer & Water Spreader, Topsider & Screedman $50.39 7A 1T 8P Yakima Power Equipment Operators-.. - Underground Sewer & Water ` Subgrader Trimmer $49.90 .:. 7A . 1T _. - 8P Yakima Power Equipment Operators Underground Sewer & Water Tower Bucket Elevators $49.48 7A — 1T — 8P — Yakima Power Equipment Operators- Underground Sewer & Water Tower Crane Over 175'in Height, Base To Boom $51.51 7A .. 1T 8P Yakima Power Equipment Operators- Underground Sewer & Water Tower Crane Up To 175' In Height Base To Boom $50.94 7A — 1T — 8P — Yakima Power Equipment Operators Underground Sewer & Water Transporters; All Track Or Truck Type $50.39 7A 1 T , , 8P Yakima Power Equipment Operators- Trenching Machines $49.48 7A 1T 8P 2011 City Facilities Lighting Upgrade Project 100 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2011 City Facilities Lighting Upgrade Project 101 Underground Sewer & Water akirTial., 06'WerEqUiPirient-oit'ie'ratolili'''; ','''-.71i.66k,Caiii'Oiler/driVer- '..,; . cltpfgrbikhd-.SOWe.W0terz ,,... 100 Tons :..1-,.,.„':‘ .,., - ':'',.,:k;''.':'.Z;::,:::i',:`gr'A,!fitlOver.1-1-.;-. Yakima Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/driver Under 100 Tons $49.48 7A 1T 8P Yakilt145r :Pirer Equi5ifigii(OFer6ibiSVT.-;:' , ,-..,-,:,?!--,,,,'.1-,-4,-;,--,-'.,f:-,n--,:---''''- ..,-:, pclergroun - ewer -.' pter,-4-, -''-'.,7':•-: -,:j', Truck Mount - Portable Conveyor .;.-:',ft---Ni,'-Ki-ire'44-..,:7X-.,.44;,,..,--.4:::::,'4:(5,-44L.-e;4:4-1 $4990 '',":,.;7A -,,I.- 1T 8P Yakima Power Equipment Operators - Underground Sewer & Water Welder $50.39 7A - 1T - 8P - '.-F4-':iVgi6 6-i6:` ,6We'r',Eqtlii5iii6ITV .reit-67i172.4V, ...: ;F.: atiliall:306,---- .! -::: ,4.712p 1,0F4;:i;t ;-14.7A-1.:sk ‘.eff: Yakima Power Equipment Operators - Underground Sewer & Water Yo Yo Pay Dozer $49.90 7A 1T 8P .•ya,116* Pi-..4"061.,*(War4-iiee1(6.1rif-664is •-;;'Aiiibirk174:,:(.0pl Ir5rChi-66--.-: '-''•',t4f:04',..: E.3-Rif'i. ''.:",'2-.:4A;:';',:-;. Yakima Power Line Clearance Tree Trimmers Spray Person $38.98 5A 4A YaROA16..W40i60,clPAfL.4,0-1--2.y .-,Frp.y.p)- T'rn i,2t-,,i-f-.e§,- 4T -re -;.,e--,- c-,,op,r,-ip--,,lt:O--p- eratorr,, 4.r.-1:'`.0 4 t;::4:',.' ''?::',7i1',,p..,',Ci•W--4-.;;`P- -,,,ilt!:-!-'-'' Yakima Power Line Clearance Tree Trimmers Tree Trimmer $36.75 5A 4A .6.kii.frk Power Line F0Altiilid-,(0 .."(f..6iViF6f*COi04661.pb1-Ori']:- '...$7'.: W Yakima Refrigeration & Air Conditioning Mechanics Journey Level $28.11 1 0061 g-4337,SRbitgroikpflak,AfrirggZ .rgrrIA3,7)7611167,'0477- 43-'-'3517! !-00--:0CEM-14i, 17'-'i:=.,. Yakima Residential Carpenters Journey Level $17.14 1 Ycififif0t: X1128416(66:fik.....iii017-6-§Itliati ailigitin[46.11rri0OVerYa22Z- $11..... Yakima Residential Drywall Applicators Journey Level $18.00 1 Yakima - iNg,R-610.6161:(411(5.64, ilisi:Tapers VI Journey Level '..;:$1181.Q1 Riat.e. eq:1V.: Yakima Residential Electricians Journey Level $21.98 1 yAiTrii,-: en:',..T.:::.B0§-ootol:Glaiier.§--, , - &,-0,515.t4).90110eyel ;-:,:',5›',...$22 43 Yakima Residential Insulation Applicators Journey Level $14.38 1 Yakima Residential :,);'A:i0.r:RL'O'idO'hIld1:::(6115(i-04,-.:',i';'; Journey Level '-'::::'--.:,:!-:-: :01:''or:1 Yakima Residential Marble Setters Journey Level $29.00 1 .,..Y0.4;ri* 2AVY;RegictentiAlPaiOtOrN,,,,,,gT,,5,, ':.N?:z,,,,,:,.:,...Jourrey Level : ,- $1-$.$,J;; 4 . -.g ' ,:,-,.4i 1-4: Yakima Residential Plumbers & Pipefitters Journey Level $20.55 1 ,'""'R.iY-K Yakima eiidenfikRefrie'refi6liI'AiMi .;',--.A.';. ::' ---,,,,,-,-,ti---;k,,,.L.,,,,... ,,,,A,---04-.4.4.uv.,2-4 -,-.° rtglO°P1r141M@.P4,r,11PSIAS7 ;•'1•n:'•-:':-,-;'..-:::.— __ .-, -7 ourhey:-LeVer--.:',:?.;=?';- - ''''' '',-.'in'Avi:•; $28,.,:tW ''':, '''' ' 4.' '-•''':', ' r ' .. .!:';'7:::f. ..::: Yakima Residential Sheet Metal Workers Journey Level $35.30 5A 1X T.,.41iii.-ITg F.:618A (007.6111010.ftl EVOt 01.Witf,'. rZ'kiff6i.'-iefIZIW5-3A r-',':: ' ':-55.- AirMg 0:'-'1%',.:.'' Yakima Residential Sprinkler Fitters (Fire Protection) Journey Level $8.67 1 )'6'..iii.j'...i‘: --,. - _. • z7 - , 7 .-••,,,,- -,,,,,--- ?4..ti4.06.f.ti'ar$16-(10',.......6-4111-1 -....7,,,,,,,,,,,,-,—,,,_„-t„ _r_•„_... : -1-•_;-„_,..1„,,,,,,,,,,,,7_,- '',6:-Vligc5.4:4,':)91-TI.PY.1=Q;,,':---ei n-:`.,' 1----- ----Rs -7,q ;t1„,QA,- ,iil:wjw,-v,..• - ,m:,'iN,,,,--,-,..,:, 7,4:11,1: !--,.. ti, -4,_ -e_:;:,• -r, Yakima Residential Terrazzo Workers Journey Level $8.67 1 Y0641 ;0R41delifili:AJ1RW00;P[i***:1 :;7:;;;YR-krZI;;IP,Yrney.:)40Y01:11S; K 7'4 M:-PPItio, Yakima Residential Tile Setters Journey Level $16.78 1 Y...i0O'i:' ' ,el:4ii:---:k100fri0?,,NA:-',1'6 ' '.::'"' 4:AVA',.:qr:)61ii:itiOiL6v6IF:::::Zi.:,'-:A'''' ..'•$1.1g:0074% :IMAM g! -f:.',;-„,:: Yakima Sheet Metal Workers Journey Level $48.61 5A 1X Y..01Cj.rT1P i::::A-;;5tliP.INiid!49::.k5hiOff3P0.fr:',''?-::.,?: ‘-i,',$'-''P9,-',:';'j 0r"-neKl-evel1".--.:-V'-'-.."1,14 $ .Q.:41 ',.,c;..?P:,, -,,1,-,:. Yakima Sign Makers & Installers (Electrical) Journey Level $14.65 1 Si'.,"66-1-rMakers ''r .':.Ori, ia-'' lleYONo'l..i Electrical) J174:brn-:-,eY:"eV:-'e4l - '.-1A45-?4-8-11"-, 2011 City Facilities Lighting Upgrade Project 101 Yakima Soft Floor Layers Journey Level $23.11 5A 1N Yakima Solar Controls For Windows Journey Level $8.67 1 Yakima Sprinkler Fitters (Fire Protection) Journey Level $26.36 1 Yakima Stage Rigging Mechanics (Non Structural) Journey Level .. $13.23 1 Yakima Stone Masons Journey Level $40.03 5A 1M Yakima Street And Parking Lot Sweeper . , Workers .. Journey Level $8.67 1 Yakima Surveyors Assistant Construction Site Surveyor $49.48 7A 1T 8P Yakima Surveyors.: - Chainman . °_$48.96 ' . 7A _ 1T 8P: Yakima Surveyors Construction Site Surveyor $50.39 7A 1T 8P Yakima Telecommunication Technicians Journey Level $20.00 1 Yakima Telephone Line Construction - Outside Cable Splicer $32.27 5A 2B Yakima Telephone Line. Construction • ••_- :: - Outside . Hole Digger/Ground Person`.. ,. • $18.10 .::. 5A : 2B':::;- Yakima Telephone Line Construction - Outside Installer (Repairer) $30.94 5A 2B Yakima Telephone Line Construction - Outside Special Aparatus Installer 1 $32.27 ,- - 5A -. 2B - Yakima Telephone Line Construction - Outside Special Apparatus Installer 11 $31.62 5A 2B Yakima Telephone e Line Construction - p Outside..:..: Telephone Equipment Operator, . (Heavy) � $3.27 ,, . 5A -. . 2B -. Yakima Telephone Line Construction - Outside Telephone Equipment Operator (Light) $30.02 5A 2B Yakima Telephone_ Line Construction = Outside.: ,: Telephone Lineperson „ $30.02 5A 2B ..... Yakima Telephone Line Construction - Outside Television Groundperson $17.18 5A 2B Yakima Telephone Line Construction - Outside . Television Lineperson/Installer $22.73 5A 2B Yakima Telephone Line Construction - Outside Television System Technician $27.09 5A 2B Yakima Telephone Line Construction - _, - Outside ` I .., Television Technician - ` $24:35 5A . 2B - Yakima Telephone Line Construction Outside Tree Trimmer $30.02 5A - 2B - Yakima Terrazzo Workers - Journey Level $31.90 5A 1M Yakima Tile Setters Journey Level $31.90 5A 1M Yakima Tile, Marble & Terrazzo Finishers ; Journey Level $27.82 : 5A ,: 1M Yakima Traffic Control Stripers Journey Level $39.40 7A 1K Yakima Truck Drivers .: .. _ . Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck & Trailer(c.wa-760) $36.10 61 2G Yakima Truck Drives ' Dump Truck(c.wa-760) $36.10 61:: 2G Yakima Truck Drivers Mixer Trucks $36.10 61 2G Yakima Truck Drivers.:..: Other Trucks(c.wa-760)x, :- -. $36.10 : 61 . 2G Yakima Well Drillers & Irrigation Pump Installers Irrigation Pump Installer $25.44 1 2011 City Facilities Lighting Upgrade Project 102 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima .,.:.e 'Drillers &'Ir�i ati "n'p.m"..�:{.'.�:;:�` 9 .,o; ^.` U,, P.. ; Installers r:.,;.�,,�E,:: Oiler $9 q Yakima Well Drillers & Irrigation Pump Installers Well Driller $18.00 1 Benefit Code Key Overtime Codes Effective 3-3-2011 Thru 8-31-2011 Overtime Calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. AU hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked and all hours worked on Sundays and Holidays worked shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five - eight (8) hour workweek day or a four - ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor day, shall be paid at double the hourly rate of wage. All hours worked on Labor day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. L. 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. 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. 0. The first ten (10) worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday, and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one- half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday 2011 City Facilities Lighting Upgrade Project 103 through Saturday and all hours worked on Sundays and holidays (except Christmas Day) shall be paid at double the hourly rate of wage. All hours worked on Christmas Day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on labor day shall be paid at three times the hourly rate of wage. T. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and Holidays shall be paid at double the straight time rate of pay. The Employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas Day)shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas Day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays, Sundays and holidays (except for 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 double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. all hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. when holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked ouside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 X 10 workweek) and on Saturdays and holidays (except Labor Day) shall be paid at one and one-half times the hourly rate of wage. (Except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 X 10 workweek) or 40 hours during that workweek..) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of wage in addition to holiday pay. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. K. All hours worked on holidays shall be paid at two times the hourly rate of wage in addition to the holiday pay. 0. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. P. 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 two times the hourly rate of wage. R. All hours worked on Sundays and Holidays and all hours worked over sixty (60) in one week shall be paid at Double the hourly rate of wage. 2011 City Facilities Lighting Upgrade Project 104 S. 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 except the day after Thanksgiving, the day after Christmas and a Floating Holiday, which shall be paid at the straight time rate if worked, in addition to holiday pay. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours in a day, or on Sundays and Holidays shall be paid at double the hourly rate of wage. V. All hours worked on Saturdays and on make-up 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. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. Z. All hours worked Monday through Friday between the hours of 6:00 p.m. and 6:00 a.m. and all hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage, EXCEPT for commercial, occupied buildings where floor covering work cannot be performed in the regular daytime hours due to the occupancy. For such occupied, commercial buildings; the employee may agree to work between the hours of 6:00 pm to 6:00 am Monday through Saturday morning at 6:00 am at an overtime pay rate of 10% over the straight time rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays, and holidays shall be paid at double the hourly rate of wage. B. All hours worked 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 Monday Through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 5. HOLIDAY CODES 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 Day, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the day after Thanksgiving Day, and Christmas Day (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, and Christmas Day (7). K. Holidays: New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day and Christmas Day (9) L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday and Saturday after Thanksgiving Day, the day before Christmas Day, and Christmas Day (9). R. Paid Holidays: New Year's Day, Presidents' Day, Independence Day, Labor Day, Thanksgiving Day, the 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 holiday: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas (10) paid holidays. V. Paid Holidays: six (6) paid holidays. 2011 City Facilities Lighting Upgrade Project 105 Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). 6. HOLIDAY CODES A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before or After New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day and a Half -Day on Christmas Eve Day. (9112). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, Christmas Eve Day, and A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Daffy, the day after Thanksgiving Day, and Christmas Day (8). Unpaid Holiday: Presidents' Day. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the last working day before Christmas Day, and Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. HOLIDAY CODES A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as ;a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 2011 City Facilities Lighting Upgrade Project 106 K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the last work day before Christmas Day, and Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day. 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. 0. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day after or before Christmas Day, and the Employee's Birthday. 11). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. 8. NOTE CODES A. 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' - $2.00 per foot for each foot over 50 feet, over 100' to 150' - $3.00 per foot for each foot over 100 feet, over 150' to 200' - $4.00 per foot for each foot over 150 feet, over 220' - $5.00 per foot for each foot over 220 feet. C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: over 50' to 100' - $1.00 per foot for each foot over 50 feet, over 100' to 150' - $1.50 per foot for each foot over 100 feet, over 150' to 200' - $2.00 per foot for each foot over 150 feet, over 200' - divers may name their own price. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows - Level A: $0.75, Level 6: $0.50, and Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows - Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows - Level A: $1.00, Level B: $0.75, Level C: $0.50, and Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Q. The highest pressure registered on the guage for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. 2011 City Facilities Lighting Upgrade Project 107 Davis -Bacon Wage Determination by State GENERAL DECISION COUNTY INDEX STATE: WA PUBLICATION DATE: 03/12/2010 GENERAL DECISION: WA20100060 12/03/2010 WA60 Date: December 3, 2010 General Decision Number: WA20100060 12/03/2010 Superseded General Decision Number: WA20080060 State: Washington Construction Type: Building County: Yakima County in Washington. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Modification Number Publication Date 0 03/12/2010 1 03/19/2010 2 07/02/2010 3 07/09/2010 4 08/06/2010 5 08/20/2010 6 09/03/2010 7 09/24/2010 8 11/05/2010 9 11/26/2010 10 12/03/2010 ASBE0007-002 01/01/2010 Rates Fringes ASBESTOS WORKER/HEAT & FROST INSULATOR $ 38.93 13.75 BRWA0001-002 06/01/2009 Rates Fringes BRICKLAYER $ 26.81 11.81 CARP0770-017 06/01/2009 Rates Fringes CARPENTER (Excluding Acoustical Ceiling Installation) $ 25.25 11.97 2011 City Facilities Lighting Upgrade Project 109 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ELEC0112-014 07/01/2010 Rates Fringes ELECTRICIAN $ 35.20 3%+14.23 ENGI0302-017 06/01/2009 West of the 120th Meridian Rates Fringes Power equipment operators: Group 1A $ 35.79 15.15 Group IAA $ 36.36 15.15 Group lAAA $ 36.92 15.15 Group 1 $ 35.24 15.15 Group 2 $ 34.75 15.15 Group 3 $ 34.33 15.15 Group 4 $ 31.97 15.15 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lAAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Trackhoe: Over 90 metric tons 2011 City Facilities Lighting Upgrade Project 110 GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Loaders -overhead, 8 yards and over; Trackhoe: over 50 metric tons to 90 metric tons GROUP 1 - Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Trackhoe: over 30 metric tons to 50 metric tons; Loader- overhead 6 yards to, but not including 8 yards; Dozer D-10; Screedman; Scrapers: 45 yards and over; Grader/Blade GROUP 2 - Cranes, 20 tons thru 44 tons with attachments; Drilling machine; Trackhoe: 15 to 30 metric tons; Horizontal/directional drill operator; Loaders -overhead under 6 yards; Crane Oiler -100 Tons and Over; Compactor; Scraper: under 45 tons GROUP 3 - Cranes-thru 19 tons with attachments; Dozers -D-9 and under; Motor patrol grader-nonfinishing; Roller -Plant Mix; Crane Oiler under 100 tons; Trackhoe: under 15 metric tons; Forklift: 3000 lbs and over with attachments GROUP 4 - Roller -other than plant mix; Forklift: under 3000 lbs with attachments ENGI0370-018 06/01/2009 Rates Fringes Power equipment operators: GROUP 1 $ 23.76 11.05 GROUP 2 $ 24.08 11.05 GROUP 3 $ 24.69 11.05 GROUP 4 $ 24.85 11.05 GROUP 5 $ 25.01 11.05 GROUP 6 $ 25.29 11.05 GROUP 7 $ 25.56 11.05 GROUP 8 $ 26.66 11.05 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Compactor; Rollers, all types on subgrade, including seal and chip coatings GROUP 2: Fork Lift GROUP 3: Bulldozer (up to D-6 or equivalent) GROUP 4: Drills (churn, core, calyx or diamond); Oiler; Loaders (overhead & front-end, under 4 yds. R/T); Vacuum Drill (reverse circulation drill under 8 inch bit) GROUP 5: Trackhoe (hoe Ram) (under 3/4 yd.); Cranes (25 tons & under), Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar) 2011 City Facilities Lighting Upgrade Project 111 GROUP 6: Asphalt Roller; Trackhoe (Hoe Ram) (3/4 yd. to 3 yd.); Compactor (self-propelled with blade); Cranes (over 25 tons, to and including 45 tons), Bulldozer, 834 R/T & similar; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.); Scrapers, all, rubber -tired GROUP 7: Trackhoe (Hoe Ram) (3 yds & over); Cranes (over 45 tons to but not including 85 tons); Loaders (overhead & front-end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers) GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower); Loaders (overhead and front-end, 10 yards and over) BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. IRON0086-009 07/01/2010 Rates Fringes IRONWORKER (Reinforcing, Structural, and Ornamental) $ 31.09 19.60 LAB00001-014 06/01/2009 Rates Fringes Laborers: GROUP 2 $ 20.58 9.07 GROUP 3 $ 22.54 9.07 GROUP 4 $ 23.09 9.07 GROUP 5 $ 23.48 9.07 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 2: Flagman GROUP 3: Mason Tender-Cement/Concrete; Chipping Gun (under 30 lbs.); Form Stripping 2011 City Facilities Lighting Upgrade Project 112 GROUP 4: Chipping Gun (over 30 lbs.); Concrete Saw Operator; Grade Checker; Gunite; Vibrating Plate GROUP 5: Mason Tender -Brick PAIN0005-026 06/01/2008 Rates Fringes Painters: (Parking Lot and highway Striping) $ 26.50 11.40 PAIN0005-027 07/01/2009 Rates Fringes Painters: BRUSH, ROLLER AND SPRAY $ 15.09 6.78 PAIN0054-004 06/01/2008 Rates Fringes DRYWALL FINISHER/TAPER $ 22.78 8.88 PAIN0054-012 10/01/2005 Rates Fringes SOFT FLOOR LAYER, Includes Carpet and Vinyl $ 15.50 4.22 * PLAS0072-009 06/01/2010 Rates Fringes PLASTERER $ 24.46 11.32 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston, Wenatchee Zone 1: 0-45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office PLUM0598-017 06/01/2009 Rates Fringes PLUMBER (including HVAC Pipe Installation) $ 41.09 20.15 ROOF0189-014 07/01/2008 Rates Fringes ROOFER (Including Metal Roofs and Tearoff) $ 22.81 8.25 SFWA0699-005 04/01/2010 Rates Fringes 2011 City Facilities Lighting Upgrade Project 113 SPRINKLER FITTER (Fire Sprinklers) $ 32.75 16.85 SHEE0066-022 01/01/2007 Rates Fringes Sheet metal worker $ 27.21 13.22 SUWA2009-033 05/22/2009 Rates Fringes LABORER: Common or General $ 14.50 0.00 LABORER: Handheld Drill $ 17.17 5.36 LABORER: Irrigation $ 11.58 0.00 LABORER: Landscape $ 11.08 0.00 LABORER: Pipelayer $ 17.25 4.40 OPERATOR: Backhoe $ 19.59 0.00 OPERATOR: Bobcat/Skid Loader$ 22.05 7.35 OPERATOR: Concrete Pump $ 22.30 5.27 OPERATOR: Excavator $ 25.02 5.43 OPERATOR: Mechanic $ 24.33 4.33 OPERATOR: Oiler $ 23.76 8.71 OPERATOR: Roller $ 19.08 0.00 OPERATOR: Screed $ 19.08 0.00 PIPEFITTER $ 23.88 6.62 TILE SETTER $ 25.51 0.00 TRUCK DRIVER: Dump Truck $ 11.87 0.00 TRUCK DRIVER: Semi -Trailer Truck $ 20.59 5.56 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)). 2011 City Facilities Lighting Upgrade Project 114 In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project 2011 City Facilities Lighting Upgrade Project 115 description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 2011 City Facilities Lighting Upgrade Project 116 1 1 PROPOSAL 1 To the City Clerk 1 Yakima, Washington I This certifies that the undersigned has examined the location of: I CITY OF YAKIMA 1 City Facilities Lighting Upgrade 1 ARRA Funding # SC -0003043 I City Project No. 199 Iand 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 rn 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. 1 rn NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and 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. 1 1 1 1 1 I 2011 City Facilities Lighting Upgrade Project 117 1 1 1 ITEM PROPOSAL BID SHEET City Facilities Lighting Upgrade ARRA Funding # SC -0003043 City Project No. 199 ITEM NO. PROPOSAL ITEM ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 MOBILIZATION 1 LS (p500'00 .00 1-09.7 2 ILLUMINATION UPGRADE - CITY HALL 1 LS 35815,00 :500 81.5,00 8-20.5 1 3 ILLUMINATION UPGRADE - YPAC 1 LS 75 762. 00 -7.57(9•00 8-20.5 4 ILLUMINATION UPGRADE - FIRE STATION 94 1 LS -733-7,00 7337, 60 8-20.5 5 ILLUMINATION UPGRADE - FIRE STATION 95 1 LS t g 44 .60 /I'' I I S 1i`h .0 U 8-20.5 6 ILLUMINATION UPGRADE - PUBLIC WORKS COMPLEX 1 LS 4i<90‘c,0 LI_ Ia0,00 8-20.5 1111 7 ILLUMINATION UPGRADE - SOUTHEAST COMMUNITY CENTER 1 LS /' aq a i 7 .00 JI -1 gli' 00 1-10.5 I 8 REPAIR OR REPLACEMENT 1 FA $5,000 5000 . ao 8-30.5 1 1 1 1 1 1 1 1 1 2011 City Facilities Lighting Upgrade Project 119 Sales Tax (8.2%) PROJECT TOTAL: 1695,5ti 153) 004 ,54 BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, or cash in the amount of $ lend which amount is not less than five percent of the total bid. Sign Here f'a rd P. Kao b ell__ Pr_Lesid e 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, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make an award to the Principal for 2010 EECBG(ARRA) PROJECTS CITY FACILITIES LIGHTING UPGRADE_rding 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 10TH DAY OF MAY 20 11 KNOBEL'S LECTRIC, INC. CI AcFb rd P. ill no b of Principal Pres id exit ureiyy WESTERN SURETY COMPANY, TAMMY R. MCKEE, ATTORNEY-IN-FACT Received return of deposit in the sum of $ 2011 City Facilities Lighting Upgrade Project 121 20 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 Tammy R Mc Kee, Traci L Sullivan, Shelley A Burnham, Lisa M Daley, Tanya M Hicks, Individually of Yakima, WA, its true and lawful Attorneys) -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 12th day of April, 201 I. State of South Dakota County of Minnchaha } ss °SJR'''''', �,t 999044 •I'' NO Ti^Sv- e Lai =i 513k-, AVS ' Dees WESTERN SURETY COMPANY Paul . Bruflat. Senior Vice President On this 12th day of April, 2011, 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 November 30, 2012 +,,,,,,,,.....,,,,,,,,,,c,,,...,.,+ s D. KRELL s sr NOTARY PUBLIC S^EA� SOUTH DAKOTA s CERTIFICATE D. Krell, Nolrary Public 1, 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 prir)ted on 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 10 day of Form F42110-09-06 WESTERN SURETY COMPANY 65v 24.1-4.1.77.Lj L. Nelson, Assistant Secretary 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 aforesigned 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: 1 -800-424-9071 The U.S. Department of Transportation (USDOT) 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. 2011 City Facilities Lighting Upgrade Project 123 NON-DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) 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. *(2) 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. *(3) 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. "(4) 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. *(5) 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. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, 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. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 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." 2011 City Facilities Lighting Upgrade Project 124 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. 2011 City Facilities Lighting Upgrade Project 125 RESOLUTION NO. D- 4 8 1 6 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 YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a part hereof. �Q ADOPTED BY THE CITY COUNCIL this day of 1983. A. (CA istw-t Mayor ATTEST: 7a' -_, 14-44 City Clerk 2011 City Facilities Lighting Upgrade Project 126 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an 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. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. 2011 City Facilities Lighting Upgrade Project 127 g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 2011 City Facilities Lighting Upgrade Project 128 BIDDER 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: rl nnbei S El ec-l-r►c) Inc . certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract C}-riGCSI D 1t0.((, Pc0n+inl� 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: F_.,I ex -4n cal , D ri t.c;c/ (I) Pek'irri- 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. CliCord P, hnobe Presiderr - Signature of Authorized Representative of Bidder) 2011 City Facilities Lighting Upgrade Project 129 SUBCONTRACTOR 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: 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) 2011 City Facilities Lighting Upgrade Project 130 MATERIALLY AND RESPONSIVENESS The certification required to be made by the bidder pursuant to these Bid Conditions is material, and wit govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. 2011 City Facilities Lighting Upgrade Project 131 CITY OF YAKIMA City Facilities Lighting Upgrade ARRA Funding # SC -0003043 City Project No. 199 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: CASH CASHIER'S CHECK CERTIFIED CHECK PROPOSAL BOND IN THE AMOUNT OF 0 DOLLARS 0 ($ ) PAYABLE TO THE STATE TREASURER IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) -1-159-Q157 SIG URE OF AUTHORIZ D OFFICIAL(s) C I IC-rorri2./ , 1 h (-�J 1 Pres i'c1 FIRM NAME KnoheJ Is al eL1-rir , 1 VIC (ADDRESS) ROI Tennan-- L -ane Yak Tne't (tiA 9"°1 PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER K NOB E3E LL1L-(5 2LL Note: (1) FEDERAL 1gi 1 101-11 8 17 17 ((S)1 IJ WA STATE EMPLOYMENT SECURITY REFERENCE NO. agb6) i On C'`> This proposal form is not transferable and any alteration of the firm's name entered hereon without prior perrnission 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. 2011 City Facilities Lighting Upgrade Project 132 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 purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the 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. C. BIDDER'S CERTIFICATION D. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. E. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. 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 is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his/her surety company. B. 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. 2011 City Facilities Lighting Upgrade Project 133 City Facilities Lighting Upgrade ARRA Funding # SC -0003043 City Project Na. 199 SYMBOL SCHEDULE SYMBOL DESCRIPTION LIGHTING FIXTURES FLUORESCENT OR HID FIXTURE RECESSED CEILING MOUNTED FLUORESCENT OR HID FIXTURE RECESSED OR SURFACE MOUNTED (SEE TO FIXTURE SCHEDULE AND BANS) HID FIXTURE POLE ARM MOUNTED FLUORESCENT OR HID FIXTURE WALL MOUNTED FLUORESCENT FIXTURE RECESSED OR SURFACE MOUNTED (SEE TO FIXTURE SCHEDULE AND PLANS) EXIT LIGHT FIXTURE - WALL MOUNTED EXIT LIGHT FIXTURE -CEILING OR PENDANT MOUNTED SWITCHING SINGLE POLE SWITCH • WALL MOUNTED DESIGNATIONS 3 THREE WAY SWITCH 4 FOUR WAY SWITCH D DIMMER SWITCH DESIGNATIONS AB,C,ETC. ARE FIXTURE TYPE (WHERE NOTED ON PLANS) REFER TO LIGHTING FIXTURE SCHEDULE a,b,c, ETC ARE SWITCHING CONTROL REFERENCE a LOWERCASE= SWITCH LEG P PILOT LIGHT ANY COMBINATION OF THE ABOVE DESIGNATIONS MAY BE SHOWN ON PLANS SHEET DESCRIPTION VICINITY MAP NOT TO SCALE SHEET INDEX G1 COVER SHEET AND SYMBOL SCHEDULE El LIGHTING FIXTURE SCHEDULE E2 LIGHTING PLAN - CITY HALL BASEMENT E3 LIGHTING PLAN - CITY HALL FIRST FLOOR E4 LIGHTING PLAN - YPAC/YCTV BUILDING E5 LIGHTING PLAN - FIRE STATION NUMBER 94 E6 SITE LIGHTING PLAN - FIRE STATION NUMBER 95 E7 LIGHTING PLAN - FIRE STATION NUMBER 95 E8 SITE LIGHTING PLAN - PUBLIC WORKS COMPLEX E9 LIGHTING _PLAN - PUBLIC WORKS - EQUIPMENT RENTAL AND BAYS E10 LIGHTING PLAN - SOUTHEAST COMMUNITY CENTER Conley Engineering, Inc. Consulting Electrical Engineers 1433 Lakeside Court, Suite 100 Yakima, Washington 98902 TEL: (509) 965-9872 FAX: (509) 965-9873 LIGHTING FIXTURE SCHEDULE TYPE DESCRIPTION MANUFACTURER CATALOG NO. AMP CATALOG NO REMARKS NAME OTY AAI FLUORESCENT, COMMERCIAL, Z X 4'. RECTANGULAR, RECESSED, NEMA G, WHITE ENAMEL TRIM, FLAT STEEL DOOR, WHITE ENAMEL EXTERIOR WHITE POWDER POLYESTER INTERIOR, FLAT ACRYLIC K-12 PRISMATIC LENS, SPRING LOADED LATCHES, UNIVERSAL VOLTAGE ELECTRONIC BALLAST METALUX COLUMBIA DAYBRITE LITHONIA 2GC-232K12-UNV-GL-EB81-PAF-U 4PS24-232G-FS-KSHK12-EB8UNV-GLR-SLL-PAF 2DPG232-FS12-UNV-112-EB-F1-LPT835-GLR1-PAF 2SP G 2 32 K12 120 GEBIOIS GLR PAF 2 F032T8 32 WATT A2E FLUORESCENT, COMMERCIAL, Z X 4',RECTANGULAR, RECESSED, NEMA G, WHITE ENAMEL TRIM, FLAT STEEL DOOR WHITE ENAMEL EXTERIOR WHITE POWDER POLYESTER INTERIOR, FLAT ACRYLIC K-12 PRISMATIC LENS, SPRING LOADED LATCHES. LOW BALLAST FACTOR UNIVERSAL VOLTAGE ELECTRONIC BALLAST METALUX COLUMBIA DAYBRITE LITHONIA 2GC-232K12/125-UNV-GL-HR8IL-PAF-U 4PS24-232G-FS-KSHK12-EB8UNV-GLR-SLL-PAF 2DPG232-FS12-UNV-112-EBL(OPTANIUM)-F1-F032J835TXPSIECO-GLR1-PAF 2SP 6232 K12 120 BILP GLR PAF 2 F032T8 32 WATT 3100 LUMEN A3E FLUORESCENT, COMMERCIAL, Z X 4', RECTANGULAR. RECESSED, NEMA G, WHITE ENAMEL TRIM. FLAT STEEL DOOR WHITE ENAMEL EXTERIOR,WHITE POWDER POLYESTER INTERIOR, FLAT ACRYLIC 0-12 PRISMATIC LENS, SPRING LOADED LATCHES, LOW BALLAST FACTOR UNIVERSAL VOLTAGE ELECTRONIC BALLAST METALUX COLUMBIA DAYBRITE LITHONIA 26C-3320121125-UNV-G1-HR821-PAF-U 4PS24-332G-FS-KSHK12-1/2-1/1EB8UNV-GLR-SLL-PAF 20PG332-FS12-UNV-1/21-EBL(OPTANIUM) F032J835/XPS/ECO-GLR1-PAF 2SP G 332 012 120 BILP GLR PAF 3 F032T8 32 WATT 3103 LUMEN PROVIDE TWO BALLASTS 81E FLUORESCENT, COMMERCIAL, 10' X 49', RECTANGULAR, SURFACE MOUNTED. WHITE POLYESTER POWDER INTERIOR AND EXTERIOR INJECTION -MOLDED PRISMATIC ACRYLIC HOLOPHANE LENS. LOW BALLAST FACTOR UNIVERSAL VOLTAGE ELECTRONIC BALLAST METALUX 101 LTG DAYBRITE LITHONIA HWA-232-71-UNV-GL-ER81/.77BF-U IM6-I-32-SSOL-F-UE HWN132-UNV-111-EBL(OPTANIUM)-GLR1-PAF CLM 132 IM 120 BILP GLR 1 F032T8 32 WATT 3100 LUMEN CFL 42 WATT 82 FLUORESCENT, COMMERCIAL. 10' X 49', RECTANGULAR SURFACE MOUNTED, WHITE POLYESTER POWDER INTERIOR AND EXTERIOR, INJECTION -MOLDED PRISMATIC ACRYLIC HOLOPHANE LENS, UNIVERSAL VOLTAGE ELECTRONIC BALLAST METALUX LSI LTG DAYBRITE LITHONIA HWA-232.71-UNV-GL-EB81-U IM6-2-32-SS010.F-UE HWN232-UNV-1/2-E3-GLR1-PAF CLM 2 32 IM 120 GEBIOIS GLR 2 F032T8 32 WATT PSMH 150 WATT B2P FLUORESCENT,COMMERCIAL, 10' X 49', RECTANGULAR, PENDANT MOUNTED. WHITE POLYESTER POWDER INTERIOR AND EXTERIOR, INJECTION -MOLDED PRISMATIC ACRYLIC HOLOPHANE LENS, UNIVERSAL VOLTAGE ELECTRONIC BALLAST METALUX LSI LTG DAYBRITE LITHONIA HWA-232-71-UNV-GL-EB81-U-SCF-48B 1M6-2-32-SSO10-F-UE2 HWN232-UNV-1/2-EB-GLR1-PAF-500-CSA8 CLM 232 IM 120 GEB10IS GLR 5024 MPCL-100-MT-F1 HT1 -CM-PI0.HL-FGP-D-DB-F' CLI100MMT-LP-WSF KACM 150M FP 120 SF LPI F032T8 32 WATT PROVIDE STEM LENGTH TO MATCH EXISTING FIXTURES B2E FLUORESCENT. COMMERCIAL, 10' X 49', RECTANGULAR SURFACE MOUNTED, WHITE POLYESTER POWDER INTERIOR AND EXTERIOR, INJECTION -MOLDED PRISMATIC ACRYLIC HOLOPHANE LENS. LOW BALLAST FACTOR UNIVERSAL VOLTAGE ELECTRONIC BALLAST METALUX LSI LTG DAYBRITE LITHONIA HWA-232-71-UNV-GL-ERSll.77BF-U IM6-2-32-SSOL-F-UE HWN232-UNV-112-EBL(OPTANIUM)-GLR1-PAF CLM 2 32IM 120 BILP GLR 2 F032T8 32 WATT 3103 LUMEN PSMH 50 WATT BSE FLUORESCENT, COMMERCIAL. 12' X 48', RECTANGULAR, SURFACE MOUNTED, WHITE POLYESTER POWDER INTERIOR AND EXTERIOR INJECTION -MOLDED PRISMATIC ACRYLIC HOLOPHANE LENS, LOW BALLAST FACTOR UNIVERSAL VOLTAGE ELECTRONIC BALLAST METALUX COLUMBIA DAYBRITE LITHONIA MC-2320121125-UNV-GL-ER81I 775F -U PH14-232-FS-K12-U-GLR 1SMR232FA01-UNV-1I2-EBL(OPTANIUM)-GLR1-PAF M 2 32 A12120 BILP GLR 2 F032T8 32 WATT 3100 LUMEN PSMH 50 WATT C2E FLUORESCENT,INDUSTRIAL, 12' x 50' RECTANGULAR CHAIN HUNG OR SURFACE MOUNTED, 10%UPUGHT, POLYESTER PAINT REFLECTORS, LOW BALLAST FACTOR UNIVERSAL VOLTAGE ELECTRONIC BALLAST COLUMBIA DAYBRITE LITHONIA METALUX KL4-232-EB8-UNV-GLR 1F232-PP-UNV-112-EBL(OPTANIUM)-GLR1-PAF-FL-123 AF102 32 120 BILP GLR IAF-232-UNV-GL-ER81/.77BF-U 2 F32WT8 32 WATT3100 LUMEN CHAIN HANG WHERE NOTED ON PLANS CBE FLUORESCENT, INDUSTRIAL, 12' x 100' RECTANGULAR, CHAIN HUNG OR SURFACE MOUNTED, 10%UPUGHT, POLYESTER PAINT REFLECTORS, LOW BALLAST FACTOR UNIVERSAL ELECTRONIC BALLAST COLUMBIA DAYBRITE LITHONIA METALUX KLB-032-EB8-UNV-GLR T1F232-PP-UNV-1/4-EBL(OPTANIUM)-GLR1-PAF-FL-123 TAF10 2 32 120 1/4 BILP GLR 8TIAF-232-UNV-GL-ER811.77BF-U 4 F32WT8 32 WATT 3100 LUMEN CHAIN HANG WHERE NOTED ON PLANS C82E FLUORESCENT, INDUSTRIAL, 12' x 10T RECTANGULAR, SURFACE MOUNTED. 10% UPLIGHT, POLYESTER PAINT REFLECTORS, TWO TWO LAMP LOW BALLAST FACTOR UNIVERSAL ELECTRONIC BALLASTS COLUMBIA DAYBRITE LITHONIA METALUX KL8-032-E62/2-UNV-GLR T1F232-PP-UNV-22-EBL(OPTANIUM)-GLR1-PAF TAFIO 2 32120 BILP GLR BTIAF-232-000-GL-ER62J.776F-U 4 F32WT8 32 WATT 3100 LUMEN PROVIDE TWO TWO -LAMP BALLASTS 0 FLUORESCENT, INDUSTRIAL, 20' x 48' RECTANGULAR, 55 DEGREES CELCIUS RATED, CHAIN HUNG, SPECULAR ALUMINUM REFLECTOR WIRE GUARD, UNIVERSAL VOLTAGE ELECTRONIC BALLAST METALUX COLUMBIA LITHONIA HBL-654T5-N-UNV-GL-EHT2-U-WG/HBL6-4FT-B LHVdb-54-M4R-U-24EP-U-GLR-WG IBZ 6541 120 GLRWGX 6 F54WT5H0 54 WATT PROVIDE CHAIN LENGTH TO MATCH EXISTING FIXTURES 02 FLUORESCENT, INDUSTRIAL, 20' x 48' RECTANGULAR 55 DEGREES CELCIUS RATED, CHAIN HUNG, SPECULAR ALUMINUM REFLECTOR WIRE GUARD, UNIVERSAL VOLTAGE ELECTRONIC BALLAST METALUX COLUMBIA LITHONIA HBL-454T5-N-UNV-GL-EHT1-0-WGIHBL6-4FT-B LHVAd-54-M4R-U-240P-U-GLR-WG IBZ 4541 120 GLR WGX 4 F54WT5H0 54 WATT PROVIDE CHAIN LENGTH TO MATCH EXISTING FIXTURES D4 FLUORESCENT,COMMERCIAL, Z X 4' CHAIN HUNG, GYMNASIUM. ONE PIECE STEEL HOUSING, WHITE WIRE GUARD WITH PATTERN 12 PRISMATIC LENS. UNIVERSAL VOLTAGE METALUX DAYBRITE HBI-05475-N-NWG-UNV-GL-EHT2 FGL454H0-UNV-MC-2i2-EB-GLRL-WL 4 F54WT5H0 54 WATT PROVIDE CHAIN LENGTH AS NOTED ON DRAWINGS F FLUORESCENT, COMMERCIAL, 2 X 4', RECTANGULAR RECESSED MOUNTED, INDIRECT, NEMA G , WHITE ENAMEL TRIM, WHITE ENAMEL EXTERIOR WHITE POWDER POLYESTER INTERIOR, RADIAL BLADE LOWER. UNIVERSAL VOLTAGE, ELECTRONIC BALLAST METALUX DAYBRITE COLUMBIA LITHONIA 2RDI-232RP/BW-UNV-GL-EB81 2AVG232-PMW-UNV-i2-EB'F1'LPT835-GLR1-PAF2 STR24-232G-MPO-E68UNIV-GLR 2AV G 232 MDR 120 GEB10IS GLR F032T8 32 WATT FS FLUORESCENT, COMMERCIAL, 2 X 4', RECTANGULAR SURFACE MOUNTED, INDIRECT, SURFACE, WHITE ENAMEL TRIM, WHITE ENAMEL EXTERIOR WHITE POWDER POLYESTER INTERIOR, RADIAL BLADE LOUVER UNIVERSAL VOLTAGE, ELECTRONIC BALLAST LAMAR LTG COLUMBIA SCB-2-32-24-E8-U-LPT835-PF STR24-2325-MPO-EB8UNIV-GLR 2AVX 232 MDR 120 GE13101S GLR 2 F032T8 32 WATT F305 FLUORESCENT, COMMERCIAL, 2 X4', RECTANGULAR SURFACE MOUNTED, INDIRECT, WHITE ENAMEL TRIM, WHITE ENAMEL EXTERIOR WHITE POWDER POLYESTER INTERIOR RADIAL BLADE LOUVER UNIVERSAL VOLTAGE, ADVANCE MARK 10 ELECTRONIC DIMMING BALLAST LI I rlUIVIN LAMAR LTG COLUMBIA LITHONLA SCB-3-32-24-ED(MARK X}LPT83rPF STR24-3320-MPO-EBBUNIV-GLR-DIMMING BALLAST 2AVX 3 32 MDR 120ADEZ GLR 3 F03TT8 32 WATT GBE FLUORESCENT, 8' LONG. SURFACE MOUNTEDICHAIN HUNG, ENCLOSED AND GASKETED ONE PIECE HOUSING, INJECTION -MOLDED HIGH -IMPACT THERMOPLASTIC STAINLESS STEEL LATCHES,WET BODY, IMPACT RESISTANT, ACRYLIC DIFFUSERTV2WAE232-UNV-I2-EBL(OPTANIUM}GLR7 LABEL, LOW BALLAST FACTOR UNIVERSAL VOLTAGE ELECTRONIC BALLAST METALUX COLUMBIA DAYBRITE LITHONIA 8TVT2-232DR-UNV-ER811.77BF-SSL-U LUNB-432-EBBUNV-GLR-SSL TDMW 232 1201/4 BILP GLR STSL 4 F032T8 32 WATT 3100 LUMEN PROVIDE COLD WEATHER BALLAST WHERE NOTED ON PLAINS GX FLUORESCENT, 4' LONG, CHAIN HUNG, CLASS 1, DIVISION 1 RATED, WIRE GUARD, 51. LISTED FOR SPRAY BOOTH LOCATIONS, SPRING LOADED SOCKETS, UNIVERSAL VOLTAGE ELECTRONIC BALLAST LDPI HUBBELL DAYBRITE RIG -A -LITE 380-T6-4L-0-UNV HLHFX-265-30-0-F6-2HFX-G4 IR4d-4-80.1227-0-WIRE GUARD XP26544LU F W/G 4 F032T8 32 WATT PULSE START METAL HALIDE, OUTDOOR AREA LIGHT, 18" SQUARE, DIE -FORMED ALUMINUM HOUSING, ALUMINUM REFLECTOR, CLEAR GLASS LENS, TYPE II DISTRIBUTION, HORIZONTAL BURN, DARK BRONZE POLYESTER POWDER FINISH, UNV VOLT KIM EMCO US ARCH VISIONAIRE 1NAR2-315MCE-4K-VOLT-D6-P-SF UA ECA10-1-2H-315MCE4K-QD-BRP-F APG-S19-HRII-315T-PSMH-MT-I-RAL-8019-T-SF AME 2 1.2 315 CDM 420 UNV XXXX BZ 1 CERAMIC METAL HALIDE 315 WATT LIGHTING FIXTURE SCHEDULE TYPE DESCRIPTION MANUFACTURERNAME CATALOG NO LAMCATALOG NO REMARKS YP P AAI PULSE START METAL HALIDE, OUTDOOR AREA LIGHT, WALL MOUNTED, 10 SQUARE, DIE -FORMED ALUMINUM HOUSING, ALUMINUM REFLECTOR, CLEAR GLASS LENS, TYPE II DISTRIBUTION, HORIZONTAL BURN, INTEGRAL PHOTOCELL, DARK BRONZE POLYESTER POWDER FINISH, UNV VOLT KIM EMCO US ARCH VISIONAIRE 1W/AR3315MCE-0K-VOLT-DB-P-SF ECA18-1-3H315MCE-4K-QUAD-BRP-F-PCT APG.S19-HR- III -315T- PSMH-MT -i-RAL-8019-T-SF-PC AME 2 T2315 CDM 42K UNV WM PCR XXX BZ BAWP 1 CERAMIC METAL HALIDE 315 WATT BB PULSE START METAL HALIDE, OUTDOOR AREA LIGHT, 18' SQUARE, DIE -FORMED ALUMINUM HOUSING, ALUMINUM REFLECTOR CLEAR GLASS LENS, TYPE II DISTRIBUTION, HORIZONTAL BURN, DARK BRONZE POLYESTER POWDER FINISH, UNV VOLT KIM EMCO US ARCH VISIONAIRE 1NAR2-21OMCE-4K-VOLT-DB-P-SF ECAC&1-2H-210MCE-4K-000D-BRP-F APG -S 19-HRII-2107-PSMH-MT-1-RAL-8019-T-SFAME 2T2 210 CDM 42K UNV XXX BZ I CERAMIC METAL HALIDE 210 WATT EE FLUORESCENT, COMMERCIAL, I SQUARE, RECESSED WHITE KIRLIN PEACHTREE FRS -12110-03.18W-1532 PSFT-12-316-PG 3 CFL 18 WATT ENAMEL TRIM, TEMPERED GLASS LENS, SPECULAR ALZAK ALUMINUM REFLECTOR, TRIM EXTENDER, WET LABEL, UNV VOLT FF FLUORESCENT, COMMERCIAL, 10' SQUARE, SURFACE MOUNTED, DARK BRONZE FINISH, TEMPERED GLASS LENS, SPECULAR ALUMINUM REFLECTOR, TRIM EXTENDER, WET LABEL UNV VOLT KIRLIN CGT FSS -10115.37.15 E33-TBX-(1)42-120277-UNV-EB-93 1 CFL 42 WATT GG PULSE START METAL HALIDE, COMMERCIAL, WALL MOUNTED. CORROSION RESISTANT, DIE-CAST ALUM. HOUSING, DARK BRONZE ANIONIC FINISH, PARABOLIC HYDROFORMED ALUM. REFLECTOR, GLASS LENS, WET LOCATION, UNV VOLTAGE LITHONIA LUMARK HUBBELL DAYBRITE TWR1150M TB LPI MPFZ15 WGH-150P-UNV VOLTAGE WLP150MMT-LP-WSF 1 PSMH 150 WATT HH PULSE START METAL HALIDE, COMMERCIAL, CEIUNG MOUNT. CEILING MOUNTED, CORROSION RESISTANT, ALUMINUM HOUSING, DARK BRONZE ANIONIC FINISH, PARABOLIC HYDROFORMED ALUM. REFLECTOR, GLASS LENS. WET LOCATION. UNIVERSAL VOLTAGE LUMARK HUBBELL DAYBRITE KACM MPCL-100-MT-F1 HT1 -CM-PI0.HL-FGP-D-DB-F' CLI100MMT-LP-WSF KACM 150M FP 120 SF LPI 1 PSMH 100 WATT JJ PULSE START METAL HALIDE, COMMERCIAL, 6' ROUND, RECESSED, WHITE ENAMEL TRIM, FRESNEL TEMPERED GLASS LENS, SPECULAR ALZAK ALUMINUM REFLECTOR, WET LABEL, UNV VOLT KIRLIN HRR -06061 -43 -FR 1 PSMH 50 WATT KK PULSE START METAL HALIDE, COMMERCIAL, WALL MOUNTED, CORROSION RESISTANT. DIE-CAST ALUM HOUSING, DARK BRONZE ANIONIC FINISH, PARABOLIC HYDROFORMED ALUM. REFLECTOR, GLASS LENS, WET LOCATION, UNV VOLTAGE LUMARK LITHONIA HUBBELL DAYBRITE MPWM-50-G TWS 50M MVOLT NRG 3008 NWP050M12-LP 1 PSMH 50 WATT MM PULSE START METAL HALIDE, COMMERCIAL, WALL MOUNTED. CORROSION RESISTANT, DIE-CAST ALUM. HOUSING, DARK BRONZE ANIONIC FINISH. PARABOLIC HYDROFORMED ALUM REFLECTOR, GLASS LENS, WET LOCATION, UNV VOLTAGE BROWNLEE HUBBELL LITHONIA DAYBRITE 7032 70M -FUSED NR0-1171-8 TWAC 70M MVOLT FUSING DMB WCRO70MMT-LP-WSF 1 PSMH 70 WATT NN PULSE START METAL HALIDE, COMMERCIAL, COBRA HEAD POLE MOUNTED, CORROSION RESISTANT, DIE-CAST PLUM. HOUSING, GRAY FINISH, FLAT GLASS LENS, WET LOCATION, UNV VOLTAGE LUMARK HUBBELL LITHONIA _ MPRL-FL-XX-150MT RMD-15P35-3 CHMG 750M R3 FL TB SCWA LPI 1 PSMH 150 WATT PROVIDE ATTACHMENT TO MATCH EXISTING POLE ARM EXIT LED EXIT SIGN, PENDANT/SURFACE MOUNTED, IMPACT RESISTANT ABS PLASTIC FRAME, GREEN LENS, BRUSHED WHITE FINISH PROVIDE FACING AND ARROWS AS REQUIRED, EMERGENCY BALLAST, UNIVERSAL VOLTAGE MCPHILBEN DUAL -LITE SURE -CITES LITHONIA ER55LD3WG SESIDGWNE/SEDGWNE CX7170GW/CX7270GW LOC W 1 G EL N 1 LED GENARAL NOTES: 1. IN GENERAL, DEVICES SHOWN ON THE ELECTRICAL DRAWINGS IN BACKGROUND (GRAY OR SCREENED) REPRESENT ONE OF THE FOLLOWING UNLESS NOTED OTHERWISE ON AN INDIVIDUAL SHEET: 1.1. STRUCTURAL OR ARCHITECTURAL BUILDING STRUCTURES SUCH AS WALLS, DOORS, STAIRS, ETC. AND STRUCTURAL FRAMING MEMBERS. 2. THE FOLLOWING GENERAL NOTES APPLY TO THE DRAWING SET: 2.1. THE DRAWINGS ARE NOT INTENDED TO SHOW ALL OF THE EXISTING CONDITIONS. IT IS THE CONTRACTOR'S RESPONSIBILITY TO VISIT THE SITE AND REVIEW EXISTING CONDITIONS PRIOR TO BIDDING. WHERE EXISTING CONDITIONS DIFFER FROM THOSE SHOWN TO THE EXTENT IT WILL IMPACT THE COST OF THE CONTRACTOR'S WORK, THE CONTRACTOR SHALL NOTIFY THE OWNER IN WRITING A MINIMUM OF 10 DAYS PRIOR TO BIDDING. 2.2. EXISTING EQUIPMENT, MATERIALS, DEVICES AND CIRCUITS DAMAGED DURING THE COURSE OF CONSTRUCTION SHALL BE IMMEDIATELY REPLACED WITH NEW EQUIPMENT, MATERIALS, DEVICES AND CIRCUITS OF LIKE MATERIALS AT NO ADDITIONAL COST TO THE OWNER. 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY omit Conley Engineering, Inc. W J 0 J 2 -J Uo CO LU LU �/ LL VJ X J LL_ m CD 2 Z'>'^-- Q) 0 V_ J eae 02/25/2011 WWI Oh BRBMKW AM Yu CY 199 NL Neel - W El CORRIDOR"A"„ PROVIDE. 1 TYPE B2-- FIXTURE 2-FIXTURE HALL "A" COPY SERVICES PROVIDE 10 TYPE A2 FIXTURES___, i � I �_ NOTES 5&6 L -'_J HALL "B" PROVIDE 4 TYPE B2P FIXTURES CORRIDOR"B" PROVIDE 1 TYPE B2 FIXTURE HALL "C" PROVIDE 3 r_2_I TYPE B2P FIXTURES NOTE 5 HALL "B" 1. IN EACH ROOM THAT IS NOTED WITH FIXTURES TO BE PROVIDED(WHETHER ACTUAL FIXTURE LOCATIONS ARE SHOWN OR NOT), DEMOLISH EXISTING LIGHTING FIXTURES AND REPLACE WITH NEW LIGHTING FIXTURES ON A ONE-FOR-ONE BASIS AT THE SAME LOCATION, UNLESS OTHERWISE NOTED. INSTALL NEW LIGHTING FIXTURES AND EXTEND/RECONNECT TO EXISTING LIGHTING CIRCUITS AND SWITCHES, UNLESS OTHERWISE NOTED. PROVIDE ANY ADDITIONAL MOUNTING HARDWARE AS REQUIRED TO INSTALL NEW LIGHTING FIXTURES. CUT, PATCH AND PAINT EXISTING SURFACES TO MATCH EXISTING CONDITIONS. FOR FIXTURES THAT ARE SPECIFIED TO BE MOUNTED IN GRID CEILINGS, PROVIDE WIRE HANGERS AND GRID CLIPS PER REQUIREMENTS OF SPECIFICATIONS. WHERE FIXTURES ARE INSTALLED IN GRID CEILINGS, REPLACE CEILING TILES DAMAGED DURING THE COURSE OF CONSTRUCTION AT NO ADDITIONAL COST TO THE OWNER. 2. LIGHTING FIXTURES WITH "P" DESIGNATION (I.E. B2P, B3P) ARE TO BE PENDANT MOUNTED. PENDANT MOUNT AT HEIGHT OF EXISTING FIXTURES BEING DEMOLISHED. 3. NOT USED. 4. NOT USED 5. PROVIDE NEW EXIT SIGN AT THIS LOCATION. CONNECT TO EXISTING CORRIDOR LIGHTING CIRCUIT USING EMT CONDUIT. 6. PENDANT MOUNT EXIT SIGN AT THIS LOCATION. 7. NOT ALL EXISTING LIGHTING FIXTURE LOCATIONS ARE SHOWN ON THIS SHEET. LIGHTING FIXTURE LOCATIONS SHOWN ON THIS SHEET SHOW THE APPROXIMATE LOCATIONS OF EXISTING FIXTURES AND ARE PROVIDED FOR THE CONVENIENCE OF THE CONTRACTOR. THESE FIXTURE LOCATIONS ARE NOT INTENDED TO SHOW REVISIONS FROM THE LOCATIONS OF THE EXISTING FIXTURES UNLESS THE FIXTURES ARE SPECIFICALLY NOTED TO BE RELOCATED. IN ROOMS WHERE FIXTURE LOCATIONS ARE NOT SHOWN (BUT NEW FIXTURES ARE CALLED OUT TO BE PROVIDED), NEW LIGHTING FIXTURES SHALL BE PROVIDED IN EXISTING FIXTURE LOCATIONS. COMPUTER ROOM PROVIDE 26 TYPE F FI XTURES CONFERENCE F i r-1 r -� 1 I I O I I i I L_J J PROVIDE 6 TYPE A2 FIXTURES Fri 1 1 I f I I o a 1 ^, I I I I L_J _J L_J LIGHTING PLAN CITY HALL BASEMENT NOT TO SCALE (NOTES 1,287) TWO INCHES AT FULL SCALE. IF NOT, NORTH SCALE ACCORDINGLY BACK SOFFIT PROVIDE 7 TYPE FF FIXTURES (NOTE 3) LIGHTING PLAN CITY HALL FIRST FLOOR NOT TO SCALE (NOTES 1,5&6) ri BILLING PROVIDE 22 TYPE F FIXTURES CONFERENCE ROOM PROVIDE 3 TYPE A2 FIXTURES I L. ' I I 1--; i NORTH 1 FS I r - 'FS rd ENTRY PROVIDE 3 TYPE EE FIXTURES (NOTE 2) LIGHTING PLAN CITY HALL FIRST FLOOR NOT TO SCALE (NOTES 1,5&6) r - FS I OFFICE PROVIDE 3 TYPE A2 FIXTURES JI FS r-- FS rF3DS I I I I �- - -I FS I- -d' FS I- -Ci F3DS (PROVIDE 12 ! COUNCIL 1 I ° ; TYPE FS ! I CHAMBERS `' FIXTURES L_d1 (NOTE 4) L_CJ PROVIDE 4 FS r -- FS r--F3DS TYPE F3DS I I FIXTURES IG' 141 -- - FS IFS I- -di-IFS 1 ! I I IL I I J L -d! I .� I 1 --°-I F3DS I i I I I L _CJ NORTH NOTE 4 1. IN EACH ROOM THAT IS NOTED WITH FIXTURES TO BE PROVIDED (WHETHER ACTUAL FIXTURE LOCATIONS ARE SHOWN OR NOT), DEMOLISH EXISTING LIGHTING FIXTURES AND REPLACE WITH NEW LIGHTING FIXTURES ON A ONE-FOR-ONE BASIS AT THE SAME LOCATION, UNLESS OTHERWISE NOTED. INSTALL NEW LIGHTING FIXTURES AND EXTEND/RECONNECT TO EXISTING LIGHTING CIRCUITS AND SWITCHES, UNLESS OTHERWISE NOTED. PROVIDE ANY ADDITIONAL MOUNTING HARDWARE AS REQUIRED TO INSTALL NEW LIGHTING FIXTURES. CUT, PATCH AND PAINT EXISTING SURFACES TO MATCH EXISTING CONDITIONS. FOR FIXTURES THAT ARE SPECIFIED TO BE MOUNTED IN GRID CEILINGS, PROVIDE WIRE HANGERS AND GRID CLIPS PER REQUIREMENTS OF SPECIFICATIONS. WHERE FIXTURES ARE INSTALLED IN GRID CEILINGS, REPLACE CEILING TILES DAMAGED DURING THE COURSE OF CONSTRUCTION AT NO ADDITIONAL COST TO THE OWNER. 2. DEMOLISH 3 EXISTING LIGHTING FIXTURES PER REQUIREMENTS OF NOTE 5 AND REPLACE WITH NEW LIGHTING FIXTURES AT SAME LOCATION. PROVIDE ADDITIONAL STRUCTURAL MATERIALS/BACKING TO INSTALL NEW LIGHTING FIXTURE. CUT, PATCH, REPAIR/RESTORE AND PAINT EXISTING SURFACE FOR LIGHTING FIXTURES. PROVIDE NEW CONDUCTORS FROM FIXTURES BACK TO SERVING DISTRIBUTION EQUIPMENT AND LIGHTING CONTROLS OR BACK TO NEXT FIXTURE REMAINING IN EXISTING CIRCUIT. 3. DEMOLISH 7 EXISTING RECESSED LIGHTING FIXTURES AND ASSOCIATED STRUCTURAL MATERIALS PER REQUIREMENTS OF NOTE 5 AND REPLACE WITH NEW LIGHTING FIXTURES AT SAME LOCATION. CUT, PATCH, REPAIR/RESTORE AND PAINT EXISTING SURFACE IN ORDER TO INSTALL NEW SURFACE MOUNTED LIGHTING FIXTURES. PROVIDE NEW CONDUCTORS FROM FIXTURES TO SERVING DISTRIBUTION EQUIPMENT AND LIGHTING CONTROLS OR BACK TO NEXT FIXTURE REMAINING IN EXISTING CIRCUIT. DEMOLISH 16 EXISTING PENDANT MOUNTED LIGHTING FIXTURES PER REQUIREMENTS OF NOTE 1. PROVIDE NEW SURFACE MOUNTED LIGHTING FIXTURES AT SAME LOCATION. FOR BACK TWO ROWS OF FIXTURES (NEAREST NORTH ENTRY), RECONNECT TO EXISTING LIGHTING CIRCUIT AND SWITCHING. FOR TWO FRONT ROWS OF LIGHTING FIXTURES, PROVIDE NEW FIXTURES, SWITCHES AND DIMMER SWITCHES AND REVISE EXISTING LIGHTING CIRCUITS TO PROVIDE SWITCHING SCHEME AS SHOWN ON DRAWING. INSTALL NEW LIGHTING SWITCHES IN WALL AND EXTEND NEW AND EXISTING CIRCUITS TO LIGHTING FIXTURES. CUT, PATCH, REPAIR AND PAINT WALL AS NECESSARY TO MATCH EXISTING CONDITIONS TO TO INSTALL NEW SWITCHES. 5. FOR OUTDOOR AREAS WITH LIGHTING FIXTURES SHOWN TO BE PROVIDED, DEMOLISH EXISTING LIGHTING FIXTURES AND REPLACE WITH NEW LIGHTING FIXTURES ON A ONE-FOR-ONE BASIS AT THE SAME LOCATION, UNLESS OTHERWISE NOTED. INSTALL NEW LIGHTING FIXTURES AND EXTEND/RECONNECT TO EXISTING LIGHTING CIRCUITS AND SWITCHES, UNLESS OTHERWISE NOTED. PROVIDE ANY ADDITIONAL MOUNTING HARDWARE AS REQUIRED TO INSTALL NEW LIGHTING FIXTURES. CUT, PATCH AND PAINT EXISTING SURFACES TO MATCH EXISTING CONDITIONS TO INSTALL NEW LIGHTING FIXTURES. 6. NOT ALL EXISTING LIGHTING FIXTURE LOCATIONS ARE SHOWN ON THIS SHEET. LIGHTING FIXTURE LOCATIONS SHOWN ON THIS SHEET SHOW THE APPROXIMATE LOCATIONS OF EXISTING FIXTURES AND ARE PROVIDED FOR THE CONVENIENCE OF THE CONTRACTOR. THESE FIXTURE LOCATIONS ARE NOT INTENDED TO SHOW REVISIONS FROM THE LOCATIONS OF THE EXISTING FIXTURES UNLESS THE FIXTURES ARE SPECIFICALLY NOTED TO BE RELOCATED. IN ROOMS WHERE FIXTURE LOCATIONS ARE NOT SHOWN (BUT NEW FIXTURES ARE CALLED OUT TO BE PROVIDED), NEW LIGHTING FIXTURES SHALL BE PROVIDED IN EXISTING FIXTURE LOCATIONS. 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY •mit Conley Engineering, Inc. I41 1:PP LIGHTING PLAN CITY HALL FIRST FLOOR 02/25/2011 l w BRB/NKW CY 199 ,s IMI! E3 PROVIDE 2 TYPE GG FIXTURES 1. IN EACH ROOM THAT IS NOTED WITH IN EACH ROOM THAT IS NOTED WITH FIXTURES TO BE PROVIDED (WHETHER ACTUAL FIXTURE LOCATIONS ARE SHOWN OR NOT), DEMOLISH EXISTING LIGHTING FIXTURES AND REPLACE WITH NEW LIGHTING FIXTURES ON A ONE-FOR-ONE BASIS AT THE SAME LOCATION, UNLESS OTHERWISE NOTED. INSTALL NEW LIGHTING FIXTURES AND EXTEND/RECONNECT TO EXISTING LIGHTING CIRCUITS AND SWITCHES, UNLESS OTHERWISE NOTED. PROVIDE ANY ADDITIONAL MOUNTING HARDWARE AS REQUIRED TO INSTALL NEW LIGHTING FIXTURES. CUT, PATCH AND PAINT EXISTING SURFACES TO MATCH EXISTING CONDITIONS. FOR FIXTURES THAT ARE SPECIFIED TO BE MOUNTED IN GRID CEILINGS, PROVIDE WIRE HANGERS AND GRID CLIPS PER REQUIREMENTS OF SPECIFICATIONS. WHERE FIXTURES ARE INSTALLED IN GRID CEILINGS, REPLACE CEILING TILES DAMAGED DURING THE COURSE OF CONSTRUCTION AT NO ADDITIONAL COST TO THE OWNER. 2. FOR OUTDOOR AREAS WITH LIGHTING FIXTURES SHOWN TO BE PROVIDED, DEMOLISH EXISTING LIGHTING FIXTURES AND REPLACE WITH NEW LIGHTING FIXTURES ON A ONE-FOR-ONE BASIS AT THE SAME LOCATION, UNLESS OTHERWISE NOTED. INSTALL NEW LIGHTING FIXTURES AND EXTEND/RECONNECT TO EXISTING LIGHTING CIRCUITS AND SWITCHES, UNLESS OTHERWISE NOTED. PROVIDE ANY ADDITIONAL MOUNTING HARDWARE AS REQUIRED TO INSTALL NEW LIGHTING FIXTURES. CUT, PATCH AND PAINT EXISTING SURFACES TO MATCH EXISTING CONDITIONS TO INSTALL NEW LIGHTING FIXTURES. 3. PROVIDE COLD WEATHER BALLASTS IN FIXTURES. MOUNT HORIZONTALLY ON FACE OF WALL UNDER CANOPY AT SAME LOCATION AS EXISTING FIXTURES. 4. CHAIN HANG LIGHTING FIXTURES AT SAME MOUNTING HEIGHT AS EXISTING FIXTURES TO BE REMOVED. II I` I EXTERIOR AREA 1 STUDIO "A" PROVIDE 1 II PROVIDE 7 TYPE HH 1 TYPE A2E FIXTURE I FIXTURES ii VEHICLE BAY PROVIDE 2 TYPE C8E FIXTURES (NOTE 4) STUDIO "B"/ STORAGE PROVIDE 4 TYPE A3E FIXTURES EDIT #3 PROVIDE 1 TYPE A3E FIXTURE EDIT #1 PROVIDE 1 TYPE A3E FIXTURE EDIT #2 PROVIDE 1 TYPE A3E FIXTURE WAITING AREA PROVIDE 4 TYPE A2E FIXTURES CONFERENCE TRAINING ROOM PROVIDE 4 TYPE A3E FIXTURES LIGHTING PLAN YPAC/YCTV BUILDING NOT TO SCALE (NOTES 1&2) NORTH PROVIDE 3 TYPE G8E FIXTURES (NOTE 3) 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY 8 ova 02/25/2011 O Y CY 109 N[HIM E4 NORTH BAY PROVIDE 14 TYPE C82E FIXTURES AND 1 TYPE C2E FIXTURE r i H GEAR STORAGE I'PROVIDE 1; . TYPE--C8E FI,XTU R E v SOUTH BAY PROVIDE 14 TYPE C82E FIXTURES Alt • 1- I 1-- 1. IN EACH ROOM THAT IS NOTED WITH FIXTURES TO BE PROVIDED (WHETHER ACTUAL FIXTURE LOCATIONS ARE SHOWN OR NOT), DEMOLISH EXISTING LIGHTING FIXTURES AND REPLACE WITH NEW LIGHTING FIXTURES ON A ONE-FOR-ONE BASIS AT THE SAME LOCATION, UNLESS OTHERWISE NOTED. INSTALL NEW LIGHTING FIXTURES AND EXTEND/RECONNECT TO EXISTING LIGHTING CIRCUITS AND SWITCHES, UNLESS OTHERWISE NOTED. PROVIDE ANY ADDITIONAL MOUNTING HARDWARE AS REQUIRED TO INSTALL NEW LIGHTING FIXTURES. CUT, PATCH AND PAINT EXISTING SURFACES TO MATCH EXISTING CONDITIONS. FOR FIXTURES THAT ARE SPECIFIED TO BE MOUNTED IN GRID CEILINGS, PROVIDE WIRE HANGERS AND GRID CLIPS PER REQUIREMENTS OF SPECIFICATIONS. WHERE FIXTURES ARE INSTALLED IN GRID CEILINGS, REPLACE CEILING TILES DAMAGED DURING THE COURSE OF CONSTRUCTION AT NO ADDITIONAL COST TO THE OWNER. it ID G1 0 10 0 LIGHTING PLAN FIRE STATION NUMBER 94 NOT TO SCALE (NOTE 1) NORTH H 0�-- 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY •zoic Conley Engineering, Inc. q he Vsq • W g ;-1 a " •� y P1 W (1) — a 0 0 0 U Z 0 ^ vJ 111 C) ct 1..1. W Zm J 2 D 0 Z_ F- 2 J eaa 02/25/2011 rani w Bi03/NKW a-. CY 199 Im au E5 0 \I J T LIf PROVIDE 1 •-a-- TYPE NN FIXTURE PROVIDE 1 TYPE NN FIXTURE w r PROVIDE 11 TYPE NN FIXTURE tPROVIDE 1 TYPE NN FIXTURE 04,'x. v� PROVIDE 1 TYPE NN FIXTURE O ar .►11111► 3'0003000030003000000 PROVIDE 1 TYPE NN FIXTUR "� d✓h •Nr,yy✓� i� r 1Tl"R�.1F1 PROVIDE 1 -TYPE AA FIXTURE • PROVIDE 1i TYPE AA FIXTURE EAST NOB HILL BLVD. SITE LIGHTING PLAN FIRE STATION NUMBER 95 NOT TO SCALE (NOTES 1&2) PROVIDE 1 TYPE AA FIXTURE NORTH n PROVIDE 1 TYPE AA FIXTURE *i✓ 1. FOR LIGHTING FIXTURES SHOWN TO BE MOUNTED ON AREA LIGHTING POLES, DEMOLISH EXISTING LIGHTING FIXTURES AND REPLACE WITH NEW LIGHTING FIXTURES ON A ONE-FOR-ONE BASIS AT THE SAME ORIENTATION AND MOUNTING HEIGHT ON THE POLE, UNLESS OTHERWISE NOTED. INSTALL NEW LIGHTING FIXTURES AND EXTEND/RECONNECT TO EXISTING LIGHTING CIRCUITS AND LIGHTING CONTROLS, PROVIDE ADDITIONAL DRILLING ON POLE AS REQUIRED TO INSTALL NEW FIXTURES. 2. LIGHTING FIXTURE LOCATIONS SHOWN ON THIS SHEET SHOW THE APPROXIMATE LOCATIONS OF EXISTING FIXTURES AND ARE PROVIDED FOR THE CONVENIENCE OF THE CONTRACTOR. THESE FIXTURE LOCATIONS ARE NOT INTENDED TO SHOW REVISIONS FROM THE LOCATIONS OF THE EXISTING FIXTURES UNLESS THE FIXTURES ARE SPECIFICALLY NOTED TO BE RELOCATED. PROVIDE 1 TYPE AA FIXTURE FAIR AVENUE. 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY •aoii Conley Engineering, Inc. Z 0 Lu rn Z QCI 2 J m D ZZ 2 0 J W 02/25/2011 MEI a BR9/NXN CY 199 �— Mr Nu E6 PROVIDE 14 TYPE C8E FIXTURES APPARATUS ROOM L i L, PROVIDE 2 I / TYPE B2E L - FIXTURES STAIR PROVIDE 1 TYPE C2E FIXTURE (NOTE 3) STORAGE 01 '65 U MEN TrA I f WOMEN r � MULTI-PURPOSE `OYER OFFICE .�E I LIGHTING PLAN FIRE STATION NUMBER 95 NOT TO SCALE (NOTES 1&4) NORTH LTi PROVIDE 2 TYPE JJ FIXTURES (NOTE 2) 1. IN EACH ROOM THAT IS NOTED WITH FIXTURES TO BE PROVIDED (WHETHER ACTUAL FIXTURE LOCATIONS ARE SHOWN OR NOT), DEMOLISH EXISTING LIGHTING FIXTURES AND REPLACE WITH NEW LIGHTING FIXTURES ON A ONE-FOR-ONE BASIS AT THE SAME LOCATION, UNLESS OTHERWISE NOTED. INSTALL NEW LIGHTING FIXTURES AND EXTEND/RECONNECT TO EXISTING LIGHTING CIRCUITS AND SWITCHES, UNLESS OTHERWISE NOTED. PROVIDE ANY ADDITIONAL MOUNTING HARDWARE AS REQUIRED TO INSTALL NEW LIGHTING FIXTURES. CUT, PATCH AND PAINT EXISTING SURFACES TO MATCH EXISTING CONDITIONS. FOR FIXTURES THAT ARE SPECIFIED TO BE MOUNTED IN GRID CEILINGS, PROVIDE WIRE HANGERS AND GRID CLIPS PER REQUIREMENTS OF SPECIFICATIONS. WHERE FIXTURES ARE INSTALLED IN GRID CEILINGS, REPLACE CEILING TILES DAMAGED DURING THE COURSE OF CONSTRUCTION AT NO ADDITIONAL COST TO THE OWNER. 2. DEMOLISH EXISTING LIGHTING FIXTURES PER REQUIREMENTS OF NOTE 1. CUT, PATCH, REPAIR/RESTORE AND PAINT EXISTING STRUCTURAL SURFACE AND SHEET METAL SOFFIT COVERING FOR LIGHTING FIXTURES. 3. CHAIN HANG LIGHTING FIXTURE AT SAME MOUNTING HEIGHT AS EXISTING FIXTURE TO BE REMOVED. 4. NOT ALL EXISTING LIGHTING FIXTURE LOCATIONS ARE SHOWN ON THIS SHEET. LIGHTING FIXTURE LOCATIONS SHOWN ON THIS SHEET SHOW THE APPROXIMATE LOCATIONS OF EXISTING FIXTURES AND ARE PROVIDED FOR THE CONVENIENCE OF THE CONTRACTOR. THESE FIXTURE LOCATIONS ARE NOT INTENDED TO SHOW REVISIONS FROM THE LOCATIONS OF THE EXISTING FIXTURES UNLESS THE FIXTURES ARE SPECIFICALLY NOTED TO BE RELOCATED. IN ROOMS WHERE FIXTURE LOCATIONS ARE NOT SHOWN (BUT NEW FIXTURES ARE CALLED OUT TO BE PROVIDED), NEW LIGHTING FIXTURES SHALL BE PROVIDED IN EXISTING FIXTURE LOCATIONS. 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY ezuli Conley Engineering, Inc. PhOl t ixrP 8. MIS 02/25/2011 OMNI w BRB/1BCW se Nu CY 19 NQ Y E7 N Lh EST 'J' STREET PROVIDE 1 TYPE MM FIXTURE PROVIDE 1 TYPETYPE E -x -�.- U • PROVIDE 1 TYPE MM ---a. FIXTURE - (fir; l \PROVIDE 1 TYPE MM FIXTURE 1 SEE SHEET E9 FOR FURTHER INFORMATION THIS AREA PROVIDE 38 TYPE D FIXTURES (NOTES 1h5) SITE LIGHTING PLAN PUBLIC WORKS COMPLEX NOT TO SCALE (NOTES 1,2,3&4) SEE SHEET E9 FOR FURTHER INFORMATION THIS AREA PROVIDE 1 TYPE Mi--O-i FIXTURE PROVIDE 1 TYPE AA1 FIXTURE PROVIDE 1 TYPE BB FIXTURE 17-Rui NORTH r G tar' i1j1 'FRONDE 1 '-TYPE BB j FIXTURE PROVIDE 1 i TYPE BB / FIXTURE I I PROVIDE 1 FIXTU /'TYPE RE BB PROVIDE 1 TYPE BB FIXTURE 1 --O`PRONDE 1 BB \- f l ; 1 FIXTURE PROVIDE J l i / \'1 "'FIXTURES TYPE B //////////% %EVER EAGLE HOTEL ✓//f1///////////// // v o z z 1. DEMOLISH EXISTING LIGHTING FIXTURES AND REPLACE WITH NEW LIGHTING FIXTURES ON A ONE-FOR-ONE BASIS AT THE SAME LOCATION, INSTALL NEW LIGHTING FIXTURES AND EXTEND/RECONNECT TO EXISTING LIGHTING CIRCUITS AND SWITCHES. PROVIDE ANY ADDITIONAL MOUNTING HARDWARE AS REQUIRED TO INSTALL NEW LIGHTING FIXTURES. CUT, PATCH AND PAINT EXISTING SURFACES TO MATCH EXISTING CONDITIONS TO INSTALL NEW LIGHTING FIXTURES. 2. FOR OUTDOOR AREAS WITH LIGHTING FIXTURES SHOWN TO BE PROVIDED, DEMOLISH EXISTING LIGHTING FIXTURES AND REPLACE WITH NEW LIGHTING FIXTURES ON A ONE-FOR-ONE BASIS AT THE SAME LOCATION, UNLESS OTHERWISE NOTED. INSTALL NEW LIGHTING FIXTURES AND EXTEND/RECONNECT TO EXISTING LIGHTING CIRCUITS AND SWITCHES, UNLESS OTHERWISE NOTED. PROVIDE ANY ADDITIONAL MOUNTING HARDWARE AS REQUIRED TO INSTALL NEW LIGHTING FIXTURES. CUT, PATCH AND PAINT EXISTING SURFACES TO MATCH EXISTING CONDITIONS TO INSTALL NEW LIGHTING FIXTURES. 3, FOR LIGHTING FIXTURES SHOWN TO BE MOUNTED ON AREA LIGHTING POLES, DEMOLISH EXISTING LIGHTING FIXTURES AND REPLACE WITH NEW LIGHTING FIXTURES ON A ONE-FOR-ONE BASIS AT THE SAME ORIENTATION AND MOUNTING HEIGHT ON THE POLE, UNLESS OTHERWISE NOTED. INSTALL NEW LIGHTING FIXTURES AND EXTEND/RECONNECT TO EXISTING LIGHTING CIRCUITS AND LIGHTING CONTROLS, PROVIDE ADDITIONAL DRILLING ON POLE AS REQUIRED TO INSTALL NEW FIXTURES. 4. LIGHTING FIXTURE LOCATIONS SHOWN ON THIS SHEET SHOW THE APPROXIMATE LOCATIONS OF EXISTING FIXTURES AND ARE PROVIDED FOR THE CONVENIENCE OF THE CONTRACTOR. THESE FIXTURE LOCATIONS ARE NOT INTENDED TO SHOW REVISIONS FROM THE LOCATIONS OF THE EXISTING FIXTURES UNLESS THE FIXTURES ARE SPECIFICALLY NOTED TO BE RELOCATED. IN ROOMS WHERE FIXTURE LOCATIONS ARE NOT SHOWN (BUT NEW FIXTURES ARE CALLED OUT TO BE PROVIDED), NEW LIGHTING FIXTURES SHALL BE PROVIDED IN EXISTING FIXTURE LOCATIONS. 5. DEMOLISH EXISTING METAL HALIDE LOW BAY FIXTURES AND REPLACE WITH NEW FIXTURES. MOUNT AT SAME MOUNTING HEIGHT AS EXISTING FIXTURES. 0 1" Liiiiii TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY C.) d F-4 p 0 C O � L) 8 Sy Agra4.34,4 4 U_ MJ X 0_ LU Z < 11 -2 O (D 0 Z U) 1.Y 00 Lu F/3 rap 02/25/2011 Ow BRB/1KW MI ■u CY 1119 as - Ne W E8 i Ii - r EQUIPMENT RENTAL PROVIDE 48 TYPE D2 FIXTURES (CHAIN HANG FIXTURES AT 17 0- ABOVE FLOOR) (NOTE 2) ,IP LIGHTING PLAN PUBLIC WORKS EQUIPMENT RENTAL NOT TO SCALE (NOTE 1) J J 1. IN EACH ROOM THAT IS NOTED WITH FIXTURES TO BE PROVIDED (WHETHER ACTUAL FIXTURE LOCATIONS ARE SHOWN OR NOT), DEMOLISH EXISTING LIGHTING FIXTURES AND REPLACE WITH NEW LIGHTING FIXTURES ON A ONE-FOR-ONE BASIS AT THE SAME LOCATION, UNLESS OTHERWISE NOTED. INSTALL NEW LIGHTING FIXTURES AND EXTEND/RECONNECT TO EXISTING LIGHTING CIRCUITS AND SWITCHES, UNLESS OTHERWISE NOTED. PROVIDE ANY ADDITIONAL MOUNTING HARDWARE AS REQUIRED TO INSTALL NEW LIGHTING FIXTURES. CUT, PATCH AND PAINT EXISTING SURFACES TO MATCH EXISTING CONDITIONS. FOR FIXTURES THAT ARE SPECIFIED TO BE MOUNTED IN GRID CEILINGS, PROVIDE WIRE HANGERS AND GRID CLIPS PER REQUIREMENTS OF SPECIFICATIONS. WHERE FIXTURES ARE INSTALLED IN GRID CEILINGS, REPLACE CEILING TILES DAMAGED DURING THE COURSE OF CONSTRUCTION AT NO ADDITIONAL COST TO THE OWNER. 2. DEMOLISH EXISTING METAL HALIDE LOW BAY FIXTURES AND MOUNT NEW FIXTURES AT SAME MOUNTING HEIGHT AS EXISTING FIXTURES. 3. WIRING METHODS, MATERIALS AND EQUIPMENT IN PAINTING BAY SHALL BE IN ACCORDANCE WITH NATIONAL ELECTRICAL CODE FOR CLASS I, DIVISION 2 HAZARDOUS (CLASSIFIED) LOCATIONS. 4. NOT ALL EXISTING LIGHTING FIXTURE LOCATIONS ARE SHOWN ON THIS SHEET. LIGHTING FIXTURE LOCATIONS SHOWN ON THIS SHEET SHOW THE APPROXIMATE LOCATIONS OF EXISTING FIXTURES AND ARE PROVIDED FOR THE CONVENIENCE OF THE CONTRACTOR. THESE FIXTURE LOCATIONS ARE NOT INTENDED TO SHOW REVISIONS FROM THE LOCATIONS OF THE EXISTING FIXTURES UNLESS THE FIXTURES ARE SPECIFICALLY NOTED TO BE RELOCATED. IN ROOMS WHERE FIXTURE LOCATIONS ARE NOT SHOWN (BUT NEW FIXTURES ARE CALLED OUT TO BE PROVIDED), NEW LIGHTING FIXTURES SHALL BE PROVIDED IN EXISTING FIXTURE LOCATIONS. NORTH r J WELDING BAY L PROVIDE 8 TYPE D2 FIXTURES (NOTE 2) (CHAIN HANG FIXTURES AT 1' 0 BELOW CEILING STRUCTURE) r7 LJ 1 LIGHTING PLAN PUBLIC WORKS WELDING BAY NOT TO SCALE (NOTE 1) NORTH iP c__1 I� u PAINTING BAY --� PROVIDE 8 TYPE GX FIXTURES (NOTES 26c3) CHAIN HANG FIXTURES AT 1' 0 BELOW CEILING STRUCTURE) C== LIGHTING PLAN PUBLIC WORKS PAINTING BAY NOT TO SCALE (NOTES 1&4) NORTH 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY •3011 Conley Engineering. Inc. U O m Iu O p ' P 8a a) c15 4) 2 0 az▪ U O r ▪ 9 A m .-1 p • 0 0 U Y >-- CC Q O m U Z J - J DO D z Z L11Q J I— C7 W Z2 E-- - o- J W DIM 02/25/2011 — w BRB/NKW a r CY 199 De E9 GYMNASIUM PROVIDE 16 TYPE D4 FIXTURES (CHAIN HANG 6" BELOW CEILING) LI DRY STORES PROVIDE 1 TYPE 82E FIXTURE U n r 1 J ELECTRICAL PROVIDE 1 TYPE B2E FIXTURE PROVIDE 1 TYPE B1E FIXTURE KITCHEN PROVIDE 12 TYPE A3E FIXTURES J LIGHTING PLAN SOUTHEAST COMMUNITY CENTER NOT TO SCALE (NOTES 1&2) 1. IN EACH ROOM THAT IS NOTED WITH FIXTURES TO BE PROVIDED (WHETHER ACTUAL FIXTURE LOCATIONS ARE SHOWN OR NOT), DEMOLISH EXISTING LIGHTING FIXTURES AND REPLACE WITH NEW LIGHTING FIXTURES ON A ONE-FOR-ONE BASIS AT THE SAME LOCATION, UNLESS OTHERWISE NOTED. INSTALL NEW LIGHTING FIXTURES AND EXTEND/RECONNECT TO EXISTING LIGHTING CIRCUITS AND SWITCHES, UNLESS OTHERWISE NOTED. PROVIDE ANY ADDITIONAL MOUNTING HARDWARE AS REQUIRED TO INSTALL NEW LIGHTING FIXTURES. CUT, PATCH AND PAINT EXISTING SURFACES TO MATCH EXISTING CONDITIONS. FOR FIXTURES THAT ARE SPECIFIED TO BE MOUNTED IN GRID CEILINGS, PROVIDE WIRE HANGERS AND GRID CLIPS PER REQUIREMENTS OF SPECIFICATIONS. WHERE FIXTURES ARE INSTALLED IN GRID CEILINGS, REPLACE CEILING TILES DAMAGED DURING THE COURSE OF CONSTRUCTION AT NO ADDITIONAL COST TO THE OWNER. 2. DEMOLISH EIGHT EXIT SIGNS AND REPLACE WITH NEW EXIT SIGNS AT EXISTING LOCATIONS. RECONNECT TO EXISTING CIRCUITS. I� II 11 II � MARTIN LUTHER KING JR. ROOM PROVIDE 48 TYPE BSE FIXTURES OFFICE PROVIDE 3 TYPE A2E FIXTURES OFFICE PROVIDE 2 TYPE A2E FIXTURES WORKROOM PROVIDE 2 TYPE A2E FIXTURES OFFICE PROVIDE 2 TYPE .A2E FIXTURES COPIER PROVIDE 3 TYPE A2E FIXTURES RECEPTION PROVIDE 16 TYPE A2E FIXTURES J NORTH 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY U - ►--1 6) taD `A wq !II:: I wegti he' v▪ ita • w3sog g r--1 • O L) >- z z� Q C2 G 0 w Z Z = 1-1-1 < 0 W J F. f 0 02/25/2011 -w BRB/NKW a i CY 100 PH - bill IY, E10