Loading...
HomeMy WebLinkAboutKnobel's Electric, Inc. - West Washington Avenue & South 64th Avenue SignalizationcLEgKs cluc:4-1KIALS City of Yakima Engineering Division West Washington Avenue & South 64th Avenue Signalization Construction Contract Specifications & Bid Documents City Project Number 2317 129 North Second Street Yakima, WA 98901 Phone (509) 575-6111 Fax (509) 576-6314 7_r October 2011 E M 111111 MI M M NIM E I BID SUMMARY W. Washington Avenue & S. 64th Avenue Signalization CITY PROJECT NO. 2317 ENGINEERS ESTIMATE KNOBEL'S ELECTRIC Yakima, WA NEPPEL ELECTRIC & CONTROLS Moses Lake, WA TRANSPORTATION SYSTEMS. INC. Sumner, WA NORTHEAST ELECTRIC LLC Woodland, WA ITEM Bid Security 5% BID BOND 5 % CASHIERS CHECK 5 % BID BOND 5 % BID BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS 500.00 500.00 500.00 500.00 1,000.00 1,000.00 1,000.00 1,000.00 1,200.00 1,200.00 2 MOBILIZATION 1 LS 18,000.00 18,000.00 13,000.00 13,000.00 8,000.00 8,000.00 25,000.00 25,000.00 12,000.00 12,000.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 9,000.00 9,000.00 7,058.00 7,058.00 6,000.00 6,000.00 5,750.00 5,750.00 6,500.00 6,500.00 4 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 1 LS 2,200.00 2,200.00 1,738.00 1,738.00 2,500.00 2,500.00 2,920.00 2,920.00 6,800.00 6,800.00 5 TRAFFIC SIGNAL SYSTEM 1 LS 200,000.00 200,000.00 202,814.00 202,814.00 211,400.00 211,400.00 208,485.00 208,485.00 217,949.00 217,949.00 6 REPAIR OR REPLACEMENT 1 FA 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 TOTALS $ 249,700.00 $ 245,110.00 $ 248,900.00 $ 263,155.00 $ 264,449.00 CITY ENGINEERS REPORT COMPETITIVE BIDS WERE OPENED ON OCTOBER 25, 2011. ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. I RECOMMEND THE CONTRACT BE AWARDED TO: KNOBEL'S ELECTRIC, INC. 1 (+ z 5/ /, 2_ (iv -. j c Y-,,,,„„ ,,h > > - 1 C ,. '' . ► ” � q . +�� ` CITY OF YAKIMA . W. Washington Avenue & S. 64th Avenue I V. : '''S AWARD MADE BY CITY MANAGER Signalization PROJECT NO. 2317 1 = 2 I 1 /�I! 1 DATEf C'TV ENGIN R > �� DATE :ITV MANAGER DATE: October 25, 2011 FILE: 64th Wash Signal Bid Sum.pub SHEET 1 of 1 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT 129 North Second Street Yakima, Washington 98901 Phone: (509) 575-6113 • Fax (509) 576-6792 Michael Morales, Director ADDENDUM NO. 1 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for W. Washington Avenue & S. 64th Avenue Signalization CITY OF YAKIMA PROJECT NUMBER 2317 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Construction Contract Plans shall be modified as follows: 1.) On page 2 / 3 of the plans on the CONDUIT SCHEDULE and under the "NEW VEH/PED/PPB SIGNAL MULTI -CONDUCTOR (CON.)" heading change the subheading "NEW 16 CON" to "NEW 20 CON". Changing the 16 conductor to a 20 conductor is the only change on this page. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: Addendum 1 Brett Sheffied, PE Date Chief Engineer ** END OF ADDENDUM NO. 1 ** Page 1 of 1 10/14/2011 City Of Yakima Washington Avenue and 64th Avenue Traffic Signal City Project No. 2317 CONTENTS CITY OF YAKIMA Washington Avenue and 64th Avenue Traffic Signal City Project No. 2317 SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the 2010 Standard Specifications 7 CONTRACT PROVISIONS General Special Provisions 47 Project Description 48 1-01 Definitions and Terms 48 1-02 Bid Procedures and Conditions 49 1-03 Award and Execution of Contract 53 1-04 Scope of Work 55 1-05 Control of Work 55 1-06 Control of Materials 60 1-07 Legal Relations and Responsibilities to the Public 61 1-08 Prosecution and Progress 70 1-09 Measurement and Payment 75 1-10 Temporary Traffic Control 76 2-02 Removal of Structures and Obstructions 77 2-07 Watering 77 8-20 Illumination, Traffic Signal Systems and Electrical 78 8-30 Repair or Replacement (New Section) 82 9-29 Illumination, Signal, Electrical 82 STANDARD PLANS 97 Contract Form 103 Performance Bond Form 105 Informational Certificate of Insurance 107 Informational Additional Insured Endorsement 108 Designated Construction Project General Aggregate Limit 109 Minimum Wage Affidavit Form 111 PREVAILING WAGE RATES Prevailing Wage Rates 113 PROPOSAL Proposal Form 115 Item Proposal Bid Sheet 117 Proposal Signature Sheet 119 Bid Bond Form 121 Compliance with Immigration and Naturalization Act 123 Non -Collusion Declaration 125 Non -Discrimination Provision 127 3 Women and Minority Business Enterprise Policy 129 Council Resolution 131 Affirmative Action Plan 133 Bidders Certification 135 Materially and Responsiveness 137 Bidders Check List 139 PLANS & DETAILS Project Details Standard Details Traffic Control Plan Construction Plans 4 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 October 25, 2011 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA Washington Avenue and 64th Avenue Traffic Signal City Project No. 2317 This work shall consist of improving the intersection of Washington Avenue and 64th Avenue by installing a traffic signal, and other 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 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. 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 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. The City reserves the right to reject any or all bids and proposals. DATED this 3rd day of October, 2011 PUBLISH: October 4, 2011 October 11, 2011 5 Deborah J. Kloster CITY CLERK STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2010 Standard Specifications 1 STANDARD SPECIFICATIONS The 2010 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, by this reference, are made a part of these Contract ' Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. 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 o s to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. I SECTION 1-01, DEFINITIONS AND TERMS August 2, 2010 I 1-01.2(1) Associations and Miscellaneous The abbreviation and definition "AREA American Railway Engineering Association" is replaced with the following: IAREMA American Railway Engineering and Maintenance Association SECTION 1-02, BID PROCEDURES AND CONDITIONS July 11, 2011 1-02.5 Proposal Forms tThe first paragraph is revised to read: At the request of a prequalified Bidder, the Contracting Agency will provide a physical ' Proposal Form for any project on which the Bidder is eligible to Bid. For certain projects selected at the sole discretion of the Contracting Agency, the Bidder may also be authorized to access an electronic Proposal Form for submittal via Trns•Port Expedite® software and BidExpress®. 1-02.6 Preparation of Proposal The first paragraph is revised to read: The Contracting Agency will accept only those Proposals properly executed on physical forms it provides, or electronic forms that the bidder has been authorized to access. Unless it approves in writing, the Contracting Agency will not accept Proposals on forms attached to the Plans and stamped "Informational". The second paragraph is revised to read: All prices shall be in legible figures (not words) written in ink or typed, and expressed in U.S. dollars and cents. The Proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), 2. An extension for each unit price (omitting digits more than two places to the right of the decimal point), and 3. The total Contract price (the sum of all extensions). In the space provided on the signature sheet, the Bidder shall confirm that all Addenda have been received. The third paragraph is revised to read: The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprises (DBE) Utilization Certification, when required by the Special Provisions. For each and every DBE firm listed on the Bidder's completed DBE Utilization Certification, the Bidder shall submit written confirmation from that DBE firm that the DBE is in agreement with the DBE participation commitment that the Bidder has made in the Bidders completed DBE Utilization Certification. WSDOT Form 422-031 EF (DBE Written Confirmation Document) is available for this purpose. Bidder must submit good faith effort documentation with the DBE Utilization Certification ONLY In The Event the bidder's efforts to solicit sufficient DBE participation have been unsuccessful. Directions for delivery of the DBE Written Confirmation Documents and DBE Good Faith Effort documentation are included in Section 1-02.9 Delivery of Proposal and Section 1-02.10 Withdrawing, Revising or Supplementing Proposal. 1-02.7 Bid Deposit This section is revised to read: A deposit of at least 5 -percent of the total Bid shall accompany each Bid. This deposit may be cash, certified check, cashier's check, or a proposal bond (Surety bond). For projects that are selected by the Contracting Agency to be bid electronically, the proposal bond may be in either a physical format, or an electronic format via Surety2000.com or Insurevision.com and BidExpress®. When a physical bid deposit or proposal bond is furnished to accompany an electronic Proposal Form, the Bid deposit shall be received by the Contracting Agency at the location specified for receipt of bids prior to the time set for 8 receipt of Bids. Any proposal bond shall be on a form acceptable to the Contracting Agency and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5 -percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 -percent with the Bid or as a physical supplement to the electronic Proposal Form shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. 1-02.8(2) Lobbying Certification The last paragraph is revised to read: The Certification for Federal -Aid Contracts (Form DOT 272-040) may be reproduced from the Proposal form. The disclosure form is available from the Washington State Department of Transportation's . Contract Ad & Award Office, Transportation Building, Olympia, Washington 98504. 1-02.9 Delivery of Proposal This section 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 Trns•Port Expedite® software and BidExpress® 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. For projects scheduled for bid opening in other locations, 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. The Contracting Agency will not open or consider any Proposal or any supplement to a Proposal that is received after the time specified for receipt,of Proposals, or received in a location other than that specified for receipt of Proposals. NOTE: Certain documents that are required for an electronic Bid Proposal to be responsive CANNOT be submitted electronically via Trns•Port Expedite® software and BidExpress®. These documents include: 1. DBE Written Confirmation Documents; and, 2. Good Faith Effort Documentation; and, 3. Cash, certified checks, cashier's checks, or a proposal bond (Surety bond) in formats other than via Surety2000.com or Insurevision.com. The Bidder shall provide all documents that are required for an electronic Bid Proposal to be responsive (but cannot be submitted electronically via Trns•Port Expedite® software and BidExpress®) as a supplement to their electronic Bid Proposal in one of the following methods: 9 1. Physically in a sealed envelope marked as "BID SUPPLEMENT" and bearing the Bidders company name, project title, Bid date, and description of contents (for example: DBE Written Confirmation, DBE Good Faith Efforts, Proposal Deposit, etc.); or, 2. Except for Item #3 above, by facsimile to the following FAX number: (360) 705- 6966. E-mailed submittals are not acceptable. The Contracting Agency is not responsible for delayed, partial, failed, illegible or partially legible FAX document transmissions, and such documents may be rejected as incomplete at the Bidder's risk. 1-02.10 Withdrawal or Revision of Proposal This section including title is revised to read: Withdrawing, Revising, or Supplementing Proposal After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time set for receipt of Proposals. The original physical Bid Proposal may be supplemented, or revised and resubmitted as the official Bid Proposal if the Contracting Agency receives it before the time set for receipt of Proposals. Faxed Bid revisions and supplements will be accepted only if they are submitted in accordance with the "Example Format for Facsimile Bid Changes" instructions posted on the WSDOT website at http://www.wsdot.wa.gov/biz/contaa/bulletin/. E-mailed requests to withdraw, revise or supplement a Proposal are not acceptable. The contracting Agency is not responsible for delayed, partial, failed, illegible or partially legible FAX document transmissions, and such documents may be rejected as incomplete at the Bidders risk. The Contracting Agency will not accept requests to revise or withdraw electronic Bid Proposals. Such requests shall be furnished directly to BidExpress® and in accordance with their terms and conditions. 1-02.13 Irregular Proposals In the first paragraph, Item h beneath item number 1 is revised to read: h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Utilization Certification, if applicable, as required in Section 1-02.6; In the first paragraph, item I beneath item number 1 is revised to read: i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the 10 1 1 1 1 1 bidders DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; Item 1 in the first paragraph is supplemented with the following: J. The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; or k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation. 1 ' SECTION 1-06, CONTROL OF MATERIALS January 3, 2011 1 1 1 1 1 1 1 1 1 1 1 1 1-06.1 Approval of Materials Prior to Use This section is supplemented with the following new sub -section: 1-06.1(4) Fabrication Inspection Expense In the event the Contractor elects to have items fabricated beyond 300 miles from Seattle, Washington the Contracting Agency will deduct from payment due the Contractor costs to perform fabrication inspection on the following items: • Steel Bridges and Steel Bridge components Cantilever Sign Structures and Sign Bridges Prestressed Concrete Girders and Precast Bridge Components • Cylindrical, Disc, Pin, and Spherical Bearings Modular Expansion Joints • Epoxy Coated Reinforcing Steel • Painted and Powder Coated Luminaire and Signal Poles Additional items as may be determined by the Engineer The deductions for fabrication inspection costs will be as shown in the Payment Table below. Zone Place of Fabrication Reduction in Payment 1 Within 300 airline miles from Seattle None 2 Between 300 and 3,000 airline miles from Seattle $700.00 per *inspection day 3 Over 3,000 airline miles from Seattle $1,000 per *inspection day, but not less than $2,500 per trip *Note - An inspection day includes any calendar day or portion of a calendar day spent inspecting at or traveling to and from a place of fabrication. 11 Where fabrication of an item takes place in more than one zone, the reduction in payment will be computed on the basis of the entire item being fabricated in the furthest of zones where any fabrication takes place on that item. The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication inspection activities to include but not limited to; plant approvals, prefabrication meetings, fabrication, coatings and final inspection. 1-06.2(2)A General Table 2 "Pay Factors" on page 1-39 is revised to read: Table 2 Pa v Factors PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (PU + PL) - 100 Category n=3 n=4 n=5 n=6 n=7 n=8 n_9 n=10 to n=12 to n_15 to n=18 to n=23 to n_30 to n=43 to n=67 to n=11 n=14 n=17 n=22 n=29 n=42 n=66 b 1.05 100 100 100 100 100 100 100 100 100 100 1.04 100 99 97 95 96 96 96 97 97 97 97 1.03 100 98 96 94 92 93 93 94 95 95 96 96 1.02 99 97 94 91 89 90 91 92 93 93 94 94 1.01 100 100 100 98 95 92 89 87 88 89 90 91 92 92 93 1.00 69 75 78 80 82 83 84 85 86 87 88 89 90 91 92 0.99 66 72 76 78 80 81 82 83 84 85 86 87 89 90 91 0.98 64 70 74 76 78 79 80 81 82 84 85 86 87 88 90 0.97 63 68 72 74 76 77 78 79 81 82 83 84 86 87 88 0.96 61 67 70 72 74 75 76 78 79 81 82 83 84 86 87 0.95 59 65 68 71 72 74 75 76 78 79 80 82 83 84 86 0.94 58 63 67 69 71 72 73 75 76 78 79 80 82 83 85 0.93 57 62 65 67 69 71 72 73 75 76 78 79 80 82 84 0.92 55 60 63 66 68 69 70 72 73 75 76 78 79 81 82 0.91 54 59 62 64 66 68 69 70 72 74 75 76 78 79 81 0.90 53 57 61 63 65 66 67 69 71 72 74 75 77 78 80 0.89 51 56 59 62 63 65 66 68 69 71 72 74 75 77 79 0.88 50 55 58 60 62 64 65 66 68 70 71 73 74 76 78 0.87 49 53 57 59 61 62 63 65 67 68 70 71 73 75 77 0.86 48 52 55 58 59 61 62 64 66 67 69 70 72 74 76 ontinue Table 2 "Pay Factors" on page 1-40 is revised to read: 12 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Table 2 Pa v Factors (continued PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (Pu+ PL) —100 Category n=3 n=4 • n=5^ —n•-..6 n=7 n=8 n=9 n_10 n_12 n=15 n=18 n_23 n=30 n=43 n_67 to to to to to to to to n_11 n=14 n=17 n=22 n_29 n=42 n=66 b 0.85 46 51 54 56 58 60 61 62 64 66 67 69 71 72 75 0.84 45 49 53 55 57 58 60 61 63 65 66 68 70 71 73 0.83 44 48 51 54 56 57 58 60 62 64 65 67 69 70 72 0.82 43 47 50 53 54 56 57 59 61 62 64 66 67 69 71 0.81 41 46 49 51 53 55 56 58 59 61 63 64 66 68 70 0.80 40 44 48 50 52 54 55 56 58 60 62 63 65 67 69 0.79 39 43 46 49 51 52 54 55 57 59 61 62 64 66 68 0.78 38 42 45 48 50 51 52 54 56 58 59 61 63 65 67 0.77 36 41 44 46 48 50 51 53 55 57 58 60 62 64 66 0.76 35 39 43 45 47 49 50 52 54 56 57 59 61 63 65 0.75 33 38 42 44 46 48 49 51 53 54 56 58 60 62 64 REJECT Values Less Than Those Shown Above • Reject Quality Levels Less Than Those Specified for a 0.75 Pay Factor Note: If the value of (Pu + PO - 100 does not correspond to a (Pu + PL) - 100 value in this table, use the next smaller (Pu + PL) - 100 value. SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 1, 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). 1-07.5(3) State Department of Ecology Item No. 4. in the first paragraph is revised to read: 4. Perform Work in such a manner that all materials and substances not specifically identified in the Contract documents to be placed in the water do not enter waters of the State, including wetlands. These include, but are not limited to, petroleum products, hydraulic fluid, fresh concrete, concrete wastewater, process wastewater, slurry materials and waste from shaft drilling, sediments; sediment -laden water, chemicals, paint, solvents, or other toxic or deleterious materials. 1-07.9(1) General The second sentence in the fourth paragraph is revised to read: 13 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 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 14 PARAGRAPH, WAIVE ANY IMMUNITY GRANTED UNDER RCW TITLE 51 AND ASSUME ALL LIABILITY FOR ACTIONS BROUGHT BY EMPLOYEES OF THE SUBCONTRACTOR. 1-07.15 Temporary Water Pollution/Erosion Control The fourth paragraph is deleted. 1-07.15(1) Spill Prevention, Control and Countermeasures Plan This section is deleted in its entirety and replaced with the following: The Contractor shall prepare and implement a project -specific spill prevention, control, and countermeasures plan (SPCC Plan) for the duration of the project. The Contractor shall submit the plan to the Project Engineer no later than the date of the preconstruction conference. No on-site construction activities may commence until the Contracting Agency accepts an SPCC Plan for the project. SPCC Pian template and guidance information is available at: http://www.wsdot.wa.gov/Environment/HazMat/SpillPrevention.htm. The SPCC Plan shall address all fuels, petroleum products and hazardous materials, as defined in Chapter 447 of the WSDOT Environmental Procedures Manual (M 31-11). Occupational safety and health requirements that may pertain to SPCC Plan implementation are contained in, but not limited to, WAC 296-824 and WAC 296-843. The SPCC Plan shall address conditions that may be required by Section 3406 of the current International Fire Code, or as approved by the local Fire Marshal. Implementation Requirements The Contractor shall update the SPCC Plan throughout project construction so that the written plan reflects actual site conditions and practices. The Contractor shall update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the project site. The Contractor shall fully implement the SPCC Plan, as accepted and updated, at all times. SPCC Plan Element Requirements The SPCC Plan shall set forth the following information in the following order: 1. Responsible Personnel Identify the names, titles, and contact information for the personnel responsible for implementing and updating the plan and for responding to spills. 2. Spill Reporting List the names and telephone numbers of the Federal, State, and local agencies the Contractor shall notify in the event of a spill. 3. Project and Site Information Describe the following items: A. The project Work. B. The site location and boundaries. C. The drainage pathways from the site. 15 D. Nearby waterways and sensitive areas and their distances from the site. 4. Potential Spill Sources Describe each of the following for all potentially hazardous materials brought or generated on-site (including materials used for equipment operation, refueling, maintenance, or cleaning): A. Name of material and its intended use. B. Estimated maximum amount on-site at any one time. C. Location(s) (including any equipment used below the ordinary high water line) where the material will be staged, used, and stored and the distance(s) from nearby waterways and sensitive areas. 5. Pre -Existing Contamination Describe any pre-existing contamination and contaminant sources (such as buried pipes or tanks) in the project area that are described in the Contract provisions and Plans. Identify equipment and work practices that shall be used to prevent the release of contamination. 6. Spill Prevention and Response Training Describe how and when all project personnel, including refueling personnel and other Subcontractors, shall be trained in spill prevention, containment, and response and in the location of spill response kits. 7. Spill Prevention Describe the following items: A. The contents and locations of spill response kits that the Contractor shall supply and maintain that are appropriately stocked, located in close proximity to hazardous materials and equipment, and immediately accessible. B. Security measures for potential spill sources to prevent accidental spills and vandalism. C. Methods used to prevent stormwater from contacting hazardous materials. D. Secondary containment for each potential spill source listed in 4, above. Secondary containment structures shall be in accordance with Section S9.D.9 of Ecology's Construction Storm water General NPDES Permit, where secondary containment means placing tanks or containers within an impervious structure capable of containing 110% of the volume contained in the largest tank within the containment structure. Double - walled tanks do not require additional secondary containment. E. BMP Methods used to prevent discharges to ground or water during mixing and transfers of hazardous materials and fuel. Methods to control pollutants shall use BMPs in accordance with Ecology's Construction Stormwater General NPDES Permit. BMPs guidance is provided in Ecology's Stormwater Management Manuals, such as Volume II — Construction Stormwater Pollution Prevention, BMP C153 and Volume IV Source Control BMPs. F. Refueling procedures for equipment that cannot be moved from below the ordinary high water line. G. Daily inspection and cleanup procedures that ensure all equipment used below the ordinary high water line is free of all external petroleum-based products. H. Routine equipment, storage area, and structure inspection and maintenance practices to prevent drips, leaks or failures of hoses, valves, fittings, containers, pumps, or other systems that contain or transfer hazardous materials. I. Site inspection procedures and frequency. 8. Spill Response Outline the response procedures the Contractor shall follow for each scenario listed below, indicating that if hazardous materials are encountered or spilled during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. Include a description of the actions the Contractor shall take and the specific on-site spill response equipment that shall be used to assess the spill, secure the area, contain and eliminate the spill source, clean up spilled material, decontaminate equipment, and dispose of spilled and contaminated material. A. A spill of each type of hazardous material at each location identified in 4, above. B. Stormwater that has come into contact with hazardous materials. C. A release or spill of any pre-existing contamination and contaminant source described in 5, above. D. A release or spill of any unknown pre-existing contamination and contaminant sources (such as buried pipes or tanks) encountered during project Work. E. A spill occurring during Work with equipment used below the ordinary high water line. If the Contractor will use a Subcontractor for spill response, provide contact information for the Subcontractor under item 1 (above), identify when the Subcontractor shall be used, and describe actions the Contractor shall take while waiting for the Subcontractor to respond. 9. Project Site Map Provide a map showing the following items: A. Site location and boundaries. B. Site access roads. C. Drainage pathways from the site. D. Nearby waterways and sensitive areas. E. Hazardous materials, equipment, and decontamination areas identified in 4, above. F. Pre-existing contamination or contaminant sources described in 5, above. G. Spill prevention and response equipment described in 7 and 8, above. 10. Spill Report Forms Provide a copy of the spill report form(s) that the Contractor shall use in the event of a release or spill. Payment Payment will be made in accordance with Section 1-04.1 for the following bid item when it is included in the Proposal: "SPCC Plan," lump sum. When the written SPCC Plan is accepted by Contracting Agency, the Contractor shall receive 50 -percent of the lump sum Contract price for the plan. The remaining 50 -percent of the lump sum price will be paid after the materials and equipment called for in the Plan are mobilized to the project. The lump sum payment for "SPCC Plan" shall be full pay for all costs associated with creating and updating the accepted SPCC Plan, all costs associated with the set up of prevention measures, and implementing the current SPCC Plan as required by this Specification. As to other costs associated with releases or spills, including restocking spill kits, the Contractor may request payment as provided for in the Contract. No payment shall be made if the release or spill was caused by or resulted from the Contractor's operations, negligence, or omissions. 1-07.16(2) Vegetation Protection and Restoration The second paragraph is revised to read: Damage which may require replacement of vegetation includes torn bark stripping, broken branches, exposed root systems, cut root systems, poisoned root systems, compaction of surface soil and roots, puncture wounds, drastic reduction of surface roots or leaf canopy, changes in grade greater than 6 -inches, or any other changes to the location that may jeopardize the survival or health of the vegetation to be preserved. 18 The third paragraph is revised to read: When large roots of trees designated to be saved are exposed by the Contractor's operation, they shall be wrapped with heavy, moist material such as burlap or canvas for protection and to prevent excessive drying. The material shall be kept moist and securely fastened until the roots are covered to finish grade. All material and fastening material shall be removed from the roots before covering. All roots 1 -inch or larger in diameter, which are damaged, shall be pruned with a sharp saw or pruning shear. Damaged, torn, or ripped bark shall be removed as designated by the Engineer at no additional cost to the Contracting Agency. The fourth paragraph is revised to read: Any pruning activity required to complete the Work as specified shall be performed by a Certified Arborist as designated by the Engineer. 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 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 19 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 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 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: 22 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 1-09, MEASUREMENT AND PAYMENT August 1, 2011 1-09.2(1) General Requirement for Weighing Equipment This section is revised to read: Unless specified otherwise, any Highway or Bridge construction materials to be proportioned or measured and paid for by weight shall be weighed on a scale. Scales Scales shall: 1. be accurate to within 0.5 -percent of the correct weight throughout the range of use; 2. not include spring balances; 3. include beams, dials, or other reliable readout equipment; 4. be built to prevent scale parts from binding, vibrating, or being displaced and to protect all working parts and; 5. be carefully maintained, with bunkers and platforms kept clear of accumulated materials that could cause errors. Scale Operations Contractor provided scale operations are defined as operations where a scale is set up by the Contractor specifically for the project and most, if not all, material weighed on the scale is utilized for Contract Work. In this situation, the Contractor shall provide a person to operate the project scale, write tickets, perform scale checks and prepare reports. Commercial scale operations include the use of established scales used to sell materials to the public on a regular basis. In addition, for the purposes of this specification, all batch, hopper, and belt scales are considered to be commercial scales. When a commercial scale is used as the project scale, the Contractor may utilize a commercial scale operator provided it is at no additional cost to the contracting agency. In addition, the Contractor shall ensure that: 1. the Engineer is allowed to observe the weighing operation and check the daily scale weight record; 2. scale verification checks are performed at the direction of the Contracting Agency (see Section 1-09.2(5)); 23 3. several times each day, the scale operator records and makes certain the platform scale balances and returns to zero when the load is removed; and 4. test results and scale weight records for each day's hauling operations are provided to the Engineer daily. Unless otherwise approved, reporting shall utilize form 422-027, Scaleman's Daily Report. Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contracting Agency will provide item quantity tickets for scales that are not self -printing. The Contractor shall provide tickets for self - printing scales. All tickets shall, at a minimum, contain the following information: 1. date of haul; 2. contract number; 3. contract unit Bid item; 4. unit of measure; 5. identification number of hauling vehicle; and 6. weight delivered a. net weight in the case of batch and hopper scales b. gross weight, tare and net weight in the case of platform scales (tare may be omitted if a tare beam is used) c. approximate load out weight in the case of belt conveyor scales The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. The material delivery point is defined as the location where the material is incorporated into the permanent Work. 1-09.2(2) Specific Requirements for Batching Scales In the first paragraph, the last sentence is revised to read: Batching scales used for Portland Cement concrete or hot mix asphalt shall not be used for batching other materials. 1-09.2(3) Specific Requirements for Platform Scales In the first paragraph, the last sentence is revised to read: A tare weight shall be taken of each hauling vehicle at least once daily. The third paragraph is deleted. 24 1-09.2(5) Measurement This section is revised to read: Scale Verification Checks The Engineer will verify the accuracy of each batch, hopper or platform scale. The frequency of verification checks will be such that at least one test weekly is performed for each weighed contract item of work being performed during that week. Verification checks may not be routinely conducted for weighed material, who's proposal quantity multiplied by the unit bid price, has a value less than $20,000. The verification will consist of one of the following methods and be at the Contractor's option: 1. Weigh a loaded truck on a separate certified platform scale designated by the Contractor, for the purpose of scale verification. 2. Weigh a vehicle that weighs at least 10,000 pounds on a separate certified scale and then check the project scale with it. 3. Establish a certified fixed load weighing at least 10,000 pounds as a check -weight. The certification shall consist of an affidavit affirming the correct weight of the fixed load. Should the scale verification check reveal a weight difference of more than 0.5 -percent, a second scale verification check shall be performed immediately. If the weight differences of both comparison checks exceed the 0.5 -percent limit and the scale has been over weighing, the Contractor shall immediately stop weighing and the scale shall be recertified at the Contractor's expense. If the weight difference of both comparison checks exceed the 0.5 -percent limit and the scale is under weighing, it shall be adjusted immediately. The Contractor will not be compensated for any loss from under weighing. Belt Scales To test the accuracy of a belt -conveyor scale, the Contractor shall weigh five or more payloads from sequential hauling units and compare these weights with weights of the same payloads taken on a separate certified platform scale. If the test results fluctuate, the Engineer may require more than five check loads. Conveyor weights will be based on tonnage values taken from the sealed odometer at the beginning and end of each check period. If scale verification checks show the scale has been under weighing, it shall be adjusted immediately. The Contractor will not be compensated for any loss from under weighing. If scale verification checks show the scale has been overweighing, its operation will cease immediately until adjusted. Minor Construction Items If the specifications and plans require weight measurement for minor construction items, the Contractor may request permission to convert volume to weight. If the Engineer 25 1 approves, an agreed factor may be used to make this conversion and volume may be used to calculate the corresponding weight for payment. 1-09.2(6) Payment ' This section is revised to read: Unless specified otherwise the Contracting Agency will pay for no materials received by 1 weight unless they have been weighed as required in this section or as required by another method the Engineer has approved in writing. The Contractor shall not be compensated for any loss from under weighing that is revealed by scale verification checks. If scale verification checks reveal that the scale is over weighing, then payment for all material weighed since the last valid scale verification check will be adjusted. The contracting agency will calculate the combined weight of all materials weighed after the last ' verification check showing accurate results. This combined weight will then be reduced for payment by the percentage of scale error that exceeds 0.5 -percent unless the Contractor demonstrates to the satisfaction of the Engineer that the defect in the scale was present for a lesser period of time. Unit contract prices for the various pay items of the project cover all costs related to weighing and proportioning materials for payment. These costs include but are not limited to: • furnishing, installing, certifying, and maintaining scales; 1 • providing a weigher to operate a Contractor provided scale; • providing a weigher to operate a commercial scale, if necessary; • providing self -printing tickets, if necessary; 1 • rerouting a truck for verification weighing; • assisting the Engineer with scale verification checks; • any other related costs associated with meeting the requirements of this section. 1 1-09.9 Payments The first paragraph is revised to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum Items to enable the Project Engineer to determine the Work performed on a monthly basis. Lump sum item breakdowns shall be submitted prior to the first progress payment that includes payment for the Bid Item in question. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum 26 ' 1 1 breakdown the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. In the third paragraph, the second sentence is deleted. 1-09.11(1)A Disputes Review Board Membership This section is supplemented with the following new paragraph: The Contracting Agency and Contractor shall indemnify and hold harmless the Board 1 Members from and against all claims, damages, losses and expenses, including but not limited to attorney's fees arising out of and resulting from the actions and recommendations of the Board. 1 SECTION 1-10, TEMPORARY TRAFFIC CONTROL April 4, 2011 In Division 1-10, all references to "truck mounted" are revised to read "transportable". 1-10.1 General The following sentence is inserted at the beginning of this section: 1 Temporary traffic control refers to the control of all types of traffic, including vehicles, bicyclists, and pedestrians (including pedestrians with disabilities). ' 1-10.2(1)A Traffic Control Management Item number 2. in the first paragraph is revised to read: 1 2. Providing the Contractor's designated TCS with approved Traffic Control Plans (TCPs) which are compatible with the Work operations and traffic control for which they will be ' implemented. Having the latest adopted edition of the Manual On Uniform Traffic Control Devices for Streets and Highways (MUTCD,) including the Washington State Modifications to the MUTCD, the most current edition of the Public Rights -Of -Way Accessibility Guidelines (PROWAG), and applicable standards and Specifications ' available at all times on the project. 1-10.2(1)B Traffic Control Supervisor Item number 1. in the third paragraph is revised to read: 1. Having a current set of approved traffic control plans (TCPs), applicable Contract ' Provisions as provided by the Contractor, the latest adopted edition of the MUTCD, including the Washington State Modifications to the MUTCD, the book Quality Guidelines for Temporary Work Zone Traffic Control Devices, the most current edition of the PROWAG, and applicable standards and Specifications. The third paragraph is supplemented with the following: 7. Ensuring that all pedestrian routes or access points, existing or temporary, are kept clear and free of obstructions and that all temporary pedestrian routes or access points 1 1 27 are detectable and accessible to persons with disabilities as provided for in the approved Plans. 1-10.2(2) Traffic Control Plans The second paragraph is revised to read: When the Contractor's chosen method of performing the Work in the Contract requires some form of temporary traffic control for vehicles, bicyclists, or pedestrians, the Contractor shall either: (1.) designate and adopt, in writing, the traffic control plan or plans from the Contract documents that support that method; or (2.) submit a Contractor's plan that modifies, supplements or replaces a plan from the Contract documents. Any Contractor - proposed modification, supplement or replacement shall show the necessary construction signs, flaggers, spotters and other traffic control devices required to support the Work. Any Contractor -proposed traffic control plan shall conform to the established standards for plan development as shown in the MUTCD, Part 6 and the most current edition of the PROWAG. The Contractor's submittal, either designating and adopting a traffic control plan from the Contract documents or proposing a Contractor -developed plan, shall be provided to the Engineer for approval at least 10 -calendar days in advance of the time the signs and other traffic control devices are scheduled to be installed and utilized. The Contractor shall be solely responsible for submitting any proposed traffic control plan or modification, obtaining the Engineer's approval and providing copies of the approved Traffic Control Plans to the Traffic Control Supervisor. 1-10.2(3) Conformance to Established Standards The reference "(TMA's)" in the paragraph that starts with "Category 3" is deleted. The first paragraph is revised to read: Flagging, signs, and all other traffic control devices and procedures furnished or provided shall conform to the standards established in the latest WSDOT adopted edition of the Manual On Uniform Traffic Control Devices for Streets and Highways (MUTCD,) published by the U.S. Department of Transportation and the Washington State Modifications to the MUTCD and the most current edition of the Public Rights -Of -Way Accessibility Guidelines (PROWAG). Judgment of the quality of devices furnished will be based upon Quality Guidelines for Temporary Traffic Control Devices, published by the American Traffic Safety Services Association. Copies of the MUTCD and Quality Guidelines for Temporary Control Devices may be purchased from the American Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg, Virginia 22406-1022. The Washington State Modifications to the MUTCD may be obtained from the Department of Transportation, Olympia, Washington 98504. The most current edition of the Public Rights -Of -Way Accessibility Guidelines (PROWAG) can be downloaded from the United States Access Board web site (www. access-board.gov). 1-10.3(1) Traffic Control Labor The first paragraph is revised to read: The Contractor shall furnish all personnel for flagging, spotting, for the execution of all procedures related to temporary traffic control and for the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. 28 1-10.3(2)C Lane Closure Setup/Takedown Item number 1 in the first paragraph is revised to read: 1. If the Plans show a portable changeable message sign, it shall be established in advance of the operation; far enough back to provide warning of both the operation and any queue of traffic that has formed during the operation. In the second paragraph, the reference to "TMA/arrow board" is revised to read "transportable attenuator/arrow board". 1-10.3(3) Traffic Control Devices The following paragraph is inserted at the beginning of this section: Traffic control devices, including signs, furnished or provided shall conform to the standards established in the latest WSDOT adopted edition of the Manual On Uniform Traffic Control Devices for Streets and Highways (MUTCD,) published by the U.S. Department of Transportation and the Washington State Modifications to the MUTCD. Requirements for pedestrian traffic control devices are addressed in the MUTCD. 1-10.3(3)A Construction Signs In the fourth paragraph "height" is replaced with "top of the ballast". 1-10.3(3)J Truck Mounted Attenuator The title for this section is revised to read: 1-10.3(3)J Transportable Attenuator In the second and fourth paragraphs, the references to "TMA" are revised to read "Transportable Attenuator". In the first paragraph, the first sentence is revised to read: Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate, and maintain transportable impact attenuators as required in Section 9-35.12. In the third paragraph, the reference to "truck's" is revised to read "host vehicle's". 1-10.4(2) Item Bids with Lump Sum for Incidentals All references to "Truck Mounted Impact Attenuator(s)" are revised to read "Transportable Attenuator(s)". In the eighth paragraph, the first sentence is revised to read: "Transportable Attenuator" will be measured per each one time only for each host vehicle with mounted or attached impact attenuator used on the project. In the last sentence of the ninth paragraph, the reference to "TMA" is replaced with "transportable attenuator". 29 This Section is supplemented with the following: No specific unit of measurement will apply to the lump sum item of "Pedestrian Traffic Control." 1-10.5(2) Item Bids with Lump Sum for Incidentals All references to "truck mounted impact attenuator(s)" are revised to read "transportable attenuator(s)". This Section is supplemented with the following: "Pedestrian Traffic Control", lump sum. The lump sum Contract payment shall be full compensation for all costs of labor and materials incurred by the Contractor in performing pedestrian traffic control Contract Work defined in Section 1-10. SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS January 4, 2010 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. SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL January 3, 2011 8-20.1 Description In the first paragraph, item number 3 is revised to read: 3. Intelligent Transportation Systems (ITS) 8-20.3(4) Foundations In the 12th paragraph, item number 2 is revised to read: 2. The top heavy -hex nuts for type ASTM F1554 grade 105 anchor bolts shall be tightened by the Turn -Of -Nut Tightening Method to minimum rotation of %-turn (90 degrees) and a maximum rotation of 'A -turn (120 degrees) past snug tight. Permanent marks shall be set on the base plate and nuts to indicate nut rotation past snug tight. In the 12th paragraph, the following is inserted after item number 2: 30 3. The top hex nuts for type ASTM F1554 grade 55 anchor bolts shall be tightened by the Turn -of -Nut Tightening Method to minimum rotation of 1/8 -turn (45 degrees) and a maximum rotation of 1/6 -turn (60 degrees) past snug tight. Permanent marks shall be set on the base plate and nuts to indicate nut rotation past snug tight. 8-20.3(5) Conduit In the fifth sentence of the fourth paragraph, "conforms" is revised to read "conforming". 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes In the first paragraph, the first sentence is revised to read: Standard Duty and Heavy Duty junction boxes, pull boxes and cable vaults shall be installed at the locations show in the Plans. In the second paragraph, the first sentence is revised to read: Cable vaults and pull boxes shall be installed in accordance with the following: In item number 2 of the second paragraph, "top course" is deleted and "per" is revised to read "in accordance with". In the last paragraph, "1/2 inch" is revised to read "1/8 inch". This section is supplemented with the following: Standard Duty pull boxes, cable vaults and concrete junction boxes installed in sidewalks, walkways and shared use paths shall have slip resistant surfaces, be flush with surface and match grade of the sidewalk, walkway and shared use path. The boxes, vaults and junction boxes shall not be placed in curb ramps, curb ramp landings, or the gutter areas associated with the curb ramps. Standard Duty non -concrete junction boxes shall not be installed in sidewalks, walkways or shared use paths. 8-20.3(8) Wiring The following new two paragraphs are inserted after the first table: Splices and taps on underground circuits shall be made with solderless crimp connectors meeting the requirements of Section 9-29.12. Only one conductor or one multi conductor cable per wire entrance will be allowed in any rigid mold splice. In the eleventh paragraph item number 5 is revised to read: 5. Video detection camera lead-in cable - the numbers of the phases the camera served. In the eleventh paragraph the following is added after item number 5: 6. For ITS cameras — the number of the camera indicated in the Contract and the number of the associated cabinet as indicated on the Plans. 31 7. Communication cable -- labeled as Comm. This section is supplemented with the following new paragraph: Installation of coaxial or coaxial/Siamese cable or data cables with a 600 VAC rating will be allowed in the same raceway with 480 VAC illumination cable. 8-20.4 Measurement The first sentence is revised to read: No specific unit of measurement will apply to the lump sum items for illumination system, intelligent transportation system (ITS), or traffic signal systems, but measurement will be for the sum total of all items for a complete system to be furnished and installed. The second paragraph is revised to read: Conduit of the kind and diameter specified will be measured, through the junction boxes, by the linear foot of conduit placed, unless the conduit is included in an illumination system, signal system, Intelligent Transportation (ITS) or other type of electrical system lump sum Bid item. 8-20.5 Payment AH references to "Intelligent Transportation System" are revised to read "ITS". The paragraph after the bid item, "Conduit Pipe In. Diam." per linear foot, is revised to read: The unit Contract price per linear foot for "Conduit Pipe In. Diam." shall be full pay for furnishing all pipe, pipe connections, elbows, bends, caps, reducers, conduits, unions, junction boxes and fittings; for placing the pipe in accordance with the above provisions, including all excavation, jacking or drilling required, backfilling of any voids around casing, conduits, pits or the trenches, restoration of native vegetation disturbed by the operation, chipping of pavement, and bedding of the pipe; and all other Work necessary for the construction of the conduit, except that when conduit is included on any project as an integral part of an illumination, traffic signal, or ITS systems and the conduit is not shown as a pay item, it shall be included in the lump sum price for the system shown. SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL August 1, 2011 In this division, all references to "hot -dipped" are revised to read "hot -dip". In this division, Section "9-29.1(4)B" is revised to read "9-29.1(4)C". 9-29.1(4) Non -Metallic Conduit This section is supplemented with the following new sub -section: 32 9-29.1(4)B Expansion Fittings Expansion fittings for use with PVC shall allow for 4 -inches of movement minimum (2 - inches in each direction). Expansion fittings for PVC conduit shall be PVC and have threaded terminal adaptor or coupling end and shall meet the requirements listed in Section 9-29.1(4)A. 9-29.1(4)A Rigid PVC Conduit The first sentence in the first paragraph is revised to read: Rigid PVC conduit shall conform to NEMA TC 2 and UL 651. 9-29.1(4)C HDPE Conduit The first paragraph is revised to read: HDPE conduit shall be listed by a Nationally Recognized Testing Laboratory recognized by the United States Department of Labor, Occupational Safety & Health Administration Nationally Recognized Testing Laboratories (NRTLs) program. Couplings for HDPE shall be mechanical and listed for use with HDPE. 9-29.2(1)A Standard Duty Junction Boxes The first paragraph below the title "Concrete Junction Boxes" is supplemented with the following: All Standard Duty Concrete Junction Boxes placed in sidewalks, walkways and shared use paths shall have slip resistant surfaces. Non -slip lids and frames shall be hot -dip galvanized. The second sentence in the second paragraph below the title "Concrete Junction Boxes" is revised to read: The frame shall be anchored to the box by welding headed studs % inch x 3 inches long, as specified in Section 9-06.15, to the frame. The first sentence in the second paragraph below the title "Non -Concrete Junction Boxes" is revised to read: Type 1, 2, and 8 non -concrete junction boxes shall have a Design Load of 22,500 lbs. and shall be tested in accordance with 9-29.2(1)C. In the second paragraph below the title "Non -Concrete Junction Boxes", "hex -head" is revised to read. "penta-head". 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes The second sentence in the second paragraph is revised to read: The frame shall be anchored to the vault/box by welding headed studs 3/8 inch X 3 inches long, as specified in Section 9-06.15, to the frame. This section is supplemented with the following new paragraph: 33 All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways and shared use paths shall have slip resistant surfaces. The Standard Duty Cable Vaults and Pull Boxes steel frame, lid support and lid shall be hot -dip galvanized. 9-29.3(2)B Multi -Conductor Cable This section is revised to read: Two -conductor through 10 -conductor unshielded signal control cable shall have stranded copper conductor and shall conform to International Municipal Signal Association (IMSA) signal cable Specification 20-1. 9-29.3(2)E Two -Conductor Shielded This section is revised to read: Two conductor shielded (2CS) cable shall have stranded 14 AWG (minimum) conductors and shall conform to IMSA Specification No. 50-2. 9-29.3(2)F Detector Loop Wire This section is revised to read: Detector loop wire shall be 12 or 14 AWG stranded copper wire, IMSA 51-3. 9-29.3(2)G Four -Conductor Shielded Cable The first sentence is revised to read: Four -conductor shielded cable (4CS) shall consist of a cable with four stranded 18 AWG conductors with polypropylene insulation, an aluminized polyester shield, water -blocking material in the cable interstices, and a 26 -mil minimum outer jacket of polyethylene. 9-29.4 Messenger Cable, Fittings This section is supplemented with the following: Messenger cable shall be 3/ -inch, 7 -wire strand messenger cables conforming to ASTM A 475, extra -high-strength grade, 15,400 pounds minimum breaking strength, Class A galvanized. Strain insulators shall be wet process, porcelain, conforming to EEI-NEMA Class 54-2 standards for 12,000 pound ultimate strength. Down guy assembly shall consist of an eight -way steel expanding anchor, having a minimum area of 300 square inches, made of pressed steel, coated with asphalt or similar preservative, and fitted with a 3h -inch minimum guy eye anchor rod 8 -feet long. As an alternate to expanding anchors, screw type anchors with two 8 -inch helix, 3'/z -inch -pitch, 1 - inch by 7 foot guy anchor rod, and rated for 7,000 pound maximum torque may be installed. All pole hardware, bolts, plate rods, hangers, clips, wire guards, and pole bands shall be hot -dipped galvanized in conformance with the requirements of AASHTO M 232. 9-29.6(5) Foundation Hardware The first paragraph is revised to read: 34 Anchor bolts for Type PPB, PS, I, FB, and RM signal standards shall conform to the requirements of ASTM F1554, grade 55. Nuts shall meet the requirements of AASHTO M 291, grade A. Washers shall meet the requirements of ASTM F 844 or ASTM F 436. 9-29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, Cantilever Bases and Sign Bridge Bases The content of this section is revised and moved to the following new sub -sections: 9-29.7(1) Unfused Quick -Disconnect Unfused quick -disconnect connector kits shall conform to the following requirements: 1. The copper pin and copper receptacle shall be a crimped type of connection or a stainless steel set screw and lug connection to the cable. The receptacle shall establish contact pressure with the pin through the use of a tinned copper or copper beryllium sleeve spring and shall be equipped with a disposable mounting pin. The receptacle shall be fully annealed. Both the copper pin and receptacle shall have a centrally located recessed locking area adapted to be complementarily filled and retained by the rubber housing. 2. The plug and receptacle housing shall be made of water resistant synthetic rubber which is capable of burial in the ground or installation in sunlight. Each housing shall provide a section to form a water -seal around the cable, have an interior arrangement to suitably and complementarily receive and retain the copper pin or receptacle, and a section to provide a water -seal between the two housings at the point of disconnection. 3. The kit shall provide waterproof in-line connector protection with three cutoff sections on both the line and load side to accommodate various wire sizes. All connections shall be as described in item "1" above. Upon- disconnect, the connector shall remain in the load side of the kit. 9-29.7(2) Fused Quick -Disconnect Fused quick -disconnect kits shall provide waterproof in-line fuse protection. The kit shall provide three cutoff sections on both lines and load side to accommodate various wire sizes. All connections shall be as described in item "1" above. Upon disconnect, the fuse shall remain in the load side of the kit. Fuses furnished for all lighting circuits shall be capable of handling the operating voltage of the circuit involved and shall have the following characteristics: 1. Fuses shall be capable of indefinitely supporting 110 percent of the rated load. 2. Fuses shall be capable of supporting 135 percent of the rated load for approximately 1 hour. 3. A load of 200 percent of rated load shall effectively cause instantaneous blowing of the fuse. 35 4. Fuses shall be rated as listed below and shall be sized to fit the fuse containers furnished on this project, according to the manufacturer's recommendations therefore. 5. Fuses shall be listed by a nationally recognized testing laboratory. Luminaire Service Voltage Size 480V 240V 120V 1,000W 10A 15A 30A 750W 5A 10A 20A 700W 5A 10A 20A 400W 5A 10A 15A 310W 5A 5A 10A 250W 5A 5A 10A 200W 4A 5A 10A 175W 4A 5A 10A 150W 3A 4A 5A 100W 2A 3A 4A 70W 2A 2A 2A 50W 2A 2A 2A 9-29.9 Ballast, Transformers This sections content is deleted and replaced with: Heat -generating components shall be mounted to use the portion of the luminaire upon which they are mounted as a heat sink. Capacitors shall be located as far as practicable from heat -generating components or shall be thermally shielded to limit the fixture temperature to 160°F. Transformers and inductors shall be resin -impregnated for protection against moisture. Capacitors, except those in starting aids, shall be metal cased and hermetically sealed. No capacitor, transformer, or other device shall employ the class of compounds identified as polychlorinated biphenyls (PCB) as dielectric, coolants, or for any other purpose. This section is supplemented with the following new sub -sections: 9-29.9(1) Ballast Each ballast shall have a name plate attached permanently to the case listing all electrical data. A Manufacturer's Certificate of Compliance in accordance with Section 1-06.3 meeting the manufacturers and these Specification requirements, shall be submitted by the Contractor with each type of luminaire ballast. Ballasts shall be designed for continuous operation at ambient air temperatures from 20°F without reduction in ballast life. Ballasts shall have a design life of not less than 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours on and 12 36 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 hours off, with the lamp circuit in an open or short-circuited condition and without measurable reduction in the operating requirements. All ballasts shall be high power factor (90%). Ballasts shall be tested in accordance with the requirements of current ANSI C 82.6, Methods of Measurement of High -Intensity -Discharge Lamp Ballasts. Starting aids for ballasts of a given lamp wattage shall be interchangeable between ballasts of the same wattage and manufacturer without adjustment. Ballast assemblies shall consist of separate components, each of which shall be capable of being easily replaced. A starting aid will be considered as a single component. Each component shall be provided with screw terminals, NEMA tab connectors or a single multi - circuit connector. All conductor terminals shall be identified as to the component terminal to which they connect. Ballasts for high-pressure sodium lamps shall have a ballast characteristic curve which will intersect both of the lamp -voltage limit lines between the wattage limit lines and remain between the wattage limit lines throughout the full range of Tamp voltage. This requirement shall be met not only at the rated input voltage of the ballast, but also the lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of the lamp, the ballast curve shall fall within the specified limits of Tamp voltage and wattage. All luminaires ballasts shall be located within the luminaire housing. The only exception shall be ballasts to be mounted on lowering assemblies and shall be external to, and attached to the fixture assembly. Ballast Characteristics for High Pressure Sodium (HPS) and Metal Halide (MH) Sources shall be: Source Line Volt. Lamp Wattage Ballast Type Input Voltage Variation Lamp Wattage Variation HPS any 70 400 Mag. Reg. Lag 10% 18% HPS any 750 1000 Auto Reg. Lead CWA 10% 30% MH any 175 400 Mag. Reg. Lag 10% 18% MH any 1000 Auto Reg. Lead CWA 10% 30% 9-29.9(2) Transformers The transformers to be furnished shall be indoor/outdoor dry type transformers rated as shown in the Plans. The transformer coils, buss bar, and all connections shall be copper. Transformers, 7.5 KVA and larger shall be supplied with two full capacity taps, one at 5% and one at 10% below the normal full capacity. 9-29.10 Luminaires This section is revised to read: 37 All luminaires shall have their components secured to the luminaire frame with ANSI, 300 series chrome -nickel grade stainless steel, zinc dichromate coated steel or ceramic coated steel hardware. The luminaire slip -fitter bolts shall be either stainless steel, hot -dip galvanized steel, zinc dichromate coated steel, or ceramic coated steel. All internal luminaire assemblies shall be assembled on or fabricated from either stainless steel or galvanized steel. The housing, complete with integral ballast, shall be weathertight. The temperature rating of all wiring internal to the luminaire housing, excluding the pole and bracket cable, shall equal or exceed 200°F . All luminaires shall be provided with markers for positive identification of light source type and wattage. Markers shall be 3 -inches square with Gothic bold, black 2 -inch legend on colored background. Background color shall be gold for high pressure sodium, and red for metal halide light sources. Legends shall be sealed with transparent film resistant to dust, weather, and ultraviolet exposure. Legends shall correspond to the following code: Lamp Wattage Legend 70 7 100 10 150 15 175 17 200 20 250 25 310 31 400 40 700 70 750 75 1,000 XI 9-29.10(1) Cobra Head Luminaires This sections content including title is revised to read: 9-29.10(1) Conventional Roadway Luminaires A. Conventional highway luminaires shall be IES Type III medium distribution cut off cobra head configuration with horizontal lamp, rated at 24,000 hours minimum. B. The ballast shall be mounted on a separate exterior door, which shall be hinged to the luminaire and secured in the closed position to the luminaire housing by means of an automatic type of latch (a combination hex/slot stainless steel screw fastener may supplement the automatic type latch). C. The reflector of all luminaires shall be of a snap -in design or be secured with screws. The reflector shall be manufactured of polished aluminum or molded from prismatically formed borosilicate glass. The refractor or lens shall be mounted in a doorframe assembly which shall be hinged to the luminaire and secured in the closed position to the luminaire by means of automatic latch. The refractor or lens and doorframe 38 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 assembly, when closed, shall exert pressure against a gasket seat. The refractor lens shall not allow any light output above 90 degrees nadir. Gaskets shall be composed of material capable of withstanding temperatures involved and shall be securely held in place. D. Each housing shall be provided with a four bolt slipfitter capable of mounting on a 2 - inch pipe tenon and capable of being adjusted within 5 degrees from the axis of the tenon. The clamping bracket(s) and the cap screws of the slipfitter shall not bottom out on the housing bosses when adjusted within the ±5 degree range. No part of the slipfitter mounting brackets on the luminaires shall develop a permanent set in excess of 0.2 -inch when the cap screws used for mounting are tightened to a torque of 32 pounds feet. E. Refractors shall be formed from heat resistant, high impact, molded borosilicate glass. Flat lens shall be formed from heat resistant, high impact borosilicate or tempered glass. F. High pressure sodium conventional roadway luminaires shall be capable of accepting a 150, 200, 250, 310, or 400 watt lamp complete with ballast. G. Housings shall be fabricated from aluminum. Painted housings shall be painted flat gray, Federal Standard 595 color chip No. 26280. Housings that are painted shall withstand a 1,000 -hour salt spray test as specified in ASTM B 117. H. All luminaires to be mounted on horizontal mast arms shall be capable of withstanding cyclic loading in: 1. A vertical plane at a minimum peak acceleration level of 3.0 g's peak -to -peak sinusoidal loading (same as 1.5 g's peak) with the internal ballast removed, for a minimum of 2 million cycles without failure of any luminaire parts, and; 2. A horizontal plane perpendicular to the direction of the mast arm at a minimum peak acceleration level of 1.5 g's peak to peak sinusoidal loading (same as 0.75 g's peak) with the internal ballast installed, for a minimum of 2 million cycles without failure of any luminaire parts. I. All luminaires shall have leveling reference points for both transverse and longitudinal adjustment. Luminaires shall have slip -fitters capable of adjusting through a 5 -degree axis for the required leveling procedure. 9-29.10(2) Decorative Luminaires In the first paragraph, "150 - 400" is revised to read "50 - 400". In the second paragraph, "box shaped" is deleted. In the third paragraph, the first sentence is deleted. The second sentence is revised to read: The ballast housing shall be adequately constructed to contain ballasts for 50 - 400 watt alternate high intensity discharge sources. 39 The fourth paragraph is revised to read: Each housing shall consist of an integral reflector, containing a mogul based high intensity discharge lamp, and a one piece heat and shock resistant, clear tempered lens mounted in a gasketed, hinged frame. The reflector shall be a snap -in design or secured with screws. The reflector assembly shall have a lamp vibration damper. The reflector shall be manufactured of polished aluminum or molded from prismatically formed borosilicate glass. The housing shall have a heat resistant finish. The lens frame shall be secured to the housing with ANSI, 300 series chrome -nickel grade stainless steel, zinc dichromate coated steel or ceramic coated steel hardware. The last sentence in the fifth paragraph is deleted. The sixth paragraph is deleted. The seventh paragraph is revised to read: The finish shall meet the requirements of ASTM B 117 with the exception that the finish shall be salt spray resistant after 300 hours exposure. The first sentence in the eighth paragraph is deleted. 9-29.10(3) High Mast Luminaires and Post Top Luminaires This sections content including title is deleted and replaced with: 9-29.10(3) Vacant 9-29.10(5) Sign Lighting Luminaires This section is revised to read: Sign lighting luminaires shall be the Induction Bulb type. 9-29.10(5)A Sign Lighting Luminaires - Mercury Vapor This section including title is revised to read: 9-29.10(5)A Sign Lighting Luminaires — Isolation Switch The isolation switch shall be installed in a terminal cabinet in accordance with Section 9- 29.25 with the exception that the cabinet shall be NEMA 3R and stainless steel. The terminal cabinet shall be installed in accordance to the Standard Plans. The switch shall be either single pole, single throw, or double pole single throw as necessary to open all conductors to the luminaires other than neutral and ground conductors. The switch shall contain 600 volt alternating current (VAC) terminal strips on the load side with solderless lugs as required for each load carrying conductor plus four spare lugs per strip. 9-29.10(5)B Sign Lighting Fixtures - Induction The first sentence is revised to read: Sign lighting luminaires shall have a cast aluminum housing and door assembly with a polyester paint finish. 40 In the second sentence of the sixth paragraph, "87" is revised to read "85". In the last sentence of the sixth paragraph, "Class a" is revised to read "Class A". The first sentence of the last paragraph is revised to read: A Manufacturer's Certificate of Compliance, conforming to Section 1-06.3 "Manufacturer's Certificates of Compliance" and a copy of the high frequency generator test methods and results shall be submitted by the manufacturer with each lot of sign lighting fixtures. 9-29.12 Electrical Splice Materials This section is revised to read: Circuit splicing materials shall meet the following specifications. 9-29.12(1) Illumination Circuit Splices This section is revised to read: Illumination circuit splices shall be split bolt vice type connectors or solderless crimped connections to securely join the wires both mechanically and electrically as defined in Section 8-20.3(8). This section is supplemented with the following new sub -sections: 9-29.12(1)A Heat Shrink Splice Enclosure Heat shrink insulating materials shall be the moisture blocking mastic type meeting Mil Spec I 230053 9-29.12(1)B Molded Splice Enclosure Epoxy resin cast type insulation shall employ a clear rigid plastic mold or a clear mylar sheet bonded to butyrate webbing forming a flexible mold. The material used shall be compatible with the insulation material of the insulated conductor or cable. The component materials of the resin insulation shall be packaged ready for convenient mixing without removing from the package. 9-29.12(2) Traffic Signal Splice Material This section is revised to read: Induction loop splices and magnetometer splices shall include an uninsulated barrel type crimped connector capable of being soldered. The insulating material shall be a heat shrink type meeting requirements of Section 9-29.12(1)A, an epoxy resin cast type with clear rigid plastic mold meeting the requirements of Section 9-29.12(1)B, or a re -enterable type with silicone type filling compound that remains flexible and enclosed in a re -enterable rigid mold that snaps together. 9-29.15 Flashing Beacon Control In the first paragraph, the first word "Flashers" is revised to read "Line voltage flashers". 9-29.16 Vehicular Signal Heads This sections title is revised to read: 41 9-29.16 Vehicular Signal Heads, Displays and Housing The first sentence is revised to read: Each signal head shall be of the adjustable, vertical type with the number and type of displays detailed in the Contract; shall provide an indication in one direction only; shall be adjustable through 360 degrees about a vertical axis; and shall be mounted at the location and in the manner shown in the Plans. This following new paragraph is inserted after the first paragraph: Back plates shall be constructed of 5 -inch wide .050 -inch thick corrosion resistant flat black finish, louvered aluminum or polycarbonate attached with stainless steel hardware. A 1 -inch wide strip of yellow retro reflective, type IV prismatic sheeting, in accordance with Section 9-28.12, shall be applied around the perimeter of each backplate. 9-29.16(1) Optically Programmed, Adjustable Face, 12 -inch Traffic Signal This section including title is revised to read: 9-29.16(1) Optically Programmed Adjustable Face, and Programmable, Array 12 -inch Traffic Signal The signal shall permit the visibility zone of the indication to be determined optically and require no hoods or louvers. The projected indication may be selectively visible or veiled anywhere within the optical axis. No indication shall result from external illumination, nor shall one light unit illuminate a second. The display shall operate from 85 VAC to 130 VAC. 9-29.16(1)A Optical Systems The following new title is inserted above the first paragraph: 9-29.16(1)A1 Conventional Optical System This section is supplemented with the following new sub -section: 9-29.16(1)A2 LED Programmable Array 1. LED array with programmable visibility from a portable hand held device from ground level, 2. Lens shall be clear, unless color lenses specified. The LED array shall be 22 watt maximum and shall operate directly from 120 volt AC. The LED array shall provide an accessible imaging surface at focus on the optical axis for objects 900 to 1,200 -feet distant, and permit an effective veiling mask to be variously applied as determined by the desired visibility zone. The optical system shall accommodate projection of diverse, selected indicia to separate portions of the roadway such that only one indication will be simultaneously apparent to any viewer after optically limiting procedures have been accomplished. The projected indication shall conform to ITE transmittance and chromaticity standards. 42 9-29.16(1)B Construction The title for this section is revised to read: 9-29.16(1)B Housing Construction The fourth paragraph is deleted. 9-29.16(1)D Electrical The title for this section is revised to read: 9-29.16(1)D Housing Electrical The following new title is inserted above the first paragraph: 9-29.16(1)D1 Electrical Conventional This section is supplemented with the following new sub -section: 9-29.16(1)D2 Electrical LED The LED array shall be accessible from the front of the housing. Each multi section assembly shall include a terminal block for clip or screw attachment of lead wires. 9-29.16(1)E Photo Controls The following new title is inserted above the first paragraph: 9-29.16(1)E1 Conventional Photo Controls This section is supplemented with the following new sub -section: 9-29.16(1)E2 LED Photo Controls Each signal section shall include integral means for automatically regulating the display intensity for day and night operation. 9-29.16(2)A Optical Units This section is revised to read as follows: Light Emitting Diode (LED) light sources are required for all displays. The Contractor shall provide test results from a Nationally Recognized Testing Laboratory documenting that the LED display conforms to the current ITE Specification for; Vehicle Traffic Control Signal Heads, Light Emitting Diode Circular Signal Supplement VTCSH ST -052 or Vehicle Traffic Signal Heads, Light Emitting Diode Vehicle Arrow Traffic Signal Supplement ITE VTSCH ST -054, and the following requirements: 1. The LED traffic signal module shall be operationally compatible with controllers and conflict monitors on this project and the LED lamp unit shall contain a disconnect that will show an open switch to the conflict monitor when less than 60% of the LEDs in the unit are operational. 2. LED shall have a 50 degree min. viewing angle. 43 3. Wattage (Maximum): 12 -inch red, yellow and green ball displays - 25 W 12 -inch red, yellow and green arrow displays - 15W 8 -inch red, yellow and green ball displays - 15W 4. Voltage: The operation voltages shall be between 85 VAC and 130VAC. 5. The LED display shall be a module type and shall replace the lens, socket, bail, reflector and be directly connected to the terminal strip in the signal head. 6. Label: Each optical unit shall be listed by and bear the label of a nationally recognized testing laboratory. In addition, the manufacturer's name, trademark, serial number and other necessary identification shall be permanently marked on the backside of the LED signal module and the installation date shall be indicated on a separate label with an indelible ink marker. 9-29.16(2)B Signal Housing The first sentence in the first paragraph is revised to read: The signal head housing, or case, shall consist of an assembly of separate sections, expandable type for vertical mounting, substantially secured together in a weather tight manner. In the third paragraph "may" is revised to read "shall". 9-29.16(2)D Back Plates This section's content including title is deleted and replaced with: 9-29.16(2)D Vacant 9-29.16(2)E Painting Signal Heads In the first sentence "Federal Standard 595B" is revised to read "Federal Standard 595-14056". 9-29.16(3) Polycarbonate Traffic Signal Heads This section is supplemented with the following paragraph: Polycarbonate employed in traffic signal fabrication shall tolerate an elongation prior to break in excess of 90 percent. The green color shall be molded throughout the head assembly. The optical system shall be Light Emitting Diodes as defined in 9-29.16(2)A. The entire optical system shall be sealed by a single neoprene gasket. The signal head shall be formed to be used with standard signal head mounting accessories as shown in 9-29.17. All hinge pins, latch assemblies and reflector assemblies shall conform to 9-29.16(2)B. 9-29.16(3)A 8 -inch Polycarbonate Traffic Signal Heads This section and title are deleted. 9-29.16(3)B 12 -inch Polycarbonate Traffic Signal Heads This section and title are deleted. Section 9-29.16 is supplemented with the following new sub -section: 44 9-29.16(4) Traffic Signal Cover The covers shall be manufactured from a durable fabric material, black in color with a mesh front and designed to fit the signal head configuration properly. The covers shall have an attachment method that will hold the cover securely to the signal in heavy wind. The covers shall be provided with a drain to expel any accumulated water. 9-29.18 Vehicle Detector ' The first paragraph is revised to read: Induction loop detectors and magnetometer detectors shall comply with current NEMA Specifications when installed with NEMA control assemblies and shall comply with the ' current California Department of Transportation document entitled "Transportation Electrical Equipment Specifications," specified in Section 9-29.13(7) when installed with Type 170, Type 2070 or NEMA control assemblies. ' 9-29.19 Pedestrian Push Buttons This section is revised to read: 1 Where noted in the Contract, pedestrian push buttons of tamper-resistant construction shall be furnished and installed. They shall consist of a 2 -inch nominal diameter plunger. The ' switch shall be a three bladed beryllium copper spring rated at 10 amperes, 125 volts. The pedestrian push-button assembly shall be constructed and mounted as detailed in the Contract. 9-29.25 Amplifier, Transformer, and Terminal Cabinets abinets ' The first sentence in the first paragraph is revised to read: Amplifier and terminal cabinets shall conform to NEMA 4 requirements. Transformer cabinets shall be NEMA 3R. ' Item number 3 in the first paragraph is revised to read: ' 3. Cabinet doors shall have a stainless steel piano hinge or shall meet the requirements for the alternate hinge detailed for type B modified service cabinets. Doors less than 3 feet in height shall have two hinges. Doors from 3 feet to 4 feet 8 inches in height shall have 3 hinges. Spacing of hinges for doors greater than 4 feet 8 inches in height shall not exceed 14 inches center to center. The door shall also be provided with a three point latch and a spring loaded construction core lock capable of accepting a Best six ' pin CX series core. The locking mechanism shall provide a tapered bolt. The Contractor shall supply construction cores with two master keys. The keys shall be delivered to the Engineer. Three point latches are not required for terminal cabinets. 1 1 1 45 CONTRACT PROVISIONS Special Provisions Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Designated Construction Project General Aggregate Limit Minimum Wage Affidavit Form 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 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". 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. 47 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) This contract provides for the improvement of *** the intersection of Washington Avenue and 64th Avenue, by installing a traffic signal *** and other 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: AH 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. 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. 48 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. 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) 49 Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") N/A Furnished automatically upon award. Contract Provisions 6 Furnished automatically upon award. Large plans (e.g., 22" x 34") 6 Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1-02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where, applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal 50 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: 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. (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; 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. 51 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. 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, 52 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. Compliance with Immigration and Naturalization Act The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other City contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract only; it is not to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. If the contractor has not previously filed an E -Verify Compliance Declaration with the City, the contractor must sign the attached E -Verify Compliance Declaration and submit it to the City prior to being awarded the contract. Failure to do so may be cause for rejection of the bid. 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: 53 Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within Ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of Twenty (20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 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, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the 54 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. SCOPE OF THE WORK 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 55 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. 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. 1-05.4 Conformity With And Deviations From Plans And Stakes This section is supplemented with the following: The Contractor shall be responsible for all surveying required for this project. A Professional Surveyor, licensed in the State of Washington, shall be employed by the Contractor to perform all horizontal and vertical control work, and to do the construction staking, including setting offset points and grades. The Contractor shall protect all existing monuments within the construction limits from being disturbed or damaged in any way during construction. If any monuments are disturbed, damaged or removed during construction, the Licensed Surveyor shall replace such monuments in accordance with State Law including recording a Land Corner Record for each monument affected. All associated costs for the survey work shall be incidental to the other bid items of the project. 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 Toss 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. 56 No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection 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. 57 If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered 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. 58 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 59 CONTROL OF MATERIAL 1-06.2 Acceptance of Materials 1-06.2(1) Samples and Tests for Acceptance This section is supplemented with the following: The Contractor shall be responsible for scheduling and paying for all material testing required for this project. All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the required densities and results. Moisture density curves for each type of material encountered and copies of all test results shall be submitted to the Engineer as construction progresses for Trench Backfilling, Embankment Compaction, Subgrade Preparation, and Ballast and Crushed Surfacing. The sampling frequency is as follows: 00 Trench Backfillinq Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. Compaction shall conform to Section 7-08.3(3) or 7-10.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. Roadway embankment compaction shall be as specified in Section 2-03.3(14). Subqrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2-06.3(2). Ballast and Crushed Surfacing 60 1 1 Compaction tests shall be taken at a frequency sufficient to document that the required ' density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. ' Compaction of ballast and crushed surfacing shall be as specified in Section 4-04.3(5). Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. ' Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. 1 Compaction of asphalt concrete pavement shall be as specified in Section 5-04.3(10) B of these Special Provisions. 1 Cement Concrete Curb, Gutter and Sidewalk One test shall be taken for every 500 cubic yards of concrete placed for curb, gutter or ' sidewalk. The concrete shall be tested for temperature, air content, slump and compressive strength. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC I 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) 1 Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall I apply. The Washington State Department of Labor and Industries shall be the sole and paramount 1 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 I 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. IThe 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 I their failure, or improper maintenance, use, or operation. The Contractor shall be solely and 61 completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; 62 telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of ;:Revenue Rules 138 and 244). (March 13, 1995) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay Sales tax. The provisions of Section 1-07.2(1) 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. Permits And Licenses Section 1-07.6 is supplemented with the following: The Contractor shall have or obtain a valid City of Yakima Business license for the duration of this project. Temporary Water Pollution/Erosion Control Spill Prevention, Control and Countermeasures Plan Section 1-07.15(1) is supplemented with the following: (August 3,"2009) The Contractor shall address the following items in the SPCC Plan in addition to the requirements of Section 1-07.15(1): 63 Mixing, Transfers, & Storage 1. All oil, fuel or chemical storage tanks or containers shall be diked and located on impervious surfaces so as to prevent spill from escaping. 2. All liquid products shall be stored and mixed on impervious surfaces in a secure water tight environment and provide containment to handle the maximum volume of liquid products on site at any given time. 3. Proper security shall be maintained to prevent vandalism. 4. Drip pans or other protective devices shall be required for all transfer operations. Spills Paint and solvent spills shall be treated as oil spills and shall be prevented from reaching storm drains or other discharges. No cleaning solvents or chemicals used for tool or equipment cleaning may be discharged to the ground or water. Maintenance of Equipment Fuel hoses, oil drums, oil or fuel transfer valves and fittings, etc, shall be checked regularly for drips or leaks and shall be maintained and stored properly to prevent spills into State waters. Disposal Spilled waste, chemicals or petroleum products shall be transported off site for disposal at a facility approved by the Department of Ecology. The materials shall not be discharged to any sanitary sewer without approval of the local sewer authority. Reporting and Cleanup The Contractor's designated person for managing and implementing the SPCC Plan shall report hazardous material spills as follows: Spills into State water (including ponds, ditches, seasonally dry streams, and wetlands) — Immediately call all of the following: National Response Center 1-800-424-8802 WA State Div. of Emergency Management (24 hr) 1-800-258-5990 Ecology Central Regional Office 509-575-2490 Spill to Soil (Including encounters of pre-existing contamination): Ecology Central Regional Office 509-575-2490 Report immediately if threatening to health or environment (i.e., explosive, flammable, toxic vapors, shallow groundwater, nearby creek), otherwise within 90 days Underground Storage Tank (confirmed release of material) Ecology Central Regional Office 509-575-2490 Report within 24 hours Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. It shall be the contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: QWEST 8 W. 2nd Ave., Room 304, Yakima, WA 98902 509-575-7183 Charter Communications 1005 N. 16th Ave., Yakima, WA 98902 509-575-1697 City of Yakima Water Div. 2301 Fruitvale Blvd., Yakima, WA 98902 509-575-6154 City of Yakima Wastewater Div. 2220 E. Viola, Yakima, WA 98901 509-575-6077 Cascade Natural Gas Corp. 401 N. 1st Street, Yakima, WA 98901 509-457-5905 Pacific Power PO Box 1729, Yakima, WA 98907 509-575-3146 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1-800-553-4344, at least 72 hours prior to start of excavation so that underground utilities may be marked. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with plans and schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 65 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. 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 66 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. 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 67 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. Public Convenience and Safety Construction Under Traffic Section 1-07.23(1) is supplemented with the following: (April 2, 2007) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. 68 1 1 1 1 1 1 1 1 1 1 1 During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Posted Speed;' '' Distance From.=:: Traveled Way,' :(Fe,et)µ.:-. 35 mph or less 10 * 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance ' 1-07.24 Rights of Way (October 1, 2005 APWA GSP) 1 1 1 1 1 1 1 Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. 69 Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 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.; 70 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 (June 27, 2011 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. Written permission from the Engineer is required, if a Contractor desires to perform work on holidays, Saturdays, or Sundays; before 7:00 a.m. or after 6:00 p.m. on any day; or longer than an 8 -hour period on any day. The Contractor shall apply in writing to the Engineer for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. 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: • The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. • On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. 71 • Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. • Considering multiple work shifts as multiple working days with respect to contract time, even though the multiple shifts occur in a single 24-hour period. 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 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 72 the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1-08.4 Prosecution of Work Delete this section in its entirety, and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (June 27, 2011 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the. fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion This section is supplemented with the following: (March 13, 1995) This project shall be physically completed within *** 30 *** working days. (June 28, 2007 APWA GSP, Option 8) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the 10th 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 73 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 1-08.7 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. 74 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 (June 27, 2011 APWA GSP, Option A) Supplement this section with the following: Lump sum item breakdowns are not required when the bid price for the lump sum item is less than $20,000. (June 27, 2011 APWA GSP, Option B) Delete the fourth 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 — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. 75 Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. TEMPORARY TRAFFIC CONTROL Traffic Control Management General Section 1-10.2(1) is supplemented with the following: (December 1, 2008) Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers -Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 Measurement Lump Sum Bid for Project (No Unit Items) Section 1-10.4(1) is supplemented with the following: (August 2, 2004) The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(1) shall apply. 76 DIVISION 2 EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description This section is supplemented with the following: This work consists of removing the existing street light located in the northwest corner of the intersection, and removing the existing stop signs. 2-02.3 Construction Requirements This section is supplemented with the following: (February 17, 1998) Removal of Obstructions The street light shall be removed in its entirety including the concrete foundation and junction box. The street light pole, mast arm and junction box shall be delivered to the Public Works Yard at 2301 Fruitvale Boulevard. Contact Rick Dwyer at 509-576-6425 to arrange the delivery. The stop signs and posts shall be removed and become the property of the Contractor. 2-07 WATERING 2-07.3 Construction Requirements Supplement this section with the following: The Contractor shall secure permission from and comply with all requirements of the water utility before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the contractor shall make certain that the hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of 77 the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant us. Violation of these requirements will result in fines and will lay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 2-07.4 Measurement This section is revised to read: Water will be measured with the metered hydrant connection. 2-07.5 Payment This section is revised to read as follows: Water will be furnished by the water utility without charge, but the Contractor shall convey the water from the nearest convenient hydrant or other source at his expense. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL (8-20.3(1) General Supplement this section with the following: Electrical Order of Work The Contractor shall install new signal displays no more than 30 days prior to the date of the scheduled final new signal turn -on. Work shall be coordinated so that electrical equipment, with the exception of the service cabinet, is energized within 72 hours of installation. Removals and Delivery of Removed Items (Subsections combined) The Contractor shall not remove any existing signal equipment, hardware, or components, designated on the plans for removal from the job site, without a final field confirmation and approval by the City Engineer. The Contractor shall complete all existing equipment removals as noted on the plans. And, the Contractor shall disassemble and remove designated junction boxes, lighting and/or signal (vehicle and/or pedestrian) poles, and all their attached equipment and hardware, (including- but not limited to), luminaire arms, mast arms, signal heads, light assemblies, signs, preemption devices, and video detection equipment. Concrete foundations remaining from disassembled poles shall be removed in their entirety, unless directed otherwise by the City Engineer. Also, the Contractor shall properly backfill and compact voids created by the removal of foundations and junction boxes in accordance with all applicable sections of The WSDOT Standard Specifications, as well as any applicable WSDOT Standard Plan notes. Removals associated with the electrical system shall not be stockpiled on the job site without the City Engineer's prior approval. Unless otherwise directed by the City 78 Engineer, all items removed from the South 64th Avenue and West Washington Avenue project job site shall remain the property of the City of Yakima and shall be delivered by the Contractor to this address: Traffic Signal Operations (Signal Shop) - Public Works Department, City of Yakima, 2301 Fruitvale Blvd., Yakima, WA 98902 Attn: Rick Dwyer, Signs & Signal Operations Supervisor. The Contractor shall notify the City Engineer and/or Traffic Engineer two (2) working days before the delivery date of the removed items, and shall be responsible for unloading the equipment as directed by the City Traffic Operations Supervisor at the delivery site noted above. All traffic signal and lighting equipment, hardware, components, or parts, not designated to remain the property of the City of Yakima (as per the City and/or Traffic Engineer), shall become the property of the Contractor and shall be immediately removed from the project job site. 8-20.3(5) Conduit Supplement this section with the following: All underground electrical conduits shall be (gray- electrical grade) schedule 40 PVC pipe, installed in all conduit runs as shown on the Plans. All 90 -degree elbows shall be galvanized steel. A 1/8 -inch braided nylon rope with a 450 -pound breaking strength shall be installed in each conduit run with two (2) feet doubled back at each termination. The City Engineer shall field verify and approve all conduit runs utilizing existing empty underground conduits (*Those that do not require open trenching.) The Contractor shall utilize the existing conduits and run new conduits as shown on the plans. 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes Supplement this section with the following: Existing junction boxes shall be utilized as shown on the plans and new junction boxes shall not be located in ADA sidewalk ramps or landing areas, and, if installed in hardsurface areas, shall be centered in the concrete sidewalk area between the back of curb and back of sidewalk (at soft -surface dirt edges). Or, they shall be located such that no less than four (4) inches of solid concrete sidewalk separates the near edge of the junction box from soft -surface dirt areas that abut the sidewalk edge. Asphalt joint filler material shall not be installed between junction boxes and concrete surfaces. Otherwise, all new and/or adjusted -existing junction boxes shall be located in soft - surface dirt areas as shown on the plans, with the final exact locations field verified and approved by the City Engineer. 8-20.3(8) Wiring Supplement this section with the following: Illumination (street lighting) conductors and wires are the only type which may be spliced in junction boxes, using only the 3M Scotchcast- permanent, watertight, non -re -enterable splice kit. Wire marking sleeves and/or approved wire and cable tags are required in loop -wire splicing junction boxes and for loop lead-in to home run wires, identifying the loop numbers served. And, tags are required at the controller cabinet for optical preemption detection cable -to -detector identification. Marking sleeves and tags are NOT required for any other individual conductors, multi -conductor, coax or power cables 79 Section 8-20.3(11) Testing Revise this section to read as follows: The standard WSDOT testing procedures shall not be required for this project. The City of Yakima Traffic Engineer shall inspect, test, and monitor all signal equipment including the signal controller, controller cabinet, malfunction monitoring unit (MMU), and other auxiliary electronic equipment and devices requiring pre -installation testing. All applicable signal control equipment shall be delivered to the City of Yakima Traffic Signal Shop for complete operational testing—the duration and type of which shall be at the sole discretion of the City Engineer and/or Traffic Engineer. The tests shall confirm the proper functioning, operation and performance of the above-mentioned signal equipment. Traffic Signal Turn -On Procedures (Subsection of "Testing") The contractor shall provide the City Engineer or City Inspector a 72 -hour pre -notification of a traffic signal turn -on, with information about the applicable location, date, time and duration. The contractor shall follow the signal turn -on procedures listed below in descending order. And, unless directed otherwise by the City Engineer, the turn -on procedures shall be initiated in the presence of the City Engineer, the City Project Inspector, the City Traffic Operations Supervisor, and a qualified technical representative from the signal cabinet and controller supplier and/or manufacturer. The City Project Inspector shall provide the Yakima Police Department no less than 48 hours notice of the date and time of the scheduled traffic signal turn -on. The Pre -turn -on and turn -on procedures for all new and/or upgraded traffic signals are as follows: 1. Confirm that all circuit breakers for signal and lighting power are turned OFF. 2. Turn on the Service and verify correct voltage levels. 3. Turn on the circuit breakers and verify proper operation of cabinet light and GFCI. 4. Crosscheck the signal driver terminal wiring with the plans to ensure conformity with the intended phase sequencing, FYLTA/Overlaps, if to be activated; and confirm the correct jumper configurations on the CMU/MMU program card. 5. Flash all signal face indications, by signal phase, for Red / Yellow / Green / Walk / Don't Walk, and Flashing Yellow Left Turn Arrow, if applicable. 6. With the Controller Power switch OFF and both Auto/Flash switches in the Flash position, install the flasher and verify "In -Flash" operations (Red/Red or Red/Yellow) by signal head, phase and approach. 7. Install all required equipment in the cabinet. 8. Place the police door Auto/Flash switch in Auto 9. Turn the Controller Power switch to the ON position 10. Monitor to confirm proper operation of the controller and CMU/MMU, and correct any malfunctions and/or failures, then reconfirm the proper operation. 80 11. Turn the Camera Power to the ON position and adjust video camera zoom and vertical and horizontal view alignment angles to optimize detection performance. 12. Place Min. Recall on all phases 13. Confirm that all detector switches are in the Operate position. 14. Stop traffic in all directions (Yakima Police Department assistance if possible.) 15. Toggle the "Signals" switch from the OFF to the ON position. 16. Allow no less than one complete cycle to operate and visually verify the correct sequence of all signal indications. 17. Remove traffic control and allow normal vehicular traffic through the intersection. If the City Engineer or appointed designee, with assistance of the Signal Operations Supervisor, determines that the signal operates correctly, direct the Contractor's Project Foreman to place the traffic signal in normal stop - and -go cycling operation. 18. Walk the intersection to confirm the intended and proper operation of the pedestrian push buttons and Walk and Don't Walk indications. 19. With the requirement of no more than the presence of the Signal Operations Supervisor and the cabinet/controller manufacturer's technical representative, configure the video detection zones, or adjust road loop amplifiers, remove min. recall from all phases and confirm proper actuated operation for 30 minutes and monitor detection performance at sunrise and at sunset. If the Traffic Engineer determines, upon initial turn -on and traffic release, that the traffic signal is malfunctioning or is operating improperly, the contractor shall be directed to either return the signal to flash mode for a period not to exceed five calendar days, or, turn the signal off and cover all signal displays. In either case, the contractor shall provide 24-hour notification to the Traffic Engineer of the rescheduled signal turn -on date (Above -listed procedures apply.) Termination of and/or alterations to "Green/Yellow/Red" (Stop -and -Go) operation shall be prohibited, unless otherwise approved by the Traffic Engineer, 7 days a week, before 8 a.m. or after 1 p.m. This same restriction applies- 24 hours a day on Fridays, weekends, holidays, or the day preceding a holiday. 8-20.3(14) B Signal Heads Supplement this section with the following: Signal heads shall not be installed at any intersection until all other signal equipment is installed and the controller is in place, inspected, and ready for operation at that intersection, unless ordered by the City Engineer. If the City Engineer orders advance installation, the signal heads shall be covered to clearly indicate the signal is not in operation. The signal head covering material shall be of sufficient size to entirely cover the display. The covering shall extend over all edges of the signal housing and shall be securely fastened at the back. 81 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. 9-29 ILLUMINATION, SIGNALS, ELECTRICAL 9-29.1 Conduit, Innerduct, and Outerduct Supplement this section with the following: All underground conduit shown on the plans shall be schedule 40 PVC (electrical grade - gray color), with pull rope. Additional materials to be installed on this project include, but are not limited to, junction boxes cables and electrical conductors. The pull rope shall be a 1/8 -inch braided nylon rope, 450 pound breaking strength (similar to King Cotton Products #5051-4-1/8), and shall be installed in each conduit run with two (2) feet doubled back at each termination. When cable is pulled, this rope shall be re -pulled along with the cable. 9-29.2 Junction Boxes Supplement this section with the following: Junction boxes shall be Quazite- PG Style, or approved equivalent, called out on the Plans as Junction Boxes: Type -1 (13" x 24"), Type -2 (17" x 30") and Type -3 (24" x 36"). They shall be constructed of polymer concrete and reinforced by a heavy -weave fiberglass, and they shall have a design load of 22,500 lbs. and a test load of 33,765 lbs.- in compliance with 2005 NEC, and meet SCTE 77/ANSI Tier 22 test provisions. The enclosures shall be stackable with finished depths of 12" to 48". Enclosures and covers shall be concrete gray color and designed and tested to temperatures of —50° F. The covers shall be "lockable", and shall be marked with a "Traffic Signal" logo. See Quazite details for all technical data for each of the enclosure sizes specified. Note: Due to the fact that existing empty/available conduit and junction boxes currently exist at this intersection (S. 64th Ave. & W. Washington Ave.), please read the plan's SPECIAL NOTES and CONSTRUCTION NOTES carefully, especially those referencing the Northwest corner- (Pole #2). Given the proposed new signal pole location and the existing junction boxes and R.O.W. line locations, this corner may require removal of existing junction boxes, relocating existing junction boxes, and/or replacing existing 82 1 tjunction boxes with optional sizes (1,2, or 3), as well as terminating and/or extending existing conduit to altered junction box locations. t9-29.6(1) Steel Light and Signal Standards (Poles) Revise this section by adding the following paragraph: All new Traffic Signal Standards (Poles) shall be Octagonal in Cross Section. (See the pole layout sheet and octagonal pole specifications project detail.) Supplement this section with the following: Luminaire mast arms that support video cameras shall have a free -end diameter of not less than 3" and a thickness of not less than .250". The poles and mast arms will be hot -dipped galvanized over their entire length to ASTM designation A123. The primary terminal compartment shall be sized to house a 24 - position terminal strip, (See detail on pole layout sheet) which, in turn, shall have a 4" x 6" hand hole opening in its bottom section. The compartment shall be located 48" above the base of the pole and 180° CW from the centerline of the signal mast arm attachment point. The cover for the terminal compartment shall be stainless steel with a gasket and a built-in "Best" slamming lock with key. There shall also be two other separate hand holes, each with removable covers. One shall be 4" x 6" (vertically-oriented -Typical), located 12" above the pole base, directly in line with 24" compartment described above, and the other shall be located 12" above the signal mast arm, oriented 180° CW from the centerline of the signal mast arm. A 1/2" NC ground stud shall be available inside the pole base. All poles and arms shall have end caps and all bases shall have covers installed. Poles, ' anchor bolts, and signal mast arms will be designed to accommodate installation of signal mast arms with loadings as specified on the applicable details and layout plans. Poles shall be designed to a maximum arm length of 50 feet, unless a longer arm is 1 specified and pre -approved by the Traffic Engineer. It shall be the responsibility of the vendor/manufacturer to determine the sizes, locations, and proper installation and/or fabrication methods of all pole and arm hubs and openings to establish and build -in the minimum required and guaranteed structural integrity of the pole. The arm -connection plate, arm -connection bolt circle, base plate, and base -plate bolt circle shall be uniform among all poles called for in the plans. The final drill locations for all signal pole and mast arm hardware and equipment shall be field approved by the City Engineer or Traffic Engineer prior to drilling of the holes. t9-29.10 Luminaires Supplement this section with the following: All new luminaries shall be installed as shown on the plans. All new luminaires (fixtures) shall be LED -type with the following specifications: BETA LED- #STR-LWY-3M-12-C- UL-SV. Equivalents and/or alternate wattage LED's shall be pre -approved by the City Engineer and/or Traffic Engineer. 9-29.12(1) Illumination Circuit Splices ' 83 Revise this section as follows: The Contractor shall use only 3M Scotchcast, or pre -approved equal, watertight and non re -enterable splice kits for light circuit wiring splices in junction boxes. Otherwise, all standard NEMA/UL and IMSA -approved splicing methods shall be allowed for multi - conductor and single wire splicing that is required in new signal poles including locations adjacent to specified closable hand hole openings. 9-29.14 Signal Controller, Controller Cabinet, & Auxiliary Equipment- (New Section) The following new section shall apply to this project: Traffic Signal Controller and Cabinet- Primary Equipment Traffic Signal Controller The contractor shall supply a new Pre -approved "NEMA" NWS M-1 ATC actuated traffic signal controller, along with the cabinet described below. The controller shall come pre -tested by the manufacturer (Following NEMA/IMSA testing standards), for the operations control of a traffic signalized intersection. The signal controller shall be pre -loaded with the most current version of the applicable controller software (NWSCentral), with the following settings activated: CONTROLLER TYPE = LOCAL (Not Master), and the LOCAL TYPE ("Software Configuration")= VOYAGE / NEMA. The NWSCentral controller software shall be included on a download -ready CD, and the controller manufacturer or distributor shall provide one day of controller and system software training for all applicable City of Yakima technical traffic signal staff. (This is in addition to time that the signal manufacturer's technical support is on site during signal turn -on procedures.) The controller shall be shop tested by the City of Yakima, along with the cabinet, as described in section 8-20.3(11) prior to the traffic signal turn. The contractor shall also supply an EDI MMU -16 Channel, or approved equivalent, Malfunction Monitor Unit, with front panel keypad entry. The MMU must be fully compatible with M-1 and 2070N controllers and be configured to monitor MUTCD-approved Flashing Yellow Arrow (FYLTA) Protected/Permissive left turn operation— compatible with Type TS -1 or TS -2 NEMA cabinet designs. Signal Controller Cabinet The contractor shall supply a "Pre -approved" Standard "NEMA" Type -P traffic signal controller cabinet. (Approx. dimensions: Height = 55", Width= 44", Depth= 26") and the cabinet shall be mounted on a concrete foundation. THIS IS A LIST OF THE REQUIRED COMPONENTS, FEATURES, AND ITEMS TO BE INCLUDED IN THE MANUFACTURING OF THE TRAFFIC TRAFFIC SIGNAL -CONTROLLER CABINET: The cabinet shall be wired to operate a "NEMA" NWS M-1 ATC actuated traffic signal controller (described above.), and the cabinet shall be U.L. approved with a "U.L." sticker attached upon delivery to the City Signal Shop. 84 The cabinet shall be wired with four (4) standard TS -1 (A/B/C/D) connector harnesses (Cabinet -To -Controller). The "D" Connector shall be "plastic" (Not Metal). The cabinet shall have a 16 -load switch position back -panel with the following left-to-right layout: (Note: This layout has changed since the last issuance of this document. The outputs shall be wired left-to-right as follows: Channel/Output Positions: 1 through 8 = Vehicle Phases 1 through 8 Channel/Output Positions: 9/10/11/12 = Pedestrian Phase 2/4/6/8 (one-to-one reference to Vehicle phases 2/4/6/8). These positions shall be wired to activate the pedestrian WALK interval and the pedestrian FLASHING DON'T WALK. (or Ped Clearance "COUNTDOWN- #s") Channel/Output Positions: 13/14/15/16 = Four vehicle overlap phase/channels (Ch. 13=01ap-A, Ch. 14=OIap-B, Ch. 15=Olap-C, Ch. 16=Olap-D. The cabinet shall have a six (6 -Detection Slots) plus two (2 -Preemption Slots) slot processor card rack installed and wired (City of Yakima Standard for NEMA, TS -1) as per the detector slot assignments shown on the plans for this project, including applicable channels, detector inputs and phase assignments. The cabinet detector rack shall be wired for standard NEMA detector input/phase assignments, routing, and functionality. The cabinet shall have the applicable number of NWS 4000 HDP load switches, or approved equivalent, mechanical flash transfer relays, 40 -amp triacs, input and output indicators, and a solid-state bus transfer relay. The cabinet shall have a 40 -amp main circuit breaker, a 15 -amp auxiliary equipment breaker, a 95 -amp (min) to 125 -amp (max) Teledyne block power relay, a neutral bus bar isolated from cabinet ground, a ground bus bar and a power -line surge protector. The power panel shall be covered with a suitable insulating transparent cover. The 40 -amp main circuit breaker shall supply power to all cabinet components and devices except the cabinet light, fan, maintenance panel and G.F.I convenience outlet. The Teledyne block contactor shall, in its energized position, supply power to the load switches, and shall be normally open and capable of switching the (95 to 125) amps at 120 Volts AC (VAC). All power used for signal displays shall be routed through the Teledyne block contactor. Pomona and/or Molex brand Plugs/Jumpers shall not be allowed and the signal outputs shall be wired in this left-to-right order: Red / Yellow / Green. The cabinet shall be configured for four emergency preempts wired to the two far right detector rack slots (Positions 7 and 8- See section under "Auxiliary Equipment".), and the cabinet shall be wired to Flash "ALL RED" for all active phases. The terminal block numbering strip shall be made of laminate and the legend shall be engraved into the strip so as to provide black lettering on a white background. The strips shall be fastened to the terminal block or between the terminal block and its mounting. All DC returns (logic ground) from vehicle detector amplifiers, pedestrian pushbuttons, controller and auxiliary cabinet equipment shall be separate from the AC neutral and earth ground. These DC returns shall all be terminated at one location on the controller matrix panel. The cabinet wiring shall include noise suppression of AC and DC circuits, and all relay coils, thermostat, convenience outlets and switches controlling inductive loads, shall include spike suppression circuits. The cabinet shall also include an alternate power feed switch and connector, which shall power all devices in the cabinet. The switch shall be fed via a cabinet -mounted "Alternate Feed Connector" to allow an exterior -wall bypass plug-in connection to a mobile stand-alone power generator. (For use during signal -power outages.) The connector shall be an Electro switch #KW40220106, or equivalent, with nameplate labeled NRML — OFF — GEN. The Alternate Feed Connector shall be a Hubbell Flanged Inlet #CS6375M2 with lift cover. The alternate feed switch shall be mounted as close as possible to the power feed terminal strip on the power panel. The Alternate Feed Connector shall be mounted on the cabinet exterior wall below the power panel for switch accessibility from the cabinet interior. The cabinet shall be wired to disable preempt functions when the signal is in flashing operation. All external cabinet welds shall be "Tig" welds. The cabinet shall include a CD loaded with the applicable Autocad file of the cabinet drawing, and, three (3) Tyvek copies of the cabinet drawing and one service manual. The cabinet shall have a heavy-duty neoprene gasket around all doors to assure a weather tight seal. All applicable hardware "parts" including, but not limited to, hinge pins and locking devices, shall be made of non -corrosive materials. The cabinet door shall hinge on the right, and the lock shall be a Best Lock CX series, cored for the City of Yakima YT -1 key. The cabinet door shall have a heavy-duty disposable (fiber mesh material) furnace -grade air filter which fits properly in the cabinet door's interior filter shelf flanges. The cabinet door SHALL NOT INCLUDE a signal -interval indication display panel. The cabinet door shall have a standard exterior -accessed "Police Door" with standard police door lock and key. The cabinet shall have a fully integrated tech (door) switch -control panel assembly configured as described below: The Tech Panel shall have one horizontal row of eight (8) 3 -position Single Pole Double Throw (SPDT) switches, (each labeled with a corresponding phase number for Vehicle Phase 1 through 8. Below this panel there shall be a second single row of four (4) 3 -position switches, with one switch per pedestrian phase for phases 2/4/6/8, each aligned vertically (directly below) their associated vehicle phase switch (IE: Pedestrian Phase -6 switch is positioned directly below Vehicle Phase -6 switch.) The SPDT switches shall "Lock" in each of these 3 positions: ON / OFF / ON. They shall be labeled (at left of each row) as follows (position -to -function assignments): switch in u� position = OPERATE (ON -normal vehicle actuations), switch in center position = OFF (NO input to controller), switch in down position = TEST (input to controller only by manual switch toggling). Below these vehicle detector switches, there shall be a separate panel with a horizontal row of heavy-duty toggle switches with functions as listed below. (Label as listed): FLASH Switch: up=AUTO, dn=FLASH CONTROLLER POWER Switch: up=CONTROLLER ON, dn=OFF STOP TIME Switch: {3 -position}: up=AUTO-[normal], center=OFF, do=ON-for manual control. CAMERA POWER Switch: up=CAMERA POWER ON, dn=OFF) LIGHT Switch: up=LIGHT ON, dn=OFF. Auxiliary Equipment Preemption Equipment The contractor shall supply and install as per the plans, two (2) 3-M, Model 752, (or approved equivalent), dual channel, preemption selector/processor cards in the far right two cabinet detector rack slots #7 & #8. And, the contractor shall supply and install, as per the plans, four (4) 3-M, Model 721 (or approved equivalent), single -channel preemption detectors ("Birdeys"- mast arm mounted.) The assignments for Slot –> Selector/Channel –> PE Detector - Controller Phase Preempted, are as follows: Rack Slot -- Selector Channel — Preempt Phase / Approach 7 1 2 Southbound 7 2 6 Northbound 8 3(or 1) 4 Eastbound 8 4(or 2) 8 Westbound Any additional auxiliary equipment, and components (even if not itemized and listed here), shall be included—so as to provide a fully -functional optical preemption system, with the intended optical detection, processing, PE service, and return to normal signal operations. Assistance with set up, adjustments and programming, equal to 3 hours or less of on-site support, for up to two City Signal Technicians, shall be included by the cabinet and/or the optical preemption equipment manufacturer. Malfunction Management Unit (MMU) The contractor shall supply and install, in the cabinet, a new EDI (16 Channel) Smart Monitor, or approved equivalent, Malfunction Monitoring Unit (MMU), with front panel displays and keypad setting adjustment capabilities. The MMU must be fully compatible with NEMA M-1 ATC and 2070N controllers and type TS- 1/TS-2 NEMA controller cabinets. The MMU shall be fully compatible with Flashing Yellow Permissive Left Turn Phase wiring and operations. RadioModem Interconnect System The contractor shall install an Encom model 5200 (or approved equivalent), spread spectrum Radiomodem in the new controller cabinet. The interconnect Radiomodem shall be compatible with all the signal controller and all communications configurations (hardware and software). The Contractor shall suplply and install an ample amount of the applicable "Radio -interconnect aerial antenna coax cable to pull from the new controller cabinet to the calculated highest point on the Mast Arm Pole (Pole #1 on the Plans.- pole and cabinet on NW corner) The Contractor shall install and connect the cable to a new (min. 6db) BlueWave, (or approved equivalent), "Yagi" aerial antenna (Note #19 on plans), with the fewest cable splices required. The final orientation and position on the pole (or luminaire arm) shall be approved by the Traffic Engineer. Video Camera Vehicle Detection System The contractor shall supply and install a complete video (vehicle detection) camera and electronic detection processing system to adequately detect and service vehicular traffic consistent with the accompanying plans and project specifications. All video detection equipment shall be compatible with NEMA- Type-TS1 and TS2 controllers. The vehicle video detection system shall meet all the specific and/or applicable requirements and specifications as described below. The system shall be able to detect vehicle presence with 98% accuracy under normal conditions (days and nights), and 96% accuracy under adverse conditions (fog, rain, snow). All items and materials furnished shall be new, unused, current production models installed and operational in a user environment and shall be items currently in distribution. The detection algorithms shall have a proven record of field use at other installations for at least three (3) years of service-- not including prototype field trials prior to installation. The Video Detection System shall include the following basic components, items, and service provisions: • Video Detection Modules VIP3.1/D and/or VIP3.2/D. (for 4 vehicle approaches & 8 vehicle phases) • ViewCom/E — MAX Remote Monitoring, Video Image Storage, and Communication Module. (1 minimum) • Video Camera(s) with IR Filter, Lens, Enclosure, and Sunshield. (4 total) • Luminaire Arm or Signal Mast Arm Sensor Bracket(s) (If applicable per the specific project plans.) • Surge Suppressor(s). (1 per camera) • Programming Devices and/or Software. • Video Monitor. (1) • Coaxial/Power Cable. • All Other Necessary Equipment for Operation. • Training for Installation, Operation, and Maintenance. The following "video detection" equipment package has been pre -approved for use on this project: • Traficon VIP3.1/D and/or VIP3.2/D. • Traficon ViewCom/E-MAX • Aigis Outdoor Camera Housing — HS9384. • Aigis Camera Housing Sunshield — HS9384SS. • Rainbow Camera Model BL58D • Rainbow Motorized Zoom Lens 6.5mm to 65mm Model — L10X65DC4P. • Rainbow LCD 8" Flat Screen Monitor-RL8. • Pelco Extended Mast Arm Camera Mount - AB -0172-L, and/or Kar-Gor, Inc., Universal Camera Mount—MA/SOP-16. (as specified on the plans) • Hesco/RLS Coaxial Surge Suppressor — HE75CX • Coaxial + 5 Conductor Wire - RG59/U + STR PE/PVC 600V KG -9915. Video Detection System- Basic Component Specifications: The Video Image Processor (VIP) shall be modular by design and housed in either a self-contained stand-alone unit or fit directly into NEMA TS1 & TS2 type racks . The VIPs shall allow a shelf or rack mount installation without replacing or modifying existing VIP units. Each VIP board shall have 4 opto-isolated open collector outputs. Twenty (20) additional outputs shall be available via the expansion port. The VIP/3D shall have 20 presence detection zones and 4 data detection zones per camera. Data zones shall collect and store vehicle counts, volume, speed, gap time, headway, occupancy, and classification. Data shall be time -stamped (6713 intervals) and stored onboard (non-volatile memory) in intervals from 1-60 minutes. The system shall control from 1 to 4 VIP boards allowing for 1 to 8 image sensors. The system shall be designed to operate reliably in the adverse environment of roadside cabinets and shall meet or exceed all NEMA TS1 and TS2, as well as Type 170/2070 environmental specifications Ambient operating temperature shall be from —34 to +74 degrees Centigrade at 0 to 95% relative humidity non - condensing. The system shall be powered by 12-40 VDC and draw less than 2 amperes. And, the system shall utilize cabinet 24 -Volt DC for rack mount installations or external 24 -Volt DC for stand-alone shelf installations. Surge ratings shall be set forth in the NEMA TS1 and TS2 specifications. Serial communications shall be through an RS232 serial port. This port can be used for communications into a modem or laptop to upload/download detector configurations, count data and software upgrades. RS485 on the rear edge connector shall facilitate communications to other VIP boards. The detection zones must be able to provide single or double loop emulation, and the presence hold time must have parameters that range from 10 to 600 seconds. Each VIP board shall allow for 20 digital inputs via the I/O Expansion port, and each VIP board shall have error detection. Outputs shall be turned "ON" if the video signal is bad or the VIP board is not functioning properly. A user defined quality level will automatically put selected outputs to recall in cases of severe degraded visibility (i.e., fog, blizzard, etc.). Normal detection shall resume when visibility improves above a user defined quality level. Operator selectable recall shall be available via the VIP front panel. Holding the recall switch on for 5 seconds shall activate this function. A video select button on the VIP front panel will switch between camera images of the VIP3D.2, and the VIP3D.1 board shall have 1 video input; the VIP3D.2 board shall have 2 video inputs (RS -170 NTSC or CCIR composite video) and one video out. The VIP board shall have a reset button on the front panel to reset video detectors to "learn" the roadway image. During "relearn", selectable recall can be enabled or disabled for immediate operation. Learning time of video detectors shall be less than 6 minutes. External surge suppression, independent of the VIP board shall separate the VIP from the image sensor. The VIP board shall also have separate buttons for Video Select, for Recall (to manually place calls on detectors),and to manually reset detectors to learn backgrounds. The VIP board shall also have a video out female RCA style connector, and a B9 female Service port and DB9 I/O Expansion port. The VIP board shall have separate light emitting diodes (LED) that indicate the following: POWER = Red LED to verify power supply. I/O COMM = Red LED to indicate communications to expansion bds. VIDEO 1 & 2 = Red LED to verify the presence of video input 75 -Ohm TX & RX = Red LED to indicate comms. to other VIP modules via the RS485. OUT1- OUT4 = Green LED if the corresponding det-group is active. The VIP Expansion board shall have 8 dip switches that define inputs and outputs used (range: 1-12 or 13-24), plus, separate light emitting diodes (LED) that indicate the following: POWER = Red LED to verify power supply. COMM = Red LED to indicate communications to VIP board. 1/01- 1/04 = Green LED to indicate corresponding det-group is active Functional Capabilities for Real-time Video (Vehicle) Detection: Each VIP board shall be capable of processing the video signal of one or two cameras. The video signal shall be analyzed in real time (30 times per second for NTSC video format and 25 frames per second for pal video format). The system shall be expandable up to 8 cameras that may be connected to different VIP units and programmed independently. The system shall be capable of displaying detectors on the video image with associated outputs. Outputs/Inputs status will be indicated on the screen. Parameters will also include the ability to view raw video without any verbiage and/or detectors for surveillance purposes. Each VIP board shall detect, within the view of the connected camera, the presence of vehicles in user defined zones. Detector zones shall be programmable by type- IE: presence, count, delay, extension, or pulse mode for vehicles approaching or leaving the zones in each field of view. Delay and extension range shall be between 0.1 — 99.9 seconds and pulse mode between 0 — 200 msin 33ms increments if NTSC is used. The VIP boards shall also collect a within the view of the connected camera traffic data of passing vehicles in user - defined zones. The VIP boards shall be able to do the following: delay or extend a detector zone output in combination with an input from the controller; detect wrong -way drivers; provide an alarm/event via communication board and/or output; provide an alarm and/or output when the user selected queue detection threshold of occupancy is exceeded for more than a user selected time threshold; distinguish five classes of detected vehicles based upon user selectable vehicle length thresholds; emulate loop emulation with user selectable loop dimensions: activate its internal clock with daylight saving time system, which can be enabled or disabled; provide overlaid tool tips for each individual menu- and submenu-items;allow input of an optional password as well as different user -levels with optional sets of "user rights". (a minimum of 10 users can be defined for each user -level.) The VIP board shall be programmed without the use of a supervisor computer. A standard CCTV monitor and keypad plugged into the VIP serial port will facilitate detector programming. The VIP board shall store up to 4 detector configurations It shall be possible to switch between detector configurations manually, automatically by time of day, or via remote input. Via the serial port, detector configurations can be uploaded to a laptop and stored on disk. Detectors may be linked to 24 outputs and 20 inputs using Boolean Logic features: AND, OR, NOT. It will be possible to generate conditional outputs based upon inputs from a controller. It shall be possible to make a detector directional sensitive. Options will include an omni -directional detector or a detector that only senses movement: from right to left, left to right, up to down or down to up as you look at the monitor. All detectors and parameters shall be changeable without interrupting detection. "Learning" time duration for newly established detector zones shall not exceed 6 minutes. Four data detection zones per camera on a two camera VIP board may be used for collection of vehicle count, speed, classification, occupancy, density, headway, and gap time. Eight data detection zones may be used on a single camera VIP board. These detectors will detect and store traffic data at user - defined intervals of 1, 2, 3, 5, 6, 10, 15, 30 & 60 minutes. It shall be possible for each VIP board to store up to 6713 intervals of data in non-volatile memory. The VIP module shall have an onboard database capable of time stamping and storing 500 events. The Event Log Database can be viewed or downloaded to a selected spreadsheet. Erasure of the Event Log Database shall not alter programmed configurations. As a minimum, the VIP shall log and time stamp the following events: Firmware upgrades, loss and resumption o f video signal, configuration change, bad video quality, loss and resumption of power to VIP module, speed alarm, inverse direction, and Recall activation. Associated software may be used with a PC to download data and export to a spreadsheet. Software will also be used to upload and download detector configurations, traffic data, technical events, send software versions upgrades and do remote setup of detectors. Image Sensor- Camera The unit shall be a high resolution, 1/3" image format CCD camera, designed for professional video surveillance systems. Incorporating the latest in CCD technology, the video camera shall provide detailed video without lag, image retention, or geometric distortion. Image Sensor Lens, Housing and Surge Protection The camera lens shall be a motorized vari-focal 6.5-65mm with auto iris. The environmental housing shall be an aluminum enclosure designed for outdoor CCD camera installations. A video surge suppressor(s) shall be available for installation inside the traffic signal controller cabinet. The suppressor shall provide coaxial cable connection points to an EDCO CX06-M or approved equal transient suppresser for each image sensor. Image Sensor Mounting Brackets Mast Arm installations shall be mounted at a sufficient height to prevent occlusion from cross traffic between the stop bar and the mast arm on which the camera is installed. A six- (6) ft. maximum length of internally reinforced tube shall be attached to the mast arm bracket for camera mounting above the mast arm. Camera shall be mounted to the top of the tube with the camera manufacturers recommended bracket. Camera bracket shall provide adjustments for both vertical and horizontal positioning for the camera. Camera attachments shall be designed to securely fasten the camera to prevent the extension tube from falling into the path of vehicles and/or becoming loose. Miscellaneous hardware shall be stainless steel or galvanized steel. The cameras and associated pole/arm attachment unit shall be designed to withstand a wind load of 90 MPH with a 30 - second gust factor. Luminaire arm installations shall be installed on the luminaire arm, with the camera/video manufacturers recommended brackets. Camera luminaire brackets shall provide adjustments for both vertical and horizontal positioning of the camera. Camera attachments shall be designed to securely fasten the camera to the luminaire arm. Miscellaneous hardware shall be stainless steel or galvanized steel. The cameras and associated pole/arm attachment unit shall be designed to withstand a wind load of 90 MPH with a 30 -second gust factor. Image Sensor — Cable (Coaxial & Power): Coaxial & Power cable (Siamese -type) shall be installed in conduits or overhead as indicated in the plans. Coaxial cable shall be suitable for exterior use and in direct sunlight. Power cable shall have a minimum of 5 conductors. Coaxial cable will be terminated in the surge suppressor before being connected directly to VIP boards. Power cable will be terminated into a fuse panel provided by the manufacturer and connected to 120 VAC in the controller cabinet. Description of cable: (Composite, 6 Conductors, 2 elements): 18awg 5 conductors 7/26 bare copper, .016" polyethylene, 20awg 1 conductor, solid bare copper, 056" foam polyethylene jacket black, overall .030" PVC jacket black. Video System Communication Module (Viewcom/E-MAX) By establishing communication between the PC management software on the central computer and the Video Image Processor (VIP) detectors, the Viewcom/E-MAX board performs all primary functions for communication and transmission of traffic data and alarm events issued by the VIP detectors. The Viewcom/E-MAX also provides MPEG -4 compressed streaming video for remote monitoring. Viewcom Specifications: Dimensions- 170, 2070, and NEMA compatible card rack unit. Communication/Ethernet communication for image -data and streaming video transfer (10/100 Mbps RJ -45 connector - RS -232 serial communication port for local service access and set-up with keypad., and RS -485 communication within a rack for data acquisition via edge connector Inputs. Composite video 75 Ohm at 1 Volt peak to peak, CCIR/EIA. Power supply. Reset button on front panel. Outputs- Analog video output with overlay of system information and Power LED indicator. Connector- Double row 22 pins EDGE (NEMA TS 2-2003). Power Supply Consumption10.8 volts to 26.5 volts DC.170 mA @ 24 volts DC. Environmental30 degrees F to +165 degrees F (-34C to +74 C). 0 to 95% relative humidity – non condensing. 9-29.16 Vehicle Signal Heads Supplement this section with the following: The contractor shall install 16 total new vehicle signal assemblies, with breakdown by configuration shown below and on the plans. Note: all vehicle signals shall be mounted VERTICALLY, as shown on the plans. FYLTA = "Flashing Yellow Left Turn Arrow". - Eight (8) total: 3 -section Vehicle Signal with G/Y/R Ball- Indications - Eight (8) total: 4 -section Vehicle Signals with ALL LEFT (F): FYLTA ALL vehicle signals shall have "12 inch" sections"- to house 12 Inch LED (All 12" GELCORE, or approved equivalent signal indications. (Standard Specifications apply— NO 8 inch signal sections allowed, and see other applicable Special Provision section for the LED's only.) The signal housings, tunnel visors and standard 5" back -plates, shall all be aluminum, with a flat black, fully -powder coated finish (NO GREEN). All signal displays shall be Dialight, or approved equivalent, standard 12" LED modules. (Standard Specification 9-29.16(2) A.) All new vehicle signals shall be installed vertically, using Type -N PELCO mounting and with locations, positions and orientations as shown on the plans, as well as all applicable WSDOT Standard Plans and/or City of Yakima project details. 9-29.19 Pedestrian Push Buttons Supplement this section with the following: The contractor shall supply and install eight standard "H -Bracket" style push button assemblies: Four sets of two on each of the four Type -III signal poles. The PPB's shall conform to WSDOT Standard Plan J-20.26.00, (PPB -M- Metal Pole Mount). The side panel message sign shall include the symbols shown on the Standard Plan. Top -to -bottom: PUSH BUTTON FOR above the "Walking Person" symbol, above the applicable Right or Left - pointing 4. (Arrows point toward the intended crosswalk). The contractor shall mount the button assemblies on the front side of the poles (facing the intersection), set at 90 degrees to each other, with each button's side panel sign pointing toward the intended pedestrian -phase crosswalk. The mount height to the center of the button shall be 42" from the adjacent finished 94 grade or sidewalk surface elevation (This is the recommended standard maximum mounting height). If any deviations from this height are approved by the Traffic Engineer, the button centerline mounting height may be no lower than 36 inches. 9-29.20 Pedestrian Signals Supplement this section with the following: The contractor shall install eight new "Countdown" Pedestrian signals- (IE: Dialight- No. 430-6479-001, or approved equivalent, with standard 16" x 18" housings, which shall be die-cast aluminum. The modules shall be Light Emitting Diode (LED) type. The "Countdown Numerals" and "HAND (Don't Walk) symbol shall be "Portland" Orange LED's ", and the LED "WALKING PERSON" symbol shall be Lunar White. The pedestrian signals shall be MUTCD and ADA compliant. The contractor shall install the pedestrian signals at the locations shown on the plans, (two pedestrian signals per Type -Ill signal pole, each with Type E ("clamshell") side -of -pole mounting. (See WSDOT Standard Plan, J-75.10-00.). The pedestrian signals shall provide programmable "WALKING PERSON (symbol) and "COUNTDOWN" -style pedestrian ,Clearance intervals for all active vehicle+ped phases, which are- V/P Phs: 2/4/6/8. 9-29.20(1) LED Pedestrian Signal Display Modules Supplement this section with the following: The surface of the lens shall be textured to reduce glare. The supplied egg crate visors shall not be installed. All pedestrian "HAND" and "COUNTDOWN NUMERALS" shall be Portland Orange and shall conform to current ITE standards for size, chromaticity and intensity. LED pedestrian "HAND" modules shall be manufactured with a matrix of AIInGaP LED light sources. All pedestrian walking "MAN" modules shall be Lunar White and shall conform to current ITE standards for size, chromaticity and intensity. LED pedestrian walking "MAN" modules shall be manufactured with a matrix of InGaN LED light sources. The "HAND" and walking "MAN" message bearing surfaces shall be filled, not outline, symbols and shall be side by side. The LED pedestrian modules shall be operationally compatible with controllers and conflict monitors on this project. Each LED pedestrian module shall be protected against dust and moisture intrusion per the NEMA Moisture Resistant STD 250-1991 for Type -4 enclosures to protect all internal components. The assembly, manufacturing, and mounting of the LED pedestrian module shall be designed to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. The manufacturer's name, trademark, serial number and other necessary identification shall be permanently marked on the backside of the LED pedestrian module. A label shall be provided on the LED housing and the Contractor shall mark the label with a permanent marker to note the installation date. 95 Each LED pedestrian module shall operate from a 60±3 Hz AC line. Nominal operating voltage for all measurements shall be 120±3 volts rms. The LED circuitry shall prevent flicker at less than 100 Hz over the voltage range specified above. Fluctuations in the line voltage specified above shall not affect luminous intensity by more than +10%. The signal module on -board circuitry shall include voltage surge protection to withstand high -repetition noise transients and low -repetition high-energy transients as stated in Section 2.1.6, NEMA Standard TS -2, 1992. The individual LED light sources shall be wired so that catastrophic failure of any one LED light source will result in the loss of not more than 20% of the signal module light sources. LED pedestrian signal modules shall provide a power factor of 0.90 or greater when operated at nominal operating voltage, and 77°C. Total harmonic distortion induced into an AC power line by an LED pedestrian module shall not exceed 20%. Each LED pedestrian module and associated onboard circuitry shall meet Federal Communications Commission (FCC) Title 47, Sub -Part B, Section 15 regulations concerning the emission of electrical noise. Two secured, color coded, 600V, 20AWG minimum, jacketed wires, conforming to the National Electrical Code, rated for service at 221°C, are to be provided for electrical connection. 9-29.24 Service Cabinet (Electrical) Supplement this section with the following: The power service center for the traffic signal and four intersection luminaries shall be a Stand-alone 120/240VAC, multi -enclosure electrical service with components, panels, and enclosures installed as per the Plans and City of Yakima Project Detail, as a "Modified Electrical (Signal/Lighting) Service"-- erected on a unistrut assembly set in a concrete foundation, as the detail shows and describes. The new service shall be set on the Northwest corner at the approximate location shown on the plans—west / northwest of, and no closer than 10 feet from the new Type -P controller cabinet. And it shall have a set back of 12 ft. to 16 ft. from the west curb -line of S. 64th Ave., unless stipulated otherwise by the local power company. It shall consist of a new 0-200 Amp, Type- 120/240, Single Phase Electrical Service, with a meter base, and a new 200 Amp, 2 -Pole, 120/240 -VAC, 6 -position (minimum) electrical circuit - breaker panel. (See the applicable Electrical Service- Project Detail for the required components and references to the plan/notes and WSDOT details for connections and other hardware requirements. The service shall be inspected by the applicable local utility company (Pacific Power & Light) for approved location, temporary and final service drops, meter and service inspections and permits. The new service shall meet all applicable Electrical codes. 96 STANDARD PLANS August 1, 2011 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 09-013, effective August 1, 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 -14a SECTION B, callout - 114" PVC CONDUIT (TYP.) is revised to read: 1'/4" 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.) C-23.60 Note 4. For anchor post assembly details, see Standard Plan C-1 b. Use detail on this plan for.wood breakaway post. (No block on this post) Is ,revised as follows: Note 4. For anchor post assembly details, refer to standard plan C -lb for Sim. Installation, with the exception of using the wood breakaway post detail, this plan. (No block on this post). Typical for both steel or wood guardrail runs. G-24.40 Existing callout - CORNER BOLT (TYP.) New callout - CORNER BOLT OR SHOULDER BOLT (TYP.) J -1f Note 2, reference to J -7d is revised to J-15.15 References to J -9a (3 instances) are revised to J-60.05 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..." Sheet 2 of 2, Plan View of Service Cabinet Notes, references to Std. Plan J -9a are revised to J-60.05 (3 instances). J -7c Note 3, reference to J -7d is revised to J-15.15 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 97 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-75.40 Monotube Sign Structure, elevation, callout — EQUIPMENT GROUNDING CONDUCTOR SIZE PER NEC. MINIMUM SIZE # 8 Is revised to read; EQUIPMENT GROUNDING CONDUCTOR — SIZE PER NEC minimum size # 4 AWG Detail C, callout— EQUIPMENT GROUNDING CONDUCTOR — CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC MIN. SIZE # 8 Is revised to read; EQUIPMENT GROUNDING CONDUCTOR — CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC minimum size # 4 AWG J-75.45 elevation, callout — EQUIPMENT GROUNDING CONDUCTOR — SIZE PER NEC. MINIMUM SIZE # 8 Is revised to read: EQUIPMENT GROUNDING CONDUCTOR — SIZE PER NEC minimum size # 4 AWG Detail D, callout— EQUIPMENT GROUNDING CONDUCTOR — CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC. MIN. SIZE # 8 Is revised to read: EQUIPMENT GROUNDING CONDUCTOR — CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC minimum size # 4 AWG K-80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K-80.35 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- A-50.40-00.....11/17/08 02 6/2/11 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- 02 6/2/11 A-30.15-00 11/08/07 A-40.50- A-60.30-00 11/08/07 01 6/2/11 A-30.30-01 6/16/11 A-50.10-00 11/17/08 A-60.40-00 8/31/07 98 B-5.20-01 6/16/11 B-5.40-01 6/16/11 B-5.60-01 6/16/11 B-10.20-00 6/01/06 B-10.40-00 6/01/06 B-10.60-00 6/08/06 B-15.20-00 6/01/06 B-15.40-00 6/01/06 B-15.60-00 6/01/06 B-20.20-01 11/21/06 B-20.40-02 6/10/08 B-20.60-02 6/10/08 B-25.20-00 6/08/06 B-25.60-00 6/01/06 B-30.10-00 6/08/06 B-30.20-01 11/21/06 B-30.30-00 6/01/06 B-30.40-00 6/01/06 C-1 6/16/11 C -la 10/14/09 C -lb 6/16/11 C -lc 5/30/97 C-1 d 10/31/03 C-2 1/06/00 C -2a 6/21/06 C -2b 6/21/06 C -2c 6/21/06 C -2d 6/21/06 C -2e 6/21/06 C -2f 3/14/97 C -2g 7/27/01 C -2h 3/28/97 C -2i 3/28/97 C -2j 6/12/98 C -2k 7/27/01 C -2n 7/27/01 C -2o 7/13/01 C -2p 10/31/03 C-3 6/27/11 C -3a 10/04/05 C -3b 6/27/11 C -3c 6/21/06 C -4b 6/08/06 C -4b 6/08/06 C -4e 2/20/03 C -4f 6/16/11 C-5 6/16/11 D-2.02-00 B-30.50-00 6/01/06 B-75.20-01 6/10/08 B-30.70-02 6/16/11 B-75.50-01 6/10/08 B-30.80-00 6/08/06 B-75.60-00 6/08/06 B-30.90-01 9/20/07 B-80.20-00 6/08/06 B-35.20-00 6/08/06 B-80.40-00 6/01/06 B-35.40-00 6/08/06 B-82.20-00 6/01/06 B-40.20-00 6/01/06 B-85.10-01 6/10/08 B-40.40-01 6/16/10 B-85.20-00 6/01/06 B-45.20-00 6/01/06 B-85.30-00 6/01/06 B-45.40-00 6/01/06 B-85.40-00 6/08/06 B-50.20-00 '6/01/06 B-85.50-01 6/10/08 B-55.20-00 6/01/06 B-90.10-00 6/08/06 B-60.20-00 6/08/06 B-90.20-00 6/08/06 B-60.40-00 6/01/06 B-90.30-00 6/08/06 B-65.20-00 6/01/06 B-90.40-00 6/08/06 B-65.40-00 6/01/06 B-90.50-00 6/08/06 B-70.20-00 6/01/06 B-95.20-01 2/03/09 B-70.60-00 6/01/06 B-95.40-00 6/08/06 C-6 5/30/97 C -6a 10/14/09 C -6c 1/06/00 C -6d 5/30/97 C -6f 7/25/97 C-7 6/16/11 C -7a 6/16/11 C-8 2/10/09 C -8a 7/25/97 C -8b 6/27/11 C -8e 2/21/07 C -8f 6/30/04 C-10 6/3/10 C-13 7/3/08 C -13a 7/3/08 C -13b 7/3/08 C -13c 7/3/08 C -14a 7/3/08 C -14b 7/26/02 C -14c 7/3/08 C -14d 7/3/08 C -14e 7/3/08 C -14h 2/10/09 C -14i 2/10/09 C -14j 12/02/03 C -14k 2/10/09 C -15a 7/3/08 C -15b 7/3/08 C -16a 6/3/10 C -16b 6/3/10 C-20.14-01 10/14/09 C-20.15-00 10/14/09 C-20.18-00 10/14/09 C-20.19-00 10/14/09 C-20.40-02 6/16/11 C-20.42-02 6/16/11 C-20.45.00 6/16/11 C-22.14-02 6/16/11 C-22.16-02 6/16/11 C-22.40-02 6/16/10 C-22.45.00 6/16/11 C-23.60-01 10/14/09 C-25.18-02 6/16/11 C-25.20-04 10/14/09 C-25.22-03 10/14/09 C-25.26-01 10/14/09 C-25.80-01 7/3/08 C-28.40-01 6/16/11 C-40.14-01 6/3/10 C-40.16-01 6/3/10 C-40.18-01 10/14/09 C-85.14-00 6/16/11 C-85.15-00 6/16/11 C-85.16-00 6/16/11 C-85-18-00 6/16/11 C-85.20-00 6/16/11 C-90.10-00 7/3/08 11/10/05 D-2.46-00 11/10/05 D-3.15-00 6/16/11 D-2.04-00 11/10/05 D-2.48-00 11/10/05 D-3.16-00 6/16/11 99 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 D-2.44-00 11/10/05 D-2.60-00 11/10/05 D-2.62-00 11/10/05 D-2.64-01 1/06/09 D-2.66-00 11/10/05 D-2.68-00 11/10/05 D-2.78-00 11/10/05 D-2.80-00 11/10/05 D-2.82-00 11/10/05 D-2.84-00 11/10/05 D-2.86-00 11/10/05 D-2.88-00 11/10/05 D-2.92-00 11/10/05 D-3 6/2/11 D-3.10-00 6/16/10 D-2.46-00 11/10/05 D-3.11-00 6/16/10 E-1 2/21/07 E-4 8/27/03 E-2 5/29/98 E -4a 8/27/03 F-10.12-02 6/16/11 F-10.16-00 12/20/06 F-10.18-00 6/27/11 F-10.40-01 7/3/08 F-10.42-00 1/23/07 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 H-10.15-00 H-30.10-00 F-80.10-01 F-10.62-01 F-10.64-02 F-30.10-01 F-40.12-01 D-3.17-00 6/16/11 D -3b 6/30/04 D -3c 6/30/04 D-4 12/11/98 D-6 6/19/98 D-10.10-01 12/02/08 D-10.15-01 12/02/08 D-10.20-00 7/8/08 D-10.25-00 7/8/08 D-10.30-00 7/8/08 D-10.35-00 7/8/08 D-10.40-01 12/02/08 D-10.45-01 12/02/08 D-15.10-01 12/02/08 D-15.20-02 6/2/11 D-15.30-01 12/02/08 6/3/10 F-40.14-01 6/3/10 9/05/07 F-40.15-01 6/3/10 7/3/08 F-40.16-01 6/3/10 6/3/10 F-45.10-00 6/3/10 6/3/10 G-24.60-01 6/16/11 G-25.10- 02 6/27/11 G-30.10-01 6/16/11 G-50.10-00 11/08/07 G-60.10- 01 6/27/11 G-60.20-01 6/27/11 G-60.30-01 6/27/11 G-70.10-01 6/27/11 7/3/08 H-32.10-00 7/3/08 H-60.10-01 10/12/07 H-60.20-01 G-70.20-01....6/27/11 G-70.30-01 6/27/11 G-90.10-015/11/11 G-90.20-01 6/27/11 G-90.30-01 6/2/11 G-90.40-0110/14/09 G-95.10-01 6/2/11 G-95.20-02 6/2/11 G-95.30-02 6/2/11 9/20/07 H-70.10-00 9/05/07 7/3/08 H-70.20-00 9/05/07 7/3/08 H-70.30-01 11/17/08 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 1-30.30-00 9/20/07 J -1f J-3 J -3b 1-30.40-00 1-30.50-00 1-40.10-00 1-40.20-00 1-50.10-00 10/12/07 1-50.20-00 8/31/07 11/14/07 1-60.10-00 8/31/07 9/20/07 1-60.20-00 8/31/07 9/20/07 1-80.10-01 8/11/09 9/20/07 6/23/00 J-21.20-00 10/14/09 8/01/97 J-22.15-00 10/14/09 3/04/05 J-22.16-01 6/3/10 100 J-40.30-02 5/11/11 J-40.36-00 6/3/10 J-40.37-00 6/3/10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 J -3c 6/24/02 J-26.10-01 6/27/11 J-40.38-00 6/16/11 J -3d 11/05/03 J-26.15-00 6/16/10 J-50.10-00 6/3/11 J -7c 6/19/98 J-28.10-01 5/11/11 J-50.11-00 6/3/11 J-10 7/18/97 J-28.22-00 8/07/07 J-50.12-00 6/3/11 J-10.10-01 5/11/11 J-28.24-00 8/07/07 J-50.15-00 6/3/11 J-12 2/10/09 J-28.26-01 12/02/08 J-50.16-00 6/3/11 J-15.15-00 6/16/10 J-28.30-02 6/27/11 J-50.20-00 6/3/11 J -16b 2/10/09 J-28.40-01 10/14/09 J-50.25-00 6/3/11 J -16c 2/10/09 J-28.42-00 8/07/07 J-50.30-00 6/3/11 J-20.10-00 10/14/09 J-28.45-01 6/27/11 J-60.05-00 6/16/11 J-20.15-00 10/14/09 J-28.50-02 6/2/11 J-60.13-00 6/16/10 J-20.16-00 10/14/09 J-28.60-01 6/2/11 J-60.14-00 6/16/10 J-20.20-00 10/14/09 J-28.70-01 5/11/11 J-75.10-01 5/11/11 J-20.26-00 10/14/09 J-29.10-00 6/27/11 J-75.20-00 2/10/09 J-21.10-02 6/27/11 J-29.15-00 6/27/11 J-75.30-01 5/11/11 J-21.15-00 10/14/09 J-29.16-00 6/27/11 J-75.40-00 10/14/09 J-21.16-00 10/14/09 J-40.10-02 5/11/11 J-75.45-00 10/14/09 J-21.17-00 10/14/09 J-40.20-02 5/11/11 J-90.10-01 6/27/11 J-90.20-01 6/27/11 K-10.20-01 10/12/07 K-26.40-01 10/12/07 K-40.60-00 2/15/07 K-10.40-00 2/15/07 K-30.20-00 2/15/07 K-40.80-00 2/15/07 K-20.20-01 10/12/07 K-30.40-01 10/12/07 K-55.20-00 2/15/07 K-20.40-00 2/15/07 K-32.20-00 2/15/07 K-60.20-02 7/3/08 K-20.60-00 2/15/07 K-32.40-00 2/15/07 K-60.40-00 2/15/07 K-22.20-01 10/12/07 K-32.60-00 2/15/07 K-70.20-00 2/15/07 K-24.20-00 2/15/07 K-32.80-00 2/15/07 K-80.10-00 2/21/07 K-24.40-01 10/12/07 K-34.20-00 2/15/07 K-80.20-00 12/20/06 K-24.60-00 2/15/07 K-36.20-00 2/15/07 K-80.30-00 2/21/07 K-24.80-01 10/12/07 K-40.20-00 2/15/07 K-80.35-00 2/21/07 K-26.20-00 2/15/07 K-40.40-00 2/15/07 K-80.37-00 2/21/07 L-10.10-01 6/16/11 L-40.10-01 6/16/11 L-70.10-01 5/21/08 L-20.10-01 6/16/11 L-40.15-01 6/16/11 L-70.20-01 5/21/08 L-30.10-01 6/16/11 L-40.20-01 6/16/11 M-1.20-02 6/3/11 M-9.60-00 2/10/09 M-40.10-02 5/11/11 M-1.40-02 6/3/11 M-11.10-01 1/30/07 M-40.20-00...10/12/07 M-1.60-02 6/3/11 M-15.10-01 2/06/07 M-40.30-00 9/20/07 M-1.80-03 6/3/11 M-17.10-02 7/3/08 M-40.40-00 9/20/07 M-2.20-02 6/3/11 M-20.10-02 6/3/11 M-40.50-00 9/20/07 M-3.10-03 6/3/11 M-20.20-01 1/30/07 M-40.60-00 9/20/07 M-3.20-02 6/3/11 M-20.30-02 10/14/09 M-60.10-01 6/3/11 M-3.30-03 6/3/11 M-20.40-02 6/3/11 M-60.20-02 6/27/11 M-3.40-03 6/3/11 M-20.50-02 6/3/11 M-65.10-02 5/11/11 M-3.50-02 6/3/11 M-24.20-01 5/31/06 M-80.10-01 6/3/11 M-5.10-02 6/3/11 M-24.40-01 5/31/06 M-80.20-00 6/10/08 M-7.50-01 1/30/07 M-24.50-00 6/16/11 M-80.30-00 6/10/08 M-9.50-01 1/30/07 M-24.60-03 5/11/11 101 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 3.g" day of tJaN• , 2011, by and between the City of Yakima, hereinafter called the Owner, and KNOBEL'S ELECTRIC, INC. a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $ 245,110.00, for Washington Avenue and 64th Avenue Traffic Signal, Project No. 2317, 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 Thirty (30) 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 11th 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 re) �/ this 3 day of �uD V . Attest: 2011. City Manager 744 f_ "'� CONTRACTOR }�nobeIs FJeA-roc 1IhC , a (0Q4111-1 -17SY) Corporation actor By: (U4 -ord P(Prit Name) I) 1 Its f (President, Owner, etc.) Address: L) 1 1 e.jAr\00- L , \frxKivy,cAl Li R G8goi 103 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: BOND #58671459 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 $ 245 ,110.00 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this 31 day of OCTOBER 20 11 Never -the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima Citx,Council on 20 , the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said NOBEL S EL�:UTRIC., `INC , the above bounded Principal, a certain contract, the said contract being numbered , and providing for W. WASHINGTON AVE. & 64TH (which contract is referred to herein and is made a part hereof as though attached hereto), and, AVE. SIGNALIZATION 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 failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. KNOBEL'S ELECTRIC, INC. Approv as to form: Attt to (Ci tto ey) (President, Owner, etc...) WESTERN SURETY COMPANY (Print Name) Its: ATTORNEY—IN—FACT 105 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 Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 12th day of April, 2011. State of South Dakota County of Minnehaha } ss WESTERN SURETY COMPANY Paul FBrutlat, 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 + ‘,.......,,,......,,,,,.,,..,..,,,+ s D. KRELL s NOTARY PUBLIC SE7AL r s1 SOUTH DAKOTA a s + ,,,,,,,,,,%%.0,a.,%%.,,,,,,„,w, + CERTIFICATE D. Krell, No11ry 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 printed,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'72Sr day of OeJO Form F4280-09-06 WESTERN SURETY COMPANY 630 24liiirrt.../ 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. M 1 1 1 1 1 1 r r r r ACOROJ CERTIFICATE OF LIABILITY INSURANCE � DATE(MM/DD/YYYY) 10/31/2011 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 BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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 Tammy McKee (A/C No Ext): (509) 965-2090 PHONE FAX No): (509)966-3454 ADDREss:tammym@conoverinsurance.com PRODUCER 00010713 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 INSURER C :Transportation Insurance Co. 20494c INSURERD: EACH OCCURRENCE INSURER E : DAMAGETO RENTED PREMMISES (Ea occurrence) INSURER F: COVERAGES CERTIFICATE NUMBER:Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM!DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY X OCCUR 9026671925 1/1/2011 1/1/2012 EACH OCCURRENCE $ 1,000,000 DAMAGETO RENTED PREMMISES (Ea occurrence) $ 100,000 $ 5,000 CLAIMS -MADE MED EXP (Any one person) PERSONAL &ADV INJURY $ 1,000,000 GEN'L 7 GENERAL AGGREGATE $ 2,000,000 AGGREGATE LIMIT APPLIES PER: POLICY I X 1M 0 I 1 LOC PRODUCTS - COMP/OP AGG $ 2 , 000 , 000 $ B AUTOMOBILE X — 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) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ 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' LIABILITY Y I NER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under OF OPERATIONS below N I A 4026671425 WA StopGap 1/1/2011 1/1/2012 STATU- LIMITS I I T TOWC E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project: W. Washington Ave. & S. 64th Ave. Signalization. The City of Yakima, their agents, employees, and elected and appointed officials are named as additional insured as respects work performed by the named insured. Per Form G1403318 attached. CERTIFICATE HOLDER CANCELLATION City of Yakima 129 North Second 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 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 contract or 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. 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. 1 1 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON) ' ) ss COUNTY OF YAKIMA ) 1 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. 1 1 Contractor 1 Subscribed and sworn to before me on this day of , 201 1 Notary Public in and for the State of Washington residing at 1 1 1 1 1 111 PREVAILING WAGE RATES Department of Labor & Industries Statement Federal Wage Rates Prevailing Wage Rates for Yakima County DOLI - Manufacture & Fabrication Notice Benefit Code Key PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the 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 113 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 1 of 16 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date:, 9/30/2011 County Trade Job Classification Wage Holiday Overtime Note Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Boilermakers Journey Level $57.99 5N 1C Yakima Brick Mason Journey Level $40.03 5A 1M Yakima Building Service Employees Janitor $8.67 1 Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $8.67 1 Yakima Building Service Employees Window Cleaner $9.14 1 Yakima Cabinet Makers (In Shopi Journey Level $16.35 1 Yakima Carpenters Journey Level $29.72 1 Yakima Cement Masons Journey Level $36.50 7B 1N Yakima Divers a Tenders Diver $100.28 5D 1M 8A Yakima Divers a Tenders Diver On Standby $56.68 5D 1M Yakima Divers Et Tenders Diver Tender $52.23 5D 1M Yakima Divers Et Tenders Surface Rcv Et Rov Operator $52.23 5D 1M Yakima Divers Et Tenders Surface Rcv a Rov Operator Tender $48.67 5A 1B Yakima Dredge Workers Assistant Engineer $49.57 5D 1T 8L Yakima Dredge Workers Assistant Mate(deckhand) $49.06 5D 1T 8L Yakima Dredge Workers Engineer Welder $49.62 5D 1T 8L Yakima Dredge Workers Leverman, Hydraulic $51.19 5D 1T 8L Yakima Dredge Workers Maintenance $49.06 5D 1T 8L Yakima Dredge Workers Mates And Boatmen $49.57 5D 1T 8L Yakima Dredge Workers Oiler $49.19 5D 1T 8L Yakima Drywall Applicator Journey Level $37.85 5D 1M Yakima Drywall Tapers Journey Level $31.79 7E 1P Yakima Electrical Fixture Maintenance Journey Level• $43.32 1 Workers Yakima Electricians - Inside Cable Splicer $53.57 5A 1 E I https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/30/2011 Page 2 of 16 Yakima Electricians - Inside Journey Level $51.72 5A 1 E Yakima Electricians - Inside Welder $55.41 5A 1E ;Yakima Electricians - Motor Shop Craftsman $15.37 1 ;Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima 1 Electricians - Powerline Cable Splicer $63.04 5A 4A Construction :Yakima Electricians - Powerline Certified Line Welder $57.61 5A 4A Construction ;Yakima 's Electricians - Powerline Groundperson $41.06 5A 4A Construction Yakima I Electricians - Powerline Head Groundperson $43.33 5A 4A Construction `Yakima Electricians - Powerline Heavy Line Equipment Operator $57.61 5A 4A Construction Yakima Electricians - Powerline Jackhammer Operator $43.33 5A 4A Construction Yakima I Electricians - Powerline Journey Level Lineperson $57.61 5A 4A Construction `Yakima Electricians - Powerline Line Equipment Operator $48.64 5A 4A Construction IYakima Electricians - Powerline Pole Sprayer $57.61 5A 4A Construction :Yakima Electricians - Powerline Powderperson $43.33 5A 4A Construction ;Yakima Electronic Technicians Journey Level $23.40 1 Yakima Elevator Constructors Mechanic $72.01 7D 4A Yakima Elevator Constructors Mechanic In Charge $78.13 7D 4A :Yakima I Fabricated Precast Concrete Craftsman - In -Factory Work Only $8.72 1 Products Yakima S Fabricated Precast Concrete Journey Level - In -Factory Work Only $8.67 1 Products Yakima Fence Erectors Fence Erector $13.79 1 1Yakima Ftaggers Journey Level $24.62 1 ;Yakima Glaziers Journey Level $22.43 61 1B ;Yakima Heat Et Frost Insulators And Journey Level $25.32 1 Asbestos Workers 'Yakima Heating Equipment Mechanics Journey Level $34.85 1 Yakima Hod Carriers ft Mason Tenders Journey Level $33.05 7A 2Y Yakima Industrial Engine And Machine Journey Level $15.65 1 Mechanics Yakima Industrial Power Vacuum Journey Level $9.24 1 Cleaner Yakima Inland Boatmen Journey Level $8.67 1 Yakima Inspection/Cleaning/Seating Of Cleaner Operator, Foamer Operator $9.73 1 Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 9/30/2011 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 Page 3 of 16 Remote Control Yakima Inspection/Cleaning/Sealing Sewer & Water Systems By Remote Control Of Head Operator $12.78 Yakima Inspection/Cleaning/Sealing Sewer a Water Systems By Remote Control Of Technician $8.67 Yakima Inspection/Cleaning/Sealing Sewer & Water Systems By Remote Control Of Tv Truck Operator $10.53 Yakima Yakima Insulation Applicators Journey Level $37.85 5D 1M Ironworkers Journeyman $50.94 7N 10 Yakima Laborers Air, Gas Or Electric Vibrating Screed $32.11 7A 2Y Yakima Yakima Yakima Yakima Yakima Yakima Yakima Yakima 'Yakima 'Yakima Yakima Laborers Airtrac Drill Operator $33.05 7A 2Y Laborers Ballast Regular Machine $32.11 7A 2Y Laborers Batch Weighman $30.15 7A 2Y Laborers Brick Pavers $32.11 7A 2Y Laborers Brush Cutter $32.11 7A 2Y Laborers Brush Hog Feeder $32.11 7A 2Y Laborers Burner $32.11 7A 2Y Laborers Caisson Worker $33.05 7A 2Y Laborers Carpenter Tender $32.11 7A 2Y Laborers Cement Dumper -paving $32.66 7A 2Y Laborers Cement Finisher Tender $32.11 7A 2Y Yakima JYakima Yakima Laborers Change House Or Dry Shack $32.11 7A 2Y Laborers Chipping Gun (under 30 Lbs.) $32.11 7A 2Y Laborers Chipping Gun(30 Lbs. And Over) $32.66 7A 2Y Yakima Yakima Yakima Yakima Yakima Laborers Choker Setter $32.11 7A 2Y Laborers Chuck Tender $32.11 7A 2Y Laborers Clary Power Spreader $32.66 7A 2Y Laborers Clean-up Laborer $32.11 7A 2Y Laborers Concrete Dumper/chute Operator $32.66 7A 2Y Yakima Yakima Yakima Laborers Concrete Form Stripper $32.11 7A 2Y Laborers Concrete Placement Crew $32.66 7A 2Y Laborers Concrete Saw Operator/core Driller $32.66 7A 2Y Yakima Yakima Laborers Laborers Crusher Feeder $30.15 7A 2Y Curing Laborer $32.11 7A 2Y Yakima Laborers Demolition: Wrecking & Moving $32.11 7A 2Y (incl. Charred Material) Yakima Laborers Yakima Yakima Ditch Digger $32.11 7A 2Y Laborers Diver $33.05 7A 2Y Laborers Drill Operator (hydraulic, diamond) $32.66 7A 2Y https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 9/30/2011 Page 4 of 16 'Yakima Laborers Dry Stack Walls $32.11 7A 2Y !Yakima Laborers Dump Person $32.11 7A 2Y ;Yakima Laborers Epoxy Technician $32.11 7A 2Y !Yakima Laborers Erosion Control Worker $32.11 7A 2Y Yakima Laborers Faller Et Bucker Chain Saw $32.66 7A 2Y ;Yakima Laborers Fine Graders $32.11 7A 2Y 'Yakima Laborers Firewatch $30.15 7A 2Y ;Yakima Laborers Form Setter $32.11 7A 2Y 'Yakima Laborers Gabian Basket Builders $32.11 7A 2Y ?Yakima Laborers General Laborer $32.11 7A 2Y Yakima Laborers Grade Checker Et Transit Person $33.05 7A 2Y :Yakima Laborers Grinders $32.11 7A 2Y 'Yakima Laborers Grout Machine Tender $32.11 7A 2Y 'Yakima Laborers Groutmen (pressure)including Post Tension Beams $32.66 7A 2Y Yakima Laborers Guage and Lock Tender $33.15 7A 2Y Yakima Laborers Guardrail Erector $32.11 7A 2Y Yakima Laborers Hazardous Waste Worker (level A) $33.05 7A 2Y ;Yakima Laborers Hazardous Waste Worker (level B) $32.66 7A 2Y ;Yakima Laborers Hazardous Waste Worker (level C) $32.11 7A 2Y 'Yakima Laborers High Scaler $33.05 7A 2Y Yakima Laborers Jackhammer $32.66 7A 2Y Yakima Laborers Laserbeam Operator $32.66 7A 2Y Yakima Laborers Maintenance Person $32.11 7A 2Y Yakima Laborers Manhole Builder-mudman $32.66 7A 2Y ;Yakima Laborers Material Yard Person $32.11 7A 2Y ,Yakima Laborers Motorman -dinky Locomotive $32.66 7A 2Y ;Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air &t Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla $32.66 7A 2Y Yakima Laborers Pavement Breaker $32.66 7A 2Y Yakima Laborers Pilot Car $30.15 7A 2Y Yakima Laborers Pipe Layer(lead) $33.05 7A 2Y Yakima Laborers Pipe Layer/tailor $32.66 7A 2Y Yakima Laborers Pipe Pot Tender $32.66 7A 2Y Yakima Laborers Pipe Reliner $32.66 7A 2Y Yakima Laborers Pipe Wrapper $32.66 7A 2Y Yakima Laborers Pot Tender $32.11 7A 2Y Yakima Laborers Powderman $33.05 7A 2Y https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 9/30/2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 5 of 16 Yakima Laborers Powderman's Helper $32.11 7A 2Y ;Yakima Laborers Power Jacks $32.66 7A 2Y ;Yakima Laborers Railroad Spike Puller - Power $32.66 7A 2Y Yakima Laborers Raker - Asphalt $33.05 7A 2Y Yakima Laborers Re-timberman $33.05 7A 2Y ;Yakima Laborers Remote Equipment Operator $32.66 7A 2Y .Yakima Laborers Rigger/signal Person $32.66 7A 2Y Yakima Laborers Rip Rap Person $32.11 7A 2Y ;Yakima Laborers Rivet Buster $32.66 7A 2Y Yakima Laborers Rodder $32.66 7A 2Y !Yakima Laborers Scaffold Erector $32.11 . 7A 2Y Yakima Laborers Scale Person $32.11 7A 2Y 'Yakima Laborers Sloper (over 20") $32.66 7A 2Y $Yakima Laborers Sloper Sprayer $32.11 7A 2Y i Yakima Laborers Spreader (concrete) $32.66 7A 2Y Yakima Laborers Stake Hopper $32.11 7A 2Y ;Yakima Laborers Stock Piler $32.11 7A 2Y Yakima i Laborers Tamper & Similar Electric, Air & Gas Operated Tools $32.66 7A 2Y `Yakima Laborers Tamper (multiple & Self- propelled) $32.66 7A 2Y Yakima Laborers Timber Person - Sewer (tagger, Shorer & Cribber) $32.66 7A 2Y ;Yakima Laborers Toolroom Person (at Jobsite) $32.11 7A 2Y Yakima Laborers Topper $32.11 7A 2Y Yakima Laborers Track Laborer $32.11 7A 2Y Yakima Laborers Track Liner (power) $32.66 7A 2Y Yakima Laborers Truck Spotter $32.11 7A 2Y iYakima Laborers Tugger Operator $32.66 7A 2Y Yakima Laborers Tunnel Work -Miner $33.15 7A 2Y 8n., :Yakima Laborers Vibrator $32.66 7A 2Y :Yakima Laborers Vinyl Seamer $32.11 7A 2Y Yakima Laborers Watchman $27.52 7A 2Y Yakima Laborers Welder $32.66 7A 2Y Yakima Laborers Well Point Laborer $32.66 7A 2Y ,Yakima Laborers Window Washer/cleaner $27.52 7A 2Y !Yakima Laborers - Underground Sewer General Laborer & Topman $32.11 7A 2Y & Water ,Yakima Laborers - Underground Sewer Pipe Layer $32.66 7A 2Y & Water Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $9.00 1 Yakima Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 Yakima Landscape Construction Landscaping Or Planting Laborers $9.00 1 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 9/30/2011 Page 6 of 16 Yakima Lathers Journey Level $37.85 5D 1M Yakima Marble Setters Journey Level $40.03 5A 1M 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 $28.12 6Z 1W Yakima Pile Driver Journey Level $48.19 5A 1M Yakima Plasterers Journey Level $46.63 M. 1R Yakima Playground Et Park Equipment Journey Level $8.67 1 Installers Yakima Plumbers Et 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 Equipment $47.12 7A 1T 8P ' Yakima Power Equipment Operators Brooms $47.12 7A 1T 8P ' Yakima Power Equipment Operators Bump Cutter $49.90 7A 1T 8P Yakima Power Equipment Operators Cableways $50.39 7A 1T 8P Yakima Power Equipment Operators Chipper $49.90 7A 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, or 150' of boom (including jib with attachments); Overhead, $50.94 7A 1T 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/30/2011 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 Page 7 of 16 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/30/2011 bridge type, 100 tons and over; Tower crane up to 175' in height, base to boom. 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 Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $50.39 7A 1T 8P Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And Under $47.12 7A 1T 8P Yakima Power Equipment Operators Cranes: Friction 100 Tons Through 199 Tons $51.51 7A 1T 8P Yakima Power Equipment Operators Cranes: Friction Over 200 Tons $52.07 7A 1T 8P Yakima Power Equipment Operators Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $52.07 7A 1T 8P Yakima Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $49.48 7A 1T 8P Yakima Power Equipment Operators Crusher $49.90 7A 1T 8P Yakima Power Equipment Operators Deck Engineer/deck Winches (power) $49.90 7A 1T 8P Yakima Power Equipment Operators Derricks, On Building Work $50.39 7A 1T 8P Yakima Power Equipment Operators Dozer Quad 9, HD 41, D10 and Over $50.39 7A 1T 8P Yakima Power Equipment Operators Dozers D-9 s* Under $49.48 7A 1T 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $49.48 7A 1T 8P Yakima Power Equipment Operators Drilling Machine $49.90 7A 1T 8P Yakima Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $47.12 7A 1T 8P Yakima Power Equipment Operators Finishing Machine, Bidwell And Gamaco &t Similar Equipment $49.90 7A 1T 8P Yakima Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $49.48 7A 1T 8P Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $47.12 7A 1T 8P Yakima Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $49.90 7A 1T 8P Yakima Power Equipment Operators Gradechecker/stakeman $47.12 7A 1T 8P Yakima Power Equipment Operators Guardrail Punch/Auger $49.90 7A 1T 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $50.39 7A 1T 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $49.90 7A 1T 8P Yakima Power Equipment Operators Horizontal/directional Drill $49.48 7A 1T 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/30/2011 Page 8 of 16 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/30/2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Locator Yakima Power Equipment Operators Horizontal/directional Drill Operator $49.90 7A 1T 8P !Yakima Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $49.48 7A 1T 8P Yakima Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $47.12 7A 1T 8P ,Yakima Power Equipment Operators Loader, Overhead 8 Yards. Et Over $50.94 7A 1T 8P Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $50.39 7A 1T 8P ;Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $49.90 7A 1T 8P Yakima Power Equipment Operators Loaders, Plant Feed $49.90 7A 1T 8P Yakima Power Equipment Operators Loaders: Elevating Type Belt $49.48 7A 1T 8P Yakima Power Equipment Operators Locomotives, All $49.90 7A 1T 8P Yakima Power Equipment Operators Material Transfer Device $49.90 7A 1T 8P Yakima Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $50.94 7A 1T 8P 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 Et 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 $50.39 7A 1T 8P Yakima Power Equipment Operators Pavement Breaker $47.12 7A 1T 8P Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $49.90 7A 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 - Water $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 Remote Control Operator On Rubber Tired Earth Moving Equipment $50.39 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 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/30/2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 f 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 9 of 16 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 7A 11- 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 &t 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 Shovel , 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 Et 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 Yakima Power Equipment Operators Tower Crane Over 175'in Height, Base To Boom $51.51 7A 1T 8P Yakima Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $50.94 7A 1T 8P Yakima Power Equipment Operators Transporters, All Track Or Truck Type $50.39 7A 1T 8P Yakima Power Equipment Operators Trenching Machines $49.48 7A 1T 8P Yakima Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $49.90 7A 1T 8P Yakima Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $49.48 7A 1T 8P Yakima Power Equipment Operators Truck Mount Portable Conveyor $49.90 7A 1T 8P Yakima Power Equipment Operators Welder $50.39 7A 1T 8P Yakima Power Equipment Operators Wheel Tractors, Farmalt Type $47.12 7A 1T 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $49.90 7A 1T 8P Yakima Power Equipment Operators- Asphalt Plant Operators $50.39 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Assistant Engineer $47.12 7A 1T 8P Underground Sewer Et Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/30/2011 Page 10 of 16 Yakima Power Equipment Operators- Barrier Machine (zipper) $49.90 7A 1T 8P Underground Sewer & Water ;Yakima Power Equipment Operators- Batch Plant Operator, Concrete $49.90 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Bobcat $47.12 7A 1T 8P j Underground Sewer Et Water Yakima Power Equipment Operators- Brokk - Remote Demolition Equipment $47.12 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Brooms $47.12 7A 1T 8P Underground Sewer Et Water ;Yakima Power Equipment Operators- Bump Cutter $49.90 7A 1T 8P Underground Sewer Et Water :Yakima Power Equipment Operators- Cableways $50.39 7A 1T 8P Underground Sewer Et Water °Yakima i Power Equipment Operators- Chipper $49.90 7A 1T 8P Underground Sewer & Water 'Yakima Power Equipment Operators- Compressor $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $50.39 7A 1T 8P Underground Sewer & Water Yakima F Power Equipment Operators- Concrete Finish Machine -laser Screed $47.12 7A 1T 8P Underground Sewer & Water €Yakima Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Conveyors $49.48 7A 1T 8P Underground Sewer & Water 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 Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $51.51 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Friction 100 Tons Through 199 Tons $51.51 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Friction Over 200 Tons $52.07 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $52.07 7A 1T 8P Underground Sewer & Water https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 9/30/2011 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 Page 11 of 16 'Yakima Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $49.48 7A 1T 8P Underground Sewer a Water Yakima Power Equipment Operators- Crusher $49.90 7A 1T 8P Underground Sewer Et Water ;Yakima s Power Equipment Operators- Deck Engineer/deck Winches (power) $49.90 7A 1T 8P Underground Sewer Et Water [Yakima Power Equipment Operators- Derricks, On Building Work $50.39 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Dozer Quad 9, HD 41, D10 and Over $50.39 7A 1T 8P Underground Sewer & Water a Yakima Power Equipment Operators- Dozers D-9 &t Under $49.48 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $49.48 7A 1T 8P Underground Sewer & Water ;Yakima l Power Equipment Operators- Drilling Machine $49.90 7A 1T 8P Underground Sewer & Water [Yakima Power Equipment Operators- Elevator And Man -lift: Permanent And Shaft Type $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Finishing Machine, Bidwell And Gamaco & Similar Equipment $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $49.48 7A 1T 8P i Underground Sewer & Water lYakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Gradechecker/stakeman $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Guardrail Punch/Auger $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $49.90 7A 1T 8P Underground Sewer & Water ;Yakima 1 Power Equipment Operators- Horizontal/directional Drill Locator $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal/directional Drill Operator $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Loader, Overhead 8 Yards. & Over $50.94 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders, Overhead Under 6 $49.90 7A 1T 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/30/2011 Page 12of16 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/30/2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Underground Sewer Et Water Yards Yakima Power Equipment Operators- Loaders, Plant Feed $49.90 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loaders: Elevating Type Belt $49.48 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Locomotives, Alt $49.90 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Material Transfer Device $49.90 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Mechanics, Alt (leadmen - $0.50 Per Hour Over Mechanic) $50.94 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Mixers: Asphalt Plant $49.90 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Motor Patrol Grader - Non- finishing $49.48 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Motor Patrol Graders, Finishing $50.39 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $50.39 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Oil Distributors, Blower Distribution & Mulch Seeding Operator $47.12 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Pavement Breaker $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Pile Driver (other Than Crane Mount) $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Posthole Digger, Mechanical $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Power Plant $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Pumps - Water $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Rigger And Bellman $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Rollagon $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $47.12 7A 1T 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/30/2011 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 Page 13 of 16 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/30/2011 Underground Sewer a Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Roto -mill, Roto -grinder $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Saws - Concrete $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $49.90 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Scrapers - Concrete Et Carry All $49.48 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Service Engineers - Equipment $49.48 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shotcrete/gunite Equipment $47.12 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $49.48 7A 1T 8P Underground Sewer a Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $50.39 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $49.90 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $50.94 7A 1T 8P Underground Sewer & Water Yakima .Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $51.51 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Slipform Pavers $50.39 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Spreader, Topsider Et Screedman $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Subgrader Trimmer $49.90 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Bucket Elevators $49.48 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Crane Over 175'in Height, Base To Boom $51.51 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $50.94 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Transporters, All Track Or Truck Type $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Trenching Machines $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Mount Portable Conveyor $49.90 7A 1T 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/30/2011 Page 14 of 16 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/30/2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Underground Sewer Et Water 4Yakima Power Equipment Operators- Welder $50.39 7A 1T 8P Underground Sewer Et Water !Yakima Power Equipment Operators- Wheel Tractors, Farmall Type $47.12 7A 1T 8P I Underground Sewer Et Water ;Yakima Power Equipment Operators- Yo Yo Pay Dozer $49.90 7A 1T 8P Underground Sewer Et Water ,Yakima Power Line Clearance Tree Journey Level In Charge $41.95 5A 4A Trimmers Yakima Power Line Clearance Tree Spray Person $39.83 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Equipment Operator $40.36 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer $37.53 5A 4A Trimmers `Yakima Power Line Clearance Tree Tree Trimmer Groundperson $28.35 5A 4A Trimmers Yakima Refrigeration Et Air Journey Level $28.11 1 Conditioning Mechanics ,Yakima Residential Brick Mason Journey Level $29.00 1 Yakima Residential Carpenters Journey Level $17.14 1 :Yakima Residential Cement Masons Journey Level $11.86 1 :Yakima Residential Drywall Applicators Journey Level $18.00 1 Yakima Residential Drywall Tapers Journey Level $17.00 1 :Yakima Residential Electricians Journey Level $21.98 1 Yakima Residential Glaziers Journey Level $22.43 61 1B ;Yakima Residential Insulation Journey Level $14.38 1 Applicators Yakima Residential Laborers Journey Level $11.02 1 Yakima Residential Marble Setters Journey Level $29.00 1 Yakima Residential Painters Journey Level $16.32 1 Yakima Residential Plumbers Et Journey Level $20.55 1 Pipefitters Yakima Residential Refrigeration Et Air Journey Level $28.11 1 Conditioning Mechanics Yakima Residential Sheet Metal Journey Level (Field or Shop) $36.25 5A 1X Workers Yakima Residential Soft Floor Layers Journey Level $17.55 1 Yakima Residential Sprinkler Fitters Journey Level $8.67 1 (Fire Protection) Yakima Residential Stone Masons Journey Level $16.00 1 Yakima Residential Terrazzo Workers Journey Level $8.67 1 Yakima Residential Terrazzo/Tile Journey Level $17.00 1 Finishers Yakima Residential Tile Setters Journey Level $16.78 1 Yakima Roofers Journey Level $12.00 1 Yakima Sheet Metal Workers Journey Level (Field or Shop) $49.76 5A 1X Yakima Shipbuilding Et Ship Repair Journey Level $8.67 1 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/30/2011 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 Sign Makers & Installers (Electrical) Yakima Journey Level $14.65 Page 15 of 16 Sign Makers & Installers (Non - Electrical) Journey Level $14.65 Yakima Yakima ;Yakima Soft Floor Layers Journey Level $23.11 5A 1N Solar Controls For Windows Journey Level $8.67 1 Sprinkler Fitters (Fire Protection) Journey Level $26.36 Yakima Yakima Stage Rigging Mechanics (Non Structural) Journey Level $13.23 Stone Masons Journey Level $40.03 5A 1M Yakima Street And Parking Lot Journey Level $8.67 5A 1 Sweeper Workers (Light) Yakima Surveyors Assistant Construction Site Surveyor $49.48 7A 1T 8P Yakima ;Yakima Yakima Surveyors Chainman $48.96 7A 1T 8P Surveyors Construction Site Surveyor $50.39 7A 1T 8P Telecommunication Technicians Journey Level $20.00 Yakima Telephone Line Construction - Outside Cable Splicer $34.20 5A 2B Yakima Telephone Line Construction - Hole Digger/Ground Person $18.72 5A 2B Outside (Light) Yakima Telephone Line Construction - Outside Installer (Repairer) $32.78 5A 2B Yakima Telephone Line Construction - Special Aparatus Installer I $34.20 5A 2B Outside (Light) Yakima Telephone Line Construction - Outside Special Apparatus Installer II $33.51 5A 213 'Yakima Telephone Line Construction - Outside Telephone Equipment Operator (Heavy) $34.21 5A 2B Yakima Telephone Line Construction - Telephone Equipment Operator $31.81 5A 2B Outside (Light) Yakima Telephone Line Construction - Telephone Lineperson Outside $31.81 5A 2B Yakima Telephone Line Construction - Outside Television Groundperson $18.16 5A 2B Yakima Telephone Line Construction - Outside Television Lineperson/Installer $24.09 5A 2B Yakima Telephone Line Construction - Outside Television System Technician $28.72 5A 2B Yakima Telephone Line Construction - Outside Television Technician $25.81 5A 2B Yakima Telephone Line Construction - Outside Tree Trimmer $31.82 5A 2B Yakima Yakima Yakima Terrazzo Workers Journey Level $31.90 5A 1M Tile Setters Journey Level $31.90 5A 1M Tile, Marble & Terrazzo Finishers Journey Level $27.82 5A 1M https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/30/2011 Page 16 of 16 Yakima Traffic Control Stripers Journey Levet $39.90 7A 1K Yakima Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck & Trailer(c.wa- 760) $36.06 61 2G Yakima Truck Drivers Dump Truck(c.wa-760) $36.06 61 2G Yakima Truck Drivers Mixer Trucks $36.06 61 2G Yakima Truck Drivers Other Trucks(c.wa-760) $36.06 61 2G Yakima Well Drillers & Irrigation Pump Irrigation Pump Installer $25.44 1 Installers Yakima Well Drillers & Irrigation Pump Oiler $9.20 1 Installers Yakima Well Drillers & Irrigation Pump Well Driller $18.00 1 Installers haps://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/30/2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 08/31/2011 Edition, Published August, 2011 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. ivietai rectangular trames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1 L, 1P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. X 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. X Supplemental to Wage Rates 08/31/2011 Edition, Published August, 2011 2 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 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. X 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. X 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 08/31/2011 Edition, Published August, 2011 3 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault - For use with underground utilities. See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. X X 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. X 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 08/31/2011 Edition, Published August, 2011 4 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 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X I 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 31. Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. X 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover See Std. Plan. X Supplemental to Wage Rates 08/31/2011 Edition, Published August, 2011 5 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication X X 38. Light Standard -Prestressed - Spun, prestressed, hollow concrete poles. X 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre -approved drawings. X X 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre -approved drawings X 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. Supplemental to Wage Rates 08/31/2011 Edition, Published August, 2011 6 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 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed I X Custom Message X Std Signing Message 43. Cutting & bending reinforcing steel X 44. Guardrail components I X Custom End Sec X Standard Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 08/31/2011 Edition, Published August, 2011 7 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X X X 58. Water distribution materials 59. Steel "H" piles 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Supplemental to Wage Rates 8 08/31/2011 Edition, Published August, 2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. METAL FABRICATION (IN SHOP) EFFECTIVE 08/31/2011 **************************************************************************************************** Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS FITTER $12.76 LABORER $8.67 MACHINE OPERATOR $12.66 PAINTER $10.20 1 1 1 1 Counties Covered: ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTER $12.76 1 LABORER $8.67 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 WELDER $12.76 1 Counties Covered: BENTON MACHINE OPERATOR $10.53 1 PAINTER $9.76 1 WELDER $16.70 1 1 Counties Covered: CHELAN FITTER $15.04 1 LABORER $9.54 1 MACHINE OPERATOR $9.71 1 PAINTER $9.93 1 WELDER $12.24 1 Supplemental to Wage Rates 9 08/31/2011 Edition, Published August, 2011 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 08/31/2011 (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC SAN JUAN AND SKAGIT FITTERNVELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 Counties Covered: CLARK FITTER $31.77 1E 6H LABORER $21.91 1E 6H LAYEROUT $31.47 1E 6H MACHINE OPERATOR $31.47 1E 6H PAINTER $28.01 1E 6H WELDER $29.59 1E 6H Counties Covered: COWLITZ MACHINE OPERATOR $25.33 1B 2S FITTER $25.33 1B 2S WELDER $25.33 1B 2S FITTER/WELDER PAINTER Counties Covered: GRANT $10.79 1 $8.67 1 Counties Covered: KING FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 Supplemental to Wage Rates 10 08/31/2011 Edition, Published August, 2011 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 08/31/2011 (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: KITSAP FITTER $26.96 1 LABORER $8.67 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 Counties Covered: KLICKITAT, SKAMANIA, WAHKIAKUM FITTER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 WELDER . $16.99 1 Counties Covered: PIERCE FITTER $15.25 1 LABORER $10.32 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered: SNOHOMISH FITTERNVELDER $15.38 1 LABORER $9.79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $8.67 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10.80 1 Supplemental to Wage Rates 11 08/31/2011 Edition, Published August, 2011 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 08/31/2011 (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: THURSTON FITTER $27.10 2U 6T LABORER $16.91 2U 6T LAYEROUT $30.63 2U 6T MACHINE OPERATOR $20.86 2U 6T WELDER $24.74 2U 6T Counties Covered: WHATCOM FITTER/WELDER $13.81 1 LABORER $9.00 1 MACHINE OPERATOR $13.81 1 Counties Covered: YAKIMA FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 Supplemental to Wage Rates 12 08/31/2011 Edition, Published August, 2011 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 08/31/2011 Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN JOURNEY LEVEL JOURNEY LEVEL $9.96 1 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA 8.67 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM JOURNEY LEVEL $13.50 1 Counties Covered: FRANKLIN JOURNEY LEVEL $11.50 1 Counties Covered: KING ALL CLASSIFICATIONS $13,85 2K 5B Counties Covered: PIERCE JOURNEY LEVEL $9.28 1 Counties Covered: SPOKANE JOURNEY LEVEL $20.23 1 Counties Covered: WHATCOM JOURNEY LEVEL $13.67 1 Counties Covered: YAKIMA CRAFTSMAN $8.72 1 JOURNEY LEVEL $8.67 1 Supplemental to Wage Rates 13 08/31/2011 Edition, Published August, 2011 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential ***ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 14 08/31/2011 Edition, Published August, 2011 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above -listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 15 08/31/2011 Edition, Published August, 2011 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 16 08/31/2011 Edition, Published August, 2011 BENEFIT CODE KEY - EFFECTIVE 08-31-2011 THRU 03-02-2012 ************************************************************************************************************************ OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PMD 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 TIE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND 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. BENEFIT CODE KEY - EFFECTIVE 08-31-2011 THRU 03-02-2012 -2- 0. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1. Q. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE- I-IALF 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 WI-IEN 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 TI -IE 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 I-IOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. V. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING TI -IE 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. BENEFIT CODE KEY - EFFECTIVE 08-31-2011 THRU 03-02-2012 -3- 1. Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY. 2. 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. _2. 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. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ON A FOUR-DAY, TEN- HOUR WEEKLY SCHEDULE, EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y. ALL HOURS WORKED ON SATURDAYS (EXCEPT FOR MAKE-UP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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 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. 3. A. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. ANY S1-IIFT BENEFIT CODE KE%' - EFFECTIVE 08-31-2011 TIIRU 03-02-2012 -4- STARTING BETWEEN THE HOURS OF 6:00 PM AND MIDNIGHT SHALL RECEIVE AN ADDITIONAL ONE DOLLAR ($1.00) PER HOUR FOR ALL HOURS WORKED THAT SHIFT. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE. 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 TI -IE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SI-IALL 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. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, TI -IE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). I-1. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). L 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 T1-IANKSGIVING DAY, CI-IRISTMAS EVE DAY, AND CHRISTMAS DAY (7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SI -[ALL BE CONSIDERED AS A HOLIDAY. R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). 5. S. PAID I-IOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFFECTIVE 08-31-2011 THRU 03-02-2012 -5- T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF-DAY ON CHRISTMAS EVE DAY. (9 1/2). G. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11). H. PAID HOLIDAYS: NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). 6. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, 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, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). Z HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY. 7. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY, THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY. 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 YEARS 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 YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A BENEFIT CODE KEN' - EFFECTIVE 08-31-2011 THRU 03-02-2012 -6- 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, TI -IE 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. HOLIDAYS: NEW YEARS DAY, PRESIDENT'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY AND CI-IRISTMAS 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 WI-IICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WI-IICI-I FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. K. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WFIICH 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 TI -IE 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 TI -IE FOLLOWING MONDAY. WHEN CHRISTMAS FALLS ON A SATURDAY, TI -IE PRECEDING FRIDAY SHALL BE OBSERVED AS A HOLIDAY. 0. PAID HOLIDAYS: NEW YEARS 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, TI -IE DAY AFTER OR BEFORE CHRISTMAS DAY, AND THE EMPLOYEES BIRTHDAY. 11). ANY HOLIDAY WI-IICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WI-IICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. P. Q. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SI -TALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CI-IRISTMAS 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. BENEFIT CODE KEY - EFFECTIVE 08-31-2011 THRU 03-02-2012 -7- NOTE CODES 8. 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 220' - $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 B: $0.50, AND LEVEL C: $0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D: $0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25 8. P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT: $2.00, CLASS B SUIT: $1.50, CLASS C SUIT: $1.00, AND CLASS D SUIT $0.50. Q. THE HIGHEST PRESSURE REGISTERED ON THE GAUGE FOR AN ACCUMULATED TIME OF MORE THAN FIFTEEN (15) MINUTES DURING THE SHIFT SHALL BE USED IN DETERMINING THE SCALE PAID. PROPOSAL Proposal Form Item Proposal Bid Sheet Bidders Check List Bid Bond Form Compliance With Immigration & Naturalization Act Non -Collusion Declaration Non -Discrimination Provision Subcontractor List Women and Minority Business Enterprise Policy Council Resolution Affirmative Action Plan Bidders Certification Subcontractors Certification Proposal Signature Sheet PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima Washington Avenue and 64th Avenue Traffic Signal City Project No. 2317 and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 115 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM PROPOSAL BID SHEET City of Yakima Washington Avenue and 64th Avenue Traffic Signal City Project No. 2317 ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPCC PLAN 1-07.15 1 LS Sod , 00 5o0 , GC) 2 MOBILIZATION 1-09.7 1 LS L3) 0017. Czb I hoo. CO 3 PROJECT TEMPORARY TRAFFIC CONTROL 1-10.5 1 LS -1105R ,00 l -riO5 4 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.5 1 LS 03$,00 .00 11-73$ 400 5 TRAFFIC SIGNAL SYSTEM 8-29.5 1 LS aoa,ggoo awl 31y 6 REPAIR OR REPLACEMENT 8-30.5 1 FA $20,000 ,DU $20,000 TOTAL 117 51451110.©0 PROPOSAL Washington Avenue and 64th Avenue Traffic Signal City Project No. 2317 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH 0 IN THE AMOUNT OF CASHIER'S CHECK 0 DOLLARS CERTIFIED CHECK ❑ ($ ) PAYABLE TO THE CITY OF YAKIMA PROPOSAL BOND IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) -� y'c04 •- 5a- q l -s7 PHONE NUMBER SIGNATURE OF AUTHORIZE OFFICIAL(s) J9(C'li ord P. l�nobe.l, Pfeiden- FIRM NAME Ky\obel's e.,fec-1-ric, Inc (ADDRESS) 80I Tenrnan-4- Lane \(aK,ma, ton q m9 U l STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER \1N8 E I y45 R. It FEDERAL ID No. I g f I I D 11 I g 17 f 71 Lp 1 f 1 WA STATE EMPLOYMENT SECURITY REFERENCE NO. g00611 OO Cs Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1-02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 119 BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, or cash in the amount of $ which amount is not Tess than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS; That we, KNOBEL' S ELECTRIC, INC. , as principal, and WESTERN , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of 52 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 any award to the Principal for WASHINGTON AVE. & 64TH AVE. TRAFFIC SIGNAL , according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond, SIGNED, SEALED AND DATED THIS 25TH DAY OF OCTOBER 20 11 r KNOBEL' S ELECTRIC I C iVcor r% R'ob WESTERN SURET urety TAMMY R. MCKEE, COMPANY ATTORNEY-IN-FACT._ , 20 Received return of deposit in the sum of $ Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint 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 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, 2011. State of South Dakota County of Minnehaha } ss WESTERN SURETY COMPANY Paul . Bruflat, Senior Vice President On this 12th day of April, 201 1, before me personally carne 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 +haSs,,..,550,%.,c,%yy5550,,,,,,,5,, + s D. KRELL s sS/:NOTARY PUBLIC EA3 s SOUTH DAKOTA s +,0,..,y55555aysh400h4.ss5yy5 + CERTIFICATE D. Krell, No'T ry 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 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 VIAV"Rt 1 . Form F4280-09-06 WESTERN SURETY COMPANY 657 2'4ILICrlet../ 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. COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E -Verify Declaration below. Failure to do so may be cause for rejection of bid. E -VERIFY COMPLIANCE DECLARATION The undersigned declares, under penalty of perjury under the laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2. I agree to enroll in E -Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. agree to use E -Verify for all newly hired employees during the length of the contract. 3. I certify that I am duly authorized to sign this declaration on behalf of my company. 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E -Verify program at any time and that non-compliance could lead to suspension of this contract. Firm Name: )Knn be,�'S E I ed-l-ric I r\C , Dated this , t day of (c40ber , 20 11 . Signature: Printed Name: i *Mrd P. bei, Pres id QX Phone #: 5 5q • ' q j J` 7 Email Address: 11410 belle-\ ec+r n c, g msn .c -n 123 NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: I -800-424-9071 The U.S. Department of Transportation (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. 125 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." 127 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. 129 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. q t1 day of 1983. ATTEST: City Clerk 131 Mayor 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 suchworker 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. 133 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. 134 1 BIDDER'S CERTIFICATION 1 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: W\obe.l s E.I e c -)-r c_ I \r\ c_ . certifies that: r(BIDDER) I1. It intends to use the following listed construction trades in the work under the contract E.\ec+r\c\anS I opeco, 1 -ors; Crenera1 La1-Derer5) I F l a yrs 1 and; ' as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: ec.+6 cars , Ll 0 -era: I -o rs ) Cr e n •e ra Lo,b 6 r e r s ' and; 2. It will obtain from each of its subcontractors and submit to the contracting or ' administering agency prior to the award of any sub -contract under this contract the Subcontractor Certification required by these Bid Conditions. (Signature o Au orized R presentative of Bidder) 1 CI%c`P �n ord ',Gube�) Vrestferrl- 135 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of 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 137 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. 138 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. 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. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1-07.18 (APWA) of the Standard Specifications and Special Provisions. D. E -VERIFY COMPLIANCE DECLARATION Refer to Section 1-02.15. A signed E -Verify Compliance Declaration must be submitted or on file with the City. 139 CONSTRUCTION DETAILS Construction Details Plans (24x36 Folded - not attached to book) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BOX A METER BASE (Per PP&L), AND a "0-200 AMP TYPE -120/240 SINGLE PHASE ELECTRICAL SERVICE 72"FTFR BASE oo00 -'00 5'-6" (5 ft. Min, 6 ft. Max) 1-5/6" X 2-7/16" GALVANIZED STEEL CHANNEL (UNISTRUT) ,[ (SEE NOTE: CHANNEL 6 90 FASTENING HARDWARE SPECS PER APPLICABLE WSDOT 'J -T PUN- DETAILS & -REVS- 504- SHTS ) 1-5/8" X 1-5/8' GALVANIZED — STEEL CHANNEL (UNISTRUT) (SEE NOTE: CHANNEL & 90 FASTENING HARDWARE SPECS PER APPIJCABLE WSDOT PUN- DETAILS 8 REVS- 504' SHTS ) OTO CONTROLLER CABINET OTO STREET - LIGHT CIRCUITS O FROM POWER SOURCE (PER P.P & L. RQMNTS) 3/4' CHAMFER (Typical- adjacent to Soft Surface) 1-5/8" X 1-5/8" GALVANIZED STEEL CHANNEL (UNISTRUT) (SEE NOTE: CHANNEL & 90° FASTENING HARDWARE SPECS PER APPLICABLE WSDOT 'J-3" PLAN- DETAILS & "REVS- 5.04' SHTS.) 0000000000 ..0 .0 0 0 is 0 0 0 OOP000nclo - - 0 p-1, 8 O000� 0 0 0 0 0 0 0 0 0 0 0 oab000 e'o 0 0 0 =0=.11 i.3E100 0 BOX B NEW 200 AMP, 2 -POLE -120 VAC- 6 POSITION BREAKER PANEL. BREAKER #1-60 AMP FOR NEW SIGNAL POWER, BREAKER #2- 30 AMP FOR NEW SIGNAL INTERSECTION LIGHTS, AND BREAKER #3- 30 AMP FOR WASHINGTON AVE.-ST.- LIGHT VE-ST:LIGHT CKT(Spllts ex. CKTw/ run to east from here) BREAKER #4- 15 AMP FOR AUX CABINET POWER) BOX C PHOTOCELL BYPASS/CONTACTOR SWITCH ELECTRICAL COMPONENTS 8 ASSEMBLIES (SEE "NOTE") 1 5/8" X 2-7/16" GALVANIZED STEEL CHANNEL (UNISTRUT) (SEE NOTE: CHANNEL 8 90 FASTENING HARDWARE SPEC PER APPLICABLE WSDOT "J-3' PLAN- DETAILS 8 'REVS- 5.04' SHTS ) SERVICE PANEL ASSEMBLY (APPROX. DIMS. FOR BOX A/B/C) 0ALL0NT to (HER PM.I dens. Imwl ere 009 n8040. (Aclu0s b/ contractor may vary ) BOX TYPE BOXA 24" x 12" Semi. BOX B 18'e14" Breaker BOX C 12"x12" Plntoce4 bons RIGID GALVANIZED STEEL CONDUIT WI'OOJJWET (KEY) NOMINAL TMDE SIZE OUTSIDE ODI DIAMETI=R SOE/ID DNMETE� O 1.5 1N. 1.9 IN. 1 624 1N. O 2.5 IN. 2.875 IN. 2.489 IN. O 3.0 IN. 3.51N 3.09 IN. FROM WSDOT STANDARD PLAN REV.- SHEET #5 04E )Ony the applicable pipe sizes shown) #4 REBAR (Total # as needed.) FOR CROSS BRACING TIES TO GALV. (UNISTRUT) STEEL CHANNEL POSTS A 0 #4 REBAR (Total # as needed.) FOR CROSS BRACING TIES TO GALV. (UNISTRUT) STEEL CHANNEL POSTS •a 0 0 0 g 0 #4 Rebar each comer (Additional Centered (vertical rebar optional) _ ^ at° ww O = 0z off, O LL Z N_ 00 LL a -iF n -0 e 2 - #4 REBAR HOOPS (Center 3rd hoop optional) #4 REBAR (Total # as needed.) FOR CROSS BRACING TIES TO GALV. (UNISTRUT) STEEL CHANNEL POSTS #4 Rebar each corner (Additional Center (vertical rebar optional) NOTES: FOUNDATION WIDTH EQUALS TOTAL PANEL -ASSEMBLY WIDTH PLUS 12 INCHES FRONT ELEVATION 3" Offset Typical COMPACT 0.5' CRUSHED SURFACING BASE COURSE UNDER FOUNDATION THIS DIM. MINIMUM AS PER AS PER WSDOT STD. PLANS 8 / OR NEMA, PHOTCELL BYPASS PANEL FRONT OF ELECT. PANELS 1-5/8" X 2-7/16" GALVANIZED STEEL CHANNEL (UNISTRUT) FLUSH WITH EXISTING SIDEWALK SURFACE 18" Minimum 1f BOX C 1-5/8' X 2-7/16" GALVANIZED STEEL CHANNEL (UNISTRUT) SEE "NOTE" 1-5/8' X 1-5/8' GALVANIZED STEEL CHANNEL (UNISTRUT) —.-6" (Approximately) (FOUNDATION DETAILS ON FRONT ELEVATION) FOUNDATION SPAN (=18" front clearance + total panel depth + 6" rear clearance) RIGHT SIDE VIEW FOR ALL ELECTRICAL PANEL AND CONDUIT ENTRANCE GROUNDING REQUIREMENTS, REFER TO APPROPRIATE NOTES & DETAILS ON THE APPLICABLE WSDOT "J-3" STANDARD PLAN(S). UNLESS SPECIFIED OTHERWISE HERE, ALL ELECTRICAL SERVICE ASSEMBLY PANELS SHALL INCLUDE THE REQUIRED BOARDS, SWITCHES, SUB -PANELS, AND OTHER SEPARATE COMPONENTS AS REQUIRED PER THE APPLICABLE ° SECTIONS OF THE WSDOTJ-3 PLANS, AND/OR 5.04 REVISIONS, AND SHALL COMPLY WITH THE CURRENT APPLICABLE N.E.M.A .STANDARDS. ALL HARDWARE INCLUDING GALVANIZED STEEL CHANNEL SECTIONS (UNISTRUT) CLAMPS, STRAPS, BOLTS, AND OTHER APPLICABLE CONNECTORS AND AUXILIARY COMPONENTS, UNLESS SPECIFIED OTHERWISE HERE, SHALL MEET ° REQUIREMENTS OF THE APPLICABLE WSDOT STANDARD PLANS AND SECTIONS OF THE WSDOT "STAINLESS STEEL CHANNEL DETAILS"- SHEETS 5.04E & 5.05E. CITY OF YAKIMA - PROJECT DETAIL MULTI -PANEL ELECTRICAL SERVICE FOR TRAFFIC SIGNAL AND SIGNAL LIGHTING POWER-- UNISTRUT-MOUNTED WITH CONCRETE BASE/FOUNDATION CURRENT REVISION DATE: 9-8 11 BY: B. QUITTA 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 B -L 1 a (1 <= 1/4 " ) B-L1a-F (1 <= 3/8 ") 1/4 " X 2" BACK-UP STRIP (CONTINUOUS) CIRCUMFERENTIAL WELD DETAIL 2" STD PIP FOR WIREWAY (ROUND EDGES) REMOVABLE, RAINTIGHT POLE CAP J -HOOK (4) 3/4" DIA. HOLES FOR ZINC FLOW ROUND EDGES (BOTH ENDS) 2' STD PIPE 71/2 1/4 ' PL TENON DETAIL (LUM. ARM) END DIAMETER (SEE DATA TABLE) 1/4" PLATE TOP, SITES M, TAP POLE PLATE FOR (4) A325 BOLTS WITH HARDENED WASHERS 3/4" WIDE SLOTS IN ARM PLATE. (1/4" MIN.- FROM BU RING) HOLE DIA. = BOLT DIA. + 1/8" BOLT CIRCLE = PLATE SQUARE = "BC" (SEE CHART) LUMINAIRE - ARM CONNECTION DETAIL 4" X 6 1/2 " HANDHOLE FRAME W/COVER BOLT HOLE= BOLT DIA. + 1/4 " 11• COND. ATTACH. BRACKET BOLT CIRCLE (SEE CHART) POLE DIA (SEE CHART) GROUND ANGLE TAP 1/2"-13NC 1121X1 SEE DETAIL BASE PLATE SQUARE (SEE CHART) POLE BASE DETAIL SAW 60% MINIMUM PENETRATION NOTE: WELD TO BE 100% PENETRATION WITHIN 6" OF CIRCUMFERENTIAL WELDS OR TUBE ENDS. PLATE THICKNESS (SEE CHART) LONGITUDINAL WELD DETAIL TWO PER TUBE, @ 180 DEG. LUMINAIRE ARM DATA ARM LENGTH (FT) APPROXIMATE RISE (LOADED) (IN) ARM BASE DIAMETER (IN) ARM THICKNESS (IN) ARM PLATE THICK (IN) POLE PLATE THICK. (15) 'BC' (IN) BOLT DIAMETER (IN) 6 16 4.5 .1875 3/4 1 7 5/8" 8 30 4 5 .1875 3/41 20 7 5/8 10 41 5 .1875 3/4 1 7 5/8" 12 53 5 .1875 3/4 1 7 5/8" 15 70 5 1875 3/4 1 7 5/8" 20 72 5.75 .1875 1 1 8 3/4' 25 76 6.5 .1875 1 1 9 3/4" 30 80 7 .1875 1 1 10 3/4" WIRE WAY 16 5/16 " PLATE TOP. BOTTOM AND SIDES ARM TO PLATE. 1-1/16' t+1/8" HOLE DIA = BOLT DIA. +1/8" 3" STD PIPE FOR WIREWAY ROUND EDGES TVP TAP POLE PLATE FOR (4) A325 BOLTS W/HARDENED WASHERS. SEE CHART POLE PLATE (CHARTED) ARM PLATE •I (CHARTED) ° II Iii I • BOLT CIRCLE (SEE CHART) J HOOK SIGNAL - ARM CONNECTION DETAIL %612" I NBHOLE COVER 3/16 GROUND ANGLE 1/2"-13 NC TAP 1/4"-20 NC HHCS, S.S. 1 1/2" HANDHOLE 3/8" (TYP)�� 1/4 " SECTION C -C CONDUCTOR ATTACHMENT BRACKET DETAIL PLUMB LINE SEE TENON DETAIL LUMINAIRE ARM LENGTH "C" - (SEE CHART) RAKE @ POLE TOP CL POLE REMOVABLE. RAIN - TIGHT STEEL CAP. RISE 10'0"R See Pole Equipment Layout Sheet for all Type -III Pole Dimensions SEE HAND -- HOLE DETAIL See Pole Equipment Layout Sheet for all items- Pole and Mast Arm Mounted 3/8" MIN. NOTE 3/16" WELD ON LOWER WELD ONLY (2) 1/4"COUPLING NUTS TO SECURE HANDHOLE COVER BASE PLATE T 1. NOF URNES:ISH 3 NUTS AND 2 WASHERS PER BOLT 2. GALVANIZE FULL LENGTH PER ASTM A153 3. ANCHOR PLATE NOT GALVANIZED 4. 8" TOP THREAD 2" BOTTOM THREAD - ANCHOR PLATE 6-'6'1" PLATE: A36 TACK WELD 5. BOLTS ASTM A449 NUTS ASTM A194 GR 2-H WASHERS ASTM F436 HANDHOLE DETAIL ANCHOR BOLT DETAIL TERMINAL COMPARTMENT 180 DEG TO ARM (SEE DETAIL) NOT TO SCALE (See Detail) 2" STD PIPE ROUND EDGES 21/8 MAST ARM 7/16" (THRU) 1/4 TENON DETAIL (SIGNAL MOUNT) STAINLESS STEEL COVER 30-1/2" X 7-3/4" X 1/16" TH (6) 1" X 3/16" STAINLESS STEEL SCREWS (W/ BOLT 8 WASHER) "BEST" BRAND SLAM - LOCK 1" X 1/2" NEOPRENE GASKET 22" LONG STAINLESS STEEL HINGE L 1 11/2 T BASE PLATE WELD ORIENTATION DETAIL 1-12 " MAX. PROJECTION CENTERLINE 0 HANDHOLE (TOP AND BOTTOM) BTL -P4 -GF (2) 24 SECTION TERMINAL BLOCK 1 1/Z R 4 PLACES 1/4" X 5/8" FLATBAR 2' X 4- WIRE HOLE (OTHER HOLES AS NEEDED FOR WIRING) 5/16--18 TAPPED HOLE IN PLATE W/5/16"X1. GROUNDING BOLT 6" X 2911 D )TERM COMP 1/2" X 4" STEEL FRAME 3/8" THICK BACKPLATE 4"X6" HANDHOLE B -U3 -GF BOTH SEAMS 1' WIDE FLANGE ON COVER RECESSED TERMINAL COMPARTMENT DETAIL MAST ARM DATA ARM ARM & POLE PLATE MAX LOAD LENGTH BASE DIA THICK SQUARE ARM PL THICK BOLT SIZE POLE PL THICK BOLT CIRCLE AREA X DIST. (FF6) 15 6 .188 12 X 12 1 1.25 X 3 1.25 12 278 20 7 .188 12X 12 1 25 1.25X3 1.25 12 418 25 8 188 12X 12 1 5 1.25X3 1.25 12 669 30 9 .188 12 X 12 1.5 1.25 X 3 1 25 12 879 35 10 .188 15X15 1.75 1.5X4 1.5 15 1089 40 11 .188 15 X 15 2 1.5 X 4 1.5 15 1299 45 12 .188 16X16 2 15X4 1.5 16 1509 50 13 25 18X18 2 15X4 1.5 18 1719 55 14 .25 18X18 2.25 1.5X4 1.5 18 1938 POLE DATA ARM LENGTH TYPE II POLE TYPE III POLE BASE PLATE ANCHOR BOLTS DIA THICK DIA THICK SQUARE THICK BOLT CIRCLE DIA X L X H 15 12 .188 12 .188 18.5 1.75 19 1 75 X 60 X PL 20 12 .188 12 .188 18 5 1.75 19 1.75 X 60 X PL. 25 12 .188 12 188 18.5 1.75 19 1.75 X 60 X PL. 30 12 188 12 .25 18.5 1.75 19 1.75 X60XPL. 35 14 .25 14 .25 18.5 2 19 1.75 X60XPL 40 14 .2514 .25 18 5 2 19 1.75 X 60 X PL. 45 15 .25 15 .25 21 2 22 175 X60 XPL 50 16 .25 16 .25 21 2 22 1.75 X60XPL. 55 I 17 .3125 17 .3125 21 2.25 22 1.75 X 60 X PL. CITY OF YAKIMA- PROJECT DETAIL SIGNAL POLE (OCTAGONAL) DETAILS THE CONTENTS OF THIS DRAWING ARE PRE -APPROVED BY THE CITY OF YAKIMA (COY) , CITY ENGINEER AND/OR COY TRAFFIC ENGINEER, AS "PROJECT DETAILS" FOR THE "64TH AVENUE AND W. WASHINGTON AVENUE TRAFFIC SIGNAL INSTALLATION PROJECT. CURRENT REV. DT.: 9/08/11 BY: B. QUITTA,