Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2015-096 S. 21st Avenue Improvement Project Agreement with Scout Lake Construction
1 1 City of Yakima i Engineering Division 1 1 1 1 1 1 1 1 1 1 1 CITY CLEC o iz l Gr 1•1741_5' S. 21 ST AVENUE IMPROVEMENT PROJECT AIRPORT LANE TO S. 21 ST AVENUE Construction Contract Specifications & Bid Documents 1 1 1 129 North Second Street 1 1 Yakima, WA 98901 City Project Number 2410 Phone (509) 575-6111 Fax (509) 576-6305 July 2016 DEPARTMENT OF UTILITES AND ENGINEERING Brett Sheffield - Chief Engineer Engineering Division 129 North Second Street Yakima, Washington 98901 (509) 575-6111 • Fax (509) 576-6305 ADDENDUM NO. 1 TO THE BID DOCUMENTS AND SPECIFICATIONS FOR THE CITY OF YAKIMA, WA For: S. 21st Avenue Improvement Project Airport Lane to S. 21St Avenue City Project Number 2410 BID OPENING: Wednesday, August 3rd 2016 - 2:00 p.m., City Hall Council Chambers TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Construction Contract Specifications and Bid Documents shall be modified as follows: ITEM 1. New Proposal Sheets: The attached "Addendum #1" proposal sheets replace the proposal sheets in the original bid package. Values were added for Item 22 — Repair or Replacement and Item 44 — Minor Change APPROVED: Brett H Sheffield, P= ." Date Chief Engineer END OF ADDENDUM NO. 1 Addendum #1 —S, 213' Avenue Improvement Project Page 1 July 29, 2016 INN INN MI MN MN I I 1 NM M NM M N In N M IIIII 1 BID SUMMARY S. 21st Avenue Improvement Project Airport Lane to S 21st Avenue CITY PROJECT NO. 2410 ENGINEERS ESTIMATE SCOUT LAKE CONSTRUCTION, INC. Selah, WA GRANITE CONSTRUCTION COMPANY Yakima, WA COLUMBIA ASPHALT & GRAVEL, INC Yakima, WA DW EXCAVATING INC. Davenport, WA ITEM Bid Security 50/0 BID BOND 5% BID BOND 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 PREPARATION 1 MOBILIZATION L.S. 1 $24,000.00 $24,000.00 587,780.00 $87,780.00 $53,532.50 $53,532.50 $84,000.00 $84,000.00 $56,815.00 $56,815.00 2 CLEARING AND GRUBBING L.S. 1 $5,000.00 $5,000.00 53,380.00 $3,380.00 $1,000.00 $1,000.00 $18,000.00 $18,000.00 $27,500.00 $27,500.00 3 REMOVAL OF STRUCTURE AND OBSTRUCTION L.S. 1 $6,000.00 $6,000.00 $4,830.00 $4,830.00 $13,800.00 $13,800.00 519,200.00 $19,200.00 $14,300.00 514,300.00 4 SAW CUT L.F 340 $2.00 $680.00 $2.20 5748.00 $4.00 $1,360.00 51.50 $510.00 $3.30 51,122.00 GRADING 5 ROADWAY EXCAVATION INCL. HAUL C.Y 3,174 $17.00 $53,958.00 $12.20 $38,722.80 $23.50 $74,589.00 $23.00 $73,002.00 $26.00 $82,524.00 6 BIOFILTRATION SWALE L.F 500 $20.00 $10,000.00 $28.90 $14,450.00 $24.00 $12,000.00 $25.00 $12,500.00 $26.40 $13,200.00 STORM SEWER 7 CATCH BASIN TYPE 1 EA. 18 $1,000.00 $18,000.00 $995.60 517,920.80 $1,280.00 $23,040.00 $1,800.00 $32,400.00 $1,500.00 $27,000.00 8 CATCH BASIN TYPE 1L EA. 1 $1,200.00 $1,200.00 $1,290.00 $1,290.00 $1,670.00 51,670.00 $2,000.00 $2,000.00 $1,600.00 $1,600.00 9 SCHEDULE A STORM SEWER PIPE 12 IN. DIAM. L.F 251 $25.00 $6,275.00 $32.27 $8,099.77 $90.00 $22,590.00 570.00 $17,570.00 $55.00 $13,805.00 SURFACING 10 CRUSHED SURFACING BASE COURSE TON 2,295 $17.00 $39,015.00 518.21 $41,791.95 $28.00 $64,260.00 $24.00 555,080.00 $34 43 $79,016.85 11 CRUSHED SURFACING TOP COURSE (FOR TRENCH BACKFILL) TON 31 $25.00 $775.00 $15.38 $476.78 $20.00 $620.00 $40.00 51,240.00 $31.00 5961.00 ASPHALT TREATED BASE 12 ASPHALT TREATED BASE TON 1,418 $55.00 $77,990.00 583.60 5118,544.80 $73.00 5103,514.00 570.00 599,260.00 $87 78 5124,472.04 HOT MIX ASPHALT 13 HMA FOR PAVEMENT REPAIR CL. 1/2 IN. PG 64-28 TON 12 $150.00 51,800.00 $145.20 51,742.40 5160.00 $1,920 00 $132.00 $1,584.00 5152.50 $1,830.00 14 HMA CL. 1/2 IN. PG 64-28 TON 730 $70.00 $51,100.00 $94.60 $69,058.00 $92.00 $67,160.00 584.00 $61,320.00 599.00 $72,270.00 15 JOB MIX COMPLIANCE PRICE ADJUSTMENT CALC. 1 -$1.00 -$1.00 51.00 $1.00 $1.00 $1.00 $1.00 $1.00 -51.00 -51.00. 16 COMPACTION PRICE ADJUSTMENT CALC. 1 -$1.00 -$1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 -$1.00 -$1.00 17 HMA FOR APPROACH CL.1/2 IN. PG 64-28 TON 32 $120.00 $3,840.00 5148.50 $4,752.00 $160.00 $5,120.00 5132.00 $4,224.00 $156.00 $4,992.00 EROSION CONTROL AND ROADSIDE RESTORATION 18 ESC LEAD DAY 12 $100.00 $1,200.00 $154.00 $1,848.00 $100.00 $1,200.00 $500.00 56,000.00 $110.00 $1,320.00 19 TOPSOIL TYPE B C.Y 120 $40.00 54,800.00 55.51 $661.20 $48.00 $5,760.00 $65.00 57,800.00 $33.00 $3,960.00 20 INLET PROTECTION EACH 19 $100.00 51,900.00 556.79 51,079.01 555.00 51,045.00 $150.00 $2,850.00 $110.00 $2,090.00 21 1 1/2 In. CHIPS TON 180 $25.00 $4,500.00 532.45 55,841.00 540.00 57,200.00 $47.00 $8,460.00 $55.00 $9,900.00 22 REPAIR OR REPLACEMENT EST 1 $5,000.00 $5,000.00 55,000.00 55,000.00 55,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 CONTINUED ON PAGE 2 CITY ENGINEERS REPORT --*�.0 CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON AUGUST 3, 2016 1 � NI ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. c r S. 21st Avenue improvement Project I RECOMMEND THE CONTRACT, BOTH THE BASE BID AND 474; SANITARY SEWER ALTERNATE BE AWARDED TO'Z t ;. t` y AWARD MADE BY CITY MANAGER Airport Lane to S. 21st Avenue SCOUT LAKE CONSTRUCTION, INC. v4' Qhht /s -' � CITY PROJECT NO 2410 DATE. August 4, 2016 FILE. 21st Imp -Airport Lane Bid Summarypub �n"u.,,.i. i-l23Y'r DATE CITY ENGINEER "q=1. DATE CITY MA AGER SHEET 1 of 3 N M IIIIIII M M I M 1 M N IIIIII 1 IMO BID SUMMARY S. 21st Avenue Improvement Project Airport Lane to S 21st Avenue CITY PROJECT NO. 2410 ENGINEERS ESTIMATE SCOUT LAKE CONSTRUCTION, INC. Selah, WA GRANITE CONSTRUCTION COMPANY Yakima, WA COLUMBIA ASPHALT & GRAVEL, INC Yakima, WA DW EXCAVATING INC. Davenport, WA ITEM Bid Security 5% BID BOND 5% BID BOND 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 TRAFFIC 23 CEMENT CONC. TRAFFIC CURB AND GUTTER L.F 3,483 $13.00 $45,279.00 $11.22 $39,079.26 $13.00 $45,279.00 $12.64 $44,025.12 $20.30 $70,704.90 24 PLASTIC STOP LINE L.F 20 510.00 $200.00 $11.00 $220.00 $20.50 $410.00 $37.00 $740.00 $23 10 $462.00 25 PERMANENT SIGNING L.S. 1 $800.00 $800.00 $330.00 $330.00 $875.00 $875.00 $400.00 $400.00 $993.00 $993.00 26 ILLUMINATION SYSTEM NO 1 L.S. 1 58,000.00 $8,000.00 516,540.00 $16,540.00 $15,500.00 $15,500.00 $32,500.00 $32,500.00 $28,400.00 $28,400.00 27 PROJECT TEMPORARY TRAFFIC CONTROL L.S. 1 $10,000.00 $10,000.00 54,455.00 $4,455.00 $7,000.00 $7,000.00 $15,000.00 $15,000.00 $4,677.00 $4,677.00 OTHER ITEMS 28 STRUCTURE EXCAVATION CLASS B INCL. HAUL C.Y 168 $15.00 $2,520.00 $21.05 $3,536.40 $65.00 $10,920.00 $24.00 $4,032.00 $11.00 $1,848.00 29 MONUMENT CASE AND COVER EACH 12 $300.00 $3,600.00 $339.59 $4,075.08 $700.00 $8,400.00 $500.00 $6,000.00 $330.00 $3,960.00 30 CEMENT CONC. SIDEWALK- 4 IN. THICK S.Y 875 $35.00 $30,625.00 $28.60 $25,025.00 $41.20 $36,050.00 $32.50 $28,437.50 $52.00 $45,500.00 31 CEMENT CONCRETE RESIDENTIAL APPROACH S.Y 23 $45.00 $1,035.00 $38.50 $885.50 $61.00 $1,403.00 $43.50 $1,000.50 $67.00 $1,541.00 32 CEMENT CONC. COMMERCIAL APPROACH TYPE 1 S.Y 16 $45.00 $720.00 $38.50 $616.00 $61.00 $976.00 $43.50 $696.00 $78.00 $1,248.00 33 CEMENT CONC. SIDEWALK RAMP TYPE PARALLEL A EACH 3 $1,500.00 $4,500.00 5825.00 $2,475.00 $1,250.00 $3,750.00 $950.00 $2,850.00 $1,155.00 $3,465.00 34 CEMENT CONC. SIDEWALK RAMP TYPE PARALLEL B EACH 1 $1,500.00 $1,500.00 $825.00 $825.00 $1,250.00 $1,250.00 $950.00 $950.00 $1,386.00 $1,386.00 35 CEMENT CONC. SIDEWALK RAMP TYPE SINGLE DIRECTION A EACH 2 $1,500.00 $3,000.00 5825.00 $1,650.00 $1,250.00 $2,500.00 $950.00 $1,900.00 $1,040.00 $2,080.00 36 CHAIN LINK FENCE TYPE 3 L.F 700 $18.00 $12,600.00 $24.08 $16,856.00 $22.50 515,750.00 $27.00 $18,900.00 $25.00 $17,500.00 37 CHAIN LINK FENCE TYPE AIRPORT L.F 742 $25.00 $18,550.00 $27.07 $20,085.94 $25.00 $18,550.00 $30.50 $22,631.00 $28.50 $21,147.00 38 END, GATE, CORNER, AND PULL POST FOR CHAIN LINK FENCE EACH 8 $140.00 51,120.00 $117 70 $941.60 $110.00 $880.00 $132.00 $1,056.00 $124.00 $992.00 39 END, GATE, CORNER, AND PULL POST FOR CHAIN LINK FENCE EACH 18 $150.00 $2,700.00 $162.80 $2,930.40 $150.00 $2,700.00 $180.00 $3,240.00 $170.00 $3,060.00 40 RELOCATE DOUBLE GATE EACH 1 $1,000.00 $1,000.00 $660.00 $660.00 $625.00 5625.00 $750.00 $750.00 $694.00 $694.00 41 SLIDE GATE 20 FT EACH 1 512,000.00 $12,000.00 $19,015.00 519,015.00 $8,200.00 $8,200.00 $11,500.00 $11,500.00 $10,661.00 $10,661.00 42 ADJUST MANHOLE EACH 1 $700.00 $700.00 $477.60 $477.60 $400.00 $400.00 $830.00 $830.00 $660.00 $660.00 43 ADJUST VALVE BOX EACH 6 $400.00 $2,400.00 $280.44 $1,682.64 $700.00 $4,200.00 $340.00 $2,040.00 $275.00 $1,650.00 44 MINOR CHANGE CALC. 1 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 45 SPCC PLAN L.S. 1 51,000.00 $1,000.00 $616.00 $616.00 $500.00 $500.00 $700.00 $700.00 $1,100.00 $1,100.00 46 MAILBOX SUPPORT TYPE 1 EACH 1 $300.00 $300.00 $654.55 $654.55 $350.00 $350.00 $700.00 $700.00 $404.00 $404.00 SUBTOTAL $506,180.00 $616,650.48 5677,850.50 $737,880.12 $792,808.79 CONTINUED ON PAGE 3 . .6161c, CITY OF YAKIMA ;;.� ,^,-- S. 21st Avenue Improvement Project ° h ) `'``.u.�'c`�y $ i C3 Airport Lane to S. 21st Avenue CITY PROJECT NO 2410 DATE. August 4, 2016 FILE. Imp -Airport Lane Bid Summarypub SHEET 2 of 3 111111 IIII1 MN 111111 1111111 11M111 11111 11111 En 111E1 NMI NM MN ME 111111 NMI BID SUMMARY S. 21st Avenue Improvement Project Airport Lane to S 21st Avenue CITY PROJECT NO 2410 ENGINEERS ESTIMATE SCOUT LAKE CONSTRUCTION, INC. Selah, WA GRANITE CONSTRUCTION COMPANY Yakima, WA COLUMBIA ASPHALT & GRAVEL, INC Yakima, WA DW EXCAVATING INC. Davenport, WA ITEM NO. Bid Security 5% BID BOND 5% BID BOND 5% BID BOND 5% BID BOND ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT WATER LINES 47 BANK RUN GRAVEL FOR TRENCH BACKFILL TON 480 $22.00 $10,560.00 $14.30 $6,864.00 $36.00 $17,280.00 $41.00 $19,680.00 $33.00 $15,840.00 48 GATE VALVE 6 IN. EACH 3 $1,000.00 $3,000.00 $1,061.48 $3,184.44 $1,950.00 $5,850.00 $1,370.00 $4,110 00 $1,100.00 $3,300.00 49 BUTTERFLY VALVE 12 IN. EACH 5 $1,600.00 $8,000.00 $1,497.82 $7,489.10 $2,725.00 $13,625.00 $2,210.00 $11,050.00 $1,771.00 $8,855.00 50 HYDRANT ASSEMBLY EACH 4 $3,000.00 $12,000.00 $4,498.36 $17,993.44 $6,625.00 $26,500.00 $6,800.00 $27,200.00 $5,500.00 $22,000.00 51 DUCTILE IRON PIPE FOR WATER MAIN 6 IN. DIAM. L.F 112 $45.00 $5,040.00 $76.43 $8,560.16 550.00 $5,600.00 $90.00 $10,080.00 $71.50 $8,008.00 52 DUCTILE IRON PIPE FOR WATER MAIN 8 IN. DIAM. L.F 10 550.00 $500.00 5105.79 $1,057.90 $120.00 $1,200.00 $100.00 $1,000.00 $80.30 $803.00 53 DUCTILE IRON PIPE FOR WATER MAIN 12 IN. DIAM. L.F 1,520 $75.00 $114,000.00 $46.84 $71,196.80 $90.00 $136,800.00 $70.00 $106,400.00 $55.00 583,600.00 54 SHORING OR EXTRA EXCAVATION CLASS B S.F 6,840 $0.25 $1,710.00 $0.11 $752.40 $0.30 $2,052.00 $0.40 $2,736.00 $0.30 $2,052.00 SUBTOTAL $154,810.00 $117,098.24 $208,907.00 $182,256.00 $144,458.00 Sales Tax @8.2% $12,694 42 $9,602.06 $17,130.37 $14,944.99 $11,845.56 WATER LINE TOTAL $167,504 42 $126,700.30 $226,037.37 $197,200.99 $156,303.56 TOTAL BID AMOUNT $673,684 42 $743,350.78 $903,887.87 $935,081.11 $949,112.35 SANITARY SEWER ALTERNATE SANITARY SEWER 1 SAW CUT L.F 470 $2.00 $940.00 $2.20 51,034.00 $4 00 $1,880.00 $1.50 $705.00 $3.30 $1,551.00 2 CRUSHED SURFACING BASE COURSE TON 88 $17.00 $1,496.00 $26.62 $2,342.56 550.00 $4,400.00 $27.00 $2,376.00 $27.50 $2,420.00 3 CRUSHED SURFACING TOP COURSE FOR PIPE ZONE BEDDING TON 385 $22.00 $8,470.00 $14.30 $5,505.50 $20.00 57,700.00 $25.00 $9,625.00 $19.80 $7,623.00 4 HMA FOR PAVEMENT REPAIR CL. 1/2 IN. PG 64-28 TON 50 $150.00 $7,500.00 $148.50 $7,425.00 $130.00 $6,500.00 $132.00 $6,600.00 $156.00 $7,800.00 5 MANHOLE TYPE 1 EACH 5 $3,000.00 $15,000.00 $2,199.73 $10,998.65 $5,200.00 $26,000.00 $4,800.00 $24,000.00 53,850.00 $19,250.00 6 PVC SANITARY SEWER PIPE 8 IN. DIA. L.F 1,100 $70.00 $77,000.00 $16.42 $18,062.00 547.00 $51,700.00 $30.00 $33,000.00 $44.00 $48,400.00 7 SHORING OR EXTRA EXCAVATION CLASS B S.F 9,450 $0.25 $2,362.50 $0.11 $1,039.50 $0.25 $2,362.50 $0.40 $3,780.00 $0.30 $2,835.00 SUBTOTAL $112,768.50 $46,407.21 $100,542.50 SUBTOTAL $80,086.00 $89,879.00 Sales Tax @8.2% $9,247.02 $3,805.39 $8,244 49 $6,567.05 $7,370.08 SEWER TOTAL 5122,015.52 $50,212.60 $108,786.99 $86,653.05 $97,249.08 GRAND TOTAL WITH SEWER ALTERNATE $795,699.94 $793,563.38 $1,012,674.86 $1,021,734 16 $1,046,361.42 QR 1 ~ q� os CITY OF YAKIMA S. 21st Avenue Improvement Project a Airport Lane to S. 21st Avenue CITY PROJECT NO 2410 DATE. August 4, 2016 FILE. 21st Imp -Airport Lane Bid Summarypub SHEET 3 of 3 f. .__,,, _,r -° r h```"- City of Yakima S. 21ST AVENUE IMPROVEMENT PROJECT Airport Lane to S. 21st Avenue City Project No. 2410 July 2016 S. 21ST AVENUE IMPROVEMENT PROJECT 1 CONTENTS CITY OF YAKIMA S. 21 St. Avenue Improvement Project Airport Lane to 21St. Avenue City Project No. 2410 SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications . ..... ...... .. ........... 7 Amendments to the 2016 Standard Specifications 7 CONTRACT PROVISIONS General Special Provisions and Contract Special Provisions 17 Project Description 18 1-01 Definitions 18 1-02 Bid Procedures and Conditions .............. 20 1-03 Award and Execution of Contract . 25 1-04 Scope of Work 28 1-05 Control of Work .. 28 1-06 Control of Materials. ... . .. 32 1-07 Legal Relations and Responsibilities to the Public . ...... 33 1-08 Prosecution and Progress .... . 40 1-09 Measurement and Payment .. ... 44 1-10 Temporary Traffic Control 46 2-01 Clearing, Grubbing and Roadside Cleanup. 47 2-02 Removal of Structure and Obstructions 47 2-03 Roadway Excavation and Embankment ..... 48 2-07 Watering 49 4-06 Asphalt Treated Base.... ............................... 50 5-04 Hot Mix Asphalt ..... .. 52 7-04 Storm Sewers 56 7-08 General Pipe Installation.... 57 7-09 Water Mains. 57 7-14 Hydrants 60 7-15 Service Connections . 61 7-17 Sanitary Sewer 61 8-01 Erosion Control and Water Pollution Control 62 8-06 Cement Concrete Driveway Entrances 62 8-12 Chain Link Fence and Wire Fence 63 8-14 Cement Concrete Sidewalk 65 8-20 Illumination, Traffic Signal Systems, and Electrical 65 8-26 Landscape Rock 66 8-29 Illumination, Signals, Electrical 67 8-30 Repair or Replacement 68 9-03 Aggregates 68 9-05 Drainage Structures, Culverts & Conduits........ . 69 9-29 Illumination, Signal, Electrical 69 9-30 Water Distribution Material 70 S. 21ST AVENUE IMPROVEMENT PROJECT 3 STANDARD PLANS . . 72 Contract Form 83 Performance Bond Form .. .. 85 Sample Certificate of Insurance . .. . 87 Sample Additional Insured Endorsement 88 Minimum Wage Affidavit Form 91 PREVAILING WAGE RATES Prevailing Wage Rates . 93 PROPOSAL Proposal Form 125 Item Proposal Bid Sheet 127 Bid Bond Form ..... . . 137 Proposal Signature Sheet 139 Compliance With Immigration and Naturalization Act 141 Non -Collusion Declaration . 143 Non -Discrimination Provision 145 Women and Minority Business Enterprise Policy 147 Council Resolution 149 Affirmative Action Plan 151 Bidders Certification . .. 153 Subcontractor's Certification 155 Materially and Responsiveness . 157 Bidders Check List 159 PLANS & DETAILS Traffic Control Plans Construction Plans .. .. ....... Attached . Attached S. 21ST AVENUE IMPROVEMENT PROJECT 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 August 3, 2016 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA S. 21 St. Avenue Improvement Project Airport Lane to 21St. Avenue City Project No. 2410 This project provides for the improvement of South 21st Avenue and Airport Lane by extending 21st Avenue and realigning Airport Lane. Work includes excavation, installing a water line and wastewater line, surfacing, paving with hot mix asphalt, constructing curb, gutter and sidewalk, installing a stormwater system, illumination, fencing, pavement markings and other work all to be constructed in accordance with the plans and specifications as prepared by the City Engineer of the City of Yakima. 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 Complete digital project Bidding Documents are available at www questcdn com You may download the digital plan documents for $20 00 by inputting Quest project # 4592423 on the website's Project Search page Please contact QuestCDN com at 952-233-1632 or info@questcdn com for assistance in free membership registration, downloading, and working with this digital project information An optional paper set of project plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street (509-575-6111), upon payment in the amount of $50 00 for each set, non-refundable. Project questions should be directed to Brett Sheffield at 509-576-6797 Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, 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 13th day of July, 2016 PUBLISH: July 13, 2016 July 20, 2016 S. 21ST AVENUE IMPROVEMENT PROJECT 5 INTRO.AP1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2016 Standard Specifications for Road, Bridge, and Municipal Construction AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. 1-02.AP1 Section 1-02, Bid Procedures and Conditions April 4, 2016 1-02.4(1) General The first sentence of the last paragraph is revised to read' Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business on the Thursday preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1-02.9 Delivery of Proposal The last sentence of the third paragraph is revised to read: The Contracting Agency will not open or consider any Proposal when the Proposal or Bid deposit is received after the time specified for receipt of Proposals or received in a location other than that specified for receipt of Proposals unless an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received The following new paragraph is inserted before the last paragraph: If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received at the office designated for receipt of bids as specified in Section 1-02 12 the time specified for receipt of the Proposal will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which the normal work processes of the Contracting Agency resume 1-02.12 Public Opening of Proposals This section is supplemented with the following new paragraph. If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be opened at the time indicated in the call for Bids the time specified for opening of Proposals will be deemed to be extended to the S. 21ST AVENUE IMPROVEMENT PROJECT 6 same time of day on the first work day on which the normal work processes of the Contracting Agency resume. 1-06.AP1 Section 1-06, Control of Material January 4, 2016 This section is supplemented with the following new section and subsections: 1-06.6 Recycled Materials The Contractor shall make their best effort to utilize recycled materials in the construction of the project; the use of recycled concrete aggregate as specified in Section 1-06 6(1)A is a requirement of the Contract. The Contractor shall submit a Recycled Material Utilization Plan as a Type 1 Working Drawing within 30 calendar days after the Contract is executed. The plan shall provide the Contractor's anticipated usage of recycled materials for meeting the requirements of these Specifications. The quantity of recycled materials will be provided in tons and as a percentage of the Plan quantity for each material listed in Section 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material. When a Contract does not include Work that requires the use of a material that is included in the requirements for using materials the Contractor may state in their plan that no recycled materials are proposed for use. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor's report shall be provided on DOT Form 350-075 Recycled Materials Reporting. 1-06.6(1) Recycling of Aggregate and Concrete Materials 1-06.6(1)A General The minimum quantity of recycled concrete aggregate shall be 25 percent of the total quantity of aggregate that is incorporated into the Contract for those items listed in Section 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material that allow the use of recycled concrete aggregate. The percentage of recycled material incorporated into the project for meeting the required percentage will be calculated in tons based on the quantity of recycled concrete used on the entire Contract and not as individual items. If the Contractor's total cost for Work with recycled concrete aggregate is greater than without the Contractor may choose to not use recycled concrete aggregate. When the Contractor does not meet the minimum requirement of 25 percent recycled concrete aggregate for the Contract due to costs or any other reason the following shall be submitted: 1. A cost estimate for each material listed in Section 9-03 21(1)E that is utilized on the Contract. The cost estimate shall include the following: a The estimated costs for the Work for each material with 25 percent recycled concrete aggregate. The cost estimate shall include for each S. 21ST AVENUE IMPROVEMENT PROJECT 7 material a copy of the price quote from the supplier with the lowest total cost for the Work b The estimated costs for the Work for each material without recycled concrete aggregate. The Contractor's cost estimates shall be submitted as an attachment to the Recycled Materials Reporting form 1-07.AP1 Section 1-07, Legal Relations and Responsibilities to the Public April 4, 2016 1-07.1 Laws to be Observed In the second to last sentence of the third paragraph, "WSDOT" is revised to read "Contracting Agency". 1-07.2(2) State Sales Tax: WAC 458-20-170 — Retail Sales Tax The last three sentences of the first paragraph are deleted and replaced with the following new sentence* The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project, in the unit bid prices 1-07.9(2) Posting Notices Items 1 and 2 are revised to read* 1. EEOC - P/E-1 (revised 11/09, supplemented 09/15) — Equal Employment Opportunity IS THE LAW published by US Department of Labor Post for projects with federal -aid funding 2 FHWA 1022 (revised 05/15) — NOTICE Federal -Aid Project published by Federal Highway Administration (FHWA) Post for projects with federal -aid funding Items 5, 6 and 7 are revised to read* 5. WHD 1420 (revised 02/13) — Employee Rights and Responsibilities Under The Family And Medical Leave Act published by US Department of Labor. Post on all projects. 6 WHD 1462 (revised 01/16) — Employee Polygraph Protection Act published by US Department of Labor Post on all projects. 7. F416-081-909 (revised 09/15) — Job Safety and Health Law published by Washington State Department of Labor and Industries. Post on all projects. Items 9 and 10 are revised to read. 9. F700-074-909 (revised 06/13) — Your Rights as a Worker in Washington State by Washington State Department of Labor and Industries (L&I). Post on all projects S. 21ST AVENUE IMPROVEMENT PROJECT 8 10. EMS 9874 (revised 10/15) — Unemployment Benefits published by Washington State Employment Security Department. Post on all projects. 1-08.AP1 Section 1-08, Prosecution and Progress January 4, 2016 1-08.1(1) Prompt Payment, Subcontract Completion and Return of Retainage Withheld In item number 5 of the first paragraph, "WSDOT" is revised to read "Contracting Agency". 1-09.AP1 Section 1-09, Measurement and Payment April 4, 2016 1-09.6 Force Account The second sentence of item number 4 is revised to read: A "specialized service" is a work operation that is not typically done by worker classifications as defined by the Washington State Department of Labor and Industries and by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and municipal construction. Section 5-02, Bituminous Surface Treatment April 4, 2016 5-02.3(2) Preparation of Roadway Surface This section is supplemented with the following new subsection: 5-02.3(2)E Crack Sealing Where shown in the Plans, seal cracks and joints in the pavement in accordance with Section 5-04 3(4)A1 and the following: 1. Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant 2. Cracks greater than 1 inch in width — fill with sand slurry. 6-02.AP6 Section 6-02, Concrete Structures April 4, 2016 6-02.3(2)A Contractor Mix Design The following new sentence is inserted after the first sentence of the third paragraph. The mix design submittal shall also include test results no older than one year showing that the Aggregates do not contain Deleterious Substances in accordance with Section 9-03. S. 21ST AVENUE IMPROVEMENT PROJECT 9 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D The following new sentence is inserted after the second sentence of the last paragraph' Mix designs using shrinkage reducing admixture shall state the specific quantity required. The following new sentence is inserted before the last sentence of the last paragraph. Testing samples of mixes using shrinkage reducing admixture shall use the admixture amount specified in the mix design submittal 6-02.3(2)B Commercial Concrete The last sentence of the first paragraph is revised to read: Commercial concrete does not require mix design or source approvals for cement, aggregate, and other admixtures 6-02.3(26)D2 Test Block Dimensions The first sentence is revised to read. The dimensions of the test block perpendicular to the tendon in each direction shall be the smaller of twice the minimum edge distance or the minimum spacing specified by the special anchorage device manufacturer, with the stipulation that the concrete cover over any confining reinforcing steel or supplementary skin reinforcement shall be appropriate for the project -specific application and circumstances 6-02.3(27)A Use of Self -Consolidating Concrete for Precast Units Item number 2 of the first paragraph is revised to read. 2. Precast reinforced concrete three -sided structures, box culverts and split box culverts in accordance with Section 7-02.3(6) 8-01.AP8 Section 8-01, Erosion Control and Water Pollution Control April 4, 2016 8-01.2 Materials This section is supplemented with the following new paragraph Recycled concrete, in any form, shall not be used for any Work defined in Section 8-01. 8-01.3(8) Street Cleaning This section is revised to read. Self-propelled street sweepers shall be used to remove and collect sediment and other debris from the Roadway, whenever required by the Engineer The street sweeper shall effectively collect these materials and prevent them from being washed or blown off the Roadway or into waters of the State. Street sweepers shall not generate fugitive dust and shall be designed and operated in compliance with applicable air quality standards. Material collected by the street sweeper shall be disposed of in accordance with Section 2-03 3(7)C. S. 21ST AVENUE IMPROVEMENT PROJECT 10 Street washing with water will require the concurrence of the Engineer. 8-20.AP8 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical April 4, 2016 8-20.3(5)A General The last paragraph is revised to read: Immediately after the sizing mandrel has been pulled through, install an equipment grounding conductor if applicable (see Section 8-20.3(9)) and any new or existing wire or cable as specified in the Plans. Where conduit is installed for future use, install a 200 - pound minimum tensile strength pull string with the equipment grounding conductor The pull string shall be attached to duct plugs or caps at both ends of the conduit. 8-20.3(5)A1 Fiber Optic Conduit The last paragraph is deleted. 8-20.3(5)D Conduit Placement Item number 2 is revised to read: 2 24 -inches below the top of the untreated surfacing on a Roadbed. 8-20.3(9) Bonding, Grounding The following two new paragraphs are inserted after the first paragraph. Install an equipment grounding conductor in all new conduit, whether or not the equipment grounding conductor is called for in the wire schedule. For each new conduit with innerduct install an equipment grounding conductor in only one of the innerducts unless otherwise required by the NEC or the Plans. The fourth paragraph (after the preceding Amendments are applied) is revised to read: Bonding jumpers and equipment grounding conductors meeting the requirements of Section 9-29.3(2)A3 shall be minimum #8 AWG, installed in accordance with the NEC. Where existing conduits are used for the installation of new circuits, an equipment grounding conductor shall be installed unless an existing equipment ground conductor, which is appropriate for the largest circuit, is already present in the existing raceway. The equipment ground conductor between the isolation switch and the sign lighter fixtures shall be minimum #14 AWG stranded copper conductor. Where parallel circuits are enclosed in a common conduit, the equipment -grounding conductor shall be sized by the largest overcurrent device serving any circuit contained within the conduit. The second sentence of the fifth paragraph (after the preceding Amendments are applied) is revised to read: A non -insulated stranded copper conductor, minimum #8 AWG with a full circle crimp on connector (crimped with a manufacturer recommended crimper) shall be connected to the junction box frame or frame bonding stud, the other end shall be crimped to the equipment bonding conductor, using a "C" type crimp connector. S. 21ST AVENUE IMPROVEMENT PROJECT 11 The last two sentences of the sixth paragraph (after the preceding Amendments are applied) are revised to read For light standards, signal standards, cantilever and sign bridge Structures the supplemental grounding conductor shall be #4 AWG non -insulated stranded copper conductor For steel sign posts which support signs with sign lighting or flashing beacons the supplemental grounding conductor shall be #6 AWG non insulated stranded copper conductor The fourth to last paragraph is revised to read: Install a two grounding electrode system at each service entrance point, at each electrical service installation and at each separately derived power source. The service entrance grounding electrode system shall conform to the "Service Ground" detail in the Standard Plans. If soil conditions make vertical grounding electrode installation impossible an alternate installation procedure as described in the NEC may be used. Maintain a minimum of 6 feet of separation between any two grounding electrodes within the grounding system. Grounding electrodes shall be bonded copper, ferrous core materials and shall be solid rods not less than 10 feet in length if they are 1/2 inch in diameter or not less than 8 feet in length if they are % inch or larger in diameter 8-22.AP8 Section 8-22, Pavement Marking January 4, 2016 8-22.4 Measurement The first two sentences of the fourth paragraph are revised to read: The measurement for "Painted Wide Lane Line", "Plastic Wide Lane Line", "Profiled Plastic Wide Lane Line", "Painted Barrier Center Line", "Plastic Barrier Center Line", "Painted Stop Line", "Plastic Stop Line", "Painted Wide Dotted Entry Line", or "Plastic Wide Dotted Entry Line" will be based on the total length of each painted, plastic or profiled plastic line installed. No deduction will be made for the unmarked area when the marking includes a broken line such as, wide broken lane line, drop lane line, wide dotted lane line or wide dotted entry line. 8-22.5 Payment The following two new Bid items are inserted after the Bid item "Plastic Crosshatch Marking", per linear foot: "Painted Wide Dotted Entry Line", per linear foot. "Plastic Wide Dotted Entry Line", per linear foot. 9-03.AP9 Section 9-03, Aggregates April 4, 2016 9-03.1(1) General Requirements This first paragraph is supplemented with the following. S 21ST AVENUE IMPROVEMENT PROJECT 12 Reclaimed aggregate may be used if it complies with the specifications for Portland Cement Concrete. Reclaimed aggregate is aggregate that has been recovered from plastic concrete by washing away the cementitious materials. 9-03.1(2) Fine Aggregate for Portland Cement Concrete This section is revised to read: Fine aggregate shall consist of natural sand or manufactured sand, or combinations thereof, accepted by the Engineer, having hard, strong, durable particles free from adherent coating. Fine aggregate shall be washed thoroughly to meet the specifications. 9-03.1(2)A Deleterious Substances This section is revised to read: The amount of deleterious substances in the washed aggregate shall be tested in accordance with AASHTO M 6 and not exceed the following values: Material finer than No 200 Sieve Clay lumps and friable particles Coal and lignite Particles of specific gravity less than 2 00 2.5 percent by weight 3.0 percent by weight 0 25 percent by weight 1.0 percent by weight. Organic impurities shall be tested in accordance with AASHTO T 21 by the glass color standard procedure and results darker than organic plate no. 3 shall be rejected A darker color results from AASHTO T 21 may be used provided that when tested for the effect of organic impurities on strength of mortar, the relative strength at 7 days, calculated in accordance with AASHTO T 71, is not less than 95 percent. 9-03.1(4) Coarse Aggregate for Portland Cement Concrete This section is revised to read: Coarse aggregate for concrete shall consist of gravel, crushed gravel, crushed stone, or combinations thereof having hard, strong, durable pieces free from adherent coatings Coarse aggregate shall be washed to meet the specifications. 9-03.1(4)A Deleterious This section, including title, is revised to read: 9-03.1(4)A Deleterious Substances The amount of deleterious substances in the washed aggregate shall be tested in accordance with AASHTO M 80 and not exceed the following values: Material finer than No. 200 1.01 percent by weight Clay lumps and Friable Particles 2.0 percent by weight Shale 2 0 percent by weight Wood waste 0 05 percent by weight Coal and Lignite 0.5 percent by weight Sum of Clay Lumps, Friable Particles, and Chert (Less Than 2.40 specific gravity SSD) 3.0 percent by weight 1If the material finer than the No. 200 sieve is free of clay and shale, this percentage may be increased to 1.5. S. 21ST AVENUE IMPROVEMENT PROJECT 13 9-03.1(4)C Grading The following new sentence is inserted at the beginning of the last pargraph. Where coarse aggregate size 467 is used, the aggregate may be furnished in at least two separate sizes. 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete This section is revised to read: As an alternative to using the fine aggregate sieve grading requirements in Section 9- 03 1(2)B, and coarse aggregate sieve grading requirements in Section 9-03.1(4)C, a combined aggregate gradation conforming to the requirements of Section 9-03 1(5)A may be used. 9-03.1(5)A Deleterious Substances This section is revised to read: The amount of deleterious substances in the washed aggregates 3/8 inch or larger shall not exceed the values specified in Section 9-03 1(4)A and for aggregates smaller than 3/8 inch they shall not exceed the values specified in Section 9-03.1(2)A. 9-03.1(5)B Grading The first paragraph is deleted. 9-03.8(7) HMA Tolerances and Adjustments In the table in item 1, the last column titled "Commercial Evaluation" is revised to read "Visual Evaluation". 9-03.21(1)B Concrete Rubble This section, including title, is revised to read 9-03.21(1)B Recycled Concrete Aggregate Recycled concrete aggregates are coarse aggregates manufactured from hardened concrete mixtures. Recycled concrete aggregate may be used as coarse aggregate or blended with coarse aggregate for Commercial Concrete. Recycled concrete aggregate shall meet all of the requirements for coarse aggregate contained in Section 9-03.1(4) or 9-03.1(5). In addition to the requirements of Section 9-03.1(4) or 9-03 1(5), recycled concrete shall. 1 Contain an aggregated weight of less than 1 percent of adherent fines, vegetable matter, plastics, plaster, paper, gypsum board, metals, fabrics, wood, tile, glass, asphalt (bituminous) materials, brick, porcelain or other deleterious substance(s) not otherwise noted; 2. Be free of harmful components such as chlorides and reactive materials unless mitigation measures are taken to prevent recurrence in the new concrete, 3. Have an absorption of less than 10 percent when tested in accordance with AASHTO T 85. Recycled concrete aggregate shall be in a saturated condition prior to mixing Recycled concrete aggregate shall not be placed below the ordinary high water mark of any water of the State S. 21ST AVENUE IMPROVEMENT PROJECT 14 9-03.21(1)D Recycled Steel Furnace Slag This section title is revised to read: Steel Furnace Slag 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material The following new row is inserted after the second row: Coarse Aggregate for Commercial Concrete 9-03.1(4) 0 100 0 0 9-04.AP9 Section 9-04, Joint and Crack Sealing Materials January 4, 2016 9-04.2(1) Hot Poured Joint Sealants This section's content is deleted and replaced with the following new subsections: 9-04.2(1)A Hot Poured Sealant Hot poured sealant shall be sampled in accordance with ASTM D5167 and tested in accordance with ASTM D5329. Hot poured sealant shall have a minimum Cleveland Open Cup Flash Point of 205°C in accordance with AASHTO T 48 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement Hot poured sealant for cement concrete pavement shall meet the requirements of ASTM D6690 Type IV, except for the following: 1. The Cone Penetration at 25°C shall be 130 maximum. 2. The extension for the Bond, non -immersed, shall be 100 percent. 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement Hot poured sealant for bituminous pavement shall meet the requirements of ASTM D6690 Type II. 9-04.2(1)B Sand Slurry for Bituminous Pavement Sand slurry is mixture consisting of the following components measured by total weight: 1. Twenty percent CSS -1 emulsified asphalt, 2 Two percent portland cement, and 3. Seventy-eight percent fine aggregate meeting the requirements of 9-03.1(2)B Class 2. Fine aggregate may be damp (no free water). S. 21ST AVENUE IMPROVEMENT PROJECT 15 9-07.AP9 Section 9-07, Reinforcing Steel January 4, 2016 9-07.1(1)A Acceptance of Materials The first sentence of the first paragraph is revised to read: Reinforcing steel rebar manufacturers shall comply with the National Transportation Product Evaluation Program (NTPEP) Work Plan for Reinforcing Steel (rebar) Manufacturers The first sentence of the second paragraph is revised to read Steel reinforcing bar manufacturers use either English or a Metric size designation while stamping rebar S. 21ST AVENUE IMPROVEMENT PROJECT 16 INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2016 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project -specific fill-ins; and project -specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project -specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • City of Yakima Standard Details Contractor shall obtain copies of these publications, at Contractor's own expense. S. 21ST AVENUE IMPROVEMENT PROJECT 17 DESCRIPTION OF WORK (March 13, 1995) This contract provides for the improvement of *** South 21St Avenue and Airport Lane by extending 21st Avenue and realigning Airport Lane. Work includes excavation, installing a water line and wastewater line, surfacing, paving with hot mix asphalt, constructing curb, gutter and sidewalk, installing a stormwater system, illumination, fencing, pavement markings *** and other work all to be constructed in accordance with the plans and specifications as prepared by the City Engineer of the City of Yakima 1-01.3 Definitions (January 4, 2016 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete Supplement this Section with the following All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency" S. 21ST AVENUE IMPROVEMENT PROJECT 18 All references to the terms "State" or "state" shall be revised to read "Contracting Agency" unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". All references to "final contract voucher certification" shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. S. 21ST AVENUE IMPROVEMENT PROJECT 19 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this section and replace it with the following. 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39 04 350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (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") 6 Furnished automatically upon award. Contract Provisions 6 Furnished automatically upon award Large plans (e.g., 22" x 34") 0 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 S 21ST AVENUE IMPROVEMENT PROJECT 20 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 (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. Section 1-02 6 is supplemented with the following. Cumulative Alternates Bidding The Bid Proposal for this Contract requires the Bidder to bid cumulative Alternates as part of the bid. As such the Bidder is required to submit a Base Bid and a bid for each of the Alternate(s). Bid Proposal The Bid Proposal includes the following 1. Base Bid The Base Bid shall include constructing all items included in the Proposal except those items contained in the Alternate(s). 2. Alternate a Alternate Al Based on constructing (*** an 8 inch sanitary sewer line ***) The Bid items for Alternate Al are as listed in the Bid Proposal. S. 21ST AVENUE IMPROVEMENT PROJECT 21 Bidding Procedures To be considered responsive the Bidder shall submit a price on each and every Bid item included in the Base Bid and Alternate Al. The successful Bidder will be the Bidder submitting the lowest responsible Bid for the highest order Preference that is within the amount of available funds for the project. Available funds will be announced immediately prior to the opening of Bids The following are listed in order from highest to lowest Preference. 1. Preference 1. Lowest total for Base Bid plus Alternate Al. 2. Preference 2. Lowest total for Base Bid. The Contracting Agency may, at their discretion, award a Contract for the Base Bid, without any additional Alternates, in the event that all Bids exceed the available funds announced. In any case, the award will be subject to the requirements of Section 1-03. Add the following new section. 1-02.6(1)Recycled Materials Proposal (January 4, 2016 APWA GSP) The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following Bid bonds shall contain the following 1 Contracting Agency -assigned number for the project, 2. Name of the project; 3 The Contracting Agency named as obligee, 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded, 5. Signature of the bidder's officer empowered to sign official statements The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said sig nature; 6 The signature of the surety's officer empowered to sign the bond and the power of attorney If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. S. 21ST AVENUE IMPROVEMENT PROJECT 22 1-02.9 Delivery of Proposal (August 15, 2012 APWA GSP, Option A) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery If the project has FHWA funding and requires DBE Written Confirmation Documents or Good Faith Effort Documentation, then to be considered responsive, the Bidder shall submit with their Bid Proposal, written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification, form 272-056A EF, as required by Section 1-02 6. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1 The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.12 Public Opening of Proposals (May 4, 2012 APWA GSP) Delete this section and replace it with the following: Proposals will be opened and publicly read at the time indicated in the Call for Bids, after the deadline(s) for submitting all elements of the Bid Proposal including DBE Written Confirmation Documents and/or Good Faith Effort Documentation, unless the Bid opening S. 21ST AVENUE IMPROVEMENT PROJECT 23 has been delayed or canceled Bidders, their authorized agents, and other interested parties are invited to be present. 1-02.13 Irregular Proposals (January 4, 2016 APWA GSP) Delete this section and replace it with the following. 1. A proposal will be considered irregular and will be rejected if. a. The Bidder is not prequalified when so required; b The authorized proposal form furnished by the Contracting Agency is not used or is altered, c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e A price per unit cannot be determined from the Bid Proposal; f The Proposal form is not properly executed; g The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02 6, 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 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; 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; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or More than one proposal is submitted for the same project from a Bidder under the same or different names. 2 A Proposal may be considered irregular and may be rejected if' a. The Proposal does not include a unit price for every Bid item, b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. Receipt of Addenda is not acknowledged; d A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e If Proposal form entries are not made in ink 1-02.14 Disqualification of Bidders (March 8, 2013 APWA GSP, Option A) Delete this section and replace it with the following S. 21ST AVENUE IMPROVEMENT PROJECT 24 A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04 350(1), as amended. As evidence that the Bidder meets the mandatory bidder responsibility criteria, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. The Contracting Agency also reserves the right to obtain information from third parties concerning a Bidder's compliance with the mandatory bidder responsibility criteria. If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. 1-02.15 Pre Award Information (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2 Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists S. 21ST AVENUE IMPROVEMENT PROJECT 25 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 1-03.1(1) Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read. After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will be the Bidder with an equal lowest bid, that proposed to use the highest percentage of recycled materials in the Project, per the form submitted with the Bid Proposal If those percentages are also exactly equal, then the tie-breaker will be determined by drawing as follows. Two or more slips of paper will be marked as follows. one marked "Winner" and the other(s) marked "unsuccessful". The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing The slips shall be unfolded and the firm with the slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled m aterials percentage that is exactly equal to the highest proposed recycled materials amount, are eligible to draw 1-03.3 Execution of Contract (October 1, 2005APWA GSP) Revise this section to read. Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award The number of copies to be executed by the Contractor will be determined by the Contracting Agency Within Ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by 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 S. 21ST AVENUE IMPROVEMENT PROJECT 26 for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following. The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency -furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3 Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure. a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW, and 5 Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e , corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president) 1-03.7 Judicial Review (July 23, 2015 APWA GSP) Revise this section to read. Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.05 shall control venue and jurisdiction. S. 21ST AVENUE IMPROVEMENT PROJECT 27 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 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, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6 Standard Specifications, 7 Contracting Agency's Standard Plans or Details (if any), and 8 WSDOT Standard Plans for Road, Bridge, and Municipal Construction 1-05 CONTROL OF WORK 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, S. 21ST AVENUE IMPROVEMENT PROJECT 28 or have work the Contractor refuses to perform completed by using Contracting Agency Y ' or other forces An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in 1 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 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 1 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 1 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 t 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 1 for final inspection. S. 21ST AVENUE IMPROVEMENT PROJECT 29 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05 7 The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered 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. S. 21ST AVENUE IMPROVEMENT PROJECT 30 Add the following new section. 1-05.12(1) One -Year Guarantee Period (March 8, 2013 APWA GSP) The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or where Toss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 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. S. 21ST AVENUE IMPROVEMENT PROJECT 31 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. Trench Backfilling 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) Subgrade 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 S 21ST AVENUE IMPROVEMENT PROJECT 32 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. Compaction of asphalt concrete pavement shall be as specified in Section 5- 04.3(10) B of these Special Provisions. 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. 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following. The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier) The Contractor's report shall be provided on DOT form 350-075 Recycled Materials Reporting. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following. In cases of conflict between different safety regulations, the more stringent regulation shall apply. S. 21ST AVENUE IMPROVEMENT PROJECT 33 The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 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 S. 21ST AVENUE IMPROVEMENT PROJECT 34 Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington, water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.13 Contractor's Responsibility for Work 1-07.13(4) Repair of Damage This section is revised to read: (August 6, 2011) The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Section 1- 07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4 Payment will be limited to repair and damaged work only. No payment will be made for delay or disruption of work.. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: (April 2, 2007) Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification S. 21ST AVENUE IMPROVEMENT PROJECT 35 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. *** City of Yakima Wastewater Div. City of Yakima Water Div Centurylink Pacific Power Charter Communications Cascade Natural Gas Corp *** 2220 E Viola 2300 Fruitvale 8 W 2nd Ave Room 304 PO Box 1729 1005 N 16th Ave 401 N 1st St. Yakima, WA 98901 Yakima, WA 98902 Yakima, WA 98902 Yakima, WA 98907 Yakima, WA 98902 Yakima, WA 98901 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following. 1-07.18 Insurance (January 4, 2016 APWA GSP) 509-575-6077 509-575-6154 509-575-7183 509-575-3146 509-575-1697 509-457-5905 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07 18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer's financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor's Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims - made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency 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 Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or self-insured pool coverage Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor's insurance and shall not contribute with it. S. 21ST AVENUE IMPROVEMENT PROJECT 36 E The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. G. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency H Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. I. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder's Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: ■ the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • appointed officials The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations 1-07.18(3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07 18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to S. 21ST AVENUE IMPROVEMENT PROJECT 37 demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. Verification of coverage shall include: 1 An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2 Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07 18(2) as additional insured(s), showing the policy number The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3 Any other amendatory endorsements to show the coverage required herein 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements — actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below Contractor's maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency's recourse to any remedy available at law or in equity All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency The cost of any claim payments falling within the deductible or self- insured retention shall be the responsibility of the Contractor In the event an additional insured incurs a liability subject to any policy's deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products -completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits. $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offence $1,000,000 Stop Gap / Employers' Liability each accident S. 21ST AVENUE IMPROVEMENT PROJECT 38 1-07.18(5)B Automobile Liability Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.24 Rights of Way (July 23, 2015 APWA GSP) Delete this section 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. 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 S. 21ST AVENUE IMPROVEMENT PROJECT 39 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 , 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 (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8 -hour period between 7.00 a.m and 6 00 p m Monday through Friday, exclusive of a lunch break. If the S. 21ST AVENUE IMPROVEMENT PROJECT 40 Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration This request shall state what hours are being requested, and why Requests shall be submitted for review no later than noon prior to the day(s) the Contractor is requesting to change the hours If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated 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 or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2 Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period 4. If a 4-10 work schedule is requested and approved the non working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll 1-08.1 Subcontracting (July 23, 2015 APWA GSP) Delete the eighth paragraph and replace it with the following: On all projects funded with federal assistance the Contractor shall submit "Quarterly Report of Amounts Credited as DBE Participation" (form 422-102 EF) 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 quarterly reports are due on the 20th of April, July, October, and January for the four respective quarters 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 S. 21ST AVENUE IMPROVEMENT PROJECT 41 Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the 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. The Contractor shall submit a weekly activity schedule to the Construction Engineer before 9 00 a m on the Friday prior to the week indicated on the schedule If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1-08.4 Prosecution of Work Delete this section and replace it with the following' 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the 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 (August 14, 2013 APWA GSP, Option A) Revise the third and fourth paragraphs to read' Contract time shall begin on the first working day following the Notice to Proceed Date 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 S. 21ST AVENUE IMPROVEMENT PROJECT 42 Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be 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 (per Section 1-07.9(5)) b. Material Acceptance Certification Documents c. Quarterly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. Property owner releases per Section 1-07.24 (March 13, 1995) This project shall be physically completed within *** 60 *** working days 1-08.9 Liquidated Damages (August 14, 2013 APWA GSP) Revise the fourth paragraph to read: When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. S. 21ST AVENUE IMPROVEMENT PROJECT 43 1-09 MEASUREMENT AND PAYMENT 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available The Project Engineer's determination of the cost of work shall be final Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer S. 21ST AVENUE IMPROVEMENT PROJECT 44 Progress payments will be made in accordance with the progress estimate less. 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05 1. 1-09.11(3) Time Limitation and Jurisdiction (July 23, 2015 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.05 shall control venue and jurisdiction. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (July 23, 2015 APWA GSP) Revise the third paragraph to read. S. 21ST AVENUE IMPROVEMENT PROJECT 45 The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.05 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing The arbitrator shall use the Contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management 1-10.2(1) 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 1-10.4 Measurement 1-10.4(2) Items Bids with Lump Sum for Incidentals (August 2, 2004) The proposal contains the item "Project Temporary Traffic Control", lump sum. The provisions of Section 1-10.4(1) shall apply. S. 21ST AVENUE IMPROVEMENT PROJECT 46 Division 2 EARTHWORK 2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP 2-01.1 Description This section is supplemented with the following: (March 13, 1995) Clearing and grubbing on this project shall be performed within the following limits: ***The new alignment of Airport Lane from Station 20+92.50 to Station 35+00, and the extension of 21St Avenue from Station 35+00 to Station 37+00, between the new cut and fill lines.*** 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3 Construction Requirements Section 2-02.3 is supplemented with the following: Prior to removal, the Contractor shall use a vertical saw cut to delineate the areas of pavement removal from those areas that pavement is to remain. Concrete curb, gutter and sidewalks shall be removed to the nearest convenient joint if practical. If not practical to remove to the nearest joint, the Contractor shall saw cut these structures in neat vertical and straight transverse horizontal line to provide a matching joint for the new construction. The materials to be removed under this section shall become the property of the Contractor. The Contractor shall remove and dispose of the materials outside of the project limits. Any damage caused to the pavement, curb, gutter or sidewalk that is scheduled to remain, due to the Contractor's operation, shall be repaired by the Contractor to the satisfaction of the Engineer at no expense to the Contracting Agency. 2-02.3(3) Removal of Pavements, Sidewalks, Curbs and Gutters This section is supplemented with the following. Item 1 is revised to read: Haul all broken pieces to an off -project site to be obtained by the Contractor Item 3 is revised by adding the following to the end of the first sentence: "or remove to the nearest joint as directed." (February 17, 1998) Removal of Obstructions The following items shall be removed, disposed of or reset as directed by the Engineer in accordance with the requirements of Section 2-02 of the Standard Specification: 1. Remove portion of existing conc. Driveway entrance Sta.20+80 Lt. S. 21ST AVENUE IMPROVEMENT PROJECT 47 2. Remove approximately 20 ft. of existing wire fence Sta 24+85 Lt. 3 Remove approximately 20 ft. of Airport Fence Sta. 28+45 Lt. 4 Remove approximately 500 ft. of existing 6' chain link fence Sta 30+15 to Sta 34+33. 5. Remove approximately 160 ft. of existing 6' airport fence Sta 34+33 to Sta 35+25 6 Remove 3 existing conc saddles 34+60 Rt. 7 Remove existing conc gate controller foundation Sta. 34+35 Lt. 8. Remove existing conc. luminaire foundation 34+40 Lt. 9. Remove existing mail box support Oak Ave Sta 1+05 Lt Items are approximate locations, Contractor shall verify the type, size and length of each item to determine the scope of work needed to remove such items prior to bid. All other items encountered, which are not covered by Section 2-01 of the Standard Specifications (Clearing, Grubbing, and Roadside Cleanup) shall be considered incidental to the bid item "Removal of Structures and Obstructions" 2-02.4 Measurement This section is supplemented with the following Where saw cutting is necessary, the Contractor shall be paid by the linear foot, regardless of depth of cut, which includes all labor and equipment required to do the cut For this project, the maximum expected depth of cut is four inches. 2-02.5 Payment This section is supplemented by adding the following pay item "Saw Cut", per linear foot. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.4 Measurement Section 2-03 4 is supplemented with the following. Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract. Control stakes shall be set during construction by the contractor's surveyor to provide the Contractor with all essential information for the construction of excavation and embankments. If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. Copies of the ground cross-section notes will be available for the bidder's inspection, before the opening of bids, at the Project Engineer's office. S. 21ST AVENUE IMPROVEMENT PROJECT 48 Upon award of the contract, copies of the original ground cross-sections will be furnished to the successful bidder on request to the Project Engineer. 2-07 WATERING 2-07.3 Construction Requirements This section is supplemented 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 he 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 the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld, if necessary, form 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 use Violation of these requirements will result in fines and will lay the Contactor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 2-07.4 Measurement This section is supplemented with the following There will be no measurement for water. 2-07.5 Payment This section is supplemented with the following. All costs to provide and apply water shall be incidental to construction. All costs shall be included in other contract pay items. S. 21ST AVENUE IMPROVEMENT PROJECT 49 Supplement Division 4 with the following. (May 5, 2015 APWA GSP) 4-05 Vacant 4-06 ASPHALT TREATED BASE (ATB) 4-06.1 Description Asphalt treated base (ATB) consists of a compacted course of base material which has been weatherproofed and stabilized by treatment with an asphalt binder The Work shall consist of one or more courses of asphalt treated base placed on the Subgrade in accordance with these Specifications and in conformity with the lines, grades, thicknesses, and typical cross-sections shown in the Plans or as staked. 4-06.2 Materials Materials shall meet the requirements of the following sections' Asphalt 9-02.1 Anti -Stripping Additive 9-02.4 Aggregates 9-03.6 The grade of paving asphalt shall be as required in the Contract. 4-06.3 Construction Requirements 4-06.3(1) Asphalt Mixing Plant Asphalt mixing plants for asphalt treated base shall meet the following requirements. Heating The plant shall be capable of heating the aggregates to the required temperature. Proportioning The mixing plant shall be capable of proportioning. the aggregates to meet the Specifications, and the asphalt binder will be introduced at the rate specified in the approved mix design. If the aggregates are supplied in two or more sizes, means shall be provided for proportioning or blending the different sizes of aggregates to produce material meeting the Specification requirements Recycled asphalt pavement (RAP) may be used in the production of ATB. If utilized, the amount of RAP shall not exceed 30 percent of the total weight of the ATB The final gradation and asphalt binder content will conform to the approved Job Mix Formula (JMF). ATB will be evaluated under Commercial Evaluation as shown in section 9- 03.8(7). Va limts under 9-03.8(7) are excluded from ATB evaluation criteria Mixing The mixer shall be capable of producing a uniform mixture of uniformly coated aggregates meeting the requirements of these Specifications. 4-06.3(2) Preparation of Aggregates Aggregates for asphalt treated base shall be stockpiled before use in accordance with the requirements of Section 3-02 The aggregates shall be heated as required by the Engineer S. 21ST AVENUE IMPROVEMENT PROJECT 50 4-06.3(2)A Mix Design The mix design requirements for asphalt treated base shall be as described in Section 9- 03.6(3). Ndesign will be 100 gyrations for all ATB design applications. The asphalt binder shall be PG 64-22 unless specifically altered in the project specifications. The proposed mix design will be submitted for review on WSDOT Form 350-042 with included notes applicable to the ATB design evaluation. 4-06.3(3) Vacant 4-06.3(4) Mixing The asphalt treated base shall be mixed in accordance with the requirements of Section 5-04.3(8). 4-06.3(5) Hauling Equipment Hauling equipment for asphalt treated base shall conform to the requirements of Section 5-04.3(2). 4-06.3(6) Spreading and Finishing Asphalt treated base shall be spread with a spreading machine equipped with a stationary, vibratory, or oscillating screed or cut-off device, subject to the approval of the Engineer. Approval of the equipment shall be based on a job demonstration that the finished product will meet all requirements of the Specifications. Automatic controls will not be required. Unless otherwise directed by the Engineer, the nominal compacted depth of any ATB layer shall not exceed 0.40 feet. On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand The internal temperature of the ATB mixture at the time compaction is achieved shall be a minimum of 185°F Rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. 4-06.3(6)A Subgrade Protection Course Unless otherwise specified by the Engineer, the Contractor shall place the asphalt treated base as a protection for the prepared Subgrade on all sections of individual Roadways which are to receive asphalt treated base as soon as 10,000 square yards of Subgrade is completed. This requirement shall not be limited to contiguous areas on the project. The surface of the Subgrade protection layer when constructed on a grading project shall conform to grade and smoothness requirements that apply to the Subgrade upon which it is placed 4-06.3(6)B Finish Course The final surface course of the asphalt treated base, excluding Shoulders, shall not deviate at any point more than % inch from the bottom of a 10 -foot straightedge laid in any direction on the surface on either side of the Roadway crown. Failure to meet this requirement shall necessitate sufficient surface correction to achieve the required tolerance, as approved by the Engineer, at no expense to the Contracting Agency. When portland cement concrete pavement is placed on an asphalt base, the surface tolerance of the asphalt base shall be such that no elevation lies more than 0.05 feet below nor 0.00 feet above the plan grade minus the specified plan depth of portland cement concrete pavement. Prior to placing the portland cement concrete pavement, any such irregularities shall be brought to the required tolerance by grinding or other means approved by the Engineer, at no expense to the Contracting Agency. S. 21ST AVENUE IMPROVEMENT PROJECT 51 4-06.3(7) Density The asphalt treated base shall be compacted to a density of not less than 80% percent of the maximum theoretical density established for the mix by WSDOT FOP for AASHTO T 209. The density of the base shall be determined by means of tests on cores taken from the Roadway or with the nuclear gauge in accordance with Section 5-04 3(10)B. The frequency of these tests shall be at the discretion of the Engineer, but in no case shall it be Tess than one control lot for each normal day's production The use of equipment which results in damage to the materials or produces substandard workmanship will not be permitted. 4-06.3(8) Anti -Stripping Additive An anti -stripping additive shall be added to the asphalt binder material in accordance with Section 9-02.4 in the amount designated in a WSDOT mix design/anti-strip evaluation report for a dense graded hot mix asphalt design from the same gravel source within the last 24 months or as evaluated separately by an accredited lab using current WSDOT test methods (AASHTO T324 — Hamburg or WSDOT TM T718 — Modified Lottman). Alternately, the ATB may be evaluated for anti -strip additive using ASTM D3625 (Standard Practice for Effect of Water on Bituminous -Coated Aggregate Using Boiling Water) by an accredited lab The anti -stripping additive required will be the minimum amount necessary to achieve a passing evaluation. 4-06.4 Measurement Asphalt treated base including paving asphalt will be measured by the ton. 4-06.5 Payment Payment will be made in accordance with Section 1-04 1, for each of the following Bid items that are included in the Proposal. "Asphalt Treated Base, PG XX -XX", per ton "Anti -Stripping Additive", if required by one of the evaluation methods allowed in 4- 06.3(8), shall be added and included in the unit contract price for Asphalt Treated Base, PG XX -XX, per ton There will be no separate additional payment for the required anti - strip additive DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 Hot Mix Asphalt 5-04.1 Description (March 9, 2016 APWA GSP) Supplement this section with the following This Work shall also consist of providing and placing one or more layers of plant -mixed porous hot mix asphalt (PHMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans or established by the Engineer. The manufacture of PHMA may include porous warm mix asphalt (PWMA) processes in accordance with these Specifications. PWMA processes include organic additives, chemical additives, and foaming 5-04.3(3)A Material Transfer Device / Vehicle S. 21ST AVENUE IMPROVEMENT PROJECT 52 (January 16, 2014 APWA GSP) The first paragraph of this section is revised to read. Additionally, a material transfer device or vehicle (MTDN) is not required at the following locations: throughout the length of the project. 5-04.3(7)A Mix Design (March 9, 2016 APWA GSP) Supplement this section with the following. Mix Designs for PHMA shall be submitted to the Engineer on Washington State DOT Form 350-042 with the additional PHMA test data required by this specification provided as a one page supplemental attachment. The supplemental test data form is available at http://www.wsdotwa.gov/partners/apwa/PorousAsphaltPavement.pdf. The asphalt binder for PHMA/PWMA shall be PG 70-22ER polymer modified or higher grade. Binder content shall be between 6.0% and 7.0% by total weight of the mix, and will be the highest percentage that passes both the drain down and void requirements tests at Ndesign = 75 gyrations. The binder content tolerance shall be ±0.3% during production/ placement of the PHMA/PWMA. The Contractor shall adjust the aggregate to meet the maximum drain down test requirements within the ranges provided below. 1. Drain down shall be 0.3 %, maximum, according to ASTM D6390 2. Void ratio shall be 16% to 25% per ASTM D3203 at Ndesign = 75 gyrations. The Contractor shall include with the submittal temperature -viscosity curves from the polymer -modified asphalt binder supplier showing the recommended mixing and compaction temperatures developed for dense graded HMA applications. The Contractor shall determine anti -strip requirements for PHMA/PWMA and provide data for anti -stripping The asphaltic mix shall be tested for its resistance to stripping by water in accordance with ASTM D-3625. If the estimated coating area is not above 95 percent, anti -stripping agents shall be added to the asphalt. Contractor shall be responsible for conducting the anti -stripping evaluation and providing a report to the Engineer. Alternately, anti -strip evaluation of an existing dense graded hot mix asphalt of the same maximum nominal aggregate class and from the same aggregate materials source may be used to set the anti -stripping requirements for PHMA/PWMA. The anti -strip requirement for the PHMA/PWMA shall be equivalent to the anti -stripping requirement for the HMA. 5-04.3(7)A2 Statistical or Nonstatistical Evaluation Delete this section and replace it with the following: 5-04.3(7)A2 Nonstatistical Evaluation (January 16, 2014 APWA GSP) Mix designs for HMA accepted by Nonstatistical evaluation shall; • Be submitted to the Project Engineer on WSDOT Form 350-042 S. 21ST AVENUE IMPROVEMENT PROJECT 53 • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2) and 9-03 8(6) • Have anti -strip requirements, if any, for the proposed mix design determined in accordance with WSDOT Test Method T 718 or based on historic anti -strip and aggregate source compatibility from WSDOT lab testing Anti -strip evaluation of HMA mix designs utilized that include RAP will be completed without the inclusion of the RAP At or prior to the preconstruction meeting, the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The proposed mix design indicated on a WSDOT mix design/anti-strip report that is within one year of the approval date • The proposed HMA mix design submittal (Form 350-042) with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer • The proposed mix design by a qualified City or County laboratory mix design report that is within one year of the approval date. The mix design will be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L -A -B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO Material Reference Laboratory (AMRL) program At the discretion of the Engineer, agencies may accept mix designs verified beyond the one year verification period with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design 5-04.3(8)A1 General (January 16, 2014 APWA GSP) Delete this section and replace it with the following: Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Project Engineer and must be made in accordance with Section 9-03 8(7) Commercial evaluation may be used for Commercial HMA and for other classes of HMA in the following applications sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certificate of compliance letter stating the material meets the HMA requirements defined in the contract 5-04.3(8)A4 Definition of Sampling Lot and Sublot (January 16, 2014 APWA GSP) S. 21ST AVENUE IMPROVEMENT PROJECT 54 Section 5-04.3(8)A4 is supplemented with the following: For HMA in a structural application, sampling and testing for total project quantities less than 400 tons is at the discretion of the engineer For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed: If test results are found to be within specification requirements, additional testing will be at the engineers discretion. ii. If test results are found not to be within specification requirements, additional testing as needed to determine a CPF shall be performed. 5-04.3(8)A5 Test Results (January 16, 2014 APWA GSP) The first paragraph of this section is deleted. 5-04.3(8)A6 Test Methods (January 16, 2014 APWA GSP) Delete this section and replace it with the following: Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If tested, compliance of Va will be use WSDOT Standard Operating Procedure SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11. 5-04.3(13) Surface Smoothness This section is supplemented with the following. , The second sentence is revised to read: The completed surface of the wearing course shall not vary more than 1/4 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to centerline. Add the following: When utility appurtenances such as manhole rings and covers and valve boxes are encountered of are to be located within the HMA pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new castings on all new and existing public utility structures and new monument cases for all monuments as shown on the plans. Utility casting shall not be adjusted until the paving is complete. After which, the center of each structure and each monument shall be relocated from the references previously established by the Contractor. The HMA shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus two feet. The new rim shall be placed on cement concrete or adjustment rings and wedged up to the desired grade. The base materials S. 21ST AVENUE IMPROVEMENT PROJECT 55 shall be removed and Class 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 1-1/2 inches below the finished pavement surface On the following day, the concrete, the edges of the HMA and the outer edge of the casting shall be painted with a hot asphalt tack coat. HMA Class 3/8 In. shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies 5-04.3(14) Planing Bituminous Pavement Section 5-04.3(14) is supplemented with the following. (January 5, 2014) The Contractor shall perform the planing operations no more than *** 14 *** calendar days ahead of the time the planed area is to be paved with HMA, unless otherwise allowed by the Engineer in writing 5-04.5 Payment 5-04.5(1)B Price Adjustments for Quality of HMA Compaction (January 16, 2014 APWA GSP) Delete this section and replace it with the following The maximum CPF of a compaction lot is 1 00 For each compaction lot of HMA when the CPF is less than 1 00, a Nonconforming Compaction Factor (NCCF) will be determined THE NCCF equals the algebraic difference of CPF minus 1 00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7-04 STORM SEWERS 7-04.2 Materials This section is supplemented with the following 7-04.3(1)A General This section is supplemented with the following No infiltration or exfiltration test will be required for the storm drain pipe 7-04.4 Measurement This section is supplemented with the following. S. 21ST AVENUE IMPROVEMENT PROJECT 56 The length of the biofiltration swale will be the number of linear feet of completed installation measured along the finished bottom of the bisected swale including slopes, regardless of swale width. 7-04.5 Payment This section is supplemented with the following The unit contract price for "Biofiltration Swale," per linear foot, shall be full compensation for all labor, tools, equipment, and materials necessary to grade, and shape the roadside drainage swale as shown on the Plans. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.2 Materials This section is supplemented with the following: Crushed Surfacing Top Course (for Trench Backfill) Gravel Backfill for Pipe Zone Bedding The crushed gravel used for gravel backfill for pipe zone bedding shall be crushed surfacing top course meeting the requirements of Section 9-03.9(3). 7-08.3(3) Backfilling This section is supplemented with the following. All street crossing trenches and all other areas as directed by the Engineer, shall be backfilled for the full depth of the trenches with Crushed Surfacing Top Course (for Trench Backfill). 7-08.4 Measurement This section is supplemented with the following. Crushed surfacing top course (for trench backfill) will be measured by the ton. 7-08.5 Payment The section is supplemented by adding the following pay item. "Crushed Surfacing Top Course (for Trench Backfill)", per ton 7-09 WATER MAINS 7-09.1 Description Supplement this section with the following: The City Water/Irrigation Division will operate all existing water valves required as part of the project. Existing valves within the project area shall remain accessible at all times All new water mains crossing nonpotable lines such as sanitary and storm sewer lines shall conform to the City of Yakima's Waterline Separation from Nonpotable Conveyance Systems standards. 7-09.3(5) Grade and Alignment Revise the first sentence of the third paragraph to read as follows: S. 21ST AVENUE IMPROVEMENT PROJECT 57 The depth of trenching for water mains shall be such as to give a minimum cover of 48 inches over the top of the pipe unless otherwise specified in the Special Provisions 7-09.3(9) Bedding the Pipe Delete the first sentence Revise the second sentence to read Gravel backfill for pipe zone bedding shall be placed to the depths shown on the City of Yakima Standard Detail for Typical Trench Section, W3. 7-09.3(10) Backfilling Trenches Supplement this section with the following Street crossing trenches and other locations as shown on the plans or directed by the Engineer shall be backfilled for the full depth of the trench with Crushed Surfacing Top Course meeting the requirements of SECTION 9-03 9(3) 7-09.3(11) Compaction of Backfill Delete the first paragraph supplement this section with the following The density of the compacted material shall be at least 95% of the maximum density as determined by ASTM D 698 Tests (Standard Proctor) Placement of courses of aggregate shall not proceed until density requirements have been met. The first 500 feet of trench backfill operations shall be considered a test section for the Contractor to demonstrate his backfilling and compaction techniques The Contractor shall notify the Engineer at least 3 working days prior to beginning trench excavation and backfill operations and the Engineer will arrange for in-place density tests to be taken on the completed test section in accordance with the above requirements. No further trenching will be allowed until the specified density is achieved in the test section Passing in-place density tests in the test section will not relieve the Contractor from achieving the specified densities throughout the project. 7-09.3(19)A Connection to Existing Mains Add the following No connection to existing mains shall be allowed prior to a successful pressure test, disinfection, flushing and a satisfactory bacteriological test result is obtained. The Water/Irrigation Division shall furnish and install new tapping sleeves and valves to existing mains up to and including 12 -inch. Costs, including materials and labor, as determined by the Water Distribution Supervisor, shall be paid at the Community and Economic Development Department, City Ha11,129 N 2nd St. Yakima, WA. 98901, before materials are ordered and the work is scheduled. Mechanical joint fittings, valves and fire hydrants shall be connected with a ROMAC "Grip Ring", or an approved equivalent. 7-09.3(22) Blowoff Assemblies Revise the first sentence to read: Blowoff Assemblies shall be constructed at the locations shown on the Plans and in accordance with the City of Yakima Typical Blow Off Assembly Detail S 21ST AVENUE IMPROVEMENT PROJECT 58 7-09.3(23) Hydrostatic Pressure Test Revise the first sentence to read: AH water mains and appurtenances shall be tested under a hydrostatic pressure of 180 psi. Supplement this section with the following: Test shall be made with main gate valves open. Upon completion of the test, each valve shall be tested by closing each in turn and relieving the pressure beyond. This test of the valve will be acceptable if there is no immediate loss of pressure on the gauge when the pressure comes against the valve being checked The Contractor shall verify that the pressure differential across the valve does not exceed the rated working pressure of the valve. 7-09.3(23)A Testing Extensions From Existing Mains Delete this section 7-09.3(23)B Testing Section With Hydrants Installed Revise this section to read: When hydrants are included with the section of water main to be tested, the testing shall be conducted as described in Section 7-09 3(23) in two separate tests as follows: Test No. 1 — Hydrant auxiliary gate valves closed, with the hydrant operating stem valves and hose ports open Test No. 2 — Hydrant operating the stem valves closed, with the hydrant auxiliary gate valves and hose ports open 7-09.3(23)C Testing Hydrants Installed on Existing Mains Revise this section to read' For hydrants being installed and connected to an existing water main, the hydrant connection shall be provided by the City of Yakima Water/Irrigation Division, including the auxiliary gate valve In some cases, the City will also install the hydrant and all associated piping. The owner or contractor requiring the new fire hydrant shall be responsible for all costs associated with the City's installation Where the contractor installs the hydrant and piping, all materials shall be field chlorinated as described in 7-09.3(24)M prior to connecting to the auxiliary gate valve. Once connected, a visual inspection of all connections shall be performed prior to backfilling If the distance between the auxiliary gate valve and hydrant is more than one full length of pipe, the hydrant and piping shall be pressure tested according to 7- 09.3(23) and disinfected according 7-09.3(24) prior to being connected to the auxiliary gate valve and existing water main. 7-09.3(24) Disinfection of Water Mains Supplement this section with the following. A representative from the City of Yakima Water/Irrigation Division will collect all bacteriological samples for testing and pay the cost associated with the initial samples. If test bacteriological samples will be taken by a representative of the Water/Irrigation Division. The contractor will be responsible for all costs associated with subsequent disinfection and sample testing. S. 21ST AVENUE IMPROVEMENT PROJECT 59 7-09.3(24)A Flushing Revise the first paragraph to read. All filling, flushing and chlorinating of the new water system shall be done through a metered hydrant or blow -off connection with an approved double check assembly. Contractor shall secure the metered connection and double check assembly from the City of Yakima Water/Irrigation Division (see also 2-07.3(A) Water Supplied From Hydrants) Sections of pipe to be disinfected shall first be flushed to remove any solids or contaminated material that may have become lodged in the pipe If a hydrant is not installed at the end of the new main, then a temporary blow -off shall be provided by the contractor large enough to develop a flow velocity of at least 2.5 fps in the water main. No portion of the temporary blow -off shall remain in place as part of the permanent water system Delete the second paragraph 7-09.3(24)H Point of Application Delete this section 7-09.3(24)N Final Flushing and Testing Revise the last sentence in the third paragraph to read. Samples will be collected and bacteriological tests obtained by the City of Yakima Water/Irrigation Division 7-12.3 Construction Requirements Supplement this section with the following Valve box tops and lids shall be placed so that the ears of the lid/notches of the top section are in-line with the direction of the main Where valve boxes are installed in unpaved areas, the contractor shall install a 24 -inch square/diameter x 4 -inch thick pad of 3,000 psi concrete pad around valve box. The valve box and concrete pad shall be set flush to the surrounding surface 7-12.3(1) Installation of Valve Marker Post Delete this section 7-14 HYDRANTS 7-14.3(1) Setting Hydrants Delete the fourth paragraph. Supplement this section with the following. The hydrant shall be set to the correct elevation on a concrete block base 12 -inch by 12 -inch by 6 -inch thick, which has been placed on undisturbed earth. Around the base of the hydrant, the Contractor shall place 0.25 C Y of drain rock ranging in size from 3/4 -inch to 11/2 -inch, said drain rock being for the purpose of allowing free drainage of the hydrant. Hydrants shall be installed according to City of Yakima Standard Detail for Hydrant Assembly, W1 7-14.3(2)A Hydrant Restraint Revise this section to read as follows. S. 21ST AVENUE IMPROVEMENT PROJECT 60 All mechanical joints associated with the hydrant (shoe, auxiliary gate valve, tee)shall be connected with ROMAC "Grip Ring" accessory packor approved equivalent. Where the length between the auxiliary valve and hydrant shoe is greater than 18 feet, a tyton joint "Field-Iok" type gasket shall be used at the pipe joint for restraint. No concrete thrust blocking is required at the hydrant tee or at the hydrant shoe 7-14.3(2)B Auxiliary Gate Valves and Valve Boxes Revise this section as follows: Auxiliary gate valves and valve boxes shall be installed in accordance with Section 7- 12. 7-14.3(3) Resetting Existing Hydrants Revise this section as follows: Where existing hydrants are shown on the Plans for adjustments to conform to a new street alignment or grade or both, the hydrant shall be relocated as necessary by the City of Yakima Water/Irrigation Division. 7-14.3(4) Moving Existing Hydrants Revise this section as follows Where existing hydrants are shown on the Plans to be moved, the hydrant shall be moved as necessary by the City of Yakima Water/Irrigation Division. 7-14.3(5) Reconnecting Existing Hydrants Delete this section 7-15 SERVICE CONNECTIONS 7-15.1 Description This section is supplemented with the following: City of Yakima Water/Irrigation Division will install all 2 -inch and smaller service connections from the main to and including the meter setter for the premises served Service connections larger than 2 -inches shall be installed as shown and noted on the plans. No service shall be installed by the Water/Irrigation Division prior to a successful pressure test, disinfection, flushing and a satisfactory bacteriological test result is obtained. 7-17 SANITARY SEWERS 7-17.2 Materials This section is supplemented as follows. All new sanitary sewer manhole rings and lids located in the roadway shall be locking manhole rings and lids and will be supplied by the City at no cost to the Contractor. The locking manhole rings and lids must be picked from the Wastewater Collections Shop located on Third Avenue and Pine Street at the contractors' expense. 7-17.3(2)H Television Inspection This section is supplemented as follows: S. 21ST AVENUE IMPROVEMENT PROJECT 61 Replace the word "may" in the first sentence of the first paragraph of the Standard Specifications with the word "shall". Television inspection shall be done by City of Yakima Wastewater forces, after the trench has been backfilled and compacted to the required density, but before any paving over the trench The Engineer shall do the television inspection following all repairs found necessary by air and mandrel tests The Contractor shall make arrangements with the City of Yakima Wastewater Collection at (509) 575-6118 at least one week in advance of the test. 7-17.4 Measurement This section is supplemented as follows. Replace the second paragraph of this section of the Standard Specifications with the following - No separate measurement will be made for testing sewer pipe 7-17.5 Payment This section is supplemented with the following The sentence following the bid item "Testing Sewer Pipe" in this section of the Standard Specifications is replaced with the following All costs for testing the sewer pipe as required in Section 7-17 3(2) shall be included in the unit contract price for "PVC Sanitary Sewer Pipe In. Diam.", per linear foot Division 8 Miscellaneous Construction 8-01 Erosion Control and Water Pollution Control 8-01.3 Construction Requirements General The tenth paragraph of Section 8-01.3(1) is revised to read. (January 25, 2010) Erodible Soil Eastern Washington Erodible soil not being worked whether at final grade or not, shall be covered within the following time period using an approved soil cover practice: July 1 through September 30 October 1 through June 30 30 days 15 days 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.1 Description This section is supplemented with the following. S. 21ST AVENUE IMPROVEMENT PROJECT 62 This work shall include the installation cement concrete residential driveway approach and a portion of a cement concrete commercial driveway Type 1 in accordance with the City of Yakima Standard Detail R-4, Commercial Driveway Approach Type 1 and Residential Driveway Approach 8-06.3 Construction Requirements Replace the first paragraph with the following: Cement concrete commercial driveway approaches shall be constructed with air entrained concrete Class 3000 conforming to the requirements of Section 6-02 or Portland Cement Concrete Pavement conforming to the requirements of Section 5-05. 8-06.4 Measurement Add the following. Cement Concrete Residential Driveway Approach and Commercial Driveway Approach Type 1 will be measured by the square yard at the locations shown on the plans. 8-06.5 Payment Add the following pay item: "Cement Concrete Residential Driveway Approach", per square yard. "Cement Concrete Commercial Driveway Approach Type 1", per square yard. 8-12 CHAIN LINK FENCE AND WIRE FENCE 8-12.1 Description This section is supplemented with the following: Chain Link Fence Type Airport shall be constructed per the Standard Plans for Chain Link Fence Type 3 except the fabric height shall be 7' 0" with 3 stand Barbwire meeting section 9-16.2(1)E placed at 45° on top. The Existing Double Gate shall be relocated to the location shown on the plans. A 20 -foot wide electric security gate shall be furnished and installed, including all equipment and materials required for a completed and operational electric security gate system, in accordance with these specifications and as shown on the Plans The contractor shall install the gate operator system according to the Manufacturer recommendations The system shall consist of, but not be limited to, the following work items. Gate, posts, and accessories; Gate Controller; Access Key Pad; Vehicle Loop Detectors; Radio Control Equipment. 8-12.2 Materials This section is supplemented with the following: 1 Gate Controller: The gate controller shall be ELITE Model SL -3000 -UL -DM, or approved equal The controller shall be equipped with two 4 7 AMP, 115 VAC, 1/2 hp instant reversing motors, be designed to operate in high temperature conditions, and be capable of continuous cycles per day. The minimum gate travel speed shall be 12 inches per second. S. 21ST AVENUE IMPROVEMENT PROJECT 63 2 Edge Sensor: An edge sensor shall be provided and installed on the leading edge of the new slide gate to provide immediate stop and revers function of the gate. The edge sensor shall be approved by the gate operator manufacturer. 3 Key Pad: The electric gate entry keypad shall be DOORKING Model 1506, or approved equal. The keypad shall be a 12 -button (digits 0 thru 9, "*", and "#"), programmable, digital keypad mounted in a rain -tight steel cabinet with a stainless steel faceplate and metal keypad. The unit shall be capable of storing up to 50 four - digit entry codes with a programmable relay strike time from 1 to 99 seconds. The keypad shall be suitable for post mount or outdoor use 4. Vehicle Loop Detector: The vehicle loop detectors shall be approved by the gate operator manufacturer Quantity of loop detectors shall be as recommended by the gate operator and as specified and as shown on the Plans. 5 Radio Control Equipment. Radio control equipment shall be provided for remote operation of the gate from within Airport vehicles The radio shall provide a 300 foot range The operating frequency of the radio controls shall match the operating frequency presently used The electric gate shall be provided with a radio receiver for activation of the gate by radio controls. An antenna shall be provided at the gate control enclosure and shall be connected to the receiver with antenna leads as recommended by the radio manufacturer A total of six new transmitters with batteries shall be provided to activate the radio control, but the transmitters shall not operate more than one gate simultaneously. The slide gate shall be 7ft in height with 3 strand Barbwire meeting section 9-16 2(1)E placed vertically on top. 8-12.3 Construction Requirements This section is supplemented with the following 1. General. The electrical security gate shall be constructed in accordance with the Plans and as specified herein using new materials and equipment, and all work shall be performed in a workmanlike manner satisfactory to the Engineer The installing Contractor shall be qualified for both installation and repair of the specified electric gate and accessories and shall have recorded of a minimum of five (5) similar electric gate installations 2. Installing Automatic Gates. The gate and all ancillary features shall be installed according to manufacturer's specifications and the satisfaction of the Engineer. All electrical components and connections shall meet the requirements of national, state, and local codes At no point shall the gate frame be more than four inches above the finished grade, or from an adjacent fence or building, while in a fully closed position. The Contractor shall be responsible for making any and all modifications necessary to achieve required clearances Gate installer shall provide a 1 -year warranty (1 year after final completion date) to the Engineer for the repair or replacement of the gate and/or gate components that do not S. 21ST AVENUE IMPROVEMENT PROJECT 64 comply with the performance, materials, workmanship and other requirements specified in this section. 3. Installing Equipment: The Contractor shall be responsible for mounting all enclosures and key pad level and plumb. The equipment shall be securely anchored to the ground or anchoring facilities as shown on the Plans, recommended by the manufacturer, or as directed by the Engineer. 8-12.4 Measurement Add the following. Chain link fence type airport will be measured by the linear foot of completed fence along the ground line, exclusive of openings. Relocate double gate will be measured per each for each double gate relocated. There shall be no specific unit of measurement for the lump sum item, 20 -foot wide electric gate, complete. 8-12.5 Payment Add the following pay items. "Chain Link Fence Type Airport ", per linear foot. "Relocate Double Gate", per each shall be full: payment for all cost to remove the existing gate and install it at the new location shown on the plans The Lump Sum unite price for "20 -Foot Wide Electric Gate, Complete," shall be full compensation for furnishing all materials, labor, equipment, tools and incidentals necessary to provide a complete and operational electric gate system as shown on the Plans and Specified herein. 8-14 CEMENT CONCRETE SIDEWALK 8-14.3 Construction Requirements 8-14.3(3) Placing and Finishing Concrete This section is supplemented with the following. All sidewalk not located within driveway approach areas shall be four -inch thick cement concrete over a two inch base of crushed surfacing top course. All sidewalk located within a driveway approach area shall be six inch thick cement concrete over a two inch base of crushed surfacing top course. See City of Yakima Standard Detail R-5. 8-14.5 Payment This section is supplemented with the following: All costs required to furnish, place and compact the Crushed Surfacing Top Course beneath the cement concrete sidewalk shall be incidental to, and included in the per square yard unit contract prices for "Cement Concrete Sidewalk — 4 Inch Thick," Thick" and "Cement Concrete Commercial Driveway Approach". S. 21ST AVENUE IMPROVEMENT PROJECT 65 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.3(1) General Supplement this section with the following: Electrical Order of Work Work shall be coordinated so that electrical equipment is energized within 72 hours of installation 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 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes Supplement this section with the following Junction boxes shall not be located in ADA sidewalk ramps or landing areas, and, when possible, shall be approximately centered in the concrete sidewalk area between concrete curb edges and soft -surface dirt edges, and 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. A porous concrete slab that meets the requirements of ACI specification 522.1, "specification for pervious concrete pavement," shall be constructed beneath the junction boxes as detailed in the plans. 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 8-20.3(10) Electrical Service Add the following. Existing electrical services will be utilized as shown on the plans. SECTION 8-26 NEW SECTION LANDSCAPE ROCK S. 21ST AVENUE IMPROVEMENT PROJECT 66 8-26.1 Description This work consists of installing landscape rock in accordance with the plans, these Specifications, or as designated by Engineer. 8-26.2 Materials Landscape Rock 1-1/2" clean angular basalt chips with no fines or an approved equal. All basalt materials shall be naturally occurring and come from the same local source All materials shall be accepted based upon a visual inspection prior to transport to the job site. 8-26.3 Construction Requirements Landscape rock shall be placed between the existing sidewalk and the Airport Fence along S. 21st Ave. and in the bio filtration swales. The material shall be place directly over the existing native soil. 8-26.4 Measurement 1-1/2" Chips shall be measured by the Ton 8-26.5 Payment "1-1/2" Chips " per Ton 8-29 ILLUMINATION, SIGNALS, ELECTRICAL 8-29.1 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. 8-29.2 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). 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". See Quazite Details for all technical data for each of the three enclosure sizes specified 8-29.10 Luminaires Supplement this section with the following: S. 21ST AVENUE IMPROVEMENT PROJECT 67 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-8-C-UL- SV. Equivalents and/or alternate wattage LED's shall be pre -approved by the City and Traffic Engineers 8-29.12(1) Illumination Circuit Splices 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 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 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 9-03 AGGREGATES 9-03.6 Vacant Delete this Section and replace it with the following: 9-03.6 Aggregates for Asphalt Treated Base (ATB) (May 5, 2015 APWA GSP) 9-03.6(1) General Requirements Aggregates for asphalt treated base shall be manufactured from ledge rock, talus, or gravel, in accordance with the provisions of Section 3-01 that meet the following test requirements. Los Angeles Wear, 500 Rev. Degradation Factor 30% max. 15 min 9-03.6(2) Grading Aggregates for asphalt treated base shall meet the following requirements for grading S. 21ST AVENUE IMPROVEMENT PROJECT 68 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Sieve Size Percent Passing 2" 100 '/2" 56-100 No. 4 32-72 No 10 22-57 No 40 8-32 No 200 2.0-9 0 All percentages are by weight. 9-03.6(3) Test Requirements When the aggregates are combined within the limits set forth in Section 9-03.6(2) and mixed in the laboratory with the designated grade of asphalt, the mixture shall be capable of meeting the following test values: % of Theoretical Maximum Specific Gravity (GMM) (approximate) 93@ 100 gyrations AASHTO T324, WSDOT TM T718 or ASTM D3625 Pass (Acceptable anti -strip evaluation tests) The sand equivalent value of the mineral aggregate for asphalt treated base (ATB) shall not be Tess than 35. 9-05 DRAINAGE STRUCTURES, CULVERTS AND CONDUITS 9-05.15(1) Manhole Ring and Cover This section is revised to read as follows: All manhole rings and lids to be adjusted on this project shall be replaced with locking manhole rings and lids that will be supplied by the City at no cost to the Contractor. The locking manhole rings and lids shall be picked up from the Wastewater Collections Shop located at 204 W. Pine Street at the Contractor's expense. The locking lids are marked as "Sewer" for the sanitary sewer system and "Storm" for the storm water system. The Contractor will be responsible for placing the correct lid on each system manhole upon completion of adjustment. The Contractor shall notify the Wastewater Collections Shop a minimum of 24 hours in advance (509-576-6302) to ensure that the facility will be open when scheduling the pickup of the rings and lids The Contractor will need to supply the forklift for loading of the lids. The lids shall be placed such that the lid will open against traffic. 9-29 ILLUMINATION, SIGNAL, ELECTRICAL 9-29.6(6) Aluminum Light Standard (NEW SECTION) Add this section as follows: Light standards for this project shall be as shown on the City of Yakima Standard Detail. S. 21ST AVENUE IMPROVEMENT PROJECT 69 The shaft of the Aluminum Light standards and arms shall be spun tapered from all new seamless 6063 alloy aluminum tubing and shall be heat treated to T6 temper Each shaft shall have a minimum of 6" straight length at the top to accommodate the center hub of the tapered arm. The anchored base shall be cast from A356 alloy aluminum The anchor base shall be heat treated to a T6 condition The anchor base casting and shaft shall be joined by a continuous and circumferential weld at the outside top and inside bottom of the anchor base The completed assembly will be heat treated to T6 temper after all structural welding is completed. A356 alloy aluminum nut covers shall be included with each anchor base unless otherwise specified. The light standard base shall be of the "fixed" type. Accessories shall include anchor bolts (each with two heavy hex nuts and washers) as sized by the manufacturer, bolt templates, full base covers, and pole end caps. All light standards, arms and accessories shall be supplied by the same manufacturer Light standards have eight -foot (8') arms, and shall provide a nominal fixture mounting height of thirty feet (30'). Handholes shall be 4 inches by 6 inches and shall be located 18 inches above the base A 1/2 -inch NC ground stud shall be located inside the handholes Davit arm members shall be conically tapered from 6" 0 D x .188" wall 6063 alloy extruded aluminum tube The fixture end of each arm shall be a 2-3/8" O.D. (2" pipe size) tenon The davit arm slip shall fit onto a specially tapered pole top tenon where it will be fastened with two stainless steel 5/8" — 11 UNC through bolts. 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 Pipe 9-30.1(1) Ductile Iron Pipe The last sentence of paragraph 1 is replaced with the following. All other ductile iron pipe shall be Special Thickness Class 52 with cement mortar lining complying with, AWWA C151/A21.51 and C104/A21.4 most current editions. Paragraph 2 is replaced with the following' Non -restraining joints shall be rubber gasket, push -on type (Tyton Joint), conforming to ANSI/AWWA CII I/A21.11, most current edition Paragraph 3 is replaced with the following Restrained joints shall be US Pipe "Field-lok" gaskets or approved equal. 9-30.1(4) Steel Pipe Delete this section 9-30.1(5) Polyvinyl Chloride (PVC) Delete this section. S. 21ST AVENUE IMPROVEMENT PROJECT 70 9-30.1(6) Polyethylene (PE) Pressure Pipe (4 Inches and Over) Delete this section 9-30.2 Fittings 9-30.2(4) Steel Pipe Delete this section 9-30.2(5) Polyvinyl Chloride (PVC) Pipe Delete this section 9-30.2(6) Restrained Joints Revise this section to read: The restraining of ductile iron pipe, fittings, and valves shall be accomplished by the use of ROMAC "Grip Ring" follower gland or approved equal. Any device utilizing round point set screws shall not be permitted. All couplings installed underground to connect ductile iron shall be manufactured of ductile iron. 9-30.2(9) Grooved and Shouldered Joints Delete this section 9-30.2(10) Polyethylene (PE) Pipe (4 Inches and Over) Delete this section. 9-30.2(11) Fabricated Steel Mechanical Slip -Type Expansion Joints Delete this section 9-30.3 Valves 9-30.3(1) Gate Valves (3 to 16 Inches) Delete this section and replace it with the following: 9-30.3(1) Gate Valves (2 -inches to 8 -inches) Gate valves, sized 2 -inch through 8 -inch, shall be resilient seated gate valves conforming to ANSI/AWWA C 509 latest edition. The valves shall have mechanical joint connections including accessories, or flanged connections, as noted on the Plans. The Contractor shall provide an affidavit of compliance stating that the valve furnished fully complies with AWWA C509 Approved gate valve manufacturers include. • Mueller Co. • Clow Valve Co. • M&H Valve Co. • Kennedy Valve Co. American Flow Control 9.30.3(3) Butterfly Valves Supplement this section with the following: All valves 12 -inches and over shall be butterfly valves conforming to ANSI/AWWA C504, latest edition. S. 21ST AVENUE IMPROVEMENT PROJECT 71 9-30.3(4) Valve Boxes Supplement this section with the following The top section of the valve boxes shall be Rich Model 940-B, or equal, 18 inches high. The bottom section shall be a Rich Model R-36, or equal, 36 inches high Extension section shall be Rich Model 044, or equal, 12 inches high. 9-30.3(5) Valve Marker Posts Delete this section 9-30.3(8) Tapping Sleeve and Valve Assembly Delete this section 9-30.5 Hydrants 9-30.5(1) End Connections Replace this section with the following The end connection shall be mechanical joint, meeting the requirements of AWWA C110. Hydrants domes and nozzle caps to be painted black using Rustoleum's Paint No 634 or approved equal. Hydrant nozzle body to be painted yellow using Rustoleum's No 659 or approved equal. Nozzle caps and operating nut to be 1 -1/2 - inch pentagon point to flat. Hydrants to have weather caps installed on or over the operating nut. Hydrant pumper port to be supplied with 5 -inch Storz coupling nozzle x 4 -1/2 -inch NST connection with cap and cable Approved hydrants include' • Mueller Super Centurion 250 • M&H Style 129 • M&H Style 929 • East Jordan Iron Works WaterMaster 5CD250 9-30.6 Water Service Connections (2 Inches and Smaller) Delete this section (April 4, 2016) Standard Plans The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21- 01 transmitted under Publications Transmittal No. PT 15-048, effective August 3, 2015 is made a part of this contract. The Standard Plans are revised as follows: A-30.15 DELETED A-50.10 Sheet 2 of 2, Plan, with Single Slope Barrier, reference C -14a is revised to C-70 10 A-50 20 Sheet 2 of 2, Plan, with Anchored Barrier, reference C -14a is revised to C-70 10 S. 21ST AVENUE IMPROVEMENT PROJECT 72 A-50.30 Sheet 2 of 2, Plan (top), reference C -14a is revised to C-70.10 A-60.30 Note 4, was - "If the ACP and membrane is to be removed from the bridge deck, see GSP 023106 for deck preparation before placing new membrane." Is revised to read; "If the ACP and membrane is to be removed from the bridge deck, see GSP 6- 02.3(10)D.OPT6.GB6 for deck preparation before placing new membrane " B-10.20 and B-10.40 Substitute "step" in lieu of "handhold" on plan B-15.60 Table, Maximum Knockout Size column, 120" Diam., 42" is revised to read, 96" B-25.20 Add Note 7. See Standard Specification Section 8-04 for Curb and Gutter requirements B-40.40 Note 2, was - "When bolt -down grates are specified in the Contract, provide two slots in the grate that are centered with the holes in the frame. Location of bolt -down slots varies among different manufacturers." Is revised to read; "Bolt -down capability is required on all frames, grates, and covers, unless specified otherwise in the Contract. Provide 2 holes in the frame that are vertically aligned with the grate or cover slots. The frame shall accept the 5/8" (in) - 11 NC x 2" (in) Allen head cap screw by being tapped, or other approved mechanism. Location of bolt -down holes varies by manufacturers." B-55.20 Metal Pipe elevation, title is revised to read; "Metal Pipe and Steel Rib Reinforced Polyethylene Pipe" B-90.40 Offset & Bend details, add the subtitle, "Plan View" above titles C -8b Section A, callout, was - "Grout" is revised to read; "Grout 2" (IN) MAX., callout, was - "Anchor Bolt (TYP.) - See Detail" is revised to read; "Anchor Bolt or Rod (TYP.) - See Detail", Sheet 2, Detail "A", callout, was - "Anchor Bolt (TYP.) - See Detail", is revised to read, "Anchor Bolt or Rod (TYP) - See Detail" Anchor Bolt Detail, DELETED - Headed Bolt DETAIL portion of the ANCHOR BOLT DETAIL. Dimension, "5 1/2" MIN. Threads" is deleted. Add dimension, "1" MAX " from top of barrier to bottom of the nut, Callout, was - "1" Diam. Threaded Rod - ASTM A 419" is revised to read; "1" (IN) Diam. Threaded Full Length Rod or Bolt - ASTM F 1554, Grade 105". Note (Below Title), was - "Galvanize Exposed Anchor Rod End 1' - 9" Min." is revised to read; "Galvanized Anchor Bolt Full Length according to ASTM F 2329". Subtitle - was "Threaded Rod" is revised to read; "Threaded Rod or Bolt", Sheet 2, Anchor Plate detail, callout, was - 1" DIAM. HOLE (TYP.)" IS REVISED TO READ; "1 1/8" (IN) DIAM. HOLE (TYP.)" , callout, was - "/2" Plate" is revised to read;"1/2" (IN) Plate - ASTM A36 C-1 Assembly Detail, Steel Post, (post) callout - was - "W6 x 9 or W6 x 15" is revised to read; "W6 x 8.5 or W6 x 9 or W6 x 15" C-10 S. 21ST AVENUE IMPROVEMENT PROJECT 73 General Note 1, first sentence, was - "Length of W8 x 35 and W6 x 9 shall be determined by measurement from top of ground to top of grout pad " Is revised to read; "Length of W8 x 35 and W6 x 8.5 or W6 x 9 shall be determined by measurement from top of ground to top of grout pad." Sheet 1, Post Base Plate Detail, callout, was - "W6 x 9" is revised to read; "W6 x 8 5 or W6 x 9" Sheet 1, Box Culvert Guardrail Steel Post Type 2 detail, callout, was - "W6 x 9 Steel Post" is revised to read;" "W6 x 8 5 or W6 x 9 Steel Post" Sheet 1, Post Anchor Attachment Detail, callout, was - "W6 x 9 See Note 1" is revised to read, "W6 x 8 5 or W6 x 9 - See Note 1" Sheet 1, Detail A, callout, was - "W6 x 9 Steel Post -- See Note 1" is revised to read, "W6 x 8.5 or W6 x 9 Steel Post - See Note 1" Sheet 2, Box Culvert Guardrail Steel Post Type 1, callout, was - "W6 x 9 x 27 5" Steel Post" is revised to read; "W6 x 8.5 x 27.5" (IN) or W6 x 9 x 27.5" (IN) Steel Post" Sheet 2, Detail B, callout, was - "W6 x 9 x 27.5" Steel Post" is revised to read, "W6 x 8.5 x 27 5" (IN) or W6 x 9 x 27 5" (IN) Steel Post" C -16a Note 1, reference C-28.40 is revised to C-20.10 C -16b Note 3, reference C-28.40 is revised to C-20.10 C-22.14 Plan, callout, was - "Location of Post (Without Block) - W6 x 9 Steel Post Only" is revised to read, "Location of Post (Without Block) - W6 x 8.5 or W6 x 9 Steel Post Only" Elevation, callout, was - "Location of Post (Without Block) - W6 x 9 Steel Post Only" is revised to read, "Location of Post (Without Block) - W6 x 8.5 or W6 x 9 Steel Post Only" C-22.45 Note 1, was - "This Terminal is FHWA accepted at Test Level Two (TL -2) and may be used in applications with speeds of 40 MPH or less " Is revised to read: "This Terminal is FHWA accepted at Test Level Two (TL -2) and may be used in applications with speeds of 45 MPH or less." Plan Title, was - "Beam Guardrail Type 31 Non - Flared Terminal Steel Posts (Posted Speed - 40 MPH and Below)" is revised to read. "Beam Guardrail Type 31 Non - Flared Terminal Steel Posts (Posted Speed - 45 MPH and Below D-10.10 Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions stated in the 11/3/15 Bridge Design memorandum D-10.15 Wall Type 2 may be used if no traffic barrier is attached on top of the wall Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum D-10.20 Wall Type 3 may be used in all cases. The last sentence of Note 6 on Wall Type 3 shall be revised to read' The seismic design of these walls has been completed using a site adjusted (effective) peak ground acceleration of 0 32g D-10.25 S. 21ST AVENUE IMPROVEMENT PROJECT 74 Wall Type 4 may be used in all cases. The last sentence of Note 6 on Wall Type 4 shall be revised to read: The seismic design of these walls has been completed using a site adjusted (effective) peak ground acceleration of 0.32g. D-10.30 Wall Type 5 may be used in all cases. D-10.35 Wall Type 6 may be used in all cases. D-10.40 Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.45 Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the revisions stated in the 11/3/15 Bridge Design memorandum. D-15.10 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.20 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.30 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans F-10.12 Section Title, was - "Depressed Curb Section" is revised to read: "Depressed Curb and Gutter Section" F-10.40 "EXTRUDED CURB AT CUT SLOPE", Section detail - Deleted F-10.42 DELETE - "Extruded Curb at Cut Slope" View G-24.40 Sheet 1, Elevation (upper left corner), callout, was - "Sign Brace- 36" (IN) or larger in width required (See Standard Plan G-50.10)" is revised to read; "Sign Brace (See Standard Plan G-50.10)" Sheet 3, Elevation (upper left corner), callout, was - "Sign Brace- 36" (IN) or larger in width required (See Standard Plan G-50.10)" is revised to read; "Sign Brace (See Standard Plan G-50.10)" H-70.20 S. 21ST AVENUE IMPROVEMENT PROJECT 75 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1-70 10 is revised to H-70 10 1-80.10 Stabilized Construction Entrance, Isometric View, add Note to read, "Note- At the discretion of the contractor, smaller rock may be used to fill in voids between the quarry spalls to create a walking pathway for crossing the construction entrance." J-3 DELETED J -3b DELETED J -3C DELETED J-10.21 Note 18, was - "When service cabinet is installed within right of way fence, see Standard Plan J-10 22 for details " Is revised to read; "When service cabinet is installed within right of way fence, or the meter base is mounted on the exterior of the cabinet, see Standard Plan J-10.22 for details " J-10.22 Key Note 1, was - "Meter base per serving utility requirements- as a minimum, the meter base shall be safety socket box with factory -installed test bypass facility that meets the requirements of EUSERC drawing 305." Is revised to read, "Meter base per serving utility requirements- as a minimum, the meter base shall be safety socket box with factory -installed test bypass facility that meets the requirements of EUSERC drawing 305 When the utility requires meter base to be mounted on the side or back of the service cabinet, the meter base enclosure shall be fabricated from type 304 stainless steel " Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp - 120/277 volt "T" rated). Is revised to read- "Test Switch (SPDT snap action, positive close 15 amp - 120/277 volt "T" rated) " Key Note 14, was - "Hinged dead front with 1/4 turn fasteners or slide latch." Is revised to read, "Hinged dead front with 1/4 turn fasteners or slide latch Dead front panel bolts shall not extend into the vertical limits of the breaker array(s) " Key Note 15, was - "Cabinet Main Bonding Jumper Buss shall be 4 lug tinned copper See Cabinet Main bonding Jumper detail, Standard Plan J -3b " is revised to read; "Cabinet Main Bonding Jumper Assembly - Buss shall be 4 lug tinned copper - See Standard Plan J-10.20 for Cabinet Main Bonding Jumper Assembly details " J-20 10 Add Note 5, "5 One accessible pedestrian signal assembly per pedestrian pushbutton post." J-20.11 Sheet 2, Foundation Detail, Elevation, callout - "Type 1 Signal Pole" is revised to read "Type PS or Type 1 Signal Pole" Sheet 2, Foundation Detail, Elevation, add note below Title, "(Type 1 Signal Pole Shown)" Add Note 6, "6. One accessible pedestrian signal assembly per pedestrian pushbutton post." S. 21ST AVENUE IMPROVEMENT PROJECT 76 J-20.26 Add Note 1, "1. One accessible pedestrian pushbutton station per pedestrian pushbutton post." J-20.16 View A, callout, was - LOCK NIPPLE, is revised to read, CHASE NIPPLE J-21.10 Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR Delete "(TYP.)" from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP )" from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf Bar. Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP )" from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. J-21.15 Partial View, callout, was - LOCK NIPPLE 1 '/2" DIAM , is revised to read; CHASE NIPPLE - 1 '/2" (IN) DIAM. J-21.16 Detail A, callout, was - LOCKNIPPLE, is revised to read; CHASE NIPPLE J-22.15 Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6'-0" (2x) Detail A, callout, was - LOCK NIPPLE - 1 '/2" DIAM. is revised to read; CHASE NIPPLE - 1 '/2" (IN) DIAM. J-28.45 Steel Light Standard Elbow Detail, dimension, was - "1-1/2" MAX." is revised to read, 2" MAX.. callout, was - "1 00 - 8 UNC x 8" (IN) long bolt threaded full length (ASTM A325 or F1554 GR 105) with two heavy hex nuts, two plate washers, and a round washer (Typ.) (Galvanized AASHTO M232)"is revised to read; "1.00 - 8 UNC x 8 1/2" (IN) long bolt threaded full length (ASTM A325 or F1554 GR. 105) with two heavy hex nuts, two plate washers, and a round washer (Typ) (Galvanized per AASHTO F2329)". callout, was - "3/16" (IN) thick preformed "Fabreeka" fabric pad with 5" (IN) diam hole - cement to flange plate and trim outside edge flush" is revised to read; "3/16" (IN) or 1/4" (IN) thick preformed "Fabreeka" fabric pad with 5" (IN) diam hole - cement to flange plate and trim outside edge flush". Exploded Isometric View, callout, was - "1" (IN) Diam Heavy Hex Bolt (Typ.)" is revised to read,1" Diam. Bolt (Typ.). Section B, callout, was - "3 1/2" (IN) x 3/16" (IN)(17" (IN) ." is revised to read; "4" (IN) x 3/16" (IN)(17" (IN)...". Typical Sections, two traffic barrier views, add dimension [from the top of the pole base plate to the bottom of the Hand Hole]"6" MIN.". all three views, callout, was - "1" (IN) Diam. H S. bolt w/ hardened lock washer and nut (Typ.) (ASTM A325 or F1554 GR. 105)" is revised to read; "1" (IN) Diam. H. S. bolt w/ hardened lock washer and nut (Typ.) (ASTM A449 or F1554 GR. 105)". S. 21ST AVENUE IMPROVEMENT PROJECT 77 J-28.50 Section D, callout, was - Backup Strip (ref to key note 3) is revised to read, "Continuous Backup Strip (ref. to key note 3)" Key Note 3, was - 1/4" Thick, or No thinner than pole wall thickness Tack weld or seal weld to Base plate. Is revised to read, "1/4" Thick, or No thinner than Pole wall thickness. Tack weld in root or continuous seal weld to Base plate or Pole wall " J-28.60 Section B, callout, was - "Continuous Back-up ring - 1/4" or no thinner than pole wall thickness - tack weld to plate" is revised to read, "Continuous Back-up ring - 1/4" or no thinner than pole wall thickness - tack weld in root or continuous seal weld to base plate or pole wall" J-28.70 Detail C, dimension, 2" MAX. is revised to read. 1" MAX Detail D, dimension, 2" MAX is revised to read. 1" MAX J-29.10 Galvanized Welded Wire Mesh detail, callout - "Drill and Tap for 1/4" Diam Cap Screw, 3 Places, @ 9" center, all 4 edges S.S. Screw, ASTM F593 and washer" Is revised to read; "*Drill and Tap 1/4" (IN) Diam. x 1" (IN) Cap Screw with washer - space approx.. 9" o.c. Liberally coat threads with Anti -seize compound (TYP )" Add Boxed note. * Bolts, Nuts, and washers - ASTM F593 or A193 Type 304 or Type 316 Stainless Steel (S S ) J-29.15 Title, "Camera Pole Standard" is revised to read, "Camera Pole Standard Details" J-29-16 Title, "Camera Pole Standard Details" is revised to read; "Camera Pole Details" J-40.10 Sheet 2 of 2, Detail F, callout, "12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 12" S S. FLAT WASHER" is revised to read, "12 - 13 x 1 '/2" S S PENTA HEAD BOLT AND 1/2" (IN) S S FLAT WASHER" J-60.14 All references to J -16b (6x) are revised to read, J-60.11 J-90.10 Section B, callout, "Hardware Mounting Rack - S. S 1-5/8" Slotted Channel" is revised to read. "Hardware Mounting Rack (Typ ) Type 304 S S 1-5/8" Slotted Channel" J-90.20 Section B, callout, "Hardware Mounting Rack (Typ) - S S. 1-5/8" Slotted Channel" is revised to read. "Hardware Mounting Rack (Typ) - Type 304 S. S 1-5/8" Slotted Channel" K-80.10 Sign Installation (Fill Section), dimension, 6' TO 12' MIN. is revised to read. 12' MIN Sign Installation (Sidewalk and Curb Section), dimension, 6' TO 12' MIN is revised to read: 12' MIN S. 21ST AVENUE IMPROVEMENT PROJECT 78 Sign Installation (Behind Traffic Barrier Section), Delete dimensions - 6' TO 12' MIN. and 6' MIN. Sign with Supplemental Plaque Installation (Fill Section), dimension, 6' TO 12' MIN. is revised to read. 12' MIN. Sign Installation (Ditch Section), dimension, 6' TO 12' MIN. is revised to read. 12' MIN Delete dimension - 6' MIN. K-80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K-80.35 M-11.10 Layout, dimension (from stop bar to "X"), was - 23' is revised to read, 24' M-20.30 Sheet 2, Plan View, One -Way Roadway Recessed Pavement Marker Details, ONE-WAY TRAFFIC arrow symbol, is revised to point in the opposite direction (towards the rpm) 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.......8/7/07 A-10.20-00 10/5/07 A-10.30-00 10/5/07 A-20.10-008/31 /07 A-30.10-00.... 11/8/07 A-30.30-01 . 6/16/11 A-30 35-00 10/12/07 B-5.20-01 6/16/11 B-5.40-01 6/16/11 B-5.60-01.. .. 6/16/11 B-10.20-01 2/7/12 B-10.40-00 . .. 6/1/06 B-10.60-00 6/8/06 B-15.20-01 2/7/12 B-15.40-01 2/7/12 B-15.60-01 . .. 2/7/12 B-20.20-02 3/16/12 B-20.40-03 3/16/12 B-20.60-033/15/12 B-25.20-01 3/15/12 B-25.60-00. 6/1/06 B-30.10-014/26/ 12 B-30.20-02 4/26/12 B-30.30-01 ..4/26/12 B-30.40-01 ...... ...4/26/12 A-40.00-00 8/11/09 A-40 10-03 . .. 12/23/14 A-40.15-00 . 8/11/09 A-40 20-03 12/23/14 A-40.50-02 12/23/14 A-50.10-00 11/17/08 A-50.20-01 ......9/22/09 B-30 50-01 4/26/12 B-30.70-03.....4/26/12 B-30.80-00 6/8/06 B-30.90-01... . 9/20/07 B-35.20-00 6/8/06 B-35 40-00.. . .. 6/8/06 B-40 20-00 6/1/06 B-40 40-01.......6/16/10 B-45.20-00 6/1/06 B-45 40-00 6/1/06 B-50 20-00 6/1/06 B-55.20-00 6/1/06 B-60.20-00 6/8/06 B-60.40-00 6/1 /06 B-65.20-01 4/26/ 12 B-65.40-00 6/1/06 B-70.20-00......6/1/06 B-70.60-00 6/1/06 C-1 .6/16/11 C-6 C-1 a... 7/14/15 C -6a .. C-1 b... . .. .. ..7/14/15 C -6c. . C-1 c 5/30/97 C -6d A-50.30-00 11/17/08 A-50.40-00 11/17/08 A-60.10-03 12/23/14 A-60 20-03.......12/23/14 A-60 30-00 11/8/07 A-60 40-00 8/31/07 B-75.20-01..: 6/ 10/08 B-75.50-01 6/10/08 B-75.60-00 6/8/06 B-80.20-00 6/8/06 B-80 40-00 6/1/06 B-82.20-00 6/1 /06 B-85.10-01 6/10/08 B-85.20-00 6/1/06 B-85.30-00 6/1/06 B-85.40-00 ... 6/8/06 B-85 50-01 6/10/08 B-90.10-00 6/8/06 B-90.20-00 6/8/06 B-90.30-00.. .. 6/8/06 B-90.40-00... .. 6/8/06 B-90 50-00 6/8/06 B-95.20-01........ 2/3/09 B-95.40-00 6/8/06 .5/30/97 C-23.60-03.. . 6/11/14 10/14/09 0.24.10-01 6/11/14 .. ....1/6/00 C-25.18-05.. .7/14/15 .5/30/97 0-25.20-06 7/14/15 S. 21ST AVENUE IMPROVEMENT PROJECT 79 C-1 d .10/31/03 C -6f 7/25/97 C-2 .. ....1/6/00 C-7 6/16/11 C -2a.. . 6/21/06 C -7a 6/16/11 C -2b ....6/21/06 C-8 2/10/09 C -2c . . . 6/21/06 C -8a 7/25/97 C -2d 6/21/06 C -8b.... .. 6/27/11 C -2e.. 6/21/06 C -8e . 2/21/07 C -2f . ... 3/14/97 C -8f. . 6/30/04 C -2g .7/27/01 C-10 . C -2h . .3/28/97 C -16a . C -2i ..3/28/97 C-20.10-03 C -2j. . .. 6/12/98 C-20 14-03 C -2k. . 7/27/01 C-20 15-02 C -2n . . 7/27/01 C-20 18-02 C -2o .. . .7/13/01 C-20 19-02 C -2p . 10/31/03 C-20.40-05 ... 7/14/15 C-3 . . ..7/2/12 C-20 41-01 7/14/15 C -3a . . 10/4/05 C-20 42-05 . 7/14/15 C -3b.. .6/27/11 C-20.45.01.... 7/2/12 C -3c.. . 6/27/11 C-22.14-03 . 6/11/14 C -4b 6/8/06 C-22 16-05. .. 7/14/15 C -4e .. .. 10/23/14 C-22 40-04 . 10/23/14 C -4f .. 7/2/12 C-22 41-01 . . 10/23/14 C -16b. . 6/3/10 C-22 45-01. . 10/23/14 .. 6/3/10 6/3/10 . ..7/14/15 6/11/14 6/11/14 . .. 6/11/14 . 6/11/14 D-2 04-00 . . 11/10/05 D-2.48-00 11/10/05 D-2 06-01 . 1/6/09 D-2.64-01 1/6/09 D-2.08-00 11/10/05 D-2 66-00 11/10/05 D-2 14-00 . 11/10/05 D-2.68-00 11/10/05 0-2 16-00.. 11 /10/05 D-2 80-00 11/10/05 D-2 18-00. .. 11/10/05 D-2.82-00 11/10/05 0-2 20-00. 11/10/05 0-2.84-00 11/10/05 D-2.32-00.... . .11/10/05 D-2 86-00 11/10/05 D-2.34-01 . 1/6/09 D-2.88-00 11/10/05 D-2 36-03 6/11/14 D-2.92-00 11/10/05 D-2.42-00 .11/10/05 D-3 09-00 . 5/17/12 0-2 44-00 .11/10/05 D-3 10-01 5/29/13 D-2.60-00....11/10/05 D-3 11-03. .6/11/14 0-2.62-00 .. 11/10/05 D-3 15-02 . 6/10/13 D-2.46-01 6/11/14 D-3 16-02 . 5/29/13 E-1 ..2/21 /07 E-4 . . 8/27/03 E-2 . . 5/29/98 E -4a 8/27/03 F-10 12-03 6/11/14 F-10 62-02 .. 4/22/14 F-10.16-00 12/20/06 F-10.64-03 . 4/22/14 F-10.18-00 . ....6/27/11 F-30 10-03 .. 6/11/14 F-10 40-02 6/21/12 F-40.12-02 6/20/13 F-10.42-00 1/23/07 F-40 14-02. .6/20/13 G-10.10-00 . ..9/20/07 G-24 60-04 6/23/15 G-20 10-02 ...6/23/ 15 G-25.10-04 .6/10/13 G-22 10-03 ... 7/10/15 G-30.10-04 6/23/15 G-24 10-00 ..11/8/07 G-50 10-02 6/23/15 G-24 20-01 .2/7/12 G-60.10-03 6/18/15 S. 21ST AVENUE IMPROVEMENT PROJECT C-25.22-05 .. 7/14/15 C-25 26-03 7/14/15 C-25.80-03 . 6/11/14 C-40.14-02 7/2/12 C-40 16-02 7/2/ 12 C-40.18-02..... 7/2/12 C-70.10-01 . 6/17/14 C-75.10-01 6/11/14 C-75 20-01.. . 6/11/14 C-75.30-01.. 6/11/14 C-80.10-01.. . 6/11/14 C-80 20-01.. 6/11/14 C-80.30-01.. 6/11/14 C-80.40-01 . . .6/11/14 C-80.50-00 . .4/8/12 C-85 10-00 4/8/ 12 C-85.11-00 4/8/12 C-85.14-01 6/11/14 C-85 15-01 . 6/30/14 C-85 16-01 6/17/14 C-85-18-01 .6/11/14 C-85 20-01 6/11/14 C-90.10-00 7/3/08 D-3 17-01 . 5/17/12 D-4 12/11/98 D-6 6/19/98 D-10 10-01 12/2/08 D-10 15-01. .12/2/08 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.. 12/2/08 D-10 45-01 12/2/08 D-15.10-01 12/2/08 D-15 20-02 6/2/11 D-15 30-01... 12/02/08 F-40.15-02 6/20/13 F-40.16-02 . 6/20/13 F-45 10-01 .. 6/21/12 F-80.10-03 6/11/14 G-70 20-02 .6/10/13 G-70 30-02.. 6/10/13 G-90 10-01 ... 5/11/11 G-90 20-03 .. 7/10/15 G-90 30-02 . 3/22/13 80 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 G-24.30-01 2/7/12 G-60.20-02 6/18/15 G-90.40-01 10/14/09 G-24.40-05 6/23/15 G-60.30-02... .6/18/15 G-95.10-01 6/2/11 G-24.50-03 ..6/17/14 G-70.10-03... 6/18/15 G-95.20-02 6/2/11 G-95.30-02 6/2/11 H-10.10-00........7/3/08 H-32.10-00 9/20/07 H-70.10-01 2/7/12 H-10.15-00 .7/3/08 H-60.10-01.......7/3/08 H-70.20-01 2/16/12 H-30.10-00.. .10/12/07 H-60.20-01.......7/3/08 H-70.30-02 2/7/12 1-10.10-01 8/11/09 1-30.20-00 9/20/07 1-40.20-00.......9/20/07 1-30.10-02 3/22/13 1-30.30-01.... .6/10/13 1-50.20-01 6/10/13 1-30.15-02........3/22/13 1-30 40-01 6/10/13 1-60.10-01 ... ..6/10/13 1-30.16-00........3/22/13 1-30.60-00 5/29/13 1-60 20-01 ......6/10/13 1-30.17-00 3/22/13 1-40.10-00 ... 9/20/07 1-80.10-01 8/11/09 J-10 . 7/18/97 J-26 20-00 6/11/14 J-40.39-00 5/20/13 J-10.10-03 6/3/15 J-2710-00. ..3/15/12 J-40.40-00.. 5/20/13 J-10.15-01.... .6/11/14 J-27 15-00 3/15/12 J-50.10-00 6/3/11 J-10 16-00 6/3/15 J-28.10-01 ...5/11/11 J-50.11-00.. ..6/3/11 J-10.17-00 6/3/15 J-28.22-00 8/07/07 J-50 12-00 6/3/11 J-10.18-00 6/3/15 J-28.24-01 6/3/15 J-50 15-00 6/3/11 J-10 20-00.......6/3/15 J-28.26-01.... 12/02/08 J-50.16-01 3/22/13 J-10.21-00..... 6/3/15 J-28.30-03 6/11/14 J-50.20-00 6/3/11 J-10.22-00....5/29/13 J-28.40-02 6/11/14 J-50.25-00.....6/3/11 J-15 10-01 6/11/14 J-28.42-01 . 6/11/14 J-50 30-00 6/3/11 J-15 15-02 7/10/15 J-28.43-00... ..6/11/14 J-60.05-00.....6/16/11 J-20.10-03 . 6/30/14 J-28.45-02 6/11/14 J-60.11-00.... .5/20/13 J-20.11-02....6/30/14 J-28.50-02 6/2/11 J-60.12-00 5/20/13 J-20.15-03... .6/30/14 J-28.60-01. .. 6/2/11 J-60.13-00 ...6/16/10 J-20.16-02 6/30/14 J-28.70-01 .. 5/11/11 J-60.14-00 ....6/16/10 J-20.20-02 5/20/13 J-29.10-00 6/27/11 J-75.10-02 7/10/15 J-20.26-01.....7/12/12 J-29.15-00 . ..6/27/11 J-75.20-01. ...7/10/15 J-21 10-04 6/30/14 J-29.16-01 .. ..6/20/13 J-75 30-02 7/10/15 J-21.15-01.....6/10/13 J-30.10-00 6/18/15 J-75.40-01... .6/11/14 J-21.16-01 6/10/13 J-40.10-03. .5/20/13 J-75.41-00 6/11/14 J-21.17-01... 6/10/13 J-40.20-02....6/11/14 J-75.45-01 . 6/11/14 J-21.20-01 6/10/13 J-40.30-03 . . 5/20/13 J-90 10-01 6/27/11 J-22.15-02 ... 7/10/15 J-40.35-01.....5/29/13 J-90.20-01 6/27/11 J-22 16-03 7/10/15 J-40.36-01 5/20/13 J-90 21-00 6/30/14 J-26.10-02 3/15/12 J-40.37-01 . ..5/20/13 J-26 15-01 5/17/12 J-40 38-01 5/20/13 K-70 20-00 2/15/07 K-80.10-002/21/07 K-80 20-00 12/20/06 K-80.30-00.....2/21/07 K-80.35-00 2/21/07 K-80.37-00 . 2/21/07 L-10.10-02 6/21/12 L-40.10-02 . ...6/21/12 L-70.10-01 5/21/08 S. 21ST AVENUE IMPROVEMENT PROJECT 81 L-20.10-03 7/14/15 L-40 15-01 .. 6/16/11 L-70 20-01. L-30.10-02.. . .. 6/11/14 L-40 20-02 . .6/21/12 M-1 20-03 6/24/14 M-9 60-00 . 2/10/09 M-1 40-02... . 6/3/11 M-11 10-01 . 1/30/07 M-1 60-02 . .. 6/3/11 M-15.10-01 2/6/07 M-1.80-03 .. 6/3/11 M-17 10-02 . .7/3/08 M-2.20-03 7/10/15 M-20 10-02 . 6/3/11 M-2.21-00 7/10/15 M-20.20-02 4/20/15 M-3.10-03. . 6/3/11 M-20.30-03 4/20/15 M-3 20-02 . . . 6/3/11 M-20 40-03 .6/24/14 M-3.30-03 6/3/11 M-20 50-02 . .6/3/11 M-3 40-03. .. 6/3/11 M-24 20-02 . .4/20/15 M-3.50-02 6/3/11 M-24.40-02 4/20/15 M-5.10-02 6/3/11 M-24.50-00 6/16/11 M-7 50-01. 1/30/07 M-24.60-04.. 6/24/14 M-9.50-02 6/24/14 5/21/08 M-40 10-03 . 6/24/14 M-40.20-00 .10/12/07 M-40 30-00 9/20/07 M-40 40-00. 9/20/07 M-40.50-00 . 9/20/07 M-40 60-00 9/20/07 M-60 10-01 6/3/11 M-60 20-02.. 6/27/11 M-65.10-02 .. 5/11/11 M-80.10-01.. 6/3/11 M-80 20-00 6/10/08 M-80.30-00 6/10/08 S. 21ST AVENUE IMPROVEMENT PROJECT 82 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this Z3 day of p- tJS� , 2016, by and between the City of Yakima, hereinafter called the Owner, and Scout Lake Construction, aWashington 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 $793,563.38, for S. 21st Avenue Improvement Project — Airport Ln. to S. 21st Ave., City Project No. 2410, all in accordance with, and as described in the attached plans and specifications and the 2014 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 Seventy (70) 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 this 2016 Scoc,k- CONTRACTOR illtr a Washington Corporation ttest: iCiity Clerk GITr '2016 _' RESOLUTION Net R .D/5-0 96 ddress (Print Name) (Presi e t, Owner, etc.) Pct 5o* I blob S6A,V1 t \NIA- Gl 8142— PERFORMANCE BOND Bond No : WAC54361 BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS That whereas the City of Yakima, Washington has awarded to SCOUT LAKE CONSTRUCTION, INC. (Contractor) hereinafter designated as the "Principal" a contract for the construction of the project designated S. 215` Avenue Improvement Project — Airport Ln. to S. 21st Ave., City Project No. 2410, all as hereto attached and made a part hereof and whereas, said principal is required under the terms of said contract to fumish a bond for the faithful performance of said contract: NOW, THEREFORE, we, the principal, and Merchants Bonding Company (Mutual) (Surety), a corporation, organized and existing under and by virtue of the laws of the State of Iowa duly authorized to do business in the State of Washington, as surety, are jointly and severally held and firmly bound unto the City of Yakima, Washington, in the penal sum of $ 793,563.38 (Total Contract Amount) lawful money of the United States, the payment of which we jointly and severally bind ourselves. our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents. THE CONDITIONS OF THIS BOND IS SUCH, that if the above bonded principal 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 materialmen, the claims of any person or persons arising under the contract to the extent such claims are provided for in RCW 39.08 010; the state with respect to taxes imposed pursuant to Titles 50, 51 and 82 RCW which may be due, 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, Washington, 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. Washington, 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 after its acceptance thereof by the City of Yakima, Washington, and all claims filed in compliance with Chapter 39 08 RCW are resolved and all taxes pursuant to Titles 50 and 51 and 82 RCW have been paid, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the City of Yakima, Washington. IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly authorized officers this 23rd day of August Approved as to form: %` 2016 44e4. .,14•41 (Tie) 1.( ,, h (City Attorney) Scout Lab 'Cnstruction By (Signature) Rod Chumley (Print Name) Merchants Bonding Company Mutual) (Surety) By re) .` i✓�y"'� (Sig t re) Cameron Huntsucker, Attorney -In -Fact (Print Name) MERCHANTS BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC , both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Cameron Huntsucker; Jessica Yuhas; Kara Skinner; Mercedes Trokey-Moudy their true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver on behalf of the Companies, as Surety, bonds, undertakings and other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of FIFTEEN MILLION ($15,000,000.00) DOLLARS This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011 "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed " In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 15th day of August 2015 " 110144 .**'90 • MERCHANTS BONDING COMPANY (MUTUAL) . •. •• MERCHANTS NATIONAL BONDING, INC. i c„ fa.' it? aqq� 01% ; 4O O.RP 0,9q . 9y : Z� ` �o a' '`, :a:' 1933 �.3: 7,%,-- „,•-2u�?3 ;'.n. •y, ; y. ...,,,,,..,• ........ ..„•ss‘.., STATE OF IOWA COUNTY OF Dallas ss. President On this 15th day of August , 2015 , before me appeared Larry Taylor, to me personally known, who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC , and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies, and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. SPR?<s WENDY WOODY o v Commission Number 784654 7 My Commission Expires so/owl- June 20. 2017 Notary Public; -2 . County, Iowa (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr , Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC , do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on thisay of ,....q..r......... 0 • • • • • • ,,,,,.,(4:A �.•` Q- tOi C'%L. A.0. C04,°., ,(4:Ar'' ”t? y .. •.am �RP0g9 9 • o:•!I/ �. 'o- E =.• S °: i° - _k-2003 J. .. 1933 e: Secretary v J.• • ti • •;'•• POA 0014 (6/15) , 2016 A� I® CERTIFICATE OF LIABILITY INSURANCE DATE 8/23/20167) 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 125 N. 50th Ave. P.O. Box 10088 Yakima WA 98909-1088 CONTACT Tanya Hicks, ACSR, CISR NAME: y PAHOONE Fxtl (509) 965-2090 (AIC, No): (509)966-3454 EMAIL tan ah@conoverinsurance.com MMRESS.tanyah@conoverinsurance.com INSURER(S) AFFORDING COVERAGE NAIC 6 INsuRERAValley Forge Insurance Co. 20508 INSURED Scout Lake Construction, Inc. INSURER B:Continental Casualty Co. 20443 INsuRERc.Transportation Insurance Co. 20494 PO Box 1060 Selah WA 98942 INSURERD. DAMAGE TO RENTED PREMISES (Ea occurrence) INSURER E . MED EXP (Any one person) INSURERF. COVERAGES CERTIFICATE NUMBER:CL1591168055 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 LTRINSR TYPE OF INSURANCE ADDL SUBR wvn POLICY NUMBER POLICY EFF (MM/DDIYYYY) POLICY EXP IMM/DD/YYYYI LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY 6014217946 9/20/2015 9/20/2016 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 50,000 MED EXP (Any one person) $ 10,000 CLAIMS -MADE X OCCUR PERSONAL 8 ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 GEN'L AGGREGATE —I POLICY X LIMIT APPLIES PRO JECT PER. LOC $ AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS X SCHEDULED AUTOS NON-WNED AUTOS 6014217929 9/20/2015 9/20/2016 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ Uninsured motonst property $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 6014217932 9/20/2015 9/20/2016 EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 FOLLOWING FORM UMB $ DED RETENTIONS A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED' (Mandatory in NH) If yes, descnbe under DESCRIPTION OF OPERATIONS below YIN N / A STOP GAP/ WA STATUTORY 6014217946 9/20/2015 9/20/2016 x INC STATU- OTH- TORY LIMITS ER E L EACH ACCIDENT $ 1 , 000 , 000 E L DISEASE - EA EMPLOYEE $ 1 , 000 , 000 E L DISEASE - POLICY LIMIT $ 1 , 000 , 000 A RENTED/LEASED EQUIPMENT 6024025772 9/20/2015 9/20/2016 LIMIT$1000,000Total DED $5,000 5500,000 Max per Item DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project: S. 21st Ave Improvement Project, Airport Ln to S. 21st Ave, City Project # 2410; The City of Yakima, their agents, employees, and elected and appointed officials are named as Additional Insureds per form G -18652-J. CERTIFICATE HOLDER CANCELLATION The City of Yakima 129 North 2nd St 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 T Hicks, ACSR, CISR/T - /Lc,'1t.�-s�''. 1 Y�'�i . )--\\i (' '.-_ ACORD 25 (2010/05) INS025 (201005).01 © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CNA G -140331-D (Ed 01/13) BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - WITH PRODUCTS -COMPLETED OPERATIONS COVERAGE It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows SCHEDULE (OPTIONAL) Name of Additional Insured Persons Or Organizations (As required by "written contract" per Paragraph A. below ) Locations of Covered Operations (As per the "written contract," provided the location is within the "coverage territory" of this Coverage Part.) A. Section II - Who Is An Insured is amended to include as an additional insured 1. Any person or organization whom you are required by "written contract" to add as an additional insured on this Coverage Part, and 2. The particular person or organization, if any, scheduled above 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 the acts or omissions of those acting on your behalf, in the performance of your ongoing operations specified in the "written contract"; or "Your work" that is specified in the "written contract" but only for "bodily injury" or "property damage" included in the "products -completed operations hazard " and only if. (1) The "written contract" requires you to provide the additional insured such coverage, and (2) This Coverage Part provides such coverage 2. If the "written contract" specifically requires you to provide additional insurance coverage via the 10/01 edition of 002010 (aka CG 20 10 10 01), or via the 10/01 edition of CG2037 (aka CG 20 37 10 01), or via the 11/85 edition of CG2010 (aka CG 20 10 11 85), then in paragraph B.1. above, the words 'caused in whole or in part by' are replaced by the words 'arising out of 3. We will not provide the additional insured any broader coverage or any higher limit of insurance than a. The maximum permitted by law; b. That required by the "written contract", c. That described in B.1. above, or d. That afforded to you under this policy, whichever is less 4. Notwithstanding anything to the contrary in Condition 4. Other Insurance (Section IV), this insurance is excess of all other insurance available to the additional insured whether on a primary excess, contingent or G -140331-D (Ed 01/13) Page 1 of 2 b. Copyright, CNA All Rights Reserved. CN G -140331-D (Ed. 01/13) any other basis But if required by the "written contract" to be primary and non-contributory, this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured 5. The insurance provided to the additional insured does not apply to "bodily injury," "property damage " or "personal and advertising injury" arising out of a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications, and (2) Supervisory inspection, architectural or engineering activities, or b. Any premises or work for which the additional insured is specifically listed as an additional Insured on another endorsement attached to this Coverage Part. C. 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) Except as provided in Paragraph B.4. of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part, (3) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or "suit"; and (4) 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. But if the "written contract" requires this insurance to be primary and non-contributory, this provision (4) does not apply to insurance on which the additional insured is a Named Insured 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." D. Only for the purpose of the insurance provided by this endorsement, SECTION V — DEFINITIONS is amended to add the following definition "Written contract" means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to a. The "bodily injury" or "property damage", or b. The offense that caused the "personal and advertising injury," for which the additional insured seeks coverage under this Coverage Part. All other terms and conditions of the Policy remain unchanged. Material used with permission of ISO Properties, Inc G -140331-D (Ed 01/13) Page 2 of 2 Copyright, CNA All Rights Reserved. 1 1 1 1 1 1 1 Desgrosellier, Bob From: Sent: To: Cc: Subject: Jeff Widdows <jwiddows@paynewest.com> Monday, August 29, 2016 9:21 AM Desgrosellier, Bob Joel Pearson RE: Project insurance review,(21st,Ave:)4, These meet thenorrnal requirements just, Jeff Widdows Sales Executive 1430 N 16th Ave Yakima Wa 98902 PO Box 2547 Yakima Wa 98907 (o) 509-853-4222 (m) 509-731-0084 � PayneWes 1 1 1 1 1 1 1 1 1 1 1 r From: Desgrosellier, Bob[mailto:Bob.DesgrosellierPyakimawa.gov] Sent: Friday, August 26, 2016 5:14 PM To: Jeff Widdows Cc: Joel Pearson Subject: Project insurance review (21st Ave.) Jeff, the insurance certs and liability checklist are attached Could you check the cert against our requirements and let me know if they meet our requirements? Thank you, Bob Robert J. Desgrosellier Senior Engineer City of Yakima Office: (509) 575-6228 organization of choice rare ise, and public awarene From: IS Scans Sent: Friday, August 26, 2016 4:31 PM To: Desgrosellier, Bob Subject: Attached Image 'ding public works education, adc•ocac} for its diverse cornmunity of members 1 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON ) ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Contractor Subscribed and sworn to before me on this day of 201 Notary Public in and for the State of Washington residing at S. 21ST AVENUE IMPROVEMENT PROJECT 91 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 S. 21ST AVENUE IMPROVEMENT PROJECT 93 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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: 7/12/2016 Count , Tra'de -u M^ Job Classfication'Wa } ' x,._:;,.. Vie.: y`f , aHohda`; t;.: e i, ' Overtire: = }''e Not: y a .. . 5 `X'" - �X '`3 ;.., _ r . Yakima Asbestos Abatement Journey Level $17.83 1 Workers Yakima Boilermakers Journey Level $64.29 5N 1C Yakima Brick Mason Journey Level $44.94 5A 1M Yakima Building Service Employees Janitor $9.47 1 Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $9.47 1 Yakima Building Service Employees Window Cleaner $9.47 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29.72 1 Yakima Cement Masons Journey Level $39.60 7B 1N Yakima Divers & Tenders Diver $107.2 2 5D — 4C — 8A Yakima Divers & Tenders Diver On Standby $64.42 5D 4C Yakima Divers & Tenders Diver Tender $58.33 5D 4C Yakima Divers & Tenders Surface Rcv & Rov Operator $58.33 5D 4C Yakima Divers & Tenders Surface Rcv & Rov Operator Tender $54.27 5A 4C Yakima Dredge Workers Assistant Engineer $56.44 5D 3F Yakima Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F Yakima Dredge Workers Boatmen $56.44 5D 3F Yakima Dredge Workers Engineer Welder $57.51 5D 3F Yakima Dredge Workers Leverman, Hydraulic $58.67 5D 3F Yakima Dredge Workers Mates $56.44 5D 3F Yakima Dredge Workers Oiler $56.00 5D 3F Yakima Drywall Applicator Journey Level $40.98 5D 4C Yakima Drywall Tapers Journey Level $36.10 7E 1P Yakima Electrical Fixture Journey Level $43.32 1 S. 21ST AVENUE IMPROVEMENT PROJECT 95 S. 21ST AVENUE IMPROVEMENT PROJECT 96 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Maintenance Workers Yakima Electricians - Inside Cable Splicer $59.51 5A 1 E Yakima Electricians - Inside Journey Level $57.50 5A 1E Yakima Electricians - Inside Welder $61.50 5A 1E Yakima Electricians - Motor Shop Craftsman $15.37 1 Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powerline Cable Splicer $74.92 5A 4D Construction Yakima Electricians - Powerline Certified Line Welder $65.71 5A 4D Construction Yakima Electricians - Powerline Groundperson $44.12 5A 4D Construction Yakima Electricians - Powerline Heavy Line Equipment Operator $65.71 5A 4D Construction Yakima Electricians - Powerline Journey Level Lineperson $65.71 5A 4D Construction Yakima Electricians - Powerline Line Equipment Operator $55.34 5A 4D Construction Yakima Electricians - Powerline Pole Sprayer $65.71 5A 4D Construction Yakima Electricians - Powerline Powderperson $49.16 5A 4D Construction Yakima Electronic Technicians Journey Level $23.40 1 Yakima Elevator Constructors Mechanic $85.45 7D 4A Yakima Elevator Constructors Mechanic In Charge $92.35 7D 4A Yakima Fabricated Precast Craftsman - In-Factory Work Only $9.47 1 Concrete Products Yakima Fabricated Precast Journey Level - In- Factory Work Only $9.47 1 Concrete Products Yakima Fence Erectors Fence Erector $13.79 1 Yakima Flaggers 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 Journey Level $34.85 1 Mechanics Yakima Hod Carriers Et Mason Journey Level $36.37 7A 31 Tenders Yakima Industrial Power Vacuum Journey Level $9.47 1 Cleaner Yakima Inland Boatmen Journey Level $9.47 1 Yakima Inspection/Cleaning/Sealin Cleaner Operator, Foamer Operator $9.73 1 g Of Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealin Grout Truck Operator $11.48 1 g Of Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealin Head Operator $12.78 1 g Of Sewer Et Water Systems By Remote Control S. 21ST AVENUE IMPROVEMENT PROJECT 96 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Inspection/Cleaning/Sealin Technician $9.47 1 g Of Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealin Tv Truck Operator $10.53 1 g Of Sewer Et Water Systems By Remote Control Yakima Insulation Applicators Journey Level $40.98 5D 4C Yakima Ironworkers Journeyman $56.20 7N 10 Yakima Laborers Air, Gas Or Electric Vibrating Screed $35.34 7A 31 Yakima Laborers Airtrac Drill Operator $36.37 7A 31 Yakima Laborers Ballast Regular Machine $35.34 7A 31 Yakima Laborers Batch Weighman $33.18 7A 31 Yakima Laborers Brick Pavers $35.34 7A 31 Yakima Laborers Brush Cutter $35.34 7A 31 Yakima Laborers Brush Hog Feeder $35.34 7A 31 Yakima Laborers Burner $35.34 7A 31 Yakima Laborers Caisson Worker $36.37 7A 31 Yakima Laborers Carpenter Tender $35.34 7A 31 Yakima Laborers Cement Dumper -paving $35.94 7A 31 Yakima Laborers Cement Finisher Tender $35.34 7A 31 Yakima Laborers Change House Or Dry Shack $35.34 7A 31 Yakima Laborers Chipping Gun (under 30 Lbs.) $35.34 7A 31 Yakima Laborers Chipping Gun(30 Lbs. And Over) $35.94 7A 31 Yakima Laborers Choker Setter $35.34 7A 31 Yakima Laborers Chuck Tender $35.34 7A 31 Yakima Laborers Clary Power Spreader $35.94 7A 31 Yakima Laborers Clean-up Laborer $35.34 7A 31 Yakima Laborers Concrete Dumper/chute Operator $35.94 7A 31 Yakima Laborers Concrete Form Stripper $35.34 7A 31 Yakima Laborers Concrete Placement Crew $35.94 7A 31 Yakima Laborers Concrete Saw Operator/core Driller $35.94 7A 31 Yakima Laborers Crusher Feeder $33.18 7A 31 Yakima Laborers Curing Laborer $35.34 7A 31 Yakima Laborers Demolition: Wrecking Et Moving (incl. Charred Material) $35.34 7A 31 Yakima Laborers Ditch Digger $35.34 7A 31 Yakima Laborers Diver $36.37 7A 31 Yakima Laborers Drill Operator (hydraulic,diamond) $35.94 7A 31 S. 21ST AVENUE IMPROVEMENT PROJECT 97 Yakima Laborers Dry Stack Walls $35.34 7,4 31 Yakima Laborers Dump Person $35.34 7A 31 Yakima Laborers Epoxy Technician $35.34 74 31 Yakima Laborers Erosion Control Worker $35.34 74 31 Yakima Laborers Faller Et Bucker Chain Saw $35.94 74 31 Yakima Laborers Fine Graders $35.34 74 31 Yakima Laborers Firewatch $33.18 7A 31 Yakima Laborers Form Setter $35.34 7A 31 Yakima Laborers Gabian Basket Builders $35.34 7A 31 Yakima Laborers General Laborer $35.34 7A 31 Yakima Laborers Grade Checker a Transit Person $36.37 7A 31 Yakima Laborers Grinders $35.34 74 31 Yakima Laborers Grout Machine Tender $35.34 74 31 Yakima Laborers Groutmen (pressure)including Post Tension Beams $35.94 74 31 Yakima Laborers Guage and Lock Tender $36.47 7A 31 Q Yakima Laborers Guardrail Erector $35.34 7A 31 Yakima Laborers Hazardous Waste Worker (level A) $36.37 7A 31 Yakima Laborers Hazardous Waste Worker (level B) $35.94 7A 31 Yakima Laborers Hazardous Waste Worker (level C) $35.34 7A 31 Yakima Laborers High Scaler $36.37 74 31 Yakima Laborers Jackhammer $35.94 74 31 Yakima Laborers Laserbeam Operator $35.94 74 31 Yakima Laborers Maintenance Person $35.34 7A 31 Yakima Laborers Manhole Builder- mudman $35.94 7A 31 Yakima Laborers Material Yard Person $35.34 7A 31 Yakima Laborers Motorman -dinky Locomotive $35.94 7A 31 Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla $35.94 74 31 Yakima Laborers Pavement Breaker $35.94 7A 31 Yakima Laborers Pilot Car $33.18 7A 31 Yakima Laborers Pipe Layer(lead) $36.37 7A 31 Yakima Laborers Pipe Layer/tailor $35.94 74 31 Yakima Laborers Pipe Pot Tender $35.94 7A 31 Yakima Laborers Pipe Reliner $35.94 7A 31 S. 21ST AVENUE IMPROVEMENT PROJECT 98 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Laborers Pipe Wrapper $35.94 7A 31 Yakima Laborers Pot Tender $35.34 7A 31 Yakima Laborers Powderman $36.37 7A 31 Yakima Laborers Powderman's Helper $35.34 7A 31 Yakima Laborers Power Jacks $35.94 7A 31 Yakima Laborers Railroad Spike Puller,- Power $35.94 7A 31 Yakima Laborers Raker - Asphalt $36.37 7A 31 Yakima Laborers Re-timberman $36.37 7A 31 Yakima Laborers Remote Equipment Operator $35.94 7A 31 Yakima Laborers Rigger/signal Person $35.94 7A 31 Yakima Laborers Rip Rap Person $35.34 7A 31 Yakima Laborers Rivet Buster $35.94 7A 31 Yakima Laborers Rodder $35.94 7A 31 Yakima Laborers Scaffold Erector $35.34 7A 31 Yakima Laborers Scale Person $35.34 7A 31 Yakima Laborers Sloper (over 20") $35.94 7A 31 Yakima Laborers Sloper Sprayer $35.34 7A 31 Yakima Laborers Spreader (concrete) $35.94 7A 31 Yakima Laborers Stake Hopper $35.34 7A 31 Yakima Laborers Stock Piler $35.34 7A 31 Yakima Laborers Tamper Et Similar Electric, Air Et Gas Operated Tools $35.94 7A 31 Yakima Laborers Tamper (multiple Et Self-propelled) $35.94 7A 31 Yakima Laborers Timber Person - Sewer (tagger, Shorer Et Cribber) $35.94 7A 31 Yakima Laborers Toolroom Person (at Jobsite) $35.34 7A 31 Yakima Laborers Topper $35.34 7A 31 Yakima Laborers Track Laborer $35.34 7A 31 Yakima Laborers Track Liner (power) $35.94 7.4 31 Yakima Laborers Traffic Control Laborer $35.18 7A 31 8R Yakima Laborers Traffic Control Supervisor $35.18 7A 31 8R Yakima Laborers Truck Spotter $35.34 7A 31 Yakima Laborers Tugger Operator $35.94 7A 31 Yakima Laborers Tunnel Work -Miner $36.47 7A 31 Yakima Laborers Vibrator $35.94 7A 31 Yakima Laborers Vinyl Seamer $35.34 7A 31 Yakima Laborers Watchman $30.28 7A 31 Yakima Laborers Welder $35.94 7A 31 Yakima Laborers Well Point Laborer $35.94 7A 31 Yakima Laborers Window $30.28 7A 31 S. 21ST AVENUE IMPROVEMENT PROJECT 99 S 21ST AVENUE IMPROVEMENT PROJECT 100 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Washer/cleaner Yakima Laborers - Underground General Laborer Et Topman $35.34 7A 31 Sewer & Water Yakima Laborers - Underground Pipe Layer $35.94 7A 31 Sewer & Water Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $9.47 1 Yakima Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 Yakima Landscape Construction Landscaping Or Planting Laborers $9.47 1 Yakima Lathers Journey Level $40.98 5D 4C Yakima Marble Setters Journey Level $44.94 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 Journey Level $30.72 6Z 1W Yakima Pile Driver Journey Level $54.27 5D 4C Yakima Plasterers Journey Level $51.68 7Q 1R Yakima Playground & Park Journey Level $9.47 1 Equipment Installers Yakima Plumbers & Pipefitters Journey Level $78.33 6Z Yakima Power Equipment Asphalt Plant Operators $56.94 7A 3C 8P Operators Yakima Power Equipment Assistant Engineer $53.57 7A 3C 8P Operators Yakima Power Equipment Barrier Machine (zipper) $56.44 7A 3C 8P Operators Yakima Power Equipment Batch Plant Operator, Concrete $56.44 7A 3C 8P Operators Yakima Power Equipment Bobcat $53.57 7A 3C 8P Operators Yakima Power Equipment Brokk - Remote Demolition Equipment $53.57 7A 3C 8P Operators Yakima Power Equipment Brooms $53.57 7A 3C 8P Operators Yakima Power Equipment Bump Cutter $56.44 7A 3C 8P Operators Yakima Power Equipment Cableways $56.94 7A 3C 8P Operators Yakima Power Equipment Chipper $56.44 7A 3C 8P Operators Yakima Power Equipment Compressor $53.57 7A 3C 8P Operators S 21ST AVENUE IMPROVEMENT PROJECT 100 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Power Equipment Concrete Pump: Truck Mount With Boom Attachment Over 42 M $56.94 7A 3C 8P Operators Yakima Power Equipment Concrete Finish Machine -laser Screed $53.57 7A 3C 8P Operators Yakima Power Equipment Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $56.00 7A 3C 8P Operators Yakima Power Equipment Concrete Pump: Truck Mount With Boom Attachment Up To 42m $56.44 7A 3C 8P Operators Yakima Power Equipment Conveyors $56.00 7A 3C 8P Operators Yakima Power Equipment Cranes Friction: 200 tons and over $58.67 7A 3C 8P Operators Yakima Power Equipment Cranes: 20 Tons Through 44 Tons With Attachments $56.44 7A 3C 8P Operators Yakima Power Equipment Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $57.51 7A 3C 8P Operators Yakima Power Equipment Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $58.10 7A 3C 8P Operators Yakima Power Equipment Cranes: 300 tons and over or 300' of boom including jib with attachments $58.67 7A 3C 8P Operators Yakima Power Equipment Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $56.94 7A 3C 8P Operators Yakima Power Equipment Cranes: A -frame - 10 Tons And Under $53.57 7A 3C 8P Operators Yakima Power Equipment Cranes: Friction cranes through 199 tons $58.10 7A 3C 8P Operators Yakima Power Equipment Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $56.00 7A 3C 8P Operators Yakima Power Equipment Crusher $56.44 7A 3C 8P Operators Yakima Power Equipment Deck Engineer/deck Winches (power) $56.44 7A 3C 8P Operators Yakima Power Equipment Derricks, On Building Work $56.94 7A 3C 8P Operators Yakima Power Equipment Dozers D-9 Et Under $56.00 7A 3C 8P Operators Yakima Power Equipment Drill Oilers: Auger Type, Truck Or Crane $56.00 7A 3C 8P Operators S. 21ST AVENUE IMPROVEMENT PROJECT 101 S 21ST AVENUE IMPROVEMENT PROJECT 102 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Mount Yakima Power Equipment Drilling Machine $57.51 7A 3C 8P Operators Yakima Power Equipment Elevator And Man -lift: Permanent And Shaft Type $53.57 7A 3C 8P Operators Yakima Power Equipment Finishing Machine, Bidwell And Gamaco a Similar Equipment $56.44 7A 3C 8P Operators Yakima Power Equipment Forklift: 3000 Lbs And Over With Attachments $56.00 7A 3C 8P Operators Yakima Power Equipment Forklifts: Under 3000 Lbs. With Attachments $53.57 7A 3C 8P Operators Yakima Power Equipment Grade Engineer: Using Blue Prints, Cut Sheets, Etc $56.44 7A 3C 8P Operators Yakima Power Equipment Gradechecker/stakema n $53.57 7A 3C 8P Operators Yakima Power Equipment Guardrail Punch $56.44 7A 3C 8P Operators Yakima Power Equipment Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $56.94 7A 3C 8P Operators Yakima Power Equipment Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $56.44 7A 3C 8P Operators Yakima Power Equipment Horizontal/directional Drill Locator $56.00 7A 3C 8P Operators Yakima Power Equipment Horizontal/directional Drill Operator $56.44 7A 3C 8P Operators Yakima Power Equipment Hydralifts/boom Trucks Over 10 Tons $56.00 7A 3C 8P Operators Yakima Power Equipment Hydralifts/boom Trucks, 10 Tons And Under $53.57 7A 3C 8P Operators Yakima Power Equipment Loader, Overhead 8 Yards. a Over $57.51 7A 3C 8P Operators Yakima Power Equipment Loader, Overhead, 6 Yards. But Not Including 8 Yards $56.94 7A 3C 8P Operators Yakima Power Equipment Loaders, Overhead Under 6 Yards $56.44 7A 3C 8P Operators Yakima Power Equipment Loaders, Plant Feed $56.44 7A 3C 8P Operators Yakima Power Equipment Loaders: Elevating Type Belt $56.00 7A 3C 8P Operators Yakima Power Equipment Locomotives, All $56.44 7A 3C 8P Operators Yakima Power Equipment Material Transfer Device $56.44 7A 3C 8P Operators S 21ST AVENUE IMPROVEMENT PROJECT 102 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Power Equipment Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $57.51 7A 3C 8P Operators Yakima Power Equipment Motor Patrol Graders $56.94 7A 3C 8P Operators Yakima Power Equipment Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $56.94 7A 3C 8P Operators Yakima Power Equipment Oil Distributors, Blower Distribution It Mulch Seeding Operator $53.57 7A 3C 8P Operators Yakima Power Equipment Outside Hoists (elevators And Manlifts), Air Tuggers,strato $56.00 7A 3C 8P Operators Yakima Power Equipment Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $56.44 7A 3C 8P Operators Yakima Power Equipment Overhead, Bridge Type: 100 Tons And Over $57.51 7A 3C 8P Operators Yakima Power Equipment Overhead, Bridge Type: 45 Tons Through 99 Tons $56.94 7A 3C 8P Operators Yakima Power Equipment Pavement Breaker $53.57 7A 3C 8P Operators Yakima Power Equipment Pile Driver (other Than Crane Mount) $56.44 7A 3C 8P Operators Yakima Power Equipment Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P Operators Yakima Power Equipment Posthole Digger, Mechanical $53.57 7A 3C 8P Operators Yakima Power Equipment Power Plant $53.57 7A 3C 8P Operators Yakima Power Equipment Pumps - Water $53.57 7A 3C 8P Operators Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P Yakima Power Equipment Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $53.57 7A 3C 8P Operators Yakima Power Equipment Remote Control Operator On Rubber Tired Earth Moving Equipment $56.94 7A 3C 8P Operators Yakima Power Equipment Rigger And Bellman $53.57 7A 3C 8P Operators Yakima Power Equipment Rigger/Signal Person, Bellman (Certified) $56.00 7A 3C 8P Operators Yakima Power Equipment Rollagon $56.94 7A 3C 8P Operators Yakima Power Equipment Roller, Other Than Plant Mix $53.57 7A 3C 8P Operators S. 21ST AVENUE IMPROVEMENT PROJECT 103 Yakima Power Equipment Roller, Plant Mix Or Multi -lift Materials $56.00 7A 3C 8P Operators Yakima Power Equipment Roto -mill, Roto -grinder $56.44 7A 3C 8P Operators Yakima Power Equipment Saws - Concrete $56.00 7A 3C 8P Operators Yakima Power Equipment Scraper, Self Propelled Under 45 Yards $56.44 7A 3C 8P Operators Yakima Power Equipment Scrapers - Concrete Et Carry All $56.00 7A 3C 8P Operators Yakima Power Equipment Scrapers, Self- propelled: 45 Yards And Over $56.94 7A 3C 8P Operators Yakima Power Equipment Service Engineers - Equipment $56.00 7A 3C 8P Operators Yakima Power Equipment Shotcrete/gunite Equipment $53.57 7A 3C 8P Operators Yakima Power Equipment Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $56.00 7A 3C 8P Operators Yakima Power Equipment Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $56.94 7A 3C 8P Operators Yakima Power Equipment Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $56.44 7A 3C 8P Operators Yakima Power Equipment Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $57.51 7A 3C 8P Operators Yakima Power Equipment Shovel, Excavator, Backhoes: Over 90 Metric Tons $58.10 7A 3C 8P Operators Yakima Power Equipment Slipform Pavers $56.94 7A 3C 8P Operators Yakima Power Equipment Operators Spreader, Topsider Et Screedman $56.94 7A 3C 8P Yakima Power Equipment Subgrader Trimmer $56.44 7A 3C 8P Operators Yakima Power Equipment Tower Bucket Elevators $56.00 7A 3C 8P Operators Yakima Power Equipment Tower Crane Up To 175' In Height Base To Boom $57.51 7A 3C 8P Operators Yakima Power Equipment Tower Crane: over 175' through 250' in height, base to boom $58.10 7A 3C 8P Operators Yakima Power Equipment Tower Cranes: over 250' in height from base to boom $58.67 7A 3C 8P Operators Yakima Power Equipment Transporters, All Track Or Truck Type $56.94 7A 3C 8P Operators S 21ST AVENUE IMPROVEMENT PROJECT 104 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Power Equipment Trenching Machines $56.00 7A 3C 8P Operators Yakima Power Equipment Truck Crane Oiler/driver - 100 Tons And Over $56.44 7A 3C 8P Operators Yakima Power Equipment Truck Crane Oiler/driver Under 100 Tons $56.00 7A 3C 8P Operators Yakima Power Equipment Truck Mount Portable Conveyor $56.44 7A 3C 8P Operators Yakima Power Equipment Welder $56.94 7A 3C 8P Operators Yakima Power Equipment Wheel Tractors, Farman Type $53.57 7A 3C 8P Operators Yakima Power Equipment Yo Yo Pay Dozer $56.44 7A 3C 8P Operators Yakima Power Equipment Asphalt Plant Operators $56.94 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Assistant Engineer $53.57 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Barrier Machine (zipper) $56.44 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Batch Plant Operator, Concrete $56.44 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Bobcat $53.57 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Brokk - Remote Demolition Equipment $53.57 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Brooms $53.57 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Bump Cutter $56.44 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Cableways $56.94 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Chipper $56.44 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Compressor $53.57 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Concrete Pump: Truck Mount With Boom Attachment Over 42 M $56.94 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Concrete Finish $53.57 7A 3C 8P S. 21ST AVENUE IMPROVEMENT PROJECT 105 S. 21ST AVENUE IMPROVEMENT PROJECT 106 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Operators- Underground Machine -laser Screed Sewer Et Water Yakima Power Equipment Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $56.00 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Concrete Pump: Truck Mount With Boom Attachment Up To 42m $56.44 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Conveyors $56.00 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Cranes Friction: 200 tons and over $58.67 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Cranes: 20 Tons Through 44 Tons With Attachments $56.44 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $57.51 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $58.10 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Cranes: 300 tons and over or 300' of boom including jib with attachments $58.67 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $56.94 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Cranes: A -frame - 10 Tons And Under $53.57 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Cranes: Friction cranes through 199 tons $58.10 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $56.00 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Crusher $56.44 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Deck Engineer/deck Winches (power) $56.44 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Derricks, On Building Work $56.94 7A 3C 8P Operators- Underground Sewer 8 Water Yakima Power Equipment Dozers D-9 Et Under $56.00 7A 3C 8P S. 21ST AVENUE IMPROVEMENT PROJECT 106 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 S. 21ST AVENUE IMPROVEMENT PROJECT 107 Operators- Underground Sewer Et Water Yakima Power Equipment Drill Oilers: Auger Type, Truck Or Crane Mount $56.00 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Drilling Machine $57.51 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Elevator And Man -lift: Permanent And Shaft Type $53.57 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Finishing Machine, Bidwell And Gamaco & Similar Equipment $56.44 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Forklift: 3000 Lbs And Over With Attachments $56.00 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Forklifts: Under 3000 Lbs. With Attachments $53.57 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Grade Engineer: Using Blue Prints, Cut Sheets, Etc $56.44 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Gradechecker/stakema n $53.57 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Guardrail Punch $56.44 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $56.94 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $56.44 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Horizontal/directional Drill Locator $56.00 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Horizontal/directional Drill Operator $56.44 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Hydralifts/boom Trucks Over 10 Tons $56.00 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Hydralifts/boom Trucks, 10 Tons And Under $53.57 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Loader, Overhead 8 Yards. & Over $57.51 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Loader, Overhead, 6 Yards. But Not $56.94 7A 3C 8P Operators- Underground S. 21ST AVENUE IMPROVEMENT PROJECT 107 S 21ST AVENUE IMPROVEMENT PROJECT 108 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Sewer Et Water Including 8 Yards Yakima Power Equipment Loaders, Overhead Under 6 Yards $56.44 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Loaders, Plant Feed $56.44 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Loaders: Elevating Type Belt $56.00 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Locomotives, All $56.44 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Material Transfer Device $56.44 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $57.51 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Motor Patrol Graders $56.94 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $56.94 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Oil Distributors, Blower Distribution Et Mulch Seeding Operator $53.57 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Outside Hoists (elevators And Manlifts), Air Tuggers,strato $56.00 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $56.44 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Overhead, Bridge Type: 100 Tons And Over $57.51 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Overhead, Bridge Type: 45 Tons Through 99 Tons $56.94 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Pavement Breaker $53.57 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Pile Driver (other Than Crane Mount) $56.44 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Posthole Digger, Mechanical $53.57 7A 3C 8P Operators- Underground Sewer Et Water S 21ST AVENUE IMPROVEMENT PROJECT 108 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Power Equipment Power Plant $53.57 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Pumps - Water $53.57 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $53.57 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Remote Control Operator On Rubber Tired Earth Moving Equipment $56.94 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Rigger And Bellman $53.57 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Rigger/Signal Person, Bellman (Certified) $56.00 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Rollagon $56.94 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Roller, Other Than Plant Mix $53.57 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Roller, Plant Mix Or Multi -lift Materials $56.00 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Roto -mill, Roto -grinder $56.44 7A 3C 8P Operators- Underground Sewer & Water, Yakima Power Equipment Saws - Concrete $56.00 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Scraper, Self Propelled Under 45 Yards $56.44 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Scrapers - Concrete & Carry All $56.00 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Scrapers, Self- propelled: 45 Yards And Over $56.94 7A 3C , 8P Operators- Underground Sewer & Water Yakima Power Equipment Service Engineers - Equipment $56.00 7A 3C 8P Operators- Underground Sewer & Water Yakima Power Equipment Shotcrete/gunite Equipment $53.57 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Shovel , Excavator, Backhoe, Tractors $56.00 7A 3C 8P Operators- Underground S. 21ST AVENUE IMPROVEMENT PROJECT 109 S. 21ST AVENUE IMPROVEMENT PROJECT 110 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Sewer Et Water Under 15 Metric Tons. Yakima Power Equipment Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $56.94 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $56.44 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $57.51 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Shovel, Excavator, Backhoes: Over 90 Metric Tons $58.10 7A 3C 8P Operators- Underground Sewer a Water Yakima Power Equipment Slipform Pavers $56.94 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Spreader, Topsider Et Screedman $56.94 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Subgrader Trimmer $56.44 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Tower Bucket Elevators $56.00 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Tower Crane Up To 175' In Height Base To Boom $57.51 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Tower Crane: over 175' through 250' in height, base to boom $58.10 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Tower Cranes: over 250' in height from base to boom $58.67 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Transporters, All Track Or Truck Type $56.94 7A 3C 8P Operators- Underground Sewer a Water Yakima Power Equipment Trenching Machines $56.00 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Truck Crane Oiler/driver - 100 Tons And Over $56.44 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Truck Crane Oiler/driver Under 100 Tons $56.00 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Truck Mount Portable Conveyor $56.44 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Welder $56.94 7A 3C 8P Operators- Underground Sewer Et Water S. 21ST AVENUE IMPROVEMENT PROJECT 110 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Power Equipment Wheel Tractors, Farmatl Type • , $53.57 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Equipment Yo Yo Pay Dozer $56.44 7A 3C 8P Operators- Underground Sewer Et Water Yakima Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A Trimmers Yakima Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer $40.84 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer Groundperson $30.74 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 Journey Level $18.00 1 Applicators 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 & Journey Level $28.11 1 Air Conditioning Mechanics Yakima Residential Sheet Metal Journey Level (Field or Shop) $40.05 5A 1X Workers Yakima Residential Soft Floor Journey Level $17.55 1 Layers Yakima Residential Sprinkler Journey Level $9.47 1 Fitters (Fire Protection) Yakima Residential Stone Masons Journey Level $16.00 1 Yakima Residential Terrazzo Journey Level $9.47 1 Workers 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) $54.56 5A 1X S. 21ST AVENUE IMPROVEMENT PROJECT 111 Yakima Sign Makers & Installers Journey Level $14.65 1 (Electrical) Yakima Sign Makers & Installers Journey Level $14.65 1 (Non -Electrical) Yakima Soft Floor Layers Journey Level $23.11 5A 1N Yakima Solar Controls For Windows Journey Level $9.47 1 Yakima Sprinkler Fitters (Fire Journey Level $26.43 1 Protection) Yakima Stage Rigging Mechanics Journey Level $13.23 1 (Non Structural) Yakima Stone Masons Journey Level $44.94 5A 1M Yakima Street And Parking Lot Journey Level $9.47 1 Sweeper Workers Yakima Surveyors Assistant Construction Site Surveyor $56.00 7A 3C 8P Yakima Surveyors Chainman $55.47 7A 3C 8P Yakima Surveyors Construction Site Surveyor $56.94 7A 3C 8P Yakima Telecommunication Journey Level $20.00 1 Technicians Yakima Telephone Line Cable Splicer $37.60 5A 213 Construction - Outside Yakima Telephone Line Hole Digger/Ground Person $20.79 5A 2B Construction - Outside Yakima Telephone Line Installer (Repairer) $36.02 5A 2B Construction - Outside Yakima Telephone Line Special Aparatus Installer 1 $37.60 5A 2B Construction - Outside Yakima Telephone Line Special Apparatus Installer II $36.82 5A 2B Construction - Outside Yakima Telephone Line Telephone Equipment Operator (Heavy) $37.60 5A 26 Construction - Outside Yakima Telephone Line Telephone Equipment Operator (Light) $34.94 5A 213 Construction - Outside Yakima Telephone Line Construction - Outsidc Telephone Lineperson $34.93 5A 2B Yakima Telephone Line Television Groundperson $19.73 5A 2B Construction - Outside Yakima Telephone Line Television Lineperson/ Installer $26.31 5A 2B Construction - Outside Yakima Telephone Line Television System Technician $31.50 5A 2B Construction - Outside Yakima Telephone Line Television Technician $28.23 5A 213 Construction - Outside Yakima Telephone Line Tree Trimmer $34.93 5A 213 Construction - Outside Yakima Terrazzo Workers Journey Level $38.14 5A 1M Yakima Tile Setters Journey Level $38.14 5A 1M Yakima Tile, Marble & Terrazzo Journey Level $30.90 5A 1M Finishers S. 21ST AVENUE IMPROVEMENT PROJECT 112 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Traffic Control Stripers Journey Level $43.73 7A 1K Yakima Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck a Trailer(c.wa-760) $40.58 61 2G Yakima Truck Drivers Dump Truck(c.wa-760) $40.58 61 2G Yakima Truck Drivers Other Trucks(c.wa-760) $40.58 61 2G Yakima Truck Drivers Transit Mixer $38.96 1 Yakima Well Drillers Et Irrigation Irrigation Pump Installer $25.44 1 Pump Installers Yakima Well Drillers Et Irrigation Oiler $9.47 1 Pump Installers Yakima Well Drillers 8 Irrigation Well Driller $18.00 Pump Installers S. 21ST AVENUE IMPROVEMENT PROJECT 113 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. S. 21ST AVENUE IMPROVEMENT PROJECT 115 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 Metal rectangular frames, 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 X 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 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 S. 21ST AVENUE IMPROVEMENT PROJECT 116 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 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, 1P, and 2 With adjustment sections See Std Plans. X Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 S 21ST AVENUE IMPROVEMENT PROJECT 117 ITEM DESCRIPTION YES NO ncrete Inlet - withadjustment section See Std Plans 18. Precast Drop Inlet Type 1 and 2 with metal grate supports X X See Std Plans 1.9. Precast Grate_ Inlet with_ extension_ and top_ units X X _Type _2 See Std. Plans 20 Metal frames, vaned grates, and hoods foECombination X X Inlets See Std Plans 21, Precast Concrete Utility Vaults - Precast Concrete utility vaults of X X X X 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 23 Valve Vault - For X X _use _with _underground_utilities. See Contract Plans for details X X 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 25 Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in X X 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 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall X X panel in size and shape as shown in Plans Fabrication plant has annual approval for methods and materials to be used X X Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 S. 21ST AVENUE IMPROVEMENT PROJECT 118 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 ITEM DESCRIPTION YES NO 27 Precast Railroad Crossings - Concrete Crossing Structure Slabs. X 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 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 X 33. Monument Case and Cover See Std Plan. X Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 S. 21ST AVENUE IMPROVEMENT PROJECT 119 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 X 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 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 40. Traffic Signal Standards - Traffic Signal Standards for use on hinhwav and/nr ctraet cinnal cvctamc Stanriarrlc to ha fahriratari __ to conform with methods and material as specified on Std Plans See Special Provisions for pre -approved drawings 41 Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std Plans. Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 S. 21ST AVENUE IMPROVEMENT PROJECT 120 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 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 X° X Custom Message Std Signing Message 43. Cutting & bending reinforcing steel X 44 Guardrail components x Cust End Sec 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 50. Girder pads (elastomeric bearing) Its � 51. 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 S. 21ST AVENUE IMPROVEMENT PROJECT 121 ITEM DESCRIPTION YES NO 53 Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56 Epoxy )( 57. Cribbing X 58 Water distribution materials X 59. Steel "H" piles X 60 Steel pipe for concrete pile casings X 61 Steel pile tips, standard X 62. Steel pile tips, custom X Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed " The department interprets this phrase to mean the actual work site Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 S. 21ST AVENUE IMPROVEMENT PROJECT 122 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 *'F'F • 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 08/31/2013 Edition, Published August 1st, 2013 S. 21ST AVENUE IMPROVEMENT PROJECT 123 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 08/31/2013 Edition, Published August 1st, 2013 S. 64TH AVENUE ROADWAY WIDENING 124 (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.] S. 21ST AVE IMPROVEMENT PROJECT 125 PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima S. 21St Avenue Improvement Project Airport Ln. to S. 21St Ave. City of Yakima Project No. 2410 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 S. 21ST AVE IMPROVEMENT PROJECT 127 ITEM PROPOSAL BID SHEET S. 21st Avenue Improvement Project Airport Lane to S 21St Avenue City Project No. 2410 Schedule A INO. DESCRIPTION QTY UNITS UITEM P NIT CE ITEM TOTAL PREPARATION 1 MOBILIZATION 1 L.S. 87, 7807 00 67, 780.00 2 CLEARING AND GRUBBING 1 L.S. 3,380.00 3,3 80.00 3 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 L.S. 44, 630,00 y, 6sox c 4 SAW CUT 340 L.F. Z. 20 7/8.00 GRADING 5 ROADWAY EXCAVATION INCL. HAUL 3,174 C.Y ►Z zo 38,72.z. So 6 BIOFILTRATION SWALE 500 L.F. 2 $. 4O 14-05.0. OO STORM SEWER 7 CATCH BASIN TYPE 1 18 EA. 4.15. 4.0 17, 924. 8o 8 CATCH BASIN TYPE 12. 1 EA. i, 290. 00 I, 2.90.00 9 SCHEDULE A STORM SEWER PIPE 12 IN. DIAM 251 L.F. 32.2 7 ii, Q 9.71 SURFACING 10 CRUSHED SURFACING BASE COURSE 2,295 TON I B. z I Lit, 791.95 11 CRUSHED SURFACING TOP COURSE (FOR TRENCH BACKFILL) 31 TON 15.3$ N76. 78 ASPHALT TREATED BASE 12 ASPHALT TREATED BASE 1,418 TON a60 I l $, 7`J'{. 80 HOT MIX ASPHALT 13 HMA FOR PAVEMENT REPAIR CL. 1/2 IN PG 64-28 12 TON 115. ZO I,?4/2.1-/0 14 HMA CL. 1/2 IN PG 64-28 730 TON iii. (i0 6q, 058.00 15 JOB MIX COMPLIANCE PRICE ADJUSTMENT 1 CALC. I d p 00 Addendum No. 1 July 29, 2016 ITEM PROPOSAL BID SHEET S. 21St Avenue Improvement Project Airport Lane to S 21st Avenue City Project No. 2410 Schedule A 16 COMPACTION PRICE ADJUSTMENT 1 CALL. I. pp I. O O 17 HMA FOR APPROACH CL.1/2 IN. PG 64-28 32 TON 1 y 8 50 Li, 752. 00 EROSION CONTROL AND ROADSIDE RESTORATION 18 ESC LEAD 12 DAY I Pi 00 1, g'i e . 00 19 TOPSOIL TYPE B 120 C.Y 5.51 661.20 20 INLET PROTECTION 19 EACH 76. 74 1, 079. 0 I 21 1 1/2 In. CHIPS 180 TON 32. 415 5, ay 1.00 22 REPAIR OR REPLACEMENT 1 EST. $5,000 $5,000 TRAFFIC 23 CEMENT CONC. TRAFFIC CURB AND GUTTER 3,483 L.F. 11. Z.2, 39, 079. Z6 24 PLASTIC STOP LINE 20 L.F. 1 1 . 00 Z-2.0.00 25 PERMANENT SIGNING 1 L.S. 330.00 33o.00 26 ILLUMINATION SYSTEM NO. 1 1 L.S. 16, 510.00 16, S4/0. 00 27 PROJECT TEMPORARY TRAFFIC CONTROL 1 L.S. y, ySS, 00 y, y55. 00 OTHER ITEMS 28 STRUCTURE EXCAVATION CLASS B INCL. HAUL 168 C.Y. 21 . o 3 536. 4 O 29 MONUMENT CASE AND COVER 12 EACH 319. 5, y, 075. 0 $ 30 CEMENT CONC. SIDEWALK- 4 IN. THICK 875 S.Y. 2.8. h0 25, 02.5.00 31 CEMENT CONCRETE RESIDENTIAL APPROACH 23 S.Y. j 70 885. j O 32 CEMENT CONC. COMMERCIAL APPROACH TYPE 1 16 S.Y. 38. 50 616. 00 33 CEMENT CONC. SIDEWALK RAMP TYPE PARALLEL A 3 EACH $ 2.5700 2., `1 75. cc Addendum No 1 July 29, 2016 ITEM PROPOSAL BID SHEET S. 21St Avenue Improvement Project Airport Lane to S 21St Avenue City Project No. 2410 Schedule A 34 CEMENT CONC. SIDEWALK RAMP TYPE PARALLEL B 1 EACH $z5-, 00 82$• OCA 35 CEMENT CONC. SIDEWALK RAMP TYPE SINGLE DIRECTION A 2 EACH 825.00 1, 4,50. 00 36 CHAIN LINK FENCE TYPE 3 700 L.F. 2'j. 08 lb, 990. 00 37 CHAIN LINK FENCE TYPE AIRPORT 742 L.F. 27. 01 20,085 . Qy 38 END, GATE, CORNER, AND PULL POST FOR CHAIN LINK FENCE 8 EACH 111.10 VI 1, (,O 39 END, GATE, CORNER, AND PULL POST FOR CHAIN LINK FENCE AIRPORT 18 EACH 1(oz. $O 2, q30. 410 40 RELOCATE DOUBLE GATE 1 EACH (06o.00 6(00.00 41 20 -FOOT WIDE ELECTRIC GATE, COMPLETE 1 L.S. 19,015-.00 19, 015. 00 42 ADJUST MANHOLE 1 EACH ' 7 7. 6o 477. 60 43 ADJUST VALVE BOX 6 EACH L80. gill I, toS2.. (g) '1 44 MINOR CHANGE 1 EST. $25,000 $25,000 45 SPCC PLAN 1 L.S 616.00 616.00 46 MAILBOX SUPPORT TYPE 1 1 EACH (0$y, 55 4,5'1.55- TOTAL SCHEDULE A: 4.616, 4 50. 48 Addendum No. 1 July 29, 2016 ITEM PROPOSAL BID SHEET S. 21St Avenue Improvement Project Airport Lane to S. 21St Avenue City Project No. 2410 Schedule B WATER LINES 47 BANK RUN GRAVEL FOR TRENCH BACKFILL 480 TON 19.30 6, 864. 00 48 GATE VALVE 6 IN. 3 EACH 1,0 6 I_ K g 3 1$ 4.11q 49 BUTTERFLY VALVE 12 IN. 5 EACH I, 497. 82_ 1,189. Io 50 HYDRANT ASSEMBLY 4 EACH y, `i9 8.36 17, c 3.91 51 DUCTILE IRON PIPE FOR WATER MAIN, 6 IN. DIAM. 112 L.F. 76. `13 8560. 16 , 52 DUCTILE IRON PIPE FOR WATER MAIN, 8 IN. DIAM. 10 L.F. ►ps.7q I 05-7. 90 53 DUCTILE IRON PIPE FOR WATER MAIN, 12 IN. DIAM. 1,520 L.F '-(6.8,1 71,196. 80 54 SHORING OR EXTRA EXCAVATION CLASS B 6,840 S.F. O. 1 t 752. KO SUBTOTAL SCHEDULE B: $ 1 1i , 49 g 24 SALES TAX SCHEDULE B @ 8.2%: P q 4.0 2.. OG TOTAL SCHEDULE B: * i Z6 'too. 30 TOTAL BASE BID (SCHEDULE A + SCHEDULE B): 7q3, 35b, 78 Addendum No 1 July 29, 2016 ITEM PROPOSAL BID SHEET S. 21St Avenue Improvement Project Airport Lane to S 21st Avenue City Project No. 2410 Alternate Al ITEM NO. ITEM DESCRIPTION QTY UNITS UNIT PRICE ITEM TOTAL SANITARY SEWER 1 SAW CUT 470 L.F. 2.2 O I, n 3y , oo 2 CRUSHED SURFACING BASE COURSE 88 TON 26. Cr. Z 2,3q2.5‘ 3 CRUSHED SURFACING TOP COURSE FOR PIPE ZONE BEDDING 385 TON ly. 30 S,505.5O 4 HMA FOR PAVEMENT REPAIR CL. 1/2 IN PG 64-28 50 TON 148. -6- o ?, 5125.00 5 MANHOLE TYPE 1 5 EACH 2,194.7N t 0, 448. 45" 6 PVC SANITARY SEWER PIPE, 8 IN DIAM. 1,100 L.F I6, y 2 113, Oro2. 00 7 SHORING OR EXTRA EXCAVATION CLASS B 9,450 S.F. O. 1, opt . So SUBTOTAL ALTERNATE A1: 4' `l6, 407.21 SALES TAX ALTERNATE Al @ 8 2%' ' 3 8 OS 5 a TOTAL ALTERNATE A1: 4 , So,zIL, bo TOTAL BASE BID + ALTERNATE A1: $ 793, 563, 38 Addendum No. 1 July 29, 2016 BID BOND -FORM Herewith find deposit in the form of a certified check, cashiers check, or cash in -the amount of $ which amount is not less than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, Scout Lake Construction Inc as : principal,. -and Merchants- Bonding Company (Mutual) , as Surety, are held and firmly bound :unto the City of Yakima, as Obligee, in the _penal sum of 5% of the total amount 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 City Project, No. 2410; S. 21st Avenue:improvement Project according ,to the_ terms of the : proposal.or biid 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 an& 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_ forbids, then -this obligation -shall be null and void; otherwise .it shalrbe and remain in full.force-and effect and the :Surety shall forthwith -pay'andforfeit to -.the Obligee, as penalty and liquidated -damages, -the. amount of this bond. SIGNED, SEALED AND DATED THIS 3rd DAY OF Bron Huntsucke urety Attorney -Iii -Fact ,20 Received return of deposit inthesum of $ S. 21ST AVE IMPROVEMENT PROJECT 139 MERCHANT�S� BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC , both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Cameron Huntsucker; Jessica Yuhas; Kara Skinner; Mercedes Trokey-Moudy their true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver on behalf of the Companies, as Surety, bonds, undertakings and other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of FIFTEEN MILLION ($15,000,000.00) DOLLARS This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011 "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof " "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 15th day of August 2015 �P.1ot,g4'•• meq` O'oR4� o0:_ v`• 2003 ':`‘).-1 STATE OF IOWA COUNTY OF Dallas ss. President On this 15th day of August , 2015 , before me appeared Larry Taylor, to me personally known, who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC , and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ;,O.ORP0q'° :9•• • •• �:Z -o- o: • Q•1933 ti • s'•. • • . •\1 MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. xysziALS WENDY WOODY o> v Commission Number 784654 Z �°1L• My Commission Expires P June 20, 2017 Notary Pub6Z'County, Iowa (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this day ofuC0�� 2016 0. "... EiP0... ?o..O g .• - �.• � _o- O� '41 • , -:a -o- �• • F. c • -tt _•- 2003 .1, 0, ;yJ, 1933 : ••.• Y,,`, • •• •• POA 0014 (6/15) Secretary PROPOSAL S. 21St Avenue Improvement Project Airport Lane to S. 21st Avenue City Project No. 2410 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto CASH CASHIER'S CHECK CERTIFIED CHECK IN THE AMOUNT OF DOLLARS ($ ) PAYABLE TO THE CITY TREASURER PROPOSAL BOND ® IN THE AMOUNT OF 5% ** Receipt is hereby acknowledged of addendum(s) No.(s) x 061 Q1,13 5cc -log $- 015a 1 1 ! _ SIGNAT O' rai F THE BID D OFFICIAL(s) FIRM NAME .300gt kOYIS GN1rlAe (ADDRESS) P(.) MOO SP -\0,-V\ 1\1\1' G L1 Z PHONE NUMBER Q STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER SCw i C qaft FEDERAL la 1 7 1 6I 1 Ui (DtSI 1 i 61 WA STATE EMPLOYMENT SECURITY REFERENCE NO. aM(o \- 00-c0 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. S. 21ST AVE IMPROVEMENT PROJECT 141 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. I 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: ��, _ _.��_• �� �p Dated this da , 20 I (p . Signature: Printed Name vi-xvA€A-\ Phone #: SC1-10P1l- O -l53. Email Address: brc)_\n@SC- \ake.co ' S. 21ST AVE IMPROVEMENT PROJECT 143 NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the aforesigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: 1 -800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8.00 a.m. to 5.00 p m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. S. 21ST AVE IMPROVEMENT PROJECT 145 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 " S. 21ST AVE IMPROVEMENT PROJECT 147 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 S. 21ST AVE IMPROVEMENT PROJECT 149 RESOLUTION NO. 1)- 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. 1� ADOPTED BY THE CITY COUNCIL this . 4 Ut day of 1983. ATTEST: 7ja-11-1-1---- /8,„44„......„ City Clerk NAbAkAtIka Mayor S. 21ST AVE IMPROVEMENT PROJECT 151 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers S. 21ST AVE IMPROVEMENT PROJECT 153 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. S. 21ST AVE IMPROVEMENT PROJECT 154 BIDDER CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: S (U I...(A. L.()\A6'u, 4 v'\ certifies that: (BIDDER) 1 It intends to use the following listed construction trades in the work under the contract GENERAL L.Al3/ ?IPE L.A'II t7R, cG+01PI"1€3.-ilii" 015 FP) ATORS 11' bo 79.0cac /LinTO, T1ty wells . 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 Ca c A1c RAL LAeo R , P►Pe- L -AY R , c ok.91N-145-VT oP� RAzORS 1>VI"tP Illk1CY. Zc„1A-rex TR)uc pRIvcIZS 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 -con ct under this contract the Subcontractor Certification required by these Bid Conditions ignature of Authorized Representative of Bidder) S. 21ST AVE IMPROVEMENT PROJECT 155 SUBCONTRACTOR CERTIFICATION Subcontractors' Certification is not required at the time of bid This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (SUBCONTRACTOR) 1 It intends to use the following listed construction trades in the work under the subcontract and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in Yakima, Washington, subject to these Bid Condition, those trades being. and, 2 It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions (Signature of Authorized Representative of Subcontractor) S. 21ST AVE IMPROVEMENT PROJECT 157 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 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 S. 21ST AVE IMPROVEMENT PROJECT 159 Mipigograppiesigmi I1I osoourP, Or/d9%in.ginfogvtiGst ' �rP%i�t %G/0gPr g ,f /� „'0,0 ,?-0 0.120iy0 /0PP r 1 g1P0 alInganiiik WAAIA F RA60"40004.' �f %!rr7%rf/%rI f r 7retrigliyMANCIFOrreAtitiallf , 40:11Wati r �wdaiiinirAl Y/ /770111 Artroapprompiror 4 -1 , ,,d, rr t Ira I5 215T AVENUE 0 t L` � IMPROVEMENT PROJECTMEMO MENE I•, NA Vitrai.k.- &IiiirF I \ RRYAI:IM-2410 LEGEND — EXISTING Back of Ditch Back of Walk Berm Bar of Ditch CL -Existing Road Culvert Pipe Curb DID ' Driveway Easment Edge of Pavement Existing R/W Fence -Barbed Wire Fence -Board Fence_Chain Link Fiber Optic Gas Grape Line Guardrail Gutter Anchor Bench Mark Catch Basin Control Point DID -Inlet DID -Manhole Gas -Meter Gas -Valve Grape -Pole Hedge High Water Hop -Pole Invert Elev. . se E. GIP 6rR.p ee.on.n E.•wtiq R%w Rbe, Optic t Fiber Opl Hop Line Irrigation Oil Supply Line Power -Aerial Power -Underground Properly Line Railroad Tracks Sanitary Sewer Section Line Section Line -Quarter Section Line -Sixteenth Shoulder 5torm Drain Telephone -Aerial Telephone -Underground Television -Aerial v Television -Underground - Toe Water -Domestic 0 —R R 111111111111==.1"irirmrmnnulMin mrm - 9 D u +u w lrrig -Blow I 5an.-Droinfield ® Tele -Pedestal Irrig -Pump ® San -Manhole ® Tele -Pole AI- lrrig lrriq -Standpipe 0 San -Septic ® Tele -Vault Irrig -Sprinkler ® 5ection Center ® Tree -Con. Irrig -Valve pQ 5ection Corner 4 Tree -Dec Junction Box, Type 1 ® Section 1/4 Corner .o. Tv-Cabox Mailbox ® Service Pole 0 Water -Faucet ® Orchard 5hrub lit Water -Fire Hyd Power-Jbox �P 5ign Water -Meter EB Power -Panel 11FNfl Storm -Manhole ® Water -Valve 0 Power -Pole -0- Street Light c3 Water -Well 0 Property Corner & Surface Inlet © Water Surface y.� Rock Wall Tele -Manhole ih4H Yard Light l --C ITI TX - I TV I (\ S 21S7 A VEN/JE IMPROVEMENT PROJECT RRYAKLII- 2410 INDEX SHEET I 5HEET 2 SHEET 3 SHEET 4 SHEET 5 SHEET 6 SHEET 7 SHEET 8 SHEET 9 SHEET 10 SHEET 11 SHEET 12 SHEET 13 SHEET 14 SHEET 15 SHEET 16-18 SHEET 19 SHEET 20 SHEET 21 SHEET 22 SHEET 23 COVER SHEET: VICINITY MAP, INDEX, 5UMMARY OF QUANTITIES AND TYPIGAL AIRPORT LANE DESIGN GL SECTION TIE AIRPORT LANE PLAN AND PROFILE; AIRPORT LANE PLAN AND PROFILE; AIRPORT LANE PLAN AND PROFILE; AIRPORT LANE t 215T AVENUE PLANE PROFILE; OAK AVENUE PLAN AND PROFILE; AIRPORT GATE APPROACH PLAN AND PROFILE DRAINAGE PROFILES DRAINAGE SWALE PLANS (I) DRAINAGE SWALE PLANS (2) STRUCTURE NOTES FENCE PLAN SEWER PLAN AND PROFILE WATER LINE PLAN AND PROFILE PARKING LOT PLAN AND PROFILE ELECTRICAL PLAN ELECTRICAL DETAILS GENERAL TRAFFIC CONTROL PLAN SIGNING PLAN LEGENDS ROADWAY SECTIONS BOP STA 20+92.48 TO 5TA. 25+50 STA 25+50 TO STA. 30+50 STA. 30+50 TO 5TA. 35+50 STA. 35+50 TO EOP STA 37+65.00 BOP STA 1+00 00 TO EOP STA 1+76.00 LEGEND — PROPOSED CL- Road Construction Easement Curb/ Pavement/Sidewalk Culvert Pipe Guardrail New Edge of Road RW Sanitary Sewer 5torm Drainage 5awcut Water con.Fusxor Comment WM ®ea OF ROAD anv Gut Catchline Fill Catchline o Angle Point • Monument �t. al? Check Dam s s Q San Sewer Manhole Storm Drain Catch Basin Type I sww -saw so, O 5torm Drain Gatch Basin Type 2 w wgeRiprap cur FILL Road area Asphalt area Gravel area Concrete area CUT FILL APPROVED FOR CONSTRUCTION CITY OF YAKIMA' IrisAk-4,J cA�a t !i tUU1 DATE 1 • kZ- t S. 21ST AVENUE IMPROVEMENT PROJECT RRYAKIM-2410 PROJECT ENGINEER - KIM PFAFF DRAWN: J MATTHEW CHECKED BY K PFAFF REVISION. COVER 5HEET: VICINITY MAP, INDEX, e LEGENDS SHEET 1 OF 23 urtion\21st Ave cover sheet.dwa. 6/2 RYAKIM-761(1 21st Ave\7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • 0.25'•••. 5' 1% 35 9' 37.9' 21.5' i15.0' 17 9' 10.5' SAW CUT SLOPE-0.02FT/FT SLOPE-0.02FT/FT SLOPE-0.02FT/FT CRUSHED SURFACING BASE COURSE :,,,,. f.: .1 "s Jai'.'=5-..'4. �a,�.C.c, -•J.._h.N:�'M. }.�.M1 _ .•lfw+,_.e..._ -. ... �./. 0.17' CRUSHED SURFACING TOP COURSE (COMPACTED DEPTH) 2: I (TYP.) NON SWALE LOCATIONS 3:1 (TYP.) SWALE LOCATIONS (SEE SHEET 11 F 12) 0.25'•••• 5'• 1% -' 0.17' HMA GL J5 P6 6428 (COMPACTED DEPTH) 0.33' ATB (COMPACTED DEPTH) 0.50' CRUSHED SURFACING BASE COURSE (COMPACTED DEPTH) OAK AVENUE - TYPICAL SECTION NTS .••• - 0.5' IN SWALE LOCATIONS 34' 33' 21.5' 15.5'.• 15.5'..• 10.5' SAW CUT SLOPE-0.02FT/FT SLOPE-0.02FT/FT SLOPE-0.02FT/FT CRUSHED SURFACING BASE COURSE :,,,,. K_ -s -y,. ;.7, 11.-_--..4;t5ti:.. `a:....0•:—'N.,. . ✓ ?_. i_'k tr .c, N''''.. .ii •,>..:.lt J`:h_t4. 0 17' CRUSHED SURFACING TOP COURSE (COMPACTED DEPTH) 2:1 (TYP) NON SWALE LOCATIONS 3:1 (TYP) SWALE LOCATIONS (SEE SHEET 11 E 12) 0.25'•••• 2: 1 (TYP.) NON SWALE LOCATIONS 3:1 (TYP) SWALE LOCATIONS (SEE SHEET I I E 12) 0.25'••.• = , I _I—.. I-- -.7., ----. I F _ 1-7417'; 11;7_11 1._11 O 17' HMA CL XZ P6 6428 (COMPACTED DEPTH) 0.33' ATB (COMPACTED DEPTH) - 0.50' CRUSHED SURFACING BASE COURSE (COMPACTED DEPTH) al(T)pJ 2:1 (TYP.) NON SWALE LOCATIONS 3:1 (TYP.) SWALE LOCATIONS (SEE SHEET 11 t 12) AIRPORT LANE/ S. 21ST A VEUE - TYPICAL SECTION NTS 5TA. 20+92.5 TO 37+65 * - 5TA 36+78 LT. TO 37+65 LT NO SIDEWALK •• - 5TA. 20+92.5 TO 23+50 VARIES 19 0' TO 16.5' STA. 36+61 LT TO 37+65 LT. VARIES 16.5' TO 15 0' ••+ - STA. 36+61 RT. TO 37+65 RT VARIES 16 5' TO t 15 0' ••*• - 0.5' IN SWALE LOCATIONS AND 0.25' 5. 215T. LT SIDE .[L.D 21.5' 9' 10.5' SAW CUT L.F SLOPE-0.02FT/FT SLOPE-0.02FT/FT CRUSHED SURFACING BASE COURSE :,,,,. 88 __.4_,i-A� .1�:: _�-,moi � . ‘::+,�'•�::� _��:� .�.:r�..�.�s.��. ,r 0 17' HMA GL P6 6428 (COMPACTED DEPTH) 0.33' ATB (COMPACTED DEPTH) 0.50' CRUSHED SURFACING BASE COURSE (COMPACTED DEPTH) AIRPORT GATE APPROACH NTS ITEM NO ITEM DESCRIPTION UNITS QUANTITY PREPARATION MOBILIZATION L.S. 2 CLEARING AND GRUBBING L.S. 3 REMOVAL OF STRUCTURE AND OBSTRUCTION 4 SAW CUT L.F. 1 1 340 GRADING 5 ROADWAY EXCAVATION INCL. HAUL C.Y 3,174 6 BIOFILTRATION SWALE L.F 500 STORM SEWER 7 CATCH BASIN TYPE I 8 CATCI-I BASIN TYPE IL EA. EA. 18 9 SCHEDULE A STORM SEWER PIPE 12 IN. DIAM. L.F 251 SURFACING 10 CRUSHED SURFACING BASE COURSE 11 CRUSHED SURFACING TOP COURSE (FOR TRENCH BACKFILL) TON TON 2295 31 ASPHALT TREATED BASE 12 ASPHALT TREATED BASE TON 1,418 IIOT MIX ASPHALT 13 HMA FOR PAVEMENT REPAIR CL. 1/2 IN. PG 64-28 TON 12 14 HMA CL. 1/2 IN. PG 64-28 TON 730 15 JOB MIX COMPLIANCE PRICE ADJUSTMENT CALC. 16 COMPACTION PRICE ADJUSTMENT CALC. 17 LIMA FOR APPROACH CL.1/2IN. PG 64-28 TON 32 EROSION CONTROL AND ROADSIDE RESTORATION 18 ESC LEAD DAY 12 19 TOPSOIL TYPE B 20 21 22 INLET PROTECTION 1 1/2 In CHIPS REPAIR OR REPLACEMENT C.Y EACH TON EST_ 120 19 180 TRAFFIC 23 CEMENT CONC. TRAFFIC CURB AND GUTTER L.F 3,483 24 PLASTIC STOP LINE 25 PERMANENT SIGNING L.F, L.S. 20 26 ILLUMINATION SYS "TEM NO. 1 L.S. 27 PROJECT TEMPORARY TRAFFIC CONTROL L.S. OTHER ITEMS 28 STRUCTURE EXCAVATION CLASS B INCL. HAUL C.Y. 168 29 MONUMENT CASE AND COVER 30 CEMENT CONC. SIDEWALK- 4 IN. TIIICK EACH S.Y. 12 875 31 CEMENT CONCRETE RESIDENTIAL APPROACH S.Y 23 32 CEMENT CONC. COMMERCIAL APPROACH TYPE 1 S.Y 16 33 CEMENT CONC. SIDEWALK RAMP TYPE PARALLEL A EACH 3 34 CEMENT CONC. SIDEWALK RAMP TYPE PARALLEL B 35 CEMENT CONC. SIDEWALK RAMP TYPE SINGLE DIRECTION A EACH EACH 2 36 CHAIN LINK FENCE TYPE 3 L.F 700 37 CIIAIN LINK FENCE TYPE AIRPORT 38 END, GATE, CORNER, AND PULL POST FOR CHAIN LINK FENCE L.F EACH 742 8 39 END, GATE, CORNER, AND PULL POST FOR CHAIN LINK FENCE AIRPORT EACH 18 40 41 RELOCATE DOUBLEGATE SLIDE GATE 20 EI' EACH EACH 42 ADJUST MANHOLE EACH 43 ADJUST VALVE BOX EACH 6 44 MINOR CHANGE CALC. 45 SPCC PLAN 46 MAILBOX SUPPORT TYPE 1 L.S. EACH WATER LINES BANK RUN GRAVEL FOR TRENCH BACKFILL TON 480 2 GATE VALVE 6 IN. EACH 3 3 BUI IERFLY VALVE 12 IN. EACH 5 4 HYDRANT ASSEMBLY EACH 4 5 DUCTILE IRON PIPE FOR WATER MAIN 6 IN. DIAM. L.F, 112 6 DUCTILE IRON PIPE FOR WATER MAIN 8 IN. DIAM. L.F. 10 7 DUCTILE IRON PIPE FOR WATER MAIN 12 IN. DIAM L.F 1,520 8 SHORING OR EXTRA EXCAVATION CLASS B S 6,840 SANITARY SEWER ALTERNATE S. 21ST AVENUE IMPROVEMENT PROJECT 12I2YAK1M-2410 PROJECT ENGINEER. KIM PFAFF DRAWN: J MATTHEWS CHECKED BY K PFAFF PEw5IO J. SUMMARY OF QUANTITIES E TYPICAL ROADWAY 5ECTIONS SHEET 2 OF 23 nnlllR Avg. envwr 6e0.dwa. 7/1/70191(1 SANITARY SEWER 1 SAW CUT L.F 470 2 CRUSHED SURFACING BASE COURSE TON 88 3 CRUSHED SURFACING TOP COURSE FOR PIPE ZONE BEDDING TON 385 4 HMA FOR PAVEMENT REPAIR CL. 1/2 IN. PG 64-28 TON 50 5 MANHOLE TYPE 1 EACH 5 6 PVC SANITARY SEWER PIPE 8 IN. DIA. L.F. 1,100 7 SHORING OR EXTRA EXCAVATION CLASS B S F. 9,450 S. 21ST AVENUE IMPROVEMENT PROJECT 12I2YAK1M-2410 PROJECT ENGINEER. KIM PFAFF DRAWN: J MATTHEWS CHECKED BY K PFAFF PEw5IO J. SUMMARY OF QUANTITIES E TYPICAL ROADWAY 5ECTIONS SHEET 2 OF 23 nnlllR Avg. envwr 6e0.dwa. 7/1/70191(1 i;oh N 0 N N z A NW Cor. Sec 2, T12N,R18E.,WM N 776785.6062 E 1957685.2530 ELEV 1069 96 Fnd. 2" Brass Cap LCR 2M-1102, AF 4 Visited May 2015 S80011'59°E m W y Cor Sec 2, T 12 N, R 18 E., WM N 774696.3727 E 1957671.3310 ELEV 1069.50 Fnd. 2" Alum. Cap LCR 7092419 Visited May 2015 Airport L. Airport Lane Design CL Section tie 250 0 250 500 Scale I' = 250' Found P.I. Mon 2" Alum. Cap N 775221.8570 E 1958975.5800 ELEV 1.058.14 Visited May 2015 rn Oak Ave. N% Cor Sec 2, T 12 N, R 18 E., WM N 776780 7176 E 1960293.2276 Not Visited, Airport Property Calculated position from various PISA Binding Site Plans sP.I. Mon not set N89°45' 19"F. 708.19' so Ch ch N ° O z 623.03' Co o N 8 e z 2016,94' N89°45'19"E 2639.97' HORIZONTAL NAD83-20I I EPOCH 2010.00 OBTAINED FROM THE WASHINGTON STATE REFERENCE NETWORK VIA RTK SURVEYING METHODS (THE STATE PLANE COORDINATES WERE CONVERTED TO PROJECT DATUM GROUND DISTANCES BY APPLYING A COMBINED FACTOR OF 0 99995010 AND THEN ADDING 328083.333 FEET TO THE NORTHING AND EASTING TO GET PROJECT DATUM COORDINATES.) VERTICAL NAVD88 AND WAS AL50 OBTAINED FROM THE WASHINGTON STATE REFERENCE NETWORK VIA RTK SURVEYING METHODS Center Sec 2, T 12 N, R 18 E., WM N 774707 6462 E 1960311.2770 ELEV 1052,36 Fnd. 3 Y2" Alum. Cap LCR 7167451 Visited May 2015 S. 21ST AVENUE IMPROVEMENT PROJECT 0I2YAKIM-2410 • aARLEs i � t 487��64, ,w a'' /OA, 0 '4 L LI i PROJECT ENGINEER - IM PFAFF DRAWN: J MATTHEWS CHECKED by K PFAFF PEVISIO+V: AIRPORT LANE PE516N CL 5ECTION TIE SHEET 3 OF 23 s\RRYAKIM-2410 21st Ave \Production\A.irport Lane Design CL Secion tiedwg, 6/28/2016 3:10:48 PM City of Yakima (31202-224.0) Lease to Washington Stole Military Dept. - Armory 75yr Term Expires January 25, 2076 PI 5ta = 22+24 78 N - 775741.2363 E = 1958474.8117 - 24'00'07" R = 51000 L = 213 65 AIRPORT LANE 0 t N R. f Richmond James E Susan 18;202-23428 BOP STA = 20+92.50 N = 775763 9074 E = 1958344.5082 BEGIN TAPER CONTACT (509)-574-2339 FOR SURVEY CONTROL Trust 7845986 Binding Site Plan 7619902, Lot 7A CONSTRUCTION NOTES O ADJUST VALVE TO GRADE O REMOVE FENCE, SEE FENCE PLAN O INSTALL I 1/2" CHIPS 4" DEPTH O INSTALL CURB RAMP TYPE PARALLEL A I6 REMOVE PORTION OF CONCRETE DRIVEWAY APPROACH 19 INSTALL MONUMENT CASE AND COVER O REMOVE ASPHALT PI 5ta - 24+98.15 N > 775587.3800 E - 1958704 6/83 d = 24`00'09" R = 510 00 L = 21365 40 0 40 80 1-1 SEC. 02, T.12 H., 12.18 E., W.M. 1075 1070 1065 1060 1055 ROADWY EXCAVATION INCLUDING HAUL = 1,086 Y. 0 O EM ANKMENT 63 C Y. GENIEINE PROFILE -0150% EX STING c PROPOIED O. WATER INE (SEE 51EETS 17- 0) PROFILE 1075 1070 VPI TA - 25+10. 0 VPIl EL. - 1061 4 CUR LEN - 100.4- 1065 1060 1055 1050 to cn ri 00 0 0 h Ln Vcn NN ei crl R1 cn 00 00 Al Kl 00 N O� elN 00 00' In0 N 00 r N - .0 .0 00 al .04 tfl- 0v. D' NO N— NN NN Nel 00 00 00 00 N 00 N O N 0 0 co 0 til 0 O 0n 0 0 N 0 r� — N 00 cn .0 — 00 0` .0 0- — 0• 0 co 0 0 N N 0 O S. 21ST AVENUE IMPROVEMENT PROJECT RRYAKI M-2410 PROJECT ENGINEER: KIM PFAFF DRAWN: J MATTHEWS CHECKED BY K PFAFF .EVISION: I PLAN AND PROFILE; SOP 5TA. 20+92.48 To 5TA. 25+50 SHEET 4 OF 23 Cri AIRPORT LANE Yakima Air Terminal 181202-21004 .--FLL . e PILL o--s . !'• 0T .- - { • PILL PRL Eabllnq Earmanf Ed.1Mq Eownen$ Eal, 4p Ea.ea.enl CONSTRUCTION NOTES O REMOVE FENCE, SEE FENCE PLAN 0 INSTALL 1 I/2" CHIPS 4" DEPTH 19 INSTALL MONUMENT CASE AND COVER MacKinnon Holding, LLC 181202-23429 Peed 7543926 5PE 025-14 5M140153 PI 5ta = 29+68.32 N - 775506.8126 E = 1959171.0608 A - 15'58'56" = 51000 L = 142.26 40 0 40 80 1-( 1 SEC. 02 T.12 N., P.18 E., W.M. ROADWAY EXCAVATION INCLUDING HAUL - 958 G.Y. 1070 1065 1060 1055 1050 1045 004 *. s O < W sn p u> a P20POSED WATE2LINE (SEE _.51 -IEE T5 17,20) VPI STA - 27+15.00 \(PI EL - 105144 CURVE LEN., 1,00.00 EMBANKMENT = 184 G.Y. CENTERLINE PROFILE 1070 1065 EXISTING--PPOFILE 1060 1055 1050 1045 .ON -.CO DD .0� 0000 otr) r- ,D 0:— 00 -- ryro d) 00 INo 00 N 0 col - 00 cg 00 ON In - 00 N0 � � 00 VI-— 0 0`..0 .1:1‘.01-c0 N— CP i:0 1"-• in o IN .0 0`cn r, Ln — o o in co N r in .s? In LO .0 (n '1) ry .D — In o (-N co a' s` co. r .o r di .D .o .D .D .D .D .D .o .o ,t .D .o v .6 v In dl 1r) rn Ln Ln in in if) in c11 in 1.11 u1 In dl N ul 0 In 10 u' in dl 0 0 an a) 00 00 00 00 00 00 00 00 00 00 00 00 25+50 2547 26+00 26+25 26+50 26+75 27+00 27+25 27+50 27+75 28+00 25+25 28+50 25+75 29+00 29+25 29+50 29+75 50+00 30+25 30+37 S. 21ST AVENUE IMPROVEMENT PROJECT PRYAKIM-2410 PROJECT ENGINEER KIM PFAFF DRAWN: J MATTHEWS CHECKED 8Y: K PFAFF REVISION J PLAN AND PROFILE; 5TA. 25+50 TO 5TA. 30+50 2 0 5 0 5 c 2 c e _ SHEET 5 OF 23 0 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 S. 21ST AVENUE IMPROVEMENT PROJECT RRYAKIM-2410 PROJECT ENGINEER: KIM PFAFF DRAWN: J MATTHEW5 CHECKED 5Y: K PFAFF kEV(51ON: PLAN AND PROFILE; 5TA. 30+50 TO 5TA. 35+50 f SHEET 6 OF 23 1 nn\Aironrf In STA. 30+50 TO 35+50.dwa. 6 as VA rR,A_9dtn AIRPORT LANE -- e t , �\ N �_-_-- m f � f1 ASPHALT REMOVAL f ni nt n LIMITS =- _-�~ nt y 1.� CN r -Air Terminal Ili__,----.------='�` - -� L !81202-21 V4- ,e - = =---'' - � = �i s -��- TIJ Ex1•I-. Eau/6.A - .li.-c _ E'i.Rp Ea.. CPI HU `• F61. ( 1 U. PILL it I:p`S — EXISTINGPROTECT • 33 : f ;-.:- a 32+ 8B0'tT'f 6•�.300 5 _ IRRIGATIONLNE GAP SPRINKLER HEAD --1 O ‘_c) ,,. 17t;. -.P.:4' - 6.0' .f T ..5' City of Yakima 1 t*.• i 1 181202-24900— " t. Lil * ExbMnq Eawncnt Exi•In9 E of -. `h \ w t1, Q ' ra MacKinnon I Holdlnq, LLG \ TNOTES CONSTRUCTION /'�� V REMOVE FENCE, SEE FENCE PLAN REMOVE CONCRETE SADDLES 0 INSTALL CURD RAMP TYPE SINGLE Haralmer, Inc. €7);--2-.D3421R 3 PI 5ta 34+84 71 N - 775475.6253 E = 1959683.5470 d = 79°42'01" - 75 00 > . � � �i Q Q ` 1 ~ 4 a r L1 5+5° Deed 7636079 L 104.33 N 5TA' 181202-23429 DIRECTION A Binding 5ile Plan Deed 7543926 ' 519E 025-14 ' 5MI40153 a5 INSTALL I I/2" CHIPS 4" DEPTH 19 INSTALL MONUMENT CASE AND COVER REMOVE ASPHALT 7619902, Lot 5 -- �. -J — — 40 0 40 \ 80 ,- — EEC. 02, T.12 N., R.15 E., W.M. 1065 ROADWAY EXCAVATION INCLUDING HAUL = 510 G.k. 1065 EM�3ANKMENT 240 C.Y. 1060 PROFILE 0 U 0� di h0 I' ei ° • 1060 CENTERLINE 1055 -0.50% I_, r o a u a VPI STA - CURVE LEN 35+25.00 I O500 00 1055 1050 1050 1045 1045 PROPOSED WATERLI\JE 1---EXI5TING PR FILE 00 — 00 000 1040 1040 (SEE 5IEET5 17-20 rto rIo tri Ln 00_ TrN (N.0 O`0 rrl Irl`0(N0 00 rd- In- N.0 ON r0` ,n CN (N.0 Otr c0 d- t0 d3 r0 c0 '-r) JD c0 tn..o 61 In (N N —0 o(N O; Io r- as so O's to - v,.0 (N d- —1- o1- 0;.C) .00 I - 1 ---(yam -O —o c(o rn i tIrl In Iii rl to in tri In Iii rn in v r) v In 1-(n v r) v r' v cn 1-r) no-) col- In In n ri Rini tri to in tn N to to In Jl In Ill In +n L0 11) 0 to dl to t0 Ln Jl I<1 In Jl d1 10 dl t0 Jl Ill to til d) Ill in In In N dl Ind) 00 00 00_ 00 0_0 00 00 0__0 00 0_0 00 00_ 0000 0__0 0000 0000 00_ o_o _o0 0000 - ri an an An. -lc AI.nn AI.nm al. ark aI.-1C. a_n.nn a,.hc A'7. an ..'7.'7C. ,.,..nn '3.-a.. •-1C, ',.'.. C.n Aa. -7C. -AA .net a4t 7C. '.n.can '2.n. -)C. °sC.:nn iC.i'7=.-2x—ea-) / S. 21ST AVENUE IMPROVEMENT PROJECT RRYAKIM-2410 PROJECT ENGINEER: KIM PFAFF DRAWN: J MATTHEW5 CHECKED 5Y: K PFAFF kEV(51ON: PLAN AND PROFILE; 5TA. 30+50 TO 5TA. 35+50 f SHEET 6 OF 23 1 nn\Aironrf In STA. 30+50 TO 35+50.dwa. 6 as VA rR,A_9dtn 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONSTRUCTION NOTES O ADJUST VALVE TO GRADE • REMOVE FENCE, SEE FENCE PLAN O INSTALL 1 I/2" CHIPS 4" DEPTH • INSTALL CURD RAMP TYPE PARALLEL A O INSTALL CURD RAMP TYPE PARALLEL 0 REMOVE EXISTING SIDEWALK e REMOVE EXISTING CURS AND GUTTER O ADJUST MANHOLE O INSTALL MAILBOX TYPE I 0 HYDRANT TO DE RELOCATED BY CITY e INSTALL PLASTIC 510P LINE (FIELD VERIFY 155 FT OF STOPPING SIGHT DISTANCE) O INSTALL MONUMENT CASE AND COVER cr) 1- City of Yakima OF:202-24900 Deed 7636079 Binding Site Plan 7619902, Lol 5 21ST AVENUE EtI •;(C. 6.1aIng Fn...,, Airport Lr, 5TA 37+14.55 Oak Ave 5TA /+76 00 N - 775224 9242 E -195%54.4505 r 11, • 36+00 19 so -141m, 140:0,0- 1 / /1 / -410 \sit • M/21 i'Llit!,13 9 — 35÷°° 602r6,6"E 99 91' 38 65 1 18.8' 24.5' -b.!rrns 11.11/..3 bunr-a PI STA - 36+25.00 N 775314.4715 E - /959684 950/ Nara lmer, Inc. 161202-23421 Peed 7636079 Binding Site Plan 7619902, Lot 5 EOP 5TA - 37+65.00 N - 775174.5406 E - 1959683 9464 Li Boyle Everett 4 Theresa Deed 7659992 Binding Site Plan 7169990, Lot 2 40 0 P/ 5TA 38+64.9/ N - 775074.5640 E = 1959685.0358 40 80 SEC.02, 7-.12 N., R.18E., W.M. 1065 ROADWAY EXCAVATION INCLUDING HASA 360 C.Y , 1065 1 EMBANKMENT - 3 C.Y . 1 io 00 ' . 9 Li) r• c'i .; 0 tr) 0 ul ' Csi el 8. Tr . 41 0 ,r) 1 , r- , ,r)1060 st- (II ..r) .13 ' , ' 41 • < ,n i-- c.. , _, . . < a. > . : u .1 I LB_, 1VPI 5TA - 364-45.00 < VPI EL - 10,53.60 CI>, CURVE LEN .i 50.00 %._.'..- _, , Ui I 1 CENTERHNE PROFILE- ET. > 6 > - 1055 1055 > > 0.50% > e , -0.50% 1050 050 1 -------e--- r___ ------ I ! 1 1 1 4. i , ! i ___ _ 1045 , 1 1045 TING PROFILE I ZIP * ROPOWATERLI _ EXiI.5 .NE ' (SEE SHEET -5 17-20)r 4 1 1 .L 11 CO ) • i , I i 1 — 1 , ; 1040 1040 r-- ei in 00 — 0 0 CO 0, 00' V _ in — N 0` 0- CO o •:0 0' o ci N 6n — In Gs in — •41- cc) 6n N (Ni (5' q — (' e0 cr) (r) fn Ki rn (n 6 -Ni in cr) cri 0-1 cri rn n cv (r) n N N N N tn tn Ln Li) Ln in in In ill tn in Lc) In ill 111 tn tn tr) ,r) dl ,r) 00 00 00 00 0000 00 00 0 0 0 0 — — — — — _ 35+50 35+75 36+00 36+25 36+50 36+75 37+00 37+25 37+50 37+75 35+00 35+25 38+50 38+75 39+00 39+25 39+50 S. 21ST AVENUE IMPROVEMENT PROJECT RRYAKIM-2410 PREPARED UNDER THE DIRECTION OF: COUNTY ENGINEER D ATE: P▪ ROJECT. ENO INE.FR: KIM PFAFF DRAWN: J MA TTHE WS CHECKED BY: k PFAFF erinsiom 11. PLAN AND PROFILE; 5 TA. 35+50 10 EOP 5TA. 37+65.00 SHEET 7 OF 23 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r NW CORNER CURVE RETURN gLEVATION @ TOP BACK OF CURB CURVE RETURNATA L-54.37, R-34.5' POINT STREET STATION OFFSET ELEVATION 0 OAK 1+25 73 19' 1053.62 1/4 1053.51 1/2 1053.57 1/2 1053 401 3/4 1053.57 3/4 1053.291 I 1053.63 I AIRPORT 36+60.34 17' 1053 70 _J OAK AVENUE Haralmer, 181202-23421 lu 64: Sr CORNER CURVE RETURN ELEVATION @ TOP BACK OF GUI CURVE RETURN DATA : L-42.81, R-29.5' POINT STREET STATION OFFSET ELEVATI4 O 0AI' 1+29.77 20.2' 1053.59 1/4 1053.51 1/2 1053 401 3/4 1053.291 I AIRPORT 37+63 48 19.3' /053.21r 1 Deed 7636079 Binding Site Plan 7619902, Lot 5 M/21 6ugsix3 Oak Avenue BOP STA - 1+00.00 N - 775225.2053 E - 1959608 4636 5 E 5HEET 7 ® r, 7-4 0+00 o3'eV1IR3' OG1L—GOt•: Boyle Everett 4 Theresa 181202-23413 Deed 7859992 Binding Site Plan 7169990, Lot 2 1l 1 1 s NI 40 0 i--1 1----1 1 CONSTRUCTION NOTES OS INSTALL I 1/2" CHIPS 4" DEPTH ®6 INSTALL CURB RAMP TYPE PARALLEL A O7 INSTALL CURB RAMP TYPE PARALLEL B Q REMOVE EXISTING SIDEWALK 0 REMOVE EXISTING CURB AND GUTTER 10 ADJUST MANHOLE 0 INSTALL MAILBOX TYPE I 18 INSTALL PLASTIC STOP LINE (FIELD VERIFY 155 FT OF STOPPING SIGHT DISTANCE) City of Yakima (31-202-24900 Deed 7636079 Binding Site. Plan 7619902, Lot 5 Oak Ave. EOP 5TA - 1+76.00 Airport Ln 5TA = 37+14.55 N = 775224 9242 E =1959684 4505 40 80 5EG. 02, 7'.12 N., Ip. 18 E., W.M. ROADWAY EXCAVATION !NCLUDING'HAUL = 175 C Y. 1065 1060 1055 { EMBANKMENT - 0 G.Y. 1/40(.,d3 2o.fl H o 00>n x-0 W . 1 eX15rtONG / PROh1r snw i I M00 O 0 i al co i 8NV � frl al 0 CENTERLINE PROFILE I 'a I 4~f1W\fl 0 0 C74ww 1065 1060 1055 1050 1045 1040 I 0.56% 1050 1045 1040 .D t+') 71 -as .0 in,i- ' N NN d 4 Ki ei cn (ri cr r6 ei en 0 0 0 0 0 00 00 00 -1+50 -1+25 -1+00 -0+75 -0+50 -0+25 0+00 0+25 0+50 0+75 1+00 1+25 1+50 1+75 2+00 2+25 2+50 2+75 1+00 3+25 5+50 / S. 21ST AVENUE IMPROVEMENT PROJECT RRYAKIM-2410 r PROJECT ENGINEER: KIM PFAFF DRAWN: J MATTHEWS CHECKED BY: K PFAFF REVISION: / PLAN AND PROFILE; SOP .5TA. 1+00.00 To EOP 5TA. 1+76.00 2 55 55 SHEET 8 OF 23 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 l AIRPORT CATE WEST CURB - GUTTER NUMBER PI STATION PI NORTHING PI EASTING DIRECTION DISTANCE DELTA ANGLE RADIUS ARC LENGTH PC STATION PC NORTHING PC EASTING PT 5TATION PT NORTHING PT EASTING C 1 0+28.52 775475 4140 /959680 0935 N60°09'38"E I 121'24'28" 16.00 33.90 -0+00.00 775490.0432 /959655.6157 0+33 90 775503 9290 1959679.8232 LI 0+33 90 775503 9290 /959679.5232 N0 32'36"W 14.55 co Rl- coD cs4 � �N to to to ,n to ,n Jl 00 00 00 0 AIRPORT CATE CENTERLINE NUMBER PI STATION PI NORTHING PI EASTING DIRECTION DISTANCE DELTA ANGLE RADIUS ARC LENGTH PC STATION PC NORTHING PC EASTING PT STATION PT NORTHING PT EASTING L2 0+00.00 775462.5630 1959664.8639 N47'54'22"E 19.04 C2 0+32.54 775484.3750 1959689.0090 1,123'40'53"E 48'26'58" 30.00 25.37 0+19.04 775475.3266 /959678 9928 0+44 41 775497.8725 /959688.8810 1.3 0+44 41 775497.8725 1959658.8810 N0'32'36"W 34 78 AIRPORT CATE EAST CURB - CUTTER NUMBER PI STATION PI NORTHING PI EASTING DIRECTION DISTANCE DELTA ANGLE RADIUS ARC LENGTH PG STATION PC NORTHING PG EASTING PT STATION PT NORTHING PT EASTING C3 0+10.99 775458.8100 1959657.6317 N10'46'34"E 68'58'06" 16,00 /9.26 0+00.00 775448.7475 /959692.0506 0+19.26 775466.5457 1959695 4380 C4 0+25.17 775470.7087 /959699.6390 N222/'30"E 45'48'12" 14.00 I l /9 0.19.26 775466.5457 1959695 4380 0+30 45 775476.6228 1959699.5830 L4 0+30,45 775476.6228 1959699.5830 N0'32'36"W 42.07 ALIGNMENT AND PROFILE LOCATIONS - FOR CURB INFORMATION ,41K 411'. AIRPORT CATE WEST CURB - GUTTER AIRPORT GATE CENTERLINE AIRPORT GATE CENTERLINE AIRPORT GATE EAST CURB - GUTTER S. 21ST AVENUE IMPROVEMENT PROJECT RRYAKI M-2410 1070 1065 1060 1055 1050 1045 o� � 00 o - Q I- 5Q 5 0 ~w E i _0.9 % 2.01% 1 EX I5T I NG--PROFIL--E CENTERLINE PROFILE ! r- 00 - .D ill cn tri t 00 -0+10 0+00 0+25 1070 1065 1060 1055 1050 1045 0+50 0+60 ROADWAY EXCAVATION INCLUDING HAUL s 85 G.Y. 1070 EMBANKMENT = 0 G Y. 1065 1060 1055 1050 1045 U0� I. or O4 ino al cva; o°I 000 O -z 00- Q 0w n 0 1- I? (:) 0 I- w 0 - w a0 da Awa I = v- >" �a> 00 mm 0.> > 1.12% \ a ww EX 1ST ING"'CL-P120FtL E PROFILE I 290.1-, - 1 1.88% c0 - N O N 0.N III-- .0.D �in �� t� 0000 00 EXISTING -A (PROFILE - CENTERL INE PROF!!.E co Rl- coD cs4 � �N to to to ,n to ,n Jl 00 00 00 0 -0+10 0+00 0+25 0+50 1070 1065 1060 1055 1050 1045 0+75 0+85 1070 1065 1060 1055 1050 1045 05 Oo' 00 oin O4 ino al cva; o°I - I _oma O Q, F w 00- Q 0w n 9- J F 0w Q J \--W al a0 da >" �a> aE I _1.841%-- - c - 1.12% - 2.54% EX 1ST ING"'CL-P120FtL E PROFILE I CENTERLINE c0 - N O N 0.N III-- .0.D �in �� t� 0000 00 -0+10 0+00 0+25 0+50 1070 1065 1060 1055 1050 1045 0+75 0+85 COUNTY ENGINEER DATE: W/ A4" 1 PROJECT ENGINEER: KIM PFAFF DRAWN: J. MATTHEWS CHECKED BY: K PFAFF REVISION: t J AIRPORT GATE APPROACH PLAN AND PROFILE SHEET 9 OF 23 3 O:\Civil 3D aroiects\RRYAKIM-2410 21st Avo\Prad 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1065 1060 1055 STA. 24+00 GDF PIPE ZONE.1-ro� 29 Li.F of 12 In. 5.1,632--�� ' 12" Dia. Waterline LE - 1056.23' -"Catch 8osleType-f---` --- r- -'---' 5Ta. • 23.99 96,. -15.58 L 4an EL • 1061.64' I.E. 5W - 1058.50' -II L.F of 121I,,. 5-I.03% / Catch Basin Type 1 5Ta. - 23.99.96. 28.00 R Rim EL • 106030' I.E. NE - 1057.90' Catch Basin Type 1 5Ta. - 23.99 96, 15.5e.; R Rim EL • 1061.64' I.E NE 1058.00' 1050 I.E. 5W - 1058.00' , --0+3-19+25 0+00 0+25 0+50 0+75 1055 1050 1045 STA. 31+33 1065 1060 1055 1050 1+001+10 12" Dior Waterline I.E. 1048,92' GOF FULL DEPTH 1055 1050 1060 1055 1050 1046 -0+3.1+25 STA. 27+00 © 11 L.F of 12 re. 5.0.702- ._ 5.0.702- ��• T 1 --I 10' I-- � \_1_ - - GDF PIPE ZONE .......„.......-----'---1.E ___J----29 �3 L.F. 12" 0 of 12 In. 5.0;65X Did Waterline - 1052.26' - ----- - O Catch Basin - 51a.-..20.00.00. Rim EL - I.E. N - Type 1 I 15.50Y2 - 1057,44' 054.00' Catch -574.•--26.99 Rim I.E. Basin Type I 97. - EL - 1056.30' 5 - 1053 70' 7r70•L-----. ` Catch Basintype 1 5Ta. - 27.0 .00, -15.58 L Rim EL - 1057 44' I.E. 5 - 1059.80' I.E. N - 105!.80' j ' 1055 1050 0+00 0+25 0+50 STA. 33+00 0+75 1060 1055 1050 1046 1+001+10 -14 L.F. of 12 In. 5-12.19% COP PIPE ZONE r /0' l- 29 LSF of 12 In. 5-039%, 12" Dia Waterline 1.E - 1048.67 101 T Catch Basin Type 1 51a. - 32+99 94, .-15.30 L Rim EL - 1054 14'i I.E. 5 - 1051.10' i 11 Catch basin Type 1 1045 i ' Catch Basin Type f STa. - 92+99 94, 30.50, R RRmo . 92+99 94 1590..8. _______E•E!-•-IostaS=-- im EL . 1054.14' { I.E. N - 1049.35' I.E. N• 1051.00' , 1 1.E 5 • 1051.00' I 1045 1043 1 j -0+25 0+00 0+25 0+50 0+75 1+00 1055 1050 1045 1040 -0+.3$1+25 STA. 35+45 J_ -0+3-19+25 0+00 0+25 0+50 0+75 29 L GDF PIP ZON F of 12 In. 5.0.49% 10 1- �1 - I2EV15r0N: 19 -39 L. . of 12 1n. 541.20% �3 Catch Basin 5Ta. - 34. Rim EL - 1053.32' I.E. NE • 1050.20' Type 1 .92, -15.58 L I i 20.88 L I I 1 1 Te ' 12" - Dia Waled, J.E. - 1047.73' •1e T - Catch Basin Type 511a. • 35.45.00, Rio. EL - 1052.77 1 9 104965' 15.58E Gatch Basin Type 1 STo i34+94 9.&.26.96 P V Rim EI! - 1051.30' I.E. 5E. 1049.00' ! 1 f { L ! i Catch basin Type /L 5Ta. - 35.45.00, 15.58 R Rim EL - 1052 78' I.E. E - 1049.50' I.E. NW • 1044.50' 0+00 0+25 0+50 0+75 1+00 1 +25 1055 1050 1045 1040 1+50 1055 1050 1045 1055 1050 1045 1043 1+00 1+25 STA . 36+85 RT 1055 1050 STA. 30+00 113 L.F of 12 In. 5.3.53% lJ Catch 8as1n Type I 5Ta; - 29.99.92, -29.50 L Rim 'EL • 1053.60' 1E 5 - 1051.40' , O Catch basin Type I STa. • 29.99 93, -15.58 L Rim EL - 1055.63' I.E. 5 - 1052.00' 1045 I 1 I.E. N - 1052.00' 0+454,25 0+00 0+25 0+50 1- 0' - GDF PIPE ZONE 1 26 L.F of 12 In. 5-Lb3% " I 12" Dia Waterline/ �rLE. 1050 45' Catch 8asin Type 1 5Ta. - 29+99.96. /5.58 R Rim EL • 1055.63' I.E. N - 1052.50' 1055 1050 1045 1043 -0+3E+25 11 L.F. of 12 ln. 5-0.502 Catch basin Type 1 590. • 36+93.3/, 54.69 R Ron EL - 1052.99' 1.E; NW_1049.75'• 1043 -0+3-5)425 To Catch Basin Type 1 5Th. - 36.82.33, 40 16 R Rim EL - 1052.10' I.E. 5E - 1049.69' 1055 1050 1045 0+75 1+001+10 STA. 34+47 LT 1055 1050 1045 1043 0+00 0+25 0+50 0+75 0+00 NOTES: 0+25 0+50 1055 1050 1045 1043 0+75 1) ALL PIPES SHALL HAVE A MINIMUM OF 6" GLEARANGE. 2) ALL PIPES NOT MEETING A MINIMUM OF 1.5 FT VERTICAL CLEARANCE SHALL 6E 5AGI FILLED WITH CDL PER THE WSDOT 2016 STANDARD SPECIFICATIONS 40 0 40 80 1--1 F --d S. 21ST AVENUE IMPROVEMENT PROJECT RRYAKIM-2410 PREPARED UNDER THE DIRECTION OF: t\l'�Ei C -4 O ' WS ''�c*�O r, 388 1.'!G" AL ' COUNTY ENGINEER DATE: 7/ter i6 / PROJECT ENGINEER: KIM PFAFF 12 L.F of 1 In. 5-7.382 7.1. 5 PFAFF I2EV15r0N: 19 �3 Catch Basin 5Ta. - 34. Rim EL - 1053.32' I.E. NE • 1050.20' Type 1 .92, -15.58 L Catch 8asin Type 51o. • 34.46.9/, Rim El.- 105!-55' 1,E1. SW . 1049.20 20.88 L 1055 1050 1045 1043 0+00 0+25 0+50 0+75 0+00 NOTES: 0+25 0+50 1055 1050 1045 1043 0+75 1) ALL PIPES SHALL HAVE A MINIMUM OF 6" GLEARANGE. 2) ALL PIPES NOT MEETING A MINIMUM OF 1.5 FT VERTICAL CLEARANCE SHALL 6E 5AGI FILLED WITH CDL PER THE WSDOT 2016 STANDARD SPECIFICATIONS 40 0 40 80 1--1 F --d S. 21ST AVENUE IMPROVEMENT PROJECT RRYAKIM-2410 PREPARED UNDER THE DIRECTION OF: t\l'�Ei C -4 O ' WS ''�c*�O r, 388 1.'!G" AL ' COUNTY ENGINEER DATE: 7/ter i6 / PROJECT ENGINEER: KIM PFAFF DRAWN: CHECKED BY: J MATTHEWS 5 PFAFF I2EV15r0N: DRAINAGE PROFI L E5 SHEET 10 OF 23 3 v 9 0 t 4 i i DRAINAGE SWALE STA. 23+25 RT TO STA. 24+50 RT d 556!1 59.79' 16.5' 24:40. B 4- St a .23+25.00: 011.25.20'2 EL -1060.26 2 0' 03_4450 .00: ,--*Ott .23.33'R EL -1060.00 5ta.23+25.00: Off .27.20'2 EL -1060.00 CfN f�c lm >.m ins 5:14,50.00: Ott 25.33V EL -1060.00 DRAINAGE SWALE STA. 26+00 LT TO STA. 27+10 LT cuT 5Ia.26+00.00: 0lt962TL EL -1056.00 5to.26.00.00: Off .54.271- I EL-1056.00 a cur . 4 A 2.0' CUT 51a.27+10.00: Of 1.30 181 - EL -1056.00 B'LEL-1056.00 CUT 2' F SIa 27 011.25 IfYL EL•1056.00_ - DRAINAGE /'WALE STA. 29+30 LT TO STA. 30+25 LT 5to.30.29..00: Off .32 ,p31.. EL -1053.30 5ta.29.30.00. Oft .34.26'L EL -1053.30 CUT CUT 2.0' 510.29+30.00: Of 1.32.25'L EL- 1053.30 5ta.30+25.00: Ott.30 93'L EL -1053.30 4 20 0 20 40 5' SIDEWALK 0.5' FENGELINE 7 VARIES MINj 2' WATER SURFACE ORIGINAL GROUND r. 3., (T rp i4. VARIES BOTTOM VARIES 2' MIN \FENCELINE VARIES MIN. 2' CATCH BASIN TYPE 1 WITH bEEHIVE GRATE (SEE PLANS) VARIES SWALE DETAIL RIGHT • T `t'P�F 4" DEPTH I" CHIPS NOT TO SCALE ORIGINAL GROUND BOTTOM VARIES `,�-(P . 2' MIN D. „- Y M LLJ=' 4 4" DEPTH I)4" GHIPS 75' SIDEWALK 0.5'---1 WATER SURFACE GATGH BASIN TYPE I WITH bEEHIVE GRATE (SEE PLANS) SWALE DETAIL LEFT NOT TO 5GALE J S. 21ST AVENUE IMPROVEMENT PROJECT PRY/VIM-2410 PROJECT ENGINEER KIM PFAFF DRAWN: J MATTHEWS CHECKED BY. K PFAFF REVISION: DRAINAGE 5WALE PLANS (1) SHEET 11 OF 23 r DRAINAGE SWALE STA. 32+75 RT TO STA. 33+70 RT 6 5ta.32+75.00: 01 f .28.2118 EL -1051.25 2.0' 5ta.33+70.00: Off.26 7912 EL -1051.25 N 514.32.75.00: OI f .30.21'2 EL -1051.25 Ed r:.q Ea.mlenI 5ta.33.70.00: 0f1.28 79'R EL -1051.25 Existing Eow ..t DRAINAGE SWALE STA. 34+42 LT TO STA. 34+56 LT 2516.34.42.00: 01f.29.OWL EL -1051.25 5to.34+56.00: 011.32.321_ .:105L25 11 s �,.. > ta:34:SG:1J0: . - - E1,001.25 :v. C ST Pj - 34+22.11 N DRAINAGE SWALE STA. 34+00 RT TO STA. 35+05 RT 51 r1.34.00.00: F1 Off .27.09R EL -1051.00 51- .34.25.00: 01428.71'2 5111051.00 510.34.00.00: 51-a .34+43.00: Of 1.29.3012 011.27.4612 EL -1051.00 E1.-1051.00 20 1----I- - 1 510.34+50.00: 011.213 1512 411, EL -1051.00 510.35.05.00: 01 f .24.6612 EL -1051.00 514:.35.05.00: Off .26.9512 EL -1051.00 0 20 40 t 1 N DRAINAGE SWALE STA. 36+63 RT TO STA. 36+85 RT 51a.36+63.00: 011.22.4612 EL -1051.80 510.36+63.00: 011.23.3312 EL -1051.805 +'/1", to.3b+86.00: Off 45.6012 EL -1051.80 510:36+68.00: ^01+.23'.2012 'EL.IO51ibo 5ta.36+73.00: -011.24:P42 EL -1051.80 N S. 21ST AVENUE IMPROVEMENT PROJECT RRYAKIM-2410 r PROJECT ENGINEER KIM PFAFF DRAWN: J MATTHEWS CHECKED BY: K PFAFF REVISION: DRAINAGE 5WALE PLANS (2) SHEET 12 OF 23 ale sheets dwa. 6/2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 STRUCTURE NOTES NOTE. THE FIRST NUMBER OF "CODE 0 Q� �4 c-)4.,ti ti y�O�� �q ��q P cz mT 'io BOJ �� 4� DESIGNATION REFERS TO THE SHEET NUMBER OF THE CONTRACT PLANS. THE SECOND NUMBER REFERS TO THE STRUCTURE NUMBER. Station Comments 4 - 1 24+00, 15.58' LT. 29 1 INSTALL VANED GRATE, CONNECT TO CB NO 2 4 - 2 24+00, 15.58' RT 11 1 INSTALL VANED GRATE, CONNECT TO CB NO 3 4 - 3 24+00, 28.0' RT. 1 INSTALL HERRINGBONE GRATE 5 - 4 27+00, 15.58' RT. 29 1 INSTALL VANED GRATE, CONNECT TO CB NO. 5 5 - 5 27+00, 15.58' LT. 11 1 INSTALL VANED GRATE, CONNECT TO CB NO 6 5 - 6 27+00, 27 7' LT. 1 INSTALL HERRINGBONE GRATE 5 - 7 30+00, 15.58' RT. 29 1 INSTALL VANED GRATE, CONNECT TO CB NO 8 5 - 8 30+00, 15.58' LT. 11 1 INSTALL VANED GRATE, CONNECT TO CB NO 9 5 - 9 27+00, 27 7' LT. 1 INSTALL HERRINGBONE GRATE 6 - 10 33+00, 15.58' LT. 29 1 INSTALL VANED GRATE, CONNECT TO CB NO 11 6 - 11 33+00, 15.58' RT. 11 1 INSTALL VANED GRATE, CONNECT TO CB NO 12 6 - 12 33+00, 30.5' RT. 1 INSTALL HERRINGBONE GRATE 6 - 13 34+47,15.58' LT. 12 1 INSTALL VANED GRATE, CONNECT TO CB NO 19 6 - 14 34+95, 28.75' RT. 39 1 INSTALL HERRINGBONE GRATE, CONNECT TO CB NO.16 6 - 15 35+45, 15.58' LT. 29 1 INSTALL VANED GRATE, CONNECT TO CB NO 16 6 - 16 35+45, 15.58' RT. 1 INSTALL VANED GRATE 6 - 19 34+47, 28.85' LT 1 INSTALL HERRINGBONE GRATE 7 - 17 36+93 76, 35.1' RT. 11 1 1 INSTAI L.VANED GRATE, CONNECT TO CB NO 18 7 - 18 36+82.82, 40.7' RT. 1 INSTALL HERRINGBONE GRATE Project Totals 251 18 1 21ST AVENUE IMPROVEMENT PROJECT RRYAKIM-2410 PROJECT ENGINEER: KIM PFAFF DRAWN: J. MATTHEWS CHECKED BY. K. PFAFF REVISION: l STRUCTURE NOTES SHEET 13 OF 23 Q:\Civil 3D projects \RRYAKIM-2410 21st Ave \ Excel \RRYAKIM_100% Structure Notes RADIOTOWER PERIMETER FENGE TO REMAIN 5f0.2@.65.99: Off.106.397. ekV- GENERAL NOTE. THE AIRPORT SECURITY FENCE MUST BE SECURE AT ALL TIMES. THE NEW FENCING MUST OE INPLACE PRIOR TO REMOVAL OF ANY FENCING, THE EXISTING SLIDE GATE SHALL REMAIN OPERATIONAL FOR AIRPORT ACCESS UNTIL THE CONTRACTOR OPENS THE NEW ROADWAY TO ALLOW AIRPORT ACCESS. THE CONTRACTOR SHALL TEMPORARYLY INSTALL AIRPORT FENCE ACROSS THE AREA FOR THE NEW SLIDE GATE TO MAINTAIN AIRPORT SECURITY R= = INSTALL FENCE TO MI155 STORM DRAINAGE POND ou^w"m3 DYW9 INSTALL FENCE P05T5 TIGHT TO BUILDING INSTALL FENCE P05T5 TIGHT TO BUILDING EXI5TING FENCE TO REMAIN 40 0 • 40 80 M/21 buil P' ra .—M/t!' to Jo 120 0 — — L — — — i..oa canna wl«.3 120 240 CONSTRUCTION NOTES O INSTALL CHAIN LINK FENCE TYPE 3 10 INSTALL CHAIN LINK FENGE TYPE AIRPORT 11 REMOVE EXISTING CHAIN LINK FENCE 12 INSTALL 20' SLIDE GATE 13 REMOVE EXISTING SLIDE GATE 14 RELOCATE DOUBLE GATE IS REMOVE EXISTING WIRE FENCE REMOVE ASPHALT S. 21ST AVENUE IMPROVEMENT PROJECT 12QYAkIM-2410 r PROJECT ENGINEER KIM PFAFF • DRAWN: J MATTHEWS CHECKED 6Y K PFAFF REVI510N: FENCE PLAN SHEET 14 OF 23 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 0+00 RADIOTOWER PERIMETER FENCE TO REMAIN qle) 0 10' M11\1. 10+00 46'9 E� edblinq ro r'0 1 l:ifY1: 1 —1 bN4Y3 M/?J buyal.a uaun.o3 qq 1070 1065 1060 1055 1050 1045 1040 1035 1030 1025 1020 1015 1010 1005 M/2i b''4 !"3 {�3 bywv3 M,{ti bur{slx3 100 0 G� al��i 100 200 ! . - i 1 I i 265 L.F.: of 8 In. 5-O.b% 3001 L.F of 8 In 5.0.6i - —' { i i � � 15-0.6% 35L.F•:at8In 1` • I — t — — i 300 L.F. of j 8 !n 5-O.b% ! 200 L.F of 8 In 5-O b% i - i I [ ; 1 ; � ---_ _�_ ;__ 1 - - — 1 I I I I ! ---.. I 5ta`3.00 i j - I 5la 0.00 ; Manhole Type 1 i Sta. 5x65.50 , 1 ! ( 1 1 Sta 10+65.50 -Manhole-Type-1 Om EI - 1060 1 i I m EI - 058-45 Manhole Type 1—';'— —, — — -.Sta. 8+65:50•----�-----Manhole TYp0-1- I.E. E - 1050.43 I i Rim El .1.1056 42 I i Manhole Type I Rini EI - 1053.0 —.--1:E—E 1057:35 1— /J- 775772 4/339 ( 1.E W - t050.53 - I.E. E -/ 1048.78 i Rim Ell- 1054,30---1:E“-E---1045.;53 N - 775725.2983 ; I.E. W 1048.83 ) I I.E. E 1046.83 I.E.I W - 1045 63 W '!046.99, —!958783908 E: 2 1 1 i i E-1959079:5672 ; N - 775597.46/71I:E. N 775536:23A3 4 E- 1959312.2645 1 ; N- 775537.0435 E- 1959806 1205 I I 1 E- /959606:1-1-7b 9 f i 1 i Existing Manho/el { ! Rim EI» 1052-94F I I S ( I.E.!. 1045.33 — 1 1J-- 7755141192. I ; I 1 ; 1 ( E- 1959832.5667. 1 1 . ! 1 O.N �— 43 co «O (13 c0 c0 so co In (0 c0 �N .p1- in in ` K1 c0 0 —N .p p ulml Kltnul p.0 1. N ulary h0 ON N4) ,nnl O— NN Nt1- —N COCON 'r' -- Irl m� u)— N0' 0Nu1 ul— MN es (r) .D0 (N in 0'N .0 1*1 (NO (N Q' '00 6' 'CS' 6 d 6 a Or o4 r- 04N O.fl 06.0 di .13 c6ul Nul r.: ,r) r`V- .0,t .6 V' 46 vi ulv uj uj 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 O 0 -0+50 0+00 0+50 1+00 1+50 2+00 2+50 3+00 3+50 4+00 4+50 5+00 5+50 6+00 6+50 7+00 7+50 8+00 8+50 9+00 9+5 10+00 10+50 11+00 1070 /065 1060 1055 1050 1045 1040 1035 1030 1025 1020 1015 1010 1005 //+50 S. 21ST AVENUE IMPROVEMENT PROJECT PRY/WW1-2410 PROJECT ENGINEER: KIM PFAFF DRAWN: J MATTHEWS CHECKED 8Y: K PFAFF REVI510N: .SEWER PLAN AND PROFILE SHEET 15 OF 23 City of Yakima INSTALL TEMP BLOW -OFF ON NEW 12" D.I. ONCE NEW SYSTEM 15 TESTED AND ACCEPTED, REMOVE BLOW -OFF AND EXIST. 12" MJ PLUG AND MAKE FINAL CONNECTION TO EXIST 12" MJ BUTTERFLY VALVE ABANDON EXIST. BLOW -OFF BY REMOVING 2" COPP. STOP AND INSTALLING 2" BRASS PLUG. AIRPORT LANE Lease to Washington State tflitory Dept. - Armory 75yr Term `Expires January 25, 2076 R Edser EAS Richmond James E Susan GENERAL NOTES: 1. ALL PUBLIC WATERLINE PIPE SHALL BE CLASS 52 DUCTILE IRON DUCTILE IRON PIPE SHALL BE CEMENT -MORTAR LINED AND SHALL CONFORM TO ANSI A-2111 AND BE U.5 TYTON JOINT PIPE OR APPROVED EQUAL. RUBBER RING GASKETS SHALL CONFORM TO ANSI A-21.11 ALL CAST JOINT FITTINGS AND FLANGED DUCTILE IRON FITTINGS SHALL BE GLASS 250 AND ALL DUCTILE IRON MECHANICAL JOINT FITTINGS SHALL BE CLASS 350 CONFORMING TO AN51/AWWA 0110/A-21 10 AND ANSI/AWWA 0153 A-21.53. MORTAR LINING SHALL BE SAME THICKNESS AS FOR PIPE 2. NO PIPE WATER VALVES SHALL BE OPENED OR CLOSED (OPERATED) BY ANYONE BUT THE CITY OF YAKIMA WATER/IRRIGATION DIVISION STAFF 3 ALL PUBLIC WATERLINES SHALL HAVE A TYPICAL COVER OF 48 -INCHES UNLESS OTHERWISE NOTED. 4 ALL MECHANICAL JOINTS SHALL BE RESTRAINED WITH ROMAC GRIPRING RESTRAINT SYSTEM. UNLESS OTHERWISE NOTED, ALL TEES, BENDS AND ENDS OF WATERLINES SHALL ALSO BE BLOCKED WITH POURED IN PLAGE CONCRETE THRUST BLOCKS IN ACCORDANCE WITH THE CITY OF YAKIMA SPECIFICATIONS UNLESS ALTERNATE RESTRAINT SYSTEMS HAVE BEEN PREVIOUSLY APPROVED ALL FITTINGS IN CONTACT WITH CONCRETE SHALL BE WRAPPED IN PLASTIC 181202-23428 Trust 7045906 Binding Site Plan 7619902. Lol 7A CENTER FULL LENGTH OF WATERLINE PIPE AT CROSSING 5 ALL FIRE HYDRANT LEADS LONGER THAT ONE FULL LENGTH OF PIPE SHALL BE EQUIPPED WITH A RESTRAINT GASKET (US PIPE FIELD LOOK) AT ALL BELL JOINTS 6 DIRECT -BURIED LINE VALVES OF 12" SIZE AND LARGER SHALL BE BUTTERFLY VALVES ALL SMALLER, DIRECT -BURIED LINE VALVES SHALL BE RESILENT WEDGE GATE VALVES. ALL VALVES SHALL BE DESIGNED TO AWWA SPECIFICATIONS AND SHALL HAVE A STANDARD 2" SQUARE -OPERATING NUT UNLE55 OTHERWISE SHOWN ON PLANS. ALL VALVES SHALL BE DESIGNED FOR AT LEAST 150 PSI WORKING PRESSURE AND SHALL OPEN COUNTER CLOCKWISE 7 ALL WATERLINE FACILITIES SHALL BE THOROUGHLY FLUSHED, PRESSURE TESTED AND CHLORINATED AND A POTABLE WATER TEST (BAC -T) SHALL BE APPROVED BY THE CITY OF YAKIMA PRIOR TO ANY CONNECTION TO EXISTING WATER SYSTEM. FLUSHING OF CHLORINATED WATER INTO STORM DRAIN SYSTEM 15 NOT ALLOWED UNLESS DE -CHLORINATED. 8 ALL WATERLINE, FITTINGS. AND VALVES USED FOR FINAL WATERLINE CONNECTIONS TO THE EXISTING WATER SYSTEM SHALL BE SWABBED WITH 300ppm CHLORINATED SOLUTION STA 25+00 INSTALL 12"x6" MJ TEE. 6" MJ RW GATE VALVE. ±15 L.F. OF 6" D.I. AND NEW F.H UNIT 9. CONTRACTOR SHALL NOTIFY ALL AFFECTED WATER CUSTOMERS \ 24 HOURS PRIOR TO ANY WATER SYSTEM SHUTDOWN FOR FINAL \ WATERLINE CONNECTIONS. COORDINATE WITH CITY OF YAKIMA/ IRRIGATION DIVISION. 10 THE CITY OF YAKIMA/IRRIGATION DIVISION SHALL MAKE ALL WATER MAIN TAPS UNLESS PREVIOUSLY APPROVED BY CITY OF YAKIMA 11 CITY OF YAKIMA WATER/IRRIGATION DIVISION SHALL INSTALL ALL WATER SERVICES UNLESS PREVIOUSLY APPROVED BY CITY OF YAKIMA. 40 0 40 80 t i k ---i - -- E 5EG. 02, T.12 N., 12.18 E., W.M. 1070 1065 1060 1055 1050 VPI STA - 20+92.50 VPI EL - 1063.56 CENTERLINE PR -O 50% OFILE Or O� s1 _0 N . _j V -V ,11n U> a VPI STA - 25+10.40 VPI EL - 1061 47 CURVE LEN - 100.00 !X15TING PROFILE 48" (TYP.) 12" D A STORM PAPE IE - 055.30'— CONNE T TO EXISTING IE - 1057.00 12" DIA DI WATER LINE IE -1056 17' 1070 1065 1060 1055 1050 0` dl 0 0 N 41 0 to nn 0 00 I's- in N N �� 00 in O Cri QZ, 00 00" 00 � o 00 r 00 .0.0 00 N 00 00" 00 00 N O (Ni 00 in en —d 00 00 N co 00 ,0 00 ofn rn crs IS 1` — N — N 00 00 t<1— .0 - - N .-0 00 o 00 0— ZON .0 CO rrl O— .0-D 00 00 S. 21ST AVENUE IMPROVEMENT PROJECT RRYAKIM-2410 PROJECT ENGINEER: KIM PFAFF DRAWN: J MATTHEWS CHECKED BY: K PFAFF REV/510N: WATER LINE PLAN AND PROFILE SHEET 16 OF 23 irport Lr - Water Center) ne - (26).dwg, 6/3Q/2016 7:5 Q:\Clvll 3D projects\RRVAKIM-2410 21st Ave \ Production \VFG 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ` In -C-1- EN IF ....-/ AIRPORT LANE Yakima ti Air Terminallb _ SERVICE INSTALL STUB TO BE BY CITY OF YAKIMA �`` INSTALL 20' (FULL LENGTH) OF 6" DI WATERLINE W/ 6" CAP TAPPED 2" 1- A £VE i - AND 2' SCHTHREADED 50 BLOW-OFFGPIPING THRUST BLOCK t� N c• NO THURST W/ U5E OF MECHANICAL RESTRAINTLOCK D (ROMAC bs GRIP -RINGS AT TEE, VALVE E GAP) \" aw � i''—....„...---- I,,,-- 161202-21004 _ ��� r ` -i ..---------- \ t t cur >�i �� / 0 - E _ a > � � 2 ;= Fes- + Qom IN,C;pe Ia + II� W ry I� CENTER FULL LENGTH OF WATERLINE PIPE 0 AT GROSSING Sl l 1 + " o �1 in l�10 l _• '4 C �/� NU. _Q ._�-yi • ..) FAL Fill lr- . V . I b •5' --11111ft-.00—''11111 th, . 12' F .I . v) IM,Ufthimmari., . / 480:1 f01 -"E---- --;. ,' _;_:.17:0 ' i' 1.0 _F v " w r�r 299.39' \� ��~ s,— ,— /6:5',------- /6:5'_ �Ay Q ILL -LL fAL �LL U �r LL FILL FLL FAL sR' V`Ft._,--.—...--,--' E^,M•'^' :` -E.hIiM ExIsting Easement bi It 1 !In Easement INSTALL 20' (FULL LENGTH) OF 6" DI jt WATERLINE W/ 6" GAP TAPPED 2" I.P T, 2"X6" THREADED RW GATE VALVE STA 29+00 STA. 29+20 CENTER FULL LENGTH OF } INSTALL 12"X6" MJ TEE AND 2" SGH. 50 BLOW -OFF PIPING E WATERLINE PIPE AT GROSSING MacKinnon NSTALL 12"x 6" MJ TEE, b" MJ R/W GATE VALVE THRUST BLOCK. 2-12" MJ BF VALVES, (• NO THURST BLOCK REO'D W/ U5E OF Holding, LLC 6" MJ RW GATE VALVE, MECHANICAL RE5TRAINT (ROMAC GRIP -RINGS AT TEE, VALVE E GAP) 16!202-23A29 ±15 L.F. OF 6" D.I. AND NEW F.H UNIT. 5TA. 25+75 Deed 7843926 INSTALL 12"X6" MJ TEE SPE 025-14 5M140183 6" MJ R/W GATE VALVE SERVICE STUB TO BE INSTALL BY CITY OF YAKIMA 40 0 40 80 I--( )---+ SEC. 02, T.121\1., P.18 E., W.M.. 1070 64'0901 - 13 00'09+SZ - V I j f i 1 1 1070 ON o1 - 0 0 c o- N 1065 1065 9XISTIN6 PROFILE + 1 + N O 1060 �/> d— c ---— — 1 ¢w v> — U VPI VPI GURYEIE ; STA - 27+1.5.00 EL - 1057,44 L00 QO ¢ �a J w > PRQFILE I 1060 1055 1050 CENTERLINE l 97% j 4-• I a 1055 1 r6" MIN 121 DIA STORM PIPE — _ - 4S' (TYR.) i �__ 1 i �7" Mia ,, 1050 f 6,./1 / 1E L 1053.51' I + 1 � _ ! 1 12" DIA. PI WATER LINE IE = 1050 43' 1 12" DIA, 570RM PIPE IE - 1051 10' 1045 1045I I 12" DIA. DI WATER LINE IE - 1052.21' 3 1 S c0 .0c0 o .0 0000 a- 1- o ,n - r- (r o rn co cV cn 0 (v CO c0 cr o o` .o .0 .o 1- c0 N - 0' c0 r to - 0 N.0 a` Kl r- (V - r ,o N(0 r': 'T N1O c0 In 0- (Vcr) —o Ocn QJ(v rIn .pin Neo n1 co (V.0 -tn ocv co a- r41 (V r r r r r 0 - 0` - 0` o co Gs co c- r r- .0 .o 4 .0 .o .0 .o .0 .o .o .o .O .1-.o V 0 1- .0 . d N r, -)tri .o .0 .0 0.o J1 .o 4 in in J) Jl ,n 4 Jl Jl Jl in o 0 to Jl 4 in J1 J1 Jl 4 in N in Nin ,n 4 4 in 4 0_0 0000 00_ 0000 0000 0__0 0000 0__0 0_0_ 0000 0000 0000 0o_ 0000 0000 00 0_0_ 0_0 0000 _oo In f6 4 25+50 .25+75 26+00 26+25 26+50 26+75 27+00 27+25 27+50 - 27+7_5 25+00 2±+2 5 2b+50 26+75 29+00 29+25 29+50 29+75 30+00 30+25 30+50 / S. 21ST AVENUE IMPROVEMENT PROJECT RRYAKIM-24 I0 i PROJECT ENGINEER: KIM PFAFF DRAWN: J MATTHEWS CHECKED BY K. PFAFF 4EV131014, / WATER LINE PLAN AND PROFILE SHEET 17 OF 23 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 STA 34 20 S. 21ST AVENUE IMPROVEMENT PROJECT 2QYAKIM-2410 PROJECT ENGINEER' KIM PFAFF AIRPORT LANE INSTALL WATERLINE 20' W/ 6" CAP TAPPED 2" INSTALL 12" X 6" MJ TEE W/ 6" MJ GATE VALVE TH I.P.T. 2"" R A:LEp GATE L *IS L.F OF 6" D.I AND 1.----"1.----"AND ORAWH: J MATTHEWS --� 2" SXisGH 80 BL OFFRW PIPINGVAEVE NEW F.H UN17 / THRUST BLOCK INSTALL 45°BEND STA 34+00 i INSTALL 12"x6" MJ TEE, (• NO THURST BLOCK 12E0'0 W/ USE STA 34+58 W/ THRUST BLOCK , 66.8' LT .(,-)� _ cu. 01 n, n - — — — — — — - -- — ------ —In --x---T-;kima` Air Terminal �___ti 6" MJ RW GATE VALVE, OF MECHANICAL RE5T12AINT (ROMAG 90' MJ BEND _-„ `� � t15 L.F OF 6" D.I. AND GRIP -RINGS AT TEE, ' LVE E CAP) W/ THRUST SLOG NEW F.H UNIT -r- = ��• — '~ Y ►p0 �.rl_ " i + a Q�>� _�_._____,....__-_----91. .n t'...''...2"....11'..'.''.-.7 —!81202-21004 :114 4t----_.._ tl _.sou _ \ ... 11.1 Easement 1/•.m._-_�UFU �I--_-_,,,• ' 1eExisting `-f It L..T.:. . RILL FILL----4.V.RLL - FILL 6istip Easement FLLLu .; it, • t1 Fla 'f ' + -.�ppl���� t. ' ,. S t • �-, s ----r. - - - �•-:i-•. 2 �®b:1ar nom' —.—_ • -•S �P PO' ��;�s�i'- I '12':D:1.— �_ J `rr • 1 y���"�"yam! ��c' . 580'1!SYE-•f>-`.0. _ . i f u ' /78.84' - 6:0 n o' ,.,. = lirCity ✓ jj it .. of '�1111:112", / a ima Q • 11 nal !8202-24400 - - ,.. pp l i is . iy \ '\ \ 0 \ Existing EasementIN —� Existing Easement � xl STA. 34+72.89, 28.02' LT O _'-• 1 1 > \ % ,a SERVICE STUB TO BE INSTALL 90' MJ BEND °- :• v E:or4 ° CENTER FULL LENGTH OF INSTALL BY CITY OF YAKIMA :.Q� Q WATERLINE PIPE AT CROSSING W/ 1-12" MJ BF VALVE ?� ¢ c+ . 3 +` • STA. 34+20 ,: •} �} �.,;- IT 12"x6" MJ TEE, Q ti(1J INSTALL MacKinnon ' STA. 3I+00 TO 32+00 Haralmer, Inc. 6" MJ R/W GATE VALVE !— • u- Holding, LLC I SLEEVE 12" D.I IN 8 -MIL POLYETHALYNE (J) 0 ENCASEMENT BACKFILL FULL DEPTH W/ /81202-23421 r r 5+5 18(202-23429 LOW STRENGTH GDF BACKFILL CV Deed 7636079 STq. 3 8" SAN. SEWER TO BE C-900 DRIB �N Binding Ste Plan MgT�H� Decd 7843926 I PROVIDE MIN 6" SEPARATION BETWEEN 7619902, Lor 5 — INSTALL BLOW -OFF ON 5PE 025-14 WATER AND 5EWER AT CROSSING (31+33) 5M140183 ' — NEW 12" DI ONCE SYSTEM _ 15 TESTED AND ACCEPTED MAKE FINAL CONNECTION TO I — _ REMOVE 12" MJ PLUG AND EXISTING 12" DI PIPE W/ Ir- 12" MJ COUPLING 40 0 40 80 1--+- I----1 1 —i SEC. 02, T.121\1., P.18 E., W.M. 1065 I o 1065 1060 FILE NO .er I 0 I < O r,n m 1060 CENTERLINE PR > a� a uG. > VPI STA . VP EL CURVE LEN 35+25.00 1053.00 -100.00 1055 1055 O.Sox i "a 1 i 1 I I EXISTING PROFILE ! n > 1050 1050 u # � 111111 1045 1045 I12" 12" DIA WATER LINE DIA STORM LINE IE = 1051.00' 1 j 1040 1E 1048.62'— 1 1040 r- ,n NI -N N.0 Q`O rdlto D NO 00 rd- tn– N.0 ON r0` in N.0 0 111 t0v VI co ro to ,-0 r— rto .eco In ....0 191/7 CNN —o ON o;� ro 0' . a' tnr v.9 Nd- –v 0v 0 .o0 err ryv –c0 –o to ei to nt(1 cn to tel to cn tel cel Ti til 1- cel rc'1 n4 cn cn 4 t,-1 1- cc) 1: (,-) in cci d1 ,q' Rl nl Rl dl Rl N Rl to to to to to to to to to to to to to to to to to to to to to to to to to to to ,n to to to to to to to to to to to to to o_0 0000 0000 0000 o__0 00 00 00_ oo 0000 o_0 o_0 0000 0000 0000 o__0 00 _00 00 00 _oo di to 3Q+5 30+75 31+00 31+25 31+50 31+75 32+00 32+25 32+50 32+75 33+00 33+25 33+50 33+75 34+00 34+25 34+50 34+75 35+00 35+25 35+50 J S. 21ST AVENUE IMPROVEMENT PROJECT 2QYAKIM-2410 PROJECT ENGINEER' KIM PFAFF ORAWH: J MATTHEWS CHECKED 8Y K PFAFF 1:2EV1510N: v` i WATER LINE PLAN AND PROFILE SHEET 18 OF 23 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1070 1065 1060 1055 1050 1045 r O O 0 0. PARKING LOT 1 /510.0+05.52: / Off:1059'At RKING".LOT.- CL EL - 1053.81 STA N - 775459:7925 E - 1989704.48 O / EXCAVATE DITCH TO DRAIN TOWARDS SWALE • 5ta.0+35.56 ,\ Off.33.57L \+ EL - 1053 79 �, EXCAVATE SMALL DITCH BEYOND ASPHALT 5to 1• 65.00: OIf.II.72t EL - la�i.79 ARKIN& LOT - GL STA = 0+71.45 N - 775515.3147 E = 1959749.4549 PARKING LOT - CL ROADWAY EXCAVATION INCLUDING 'HAUL 55 C Y O O' 0 W 0. EMBANKMENT' = 0 G.Y. r O 74", CENrERC INE-PROFI LE PARKING LOT - GL !1 BOP STA - 0.07.00 I BOP ELEV - 1053.04 to 0 O 0 ro rn o r .DO 00 O , < • F J r1 W EL FL > > _oox� PARKING LOT - CL • EOP'STA - 0.65.00 FOP ELEV 1053.56 EXI5TING PROFILE .33% 1.439.00 8-E \71 4 10 PARKING LOT - EAST SIDE BOP STA = 0+07.50 N = 775459.3262 E = 1959716.9725 -0+10 O so Jl ✓ Kl n lcri Jl in Li-) O O_O_ 0+00 0+25 o q cn nl In NLn o 00O PARKING LOT - EAST SIDE STA = 0+65 00 N - 775504.0072 E - 1959753.1647 NOTE: WEST SIDE OF PARKING LOT TO MATCH CURB DEPRESSION ELEVATIONS 20 0 20 40 PARKING LOT - EAST SIDE 1070 1070 1070 1065 1060 1065 1060 1055 1055 1050 1050 1045 1045 0+50 0+75 0+90 —0+10 0+00 0+25 0+50 0+75 1065 1060 1055 1050 1045 0+90 S. 21ST AVENUE IMPROVEMENT PROJECT kRYAKIM-2410 PROJECT ENGINEER KIM PFAFF DRAWN: J MATTHEWS CHECKED BY: K. PFAFF 7EVI510N: 1 PARKING LOT PLAN AND PROFILE SHEET 19 OF 23 Og'ZL+O - Vi5 IdA I 1 at 1O 'r I I c''CS01 - 13 IdA i . Oci-G+0 - VIL IdA Ii { 1 9 • F00 QO— w . Neo O� , < . <J oNw J 4 00m z �w 0 >� J < 0.29% ( 1.00% PR 'FILE CENTERLINE PROFILE EXISTING 000 cr.N f� n(f) cr)rn (r) tfl Lit 1(1 Jl 0 00 00 0 — —0+10 0+00 0+25 0+50 0+75 1065 1060 1055 1050 1045 0+90 S. 21ST AVENUE IMPROVEMENT PROJECT kRYAKIM-2410 PROJECT ENGINEER KIM PFAFF DRAWN: J MATTHEWS CHECKED BY: K. PFAFF 7EVI510N: 1 PARKING LOT PLAN AND PROFILE SHEET 19 OF 23 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r 1 1 1 —PU AIRPORT LANE i aU —TU g•416,2 Ea.rnanl W TU TU Ealsl�nq TL/W' 33+00 CONSTRUCTION NOTES Oj REMOVE AND SALVAGE EXISTING GATE CONTROLLER CABINET DEMOLISH EXISTING FOUNDATION, CAP EXITING CONDUITS AND REPAIR ASPHALT QREMOVE AND SALVAGE EXISTING LUMINAIRE STANDARD. DEMOLISH EXISTING FOUNDATION AND REPAIR ASPHALT O3 CONSTRUCT NEW LUMINAIRE STANDARD FOUNDATION PER DETAIL SHEET 21 INSTALL SALVAGED LUMINAIRE STANDARD O4 CONSTRUCT GATE CONTROLLER CABINET FOUNDATION PER DETAIL SHEET 21 INSTALL NEW CABINET, LOOPS, KEYPAD AND POST PER DETAIL SHEET 21. INTERCEPT EXISTING CONDUITS WITH A NEW TYPE 1 JUNCTION BOX. OINSTALL 30' LUMINAIRE POLE WITH 53 WATT LED LIGHT FIXTURE. PER CITY OF YAKIMA DRAWING E1 ELECTRICAL LEGEND EXISTING CONDUIT AND WIRING NEW CONDUIT AND WIRING EXISTING SERVICE CABINET JUNCTION BOX TYPE 1 RELOCATED LUMINAIRE STANDARD CONSTRUCTION NOTE FLAG WIRE NOTE FLAG DETECTOR LOOP A 1 E.:atnq Egae,n.,,1 TU IL; Evlsflnq 4/1M— 34+00 i." S ° s f A li Ezislinq R/W 1 —R� e WIRING SCHEDULE Z\ RUN NO CONDUIT SIZE CONDUCTOR COMMENTS EX. 1/4" EX.3-#8 EX.3/4" EX 3-#10 2 2" 3 #8 3-#10 3 2" 3-#10 4 1" 3-#8 5 2" 5-#14,3-#10 6 1" 2-#18 ALL CONDUITS SHALL CONTAIN GROUND WIRE. Know what's below, CaII before you dig. 20 0 20 40 SEC. 02, T.12 N., 12.18 E., W.M. S. 21ST AVENUE IMPROVEMENT PROJECT 02YAI:1M-2410 PROJECT ENGINEER: WA551M KEBAB ti DRAWN: J MATTHEWS CHECKED BY K Mc HENRY REVISION: • ELECTRICAL PLAN SHEET 20 OF 23 n dwa. 6/29/2016 6:5 .1A1 n 71 t A ,. T, ffi,1 ]1 <t 1 GROUT BASEPLATE WITH NON -SHRINK GROUT AND SILICON CAULK AT EDGE 0 ASPHALT N i1 1i it rr ii 1. rr I' 4i NEW LED FIXTURE ..— (SEE CONTRACT SPECIFICATIONS) RELOCATED POLE BOLT COVER SLOPE EXPOSED AGGREGATE RADIUS EDGE EXPOSED AGGREGRATE FINISH ABOVE GRADE CONDUIT 48" ANCHOR BOLT TIED WITH #8 GAUGE WIRE 12" ON CENTER 30" ROUND CEMENT CONCRETE ANCHOR BASE REINFORCING STEEL BARS REQUIRED, (8) NO 7 VERTICAL BARS EVENLY SPACED AROUND PERIMETER, (7) NO 4 HOOPS AT 10" ON CENTERS 3" MINIMUM CONCRETE COVER LUMINAIRE STANDARD FOUNDATION DETAIL NTS 0 N — CABINET WIDTH i 4" h i • • GATE CONTROLLER CABINET FINISH GRADE CONDUITS (SEE WIRING SCHEDULE.) CLASS 3000 • - ` CEMENT FOUNDATION CATE CONTROLLER CABINET DETAIL NT5 ENTRANCE DEVICE - PLAN DETAIL NTS DIGITAL KEYPAD A5 MANUFACTURED BY DOORKING, MODEL 1506, OR APPROVED EQUAL 0 '0 FLANGE PLATE 1/2" BOLTS (4 REQ'D) CHAMFER EDGES GOOSENECK MOUNTING POST MANUFACTURED BY AUTOMATIC DOORKING, OR APPROVED EQUAL wp mw oQL o FINISH GRADE CLASS 3000 GEMENT FOUNDATION 3/4"CONDUIT TO [GATE OPERATOR 3" COARSE GRAVEL SINGLE LEVEL ENTRANCE DEVICE DETAIL -ELEVATION NT5 2 LOOPS FOR GATE ACTIVATION AND SAFETY ON EXIT SIDE EACH LOOP 3 TURNS, NO 18 (USE) WIRE SEE NOTE 3 21118 (USE); 3/4"G 21118 (U5E); 3/4"G TYPE I JE SEE PLAN SHEET NEW GATE POSTS AS REQUIRED XX x XX X 21118 (USE); 3/4"G 20' X X INSTALL NEW 50 CODE DIGITAL KEY -PAD, MOUNTING POST, AND CONCRETE BASE. SEE DETAIL. CURB NOTE: Ei7P=1 ,o 0 SAW SAW INSTALL 2 EA BOLLARD5 TO PROTECT GATE CONTROLLER. 5AW INSTALL NEW GATE OPERATOR' - A5 MANUFACTURED BY ELITE '—AGGE55 SYSTEMS, 5L -3000 -UL -DM OR APPROVED EQUAL MOUNT ON 3000 CONG. BASE „ z INSTALL RELOCATED LUMINAIRE STANDARD NI 2:LOOP5 FOR SAFETY ON ENTRANCE SIDE, _EACH LOOP 3 TURNS, N0. 18 (USE) WIRE. SEE NOTE ` 3. M1V� NEW GATE POSTS A5 O REQUIRED 0 i, THIS DETAIL 15 PROVIDED FOR GENERAL LAYOUT PURPOSES THE CONTRACTOR SHALL INSTALL NEW GATE CONTROLLER, KEYPAD ON PEDESTAL, SECURITY AND EXIT LOOPS, AND ALL OTHER EQUIPMENT PER MANUFACTURER'S REQUIREMENTS VERIFY EXACT LOCATIONS OF EQUIPMENT PRIOR TO CONSTRUCTION. ALL INFORMATION SHOWN HEREON SHALL 6E VERIFIED 6Y THE CONTRACTOR WITH THE MANUFACTURER PRIOR TO CONSTRUCTION THE CONTRACTOR SHALL MAKE ALL REQUIRED ADJUSTMENTS AND MODIFICATIONS 2 SEE SHEET 20 FOR WIRING SCHEDULE. 3 THE WIRE MUST SE TWISTED TOGETHER MINIMUM 6 TWIST PER FOOT FROM THE END OF THE FEEDER SLOT TO THE LOOP DETECTOR SAWCUT DEPTH SHALL BE 2" TO 2.5" 20' WIDE ELECTRIC CATE INSTALLATION NTS l S. 21ST AVENUE IMPROVEMENT PROJECT 22YAKIM-2410 r PROJECT ENGINEER: WA551M KEBAB DRAWN: J MATTHEWS CHECKED BY K McHENRY PE -40510M f ELECTRICAL DETAIL5 SHEET 21 OF 23 2410 2151 Ave \ Traffic \21st Ave Electrical doatfb.d•wq. 6/29/2016 6:S 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 EDGE OF TRAVELED WAY W ti W20 -I EDGE OF SHOULDER NTS FACE OF GUR6 (URDAN DESIGN) AIRPORT LANE W20- I OAK AVENUE Ni T5 TYPICAL SIGN INSTALLATION TYPICAL SIGN INSTALLATION W20 -I GENERAL TRAFFIC CONTROL SIGN SPECIFICATIONS SIGN NO MUTGDLOCATION SIGN # SIGN SIZE SHEETING TYPE (MN.) POST MATERIAL POST SIZE PO5T LENGTH CLEARANCE NOTES X Y Hl V W O W20 -I AIRPORT LANE, 200 FT WEST OF BEGIN OF PROJECT 48" 48" X OA --- 7' 7' 0 W20 -I OAK AVENUE, 200 FT WEST OF 5 215T AVENUE 48" 48" X A --- 7' 7' 0 W20 -I 5 21ST AVENUE, 200 FT SOUTH OF END OF PROJECT 48" 4B" _ X --- * 7' 7' NOTES: I. MUTCD (MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES) 2 FOR STRUCTURE AND MOUNTING DETAILS, SEE STANDARD PLANS FOR ROAD AND BRIDGE CONSTRUCTION, SERIES 6. 3. FOR CODE REFERENCES AND STANDARD SIGN LAYOUT DETAILS, SEE STANDARD HIGHWAY SIGNS MANUAL 4 W=DISTANCE FROM THE EXISTING SHOULDER, OR FADE OF CURB, TO THE SIGN POST. 5. ALL SIGNS, POSTS AND ANY OTHER TRAFFIC CONTROL DEVICES SHALL BE SUPPLIED, ERECTED AND MAINTAINED BY THE CONTRACTOR. 6. THE POSTS SHALL NOT PROTRUDE ABOVE THE 516N5. * NOTE: POST LENGTHS SHOWN ARE APPROXIMATE (14'-16'). FINAL VALUES SHALL BE DETERMINED IN THE FIELD BY THE CONTRACTOR. O WOOD 4" X 4" OR TELESPAR 2 Y4" X 2 Y4' NOTE: THE CONTRACTOR 15 RESPONSIBLE FOR SUBMITTING SITE SPECIFIC TRAFFIC CONTROL PLANS TO THE PROJECT ENGINEER FOR REVIEW AND APPROVAL. ROAD CLOSURES WILL NOT BE ALLOWED UNLESS OTHERWISE APPROVED BY THE ENGINEER. SEE SPECIAL PROVISIONS S. 21ST AVENUE IMPROVEMENT PROJECT RRYAKJM-2410 PROJECT ENGINEER: WA551M KEBAB DRAWN: J MATTHEWS CHECKED BY: K McHENRY R2EVISION: • GENERAL TRAFFIC CONTROL PLAN SHEET 22 OF 23 e\Traff c\21st Ave General Traffic Ccn7ro1 pfart Cwg, 6/28, 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 EDGE OF TRAVELED WAY ISOMETRIC VIEW O CONSTRUCTION NOTE: %°x%" VANDAL PROOF RIVET AND %" FIBER WASHER Cel NOTE: THE INTERSECTING ROAD NAME SIGN SHALL BE INSTALLED IMMEDIATELY ABOVE THE STOP SIGN 0 w w EDGE OF SHOULDER (RURAL DESIGN) ;.6,"x3/4' VANDAL PROOF RIVET v SIGN POST 2" SQUARE STEEL TUBE LOWER SIGN POST SUPPORT 2 1/4" SQUARE STEEL TUBE FACE OF CURB (URBAN DESIGN) NOTE: SEE STANDARD PLAN G-24.50.03 FOR TYPE ST -2 SIGN SUPPORT TYPICAL SIGN INSTALLATION NTS S 21st Avel STOP AHTANUM ROAD SIGN FACE D3-1 VARIABLE (50" maximum) COLORS LEGEND - WHITE (REEL) BACKGROUND - BLUE (REEL) ALL LEGEND SHALL BE SERIES C PERMANENT SIGNING SPECIFICATIONS SIGN NO. MUTCD SIGN NO. LOCATION (FT.) SIGN SIZE (IN.) SHEETING TYPE POST MATERIAL POST SIZE (N.) POST LEN. (FT.) CLEARANCE (FT.) REMARKS * HI V W X Y O RI -1 OAK AVENUE, 35' FT WEST OF 5 215T AVENUE 36" 36" IV METAL 2"X2" * 12' 7' 7' 0 D3 -I SAME AS ABOVE 25" 6" IV SAME SAME SAME 10' SAME MOUNTED ABOVE SIGN NO. I, "5. 215T AVENUE", BLUE COLOR BACKGROUND 0 D3-1 SAME A5 ABOVE 25" 6" IV SAME SAME SAME 10.5' SAME MOUNTED ABOVE SIGN N0.2, "OAK AVENUE", BLUE COLOR BACKGROUND NOTES: I. MUTCP (MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES) 2 FOR STRUCTURE AND MOUNTING DETAILS, SEE STANDARD PLANS FOR ROAD AND BRIDGE CONSTRUCTION, SERIES G 3 FOR CODE REFERENCES AND STANDARD 51GN LAYOUT DETAILS, SEE CURRENT STANDARD HIGHWAY SIGNS MANUAL 4. ALL SIGNS, POSTS AND ANY OTHER TRAFFIC CONTROL DEVICES SHALL BE SUPPLIED, ERECTED AND MAINTAINED DY THE CONTRACTOR. 5. THE POSTS SHALL NOT PROTRUDE ABOVE THE SIGNS. * NOTE: POST LENGTHS SHOWN ARE APPROXIMATE. FINAL VALUES SHALL BE DETERMINED IN THE FIELD BY THE CONTRACTOR S. 21ST AVENUE IMPROVEMENT PROJECT RRYAKIM-2410 l PROJECT ENGINEER: WA55IM KEBAB PRAWN: J MATTHEWS CHECKED BY: K Mc HENRY REVISION: SIGNING PLAN i SHEET 23 OF 23 C 2 2 8