Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2003-073 River Road Improvements Project Agreement with Columbia Asphalt and Gravel, Inc.
)1 0 Jrie o/e/4/ Ls ,,:,.gif]A:fafftgrplft'%lgglja',51,giii)E4flaaigil:Rifag.gfitgglgaigtn:t:fag:llggEV::Nigggifjgi.1i:lg3§i:ig.§Iglifgg;§Nffig,ggiJEMrgl,fkgEBRtafitg:;giggfgfggggg;ggN,FfegtlfaiiiSf;::§Kffigjga,.gfgt;'fAigalgiggMgifaggnaggf.qlfg::gffif4."'g2:"iRkagfi, City of Yakima Engineering Division River Road Improvements Project Fruitvale Boulevard to 6th Avenue TIB # 8-4-180(019)-1 City Project Nos. 1944 & 2128 Construction Contract Specifications & Bid Documents 129 North Second Street Yakima, WA 98901 September 2006 — - _Phone (509) 575-6111 Fax (509) 576-6305 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT ITEM NO. /9 8 FOR MEETING OF: June 6, 2006 ITEM TITLE: Authorizing the City's outside legal counsel to institute legal proceedings for the condemnation and acquisition of certain real property for the River Road Improvement Project. SUBMITTED BY: V William Cook, Director of Community & Economic Development CONTACT PERSON/TELEPHONE: William Cook, 575-6227 SUMMARY EXPLANATION: We are requesting Council approval to utilize the City's condemnation authority to acquire private property needed to construct the River Road project and intersection improvements at 16th Avenue and River Road. We need the predictability and timeliness of the condemnation process to insure that we can complete the project this year. All property owners that will be impacted by this project have been notified that the City will be acquiring a portion of their land, and are aware of the impact of this acquisition. We have invited owners to donate their right-of-way, but to date have had only moderate interest, and no specific offers. We are trying to set up a meeting for Monday night (June 5th) to meet with property owners to explain the condemnation process and the need for Council's approval of this request if we are going to complete this project on time and within budget. Resolution _ Ordinance X Contract Other (Specify) Funding Source APPROVAL FOR SUBMITTAL: City -Manager STAFF RECOMMENDATION: Approve Ordinance BOARD RECOMMENDATION: COUNCIL ACTION Ordinance passed. ORDINANCE NO. 2006-22 ORDINANCE NO. 2006- 22 AN ORDINANCE authorizing and directing the City's outside legal counsel, Lyon Weigand & Gustafson PS, to institute and prosecute legal proceedings for the condemnation and acquisition of certain real property for the River Road Improvement Project; providing for the condemnation and taking of such real property and declaring the condemnation and taking thereof to be necessary for a public use required by the public interests; directing that compensation for such taking be paid from Fund Number 142, Arterial Street Fund of the City of Yakima. BE IT ORDAINED BY THE CITY OF YAKIMA: Section 1. The law firm of Lyon Weigand & Gustafson PS is hereby authorized and directed to institute and prosecute actions in the Superior Court of the State of Washington, in and for Yakima County, for the condemnation and acquisition of certain real property which is described on Exhibit "A" attached hereto, for the improvement of River Road, in the City of Yakima, Washington, and for the installation of curbs, gutters, sidewalks, structures, roadways, drainage facilities and public utility facilities related thereto, all in accordance with plans for such improvement project as depicted on drawings prepared by the City Engineer, a copy of which drawing and legal description of properties impacted is on file in the office of the City Engineer, both of which plans and property description are incorporated herein as if fully set forth herein. Section 2. The acquisition of said real property for the purposes herein mentioned is required for the interests of the public and of the City of Yakima, and the uses and purposes herein mentioned do constitute a public use of said property, and said real property is necessary for the use and purposes mentioned herein. Section 3. The compensation for said real property to be taken shall be payable from Fund Number 142, Arterial Street Fund of the City of Yakima. Section 4. This ordinance shall be in full force and effect thirty (30) days after its passage, approval and publication as provided by law and by the City Charter. ORDINANCE - 1 718.129\rhg\yakima cit\river road\ordinance PASSED BY THE CITY COUNCIL, signed and approved this 6th day of June , 2006. David Edler, Mayor ATTEST: City Clerk Publication Date: 6-9-2006 Effective Date: 7-9-2006 ORDINANCE - 2 718.129\rhg\yakima cit\river road\ordinance PARCEL NO EXHIBIT 'A' OWNER R/WAY OR ESM'T NEEDED 18131599997 Burlington Northern Santa Fe 4,035 18131511002 Stephan Robinson 3,022 18131422403 Marie Schut 975 18131422402 Chiawana, Inc. 2,600 18131422423 Ace Hardware Corp. 300 18131424439 Mary R. Hardy 350 18131424438 Stephen R. Baisinger 275 18131424437 Douglas Gray 466 18131424436 Alonzo Young 470 18131421414 Norman H. & Karen S. Hyatt 2,283 18131421406 Lewis G. Miller 1,662 18131424421 Bradley & Leah Hendrix 470 18131424403 Cheryl & Scott Butcher 699 18131424418 Paradise Investments 470 18131424402 Cora Lesser 819 18131424401 Cora Lesser 819 18131421403 Ken & Roberta Hunziker 1,620 18131421419 Noel Canning Corporation 300 18131412402 Charlotte Seip 1,070 18131499991 Willow Lake Condominium II 2,807 18131424466 Seneca Foods Corporation 100 18131413035 Donald &Laura Tyler -Wenzel 216 18131499991 Willow Lake Condominium Parcel "B 1,260 18131413026 Timothy Seaton 216 18131413024 Alma Wynn 216 18131413045 Super cold Storage III 450 18131411417 Nancy Wachsmith 1,700 18131413046 Kershaw Fruit & Cold Storage 1,402 18131414402 City of Yakima 433 18131414900 Amoco Foam Products 142 18131411551 Lake Aspen Enterprises, LLC 1,250 18131411552 Mark & Elaine Stevenson 780 18131411553 G.P. Felix 771 18131411411 Enrique & Maria Zuniga 994 18131411412 Patricia Stach 821 18131322401 Cw-I 9,324 181312-34406 Jere Irwin and Diane Irwin 6,094 Sewer Easement 181312-34405 Jere Irwin and Diane Irwin 6,594 Sewer Easement 181312-34404 Jere Irwin and Diane Irwin 13,188 Sewer Easement 181312-33001 Jere Irwin and Diane Irwin 660 Sewer Easement 181313-21404 Jere Irwin and Diane Irwin 6,940 Sewer Easement 181313-21004 Jere Irwin and Diane Irwin 19,600 Sewer Easement Moore, Debbie From: Legals [legals c©yakimaherald.com] Sent: Wednesday, June 07, 2006 9:29 AM To: Moore, Debbie Subject: Re: Legal ad for publication on 619/06--Ords. 2006-22, 23 and 24 I will get this in. Wendy Vesey Legal/Obit Clerk Yakima Herald -Republic Phone: 509-577-7740 Fax: 509-577-7766 legals@yakimaherald.com On 6/7/06 9:35 AM, "Moore, Debbie" <dmoore@ci.yakima.wa.us> wrote: > Wendy, > Please publish the attached ordinances enactment certification on Friday, > June 9, 2006. Thanks. > Debbie > > «CERT-ORDINANCES-ENACTMENT.doc» > Deborah Moore > Acting City Clerk > City of Yakima > 129 N. 2nd Street > Yakima, WA 98901 > 509-575-6270 CITY OF YAKIMA CERTIFICATION OF ORDINANCES ENACTMENT Ordinance Nos. 2006-22, 2006-23 and 2006-24 were passed by the City Council of the City of Yakima, Washington on the 6th day of June, 2006. The summaries of the ordinances are printed below this certificate. A copy of the full text of any ordinance is available for inspection or will be mailed upon request by phoning 575-6037. Dated this 6'h day of June, 2006. Karen S. Roberts, CMC City Clerk ORDINANCE NO. 2006-22, AN ORDINANCE authorizing and directing the City's outside legal counsel, Lyon Weigand & Gustafson PS, to institute and prosecute legal proceedings for the condemnation and acquisition of certain real property for the River Road Improvement Project; providing for the condemnation and taking of such real property and declaring the condemnation and taking thereof to be necessary for a public use required by the public interests; directing that compensation for such taking be paid from Fund Number 142, Arterial Street Fund of the City of Yakima. ORDINANCE NO. 2006-23, AN ORDINANCE relating to funds and accounts; creating a Community Services Fund — 127; designating the sources of revenue and permissible expenditures from such fund; and enacting Chapter 3.228 "Community Services Fund" as a new Chapter and Sections 3.118.010, 3.118.020 and 3.118.030 as new sections of the City of Yakima Municipal Code. ORDINANCE NO. 2006-24, AN ORDINANCE relating to City personnel; adopting a classification and compensation plan for City employees to be effective immediately; amending Subsections 2.20.110A and 2.20.110B all of the City of Yakima Municipal Code. Please publish once on FRIDAY, JUNE 9, 2006 Charge Account No. 10952 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT 3/0 Item No. * Cfo For Meeting Of 1/19/10 ITEM TITLE: Final Contract Payment for Columbia Asphalt & Gravel, Inc. — River Road Project City Project No.: AS1944 & WW2128 SUBMITTED BY: Doug Mayo — City Engineer Brett Sheffield - Chief Engineer CONTACT PERSON/TELEPHONE: Doug Mayo — City Engineer, 509-576-6678 SUMMARY EXPLANATION: This project provided for the improvement of River Road, from east of 16th Avenue to Fruitvale Blvd., by reconstructing and widening the roadway, installing curb, gutter and sidewalk, illumination, drainage, installing a new 27 -inch diameter sanitary sewer line, installing a traffic. signal at River Road and N. 16th Avenue and reconstructing portions of an irrigation system. The change in project costs was due to project modifications and delays caused by the utility companies, differing site conditions and unforeseen conflicts with underground utilities. Final inspection for this project was made and the recommendation is that the project be accepted. This Council action is to accept the project and approve the final construction costs. Contractor: Contract Award: Contract Cost: Final Contract Cost: Amt. This Payment: Columbia Asphalt & Gravel, Inc. 11/17/06 $5,024,187.44 $5,404,660.17 -0- The above total contract cost is for construction only and does not include engineering and other costs. Resolution Ordinance X Other (Specify) Final Contract Payment Contract Mail to (name and address): Funding Source Arte ' [Street & Sewer Oper tin. APPROVED FOR SUBMITTAL: %u(,� City Manager STAFF RECOMMENDATION: Accept the project and approve final estimate. BOARDS/COMMISSIONS/COMMITTEES RECOMMENDATION: COUNCIL ACTION: n oill Peel /ap eyed FILE NO. 1944 & 2128 CONTRACTOR: COLUMBIA ASPHALT PROGRESS ESTIMATE NO. FINAL CITY OF 1A, WASHINGTON IMPROVEMENT: RIVER RD IMPROVEMENT NO. ITEM UNIT QUANTITY UNIT AMOUNT % OF CONTRACT PRICE CONT AMOUNT SCHEDULE A 1 SPCC PLAN LS 100% $125.00 $125.00 100% $125.00 2 MOBILIZATION LS 100% $202,000.00 $202,000.00 100% $202,000.00 3 TRAFFIC CONTROL SUPERVISOR LS 100% $34,508.00 $34,508.00 115% $30,000.00 4 FLAGGERS AND SPOTTERS HR 7873.00 $35.00 $275,555.00 394% $70,000.00 5 OTHER TRAFFIC CONTROL LABOR HR 886.00 $35.00 $31,010.00 222% $14,000.00 6 CONSTRUCTION SIGNS CLASS A SF 481.00 $8.50 $4,088.50 100% $4,080.00 7 CLEARING AND GRUBBING LS 100% $53,000.00 $53,000.00 100% $53,000.00 8 ROADSIDE CLEANUP FA $105,297.44 $25,000.00 $105,297.44 421% $25,000.00 9 REMOVAL OF STRUCTURE AND OBSTRUCTION LS 100% $60,500.00 $60,500.00 100% $60,500.00 10 SAW CUT, PER INCH DEPTH LF 11258.00 $0.30 $3,377.40 751% $450.00 11 REMOVING CONCRETE LINED CANAL LF 693.00 $8.00 $5,544.00 83% $6,720.00 12 REMOVING IRRIGATION PIPE 12 INCH DIAM LF 1831.00 $4.50 $8,239.50 163% $5,040.00 13 REMOVING IRRIGATION PIPE 24 IN DIAM LF 1628.00 $8.40 $13,675.20 147% $9,324.00 14 REMOVING IRRIGATION PIPE 36 IN DIAM LF 76.00 $23.50 $1,786.00 76% $2,350.00 15 ROADWAY EXCAVATION INCL HAUL CY 9455.00 $5.95 $56,257.25 100% $56,257.25 16 CRUSHED SURFACING BASE COURSE TON 4346.00 $10.20 $44,329.20 59% $75,174.00 17 ASPHALT TREATED BASE TON 4455.00 $39.30 $175,081.50 115% $152,877.00 18 PLANNING BITUMINOUS PAVEMENT SY 3095.00 $3.00 $9,285.00 99% $9,360.00 19 HMA CL 3/4" PG 64-28 TON 5,011.00 $49.50 $248,044.50 124% $200,475.00 20 PAVEMENT REPAIR SY 0.00 $15.00 $0.00 0% $6,000.00 21 CORRUGATED POLYTHYLENE STORM SEWER PIPE 12" LF 4,793.00 $27.50 $131,807.50 111% $118,250.00 22 CORRUGATED POLYETHYLENE STORM SEWER PIPE 18" LE 3142.00 $34.50 $108,399.00 94% $115,575.00 23 INFILTRATION POND EA 0.00 $6,900.00 $0.00 0% $6,900.00 24 BIOINFILTRATION SWALE EA 100% $5,250.00 $5,250.00 100% $5,250.00 25 CATCH BASIN TYPE 1 EA 54.00 $890.00 $48,060.00 110% $43,610.00 NO. ITEM UNIT QUANTITY UNIT AMOUNT % OF CONTRACT PRICE CONT AMOUNT 26 CATCH BASIN TYPE 1L EA 17.00 $1,155.00 $19,635.00 121% $16,170.00 27 CATCH BASIN TYPE 2, 48 IN DIAM EA 3.00 $2,625.00 $7,875.00 300% $2,625.00 28 VANED GRATE FOR CATCH BASIN TYPE I EA 71.00 $183.00 $12,993.00 113% $11,529.00 29 DRAINAGE RETENTION BASIN W/36 IN DIAM PERF. 1 LF 300.00 $107.00 $32,100.00 100% $32,100.00 30 MANHOLE 48 IN DIAM TYPE 1 EA 7.00 $1,995.00 $13,965.00 100% $13,965.00 31 MANHOLE 60 IN DIAM TYPE 1 EA 2.00 $3,800.00 $7,600.00 100% $7,600.00 32 ADJUST MANHOLE EA 75.00 $300.00 $22,500.00 469% $4,800.00 33 CRUSHED SURFACING TOP COURSE TON 1688.00 $13.50 $22,788.00 211% $10,800.00 34 STRUCTURE EXCAVATION CLASS B INC. HAUL CY 6800.00 $1.00 $6,800.00 100% $6,800.00 35 SHORING OR EXTRA EXCAVATION CL B LF 4053.00 $0.50 $2,026.50 58% $3,500.00 36 ADJUST VALVE BOX EA 83.00 $220.00 $18,260.00 377% $4,840.00 37 REPLACE VALVE BOX EA 5.00 $250.00 $1,250.00 100% $1,250.00 38 PVC SANITARY SEWER PIPE 6 IN DIAM LF 24.00 $49.00 $1,176.00 32% $3,675.00 39 PVC SANITARY SEWER PIPE 8 IN DIAM LF 111.00 $31.50 $3,496.50 74% $4,725.00 40 PVC SANITARY SEWER PIPE 12 IN DIAM LE 1257.00 $24.00 $30,168.00 86% $34,944.00 41 PVC SANITARY SEWER PIPE 18 IN DIAM LF 46.00 $85.00 $3,9:L0.00 46% $8,500.00 42 PVC SANITARY SEWER PIPE 24 IN DIAM LF 1850.00 $63.00 $116,550.00 105% $110,565.00 43 PVC SANITARY SEWER PIPE 27 IN DAIM LF 166.00 $99.00 $16,434.00 102% $16,137.00 44 PVC SANITARY SEWER PIPE 36 IN DIAM LF 41.00 $225.00 $9,000.00 89% $10,125.00 45 ESC LEAD DAY 3.00 $50.00 $150.00 11% $1,400.00 46 SEEDING FERTILIZING AND MULCHING ACRE 50% $5,500.00 $2,750.00 50% $5,500.00 47 IRRIGATION STRUCTURE #1 EA 100% $41,000.00 $41,000.00 100% $41,000.00 46 IRRIGATION STRUCTURE #2 EA 100% $40,000.00 $40,000.00 100% $40,000.00 49 IRRIGATION STRUCTURE #3 EA 100% $27,000.00 $27,000.00 100% $27,000.00 50 IRRIGATION STRUCTURE #4 EA 100% $25,000.00 $25,000.00 100% $25,000.00 51 IRRIGATION STRUCTURE #5 EA 100% $69,000.00 $69,000.00 100% $69,000.00 52 CONNECT TO EXISTING STRUCTURE EA 10.00 $680.00 $6,800.00 100% $6,800.00 53 CONNECTION FOR PRIVATE IRRIGATION LINE FA 475.12 $10,000.00 $475.12 5% $10,000.00 54 CEMENT CONC TRAFFIC CURB AND GUTTER LF 12,187.00 $7.50 $91,402.50 88% $L03,500.00 55 COMMERCIAL DRIVEWAY APPROACH EA 37.00 $1,500.00 $55,500.00 88% $63,000.00 56 REMOVING AND RESETTING FENCE LF 490.00 $31.00 $15,190.00 196% $7,750.00 57 CHAIM LINK FENCE TYP 1 LF 510.00 $37.50 $19,125.00 176% $10,875.00 58 END, GATE, CORNER AND PULL POST FOR CHAIN LI/ EA 12.00 $548.00 $6,576.00 150% $4,384.00 59 DOUBLE 14 FT CHAIM LINK GATE EA 4.00 $785.00 $3,140.00 400% $785.00 60 REMOVING FENCE FA $229.10 $15,000.00 $229.10 2% $15,000.00 61 MONUMENT CASE AND COVER EA 3.00 $220.00 $660.00 100% $660.00 NO. ITEM 62 CEMENT CONC SIDEWALK 4 IN DEPTH 63 CEMENT CONC SIDEWALK 6 IN DEPTH 64 CEMENT CONC SIDEWALK RAMP TYPE 2A 65 CEMENT CONC SIDEWALK RAMP TYPE 4A 66 SIGNPOST SOCKETS 67 MAILBOX SUPPORT TYPE 1 68 MAILBOX SUPPORT TYPE 2 69 REMOVING AND RESETTING LOCKABLE MAILBOX 70 ILLUMINATION SYSTEM 71 SIGNALIZATION 72 REPAIR OR REPLACEMENT TOTAL AMOUNT PAID OUT ORGINAL CONTRACT SUB TOTAL FOR SCHEDULE A CHANGE ORDER #2 SCHEDULE A 73 CSTC 74 AGG FOR BST 75 CRS -2 OIL 76 PROCESSING & FURNISHING 77 MOB. FOR CHOP SEAL CHANGE ORDER #4 SCHEDULE A 78 ADDED COST OF CONCRETE AND WINTER 79 EXTRA SURVEY WORK 80 ADDITIONAL COST FOR TRAFFIC CONTROL SUPERVISOR SUB TOTAL FOR SCHEDULE A CHANGE ORDERS UNIT QUANTITY INIT RICE SY 4,071.00 $20.00 SY 857.00 $27.00 EA 11.00 $350.00 EA 73.00 $250.00 EA 4.00 $30.00 EA 26.00 $125.00 EA 11.00 $280.00 EA 3.00 $75.00 LS 100% $227,500.00 LS 100% $200,000.00 FA $567,780.44 $90,000.00 TON 1422.5 $14.00 TON $296.80 $44.00 TON $24.00 $500.00 LS 100% $1,200.00 LS 100% $5,625.00 CHARGES LS 100% $5,143.67 LS 100% $19,835.00 LS 100% $20,776.50 SCHEDULE B SEWER TRUNK LINE 1 SPCC PLAN 2 MOBILIZATION 3 TRAFFIC CONTROL SUPERVISOR 4 FLAGGERS AND SPOTTERS 5 OTHER TRAFFIC CONTROL LABOR 6 CONSTRUCTION SIGNS CLASS A 7 SAW CUT PER INCH DEPTH 8 CRUSHED SURFACING BASE COURSE 9 ASPHALT TREATED BASE 10 HMA CL 3/4" PG 64-28 11 PAVEMENT REPAIR 12 MANHOLE 60 IN DIAM TYPE 1 13 MANHOLE ADDITIONAL HEIGHT 60 IN DIAM 14 TRENCH DEWATERING 15 STRUCTURE EXCAVATION CLASS B INCL HAUL 16 SHORING OR EXTRA EXCVATION CLASS B 17 CRUSHED SURFACING TOP COURSE 18 PVC SANITARY SEWER PIPE 27 IN DIAM 19 PVC SANITARY SEWER PIPE 10 IN DIAM 20 REMOVING AND RESETTING FENCE 21 TEMPORARY FENCING LS 100% $125.00 LS 100% $1.00 LS 100% $16,900.00 HR 2,725.00 $35.00 HR 145.00 $35.00 SF 120.00 $8.50 LF 7,522.00 $0.30 TON 2,119.00 $10.20 TON 1,609.00 $39.30 TON 1,545.00 $49.50 SY 114.00 $15.00 EA 35.00 $3,500.00 TYPE 1 LF 83.00 $185.00 FA $310,631.25 $800,000.00 CY 36,550.00 $0.25 LF 10,308.00 $0.50 TON 2,156.00 $13.58 LF 9,967.00 $77.50 LF 253.00 $70.00 LF 0.00 $40.00 LF 599.00 $2.10 AMOUNT $81,420.00 $23,139.00 $3,850.00 $18,250.00 $120.00 $3,250.00 $3,080.00 $450.00 $227,500.00 $200,000.00 $567,780.44 $3,506,584.15 $19,915.00 $13,059.20 $12,000.00 $1,200.00 $5,625.00 $5,143.67 $19,835.00 $20,776.50 $97,554.37 $125.00 $1.00 $16,900.00 $95,375.00 $5,075.00 $1,020.00 $2,256.60 $21,613.80 $63,233.70 $76,477.50 $1,710.00 $122,500.00 $15,355.00 $310,631.25 $9,137.50 $5,154.00 $29,278.48 $772,442.50 $17,710.00 $0.00 $1,257.90 % OF CONTRACT CONT AMOUNT 99% $82,000.00 159% $14,580.00 138% $2,800.00 76% $24,000.00 8% $1,500.00 43% $7,500.00 550% $560.00 75% $600.00 100% $227,500.00 100% $200,000.00 631% $90,000.00 132% $2,659,661.25 62% $32,200.00 228% $5,720.00 80% $15,000.00 100% $1,200.00 125% $4,508.00 100% $5,143.67 100% $19,835.00 100% $20,776.50 93% $104,383.17 100% $125.00 100% $1.00 130% $13,000.00 341% $28,000.00 145% $3,500.00 100% $1,020.00 90% $2,520.00 58% $37,026.00 84% $75,220.20 78% $98,554.50 5% $31,500.00 103% $119,000.00 70% $22,015.00 39% $800,000.00 100% $9,137.50 97% $5,310.00 79% $37,125.00 98% $784,300.00 49% $36,400.00 0% $30,000.00 80% $1,575.00 NO. ITEM 22 REPAIR OR REPLACEMENT SUB TOTAL FOR SCHEDULE B CHANGE ORDER #1 SCHEDULE B 23 REMOVING AND RESETTING 16" WATER MAIN 24 TEMPORARY WATER SERVICE 25 SURVEYING 26 TYPE III BARRICADE 27 TYPE II BARRICADE (INCREASE OF BID ITEMS 3, 4, 5, 15, 16) SUB TOTAL FOR SCHEDULE B CHANGE ORDERS UNIT QUANTITY UNIT PRICE FA $53,731.84 $50,000.00 LS 100% $37,402.00 LS 100% $1,500.00 LS 100% $1,900.00 EA 12.00 $150.00 EA 8.00 $60.00 ORGINAL CONTRACT SUBTOTAL SALES TAX 8.2% SCHEDULE B ONLY ORGINAL CONTRACT TOTAL CHANGE ORDERS SALES TAX 8.2% FOR CHANGER ORDERS B SCHEDULE TOTAL CHANGE ORDERS WITH SALES TAX TOTAL AMOUNT OF CONTRACT WITH CHANGE ORDERS TOTAL AMOUNT PAID OUT TO CONTRACTOR SCHEDULE A TOTALS SCHEDULE B TOTALS SUB TOTAL SALES TAX 8.2% SCHEDULE B ONLY TOTAL PAID OUT TO CONTRACTOR OVER PAYMENT AMOUNT TO CONTRACTOR AMOUNT % OF CONT $53,731.84 107% $1,620,986.07 74% $37,402.00 $1,500.00 $1,900.00 $1,800.00 $480.00 $43,082.00 100% 100% 100% 200% 100% 102% CONTRACT AMOUNT $50,000.00 $2,185,329.20 $37,402.00 $1,500.00 $1,900.00 $900.00 $480.00 $42,182.00 $4,844,990.45 $179,196.99 $5,024,187.44 $146,565.17 $3,532.72 $150,097.89 $5,174,285.34 $3,604,138.52 $1,664,068.07 $5,268,206.59 $136,453.58 $5,404,660.17 $230,374.83 PUBLIC SERVICE ANNOUNCEMENT FOR IMMEDIATE RELEASE April 6, 2007 Construction Activities For April 9, 2007 thru April 13, 2007 Columbia Asphalt and Gravel Inc. continue to work on River Road Improvements Project All Businesses are open Sub Contractors for Columbia Russell Crane / Tri Valley will remove a 16" water main from HD Fowler to Wondrack; water service will be maintained by temporary connections. Wednesday at 6:00 AM thru Friday at 5:00 PM River Road will be closed to thru traffic from wondrack and HD Fowler between 6th Avenue to 16th Avenue. Muffett and Sons will continue laying sanitary sewer main from 32nd Avenue to 34th Avenue, this work should conclude On River Road between 32nd Avenue to 34th / Fruitvale Blvd. Monday thru Friday the following will apply. Work will continue for the placement of sanitary sewer main at 32nd Avenue heading West to 34th Avenue. Access to all addresses West of 32nd Avenue on River Road will need to use 34th Avenue and access to all addresses East of 32nd Avenue will need to use 16th Avenue or 20th Avenue. Access for this closure will move as work progresses and will be day time closures only. There will be an increase of activity form utility company's relocating their utility from 16th Avenue to 34th Avenue, Qwest, charter and the City of Yakima Water Dept. Detours will be in place and flaggers will help with traffic congestions. Motorists and Pedestrians are advised to be aware of heavy equipment and rough roadways in these areas and expect construction related delays, Please use alternate routes when you can. Working hours for these projects will be from 7:00 AM to 5:00 PM. FOR COUNCIL INFORMATION DATE: �. .. a d. PUBLIC SERVICE ANNOUNCEMENT FOR IMMEDIATE RELEASE April 13, 2007 Construction Activities For April 16, 2007 thru April 20, 2007 Columbia Asphalt and Gravel Inc. continue to work on River Road Improvements Project All Businesses are open On Tuesday Columbia Asphalt will begin to cut and grade the roadway for subgrade elevations to prepare for storm drainage between 25th Avenue to 34th Avenue. One lane traffic will be maintained. Muffett and Sons will continue laying sanitary sewer main from 32nd Avenue to 34th Avenue, this work should conclude on Wednesday April 18th Wednesday at 7:00 AM thru Friday at 5:00 PM River Road will be closed to thru traffic from Wondrack and HD Fowler between 6th Avenue to 16th Avenue for the placement of the sanitary sewer. On River Road between 32"d Avenue to 34th / Fruitvale Blvd. Monday thru Wednesday the following will apply. Work will continue for the placement of sanitary sewer main at 32" Avenue heading West to 34th Avenue. Access to all addresses West of 32nd Avenue on River Road will need to use 34th Avenue and access to all addresses East of 32nd Avenue will need to use 16th Avenue or 20th Avenue. Access for this closure will move as work progresses and will be day time closures only. There will be an increase of activity form utility company's relocating their utility from 16th Avenue to 34th Avenue, Qwest, charter and the City of Yakima Water Dept. Detours will be in place and flaggers will help with traffic congestions. Motorists and Pedestrians are advised to be aware of heavy equipment and rough roadways in these areas and expect construction related delays, Please use alternate routes when you can. Working hours for these projects will be from 7:00 AM to 5:00 PM. FOR COUNCIL INFO ONLYS CCC �C moi. �I 7 `'�'7 DATE PUBLIC SERVICE ANNOUNCEMENT FOR IMMEDIATE RELEASE April 26, 2007 Construction Activities For April 30, 2007 thru May 4, 2007 Columbia Asphalt and Gravel Inc. continue to work on River Road Improvements Project All Businesses are open On Monday Columbia Asphalt will continue to cut and grade the roadway for subgrade elevations and storm drainage between 25th Avenue to 34th Avenue. One lane traffic will be maintained with intermittent delays. Monday at 7:00 AM thru Friday at 5:00 PM River Road will be closed to thru traffic from Wondrack and HD Fowler between 6th Avenue to 16th Avenue for the placement of the sanitary sewer. Detours will be in place and flaggers will help with traffic congestions. Motorists and Pedestrians are advised to be aware of heavy equipment and rough roadways in these areas and expect construction related delays, Please use alternate routes when you can. Working hours for these projects will be from 7:00 AM to 5:00 PM. For further information contact: Bruce A. Floyd, Construction Supervisor (575-6138) City of Yakima 129 N. 2nd Street Yakima, WA 98901 SETTLEMENT AGREEMENT This Settlement Agreement is being entered into on the last date entered on the signature pages and is between the City of Yakima, state of Washington (hereafter the "City") and PFY River Road, LLC, a Washington limited liability company (hereafter referred to as "PFY"). RECITALS WHEREAS, it is necessary for the public use and required by the public interests that the City construct public improvements known as the "River Road Improvement Project" on River Road between North 16th Avenue and Fruitvale Avenue, Yakima, Washington (hereinafter the "Project"), and such construction is in accordance with the plans approved and adopted by the Yakima City Council by Ordinance No. 2006-22, dated the 6th day of June, 2006; and WHEREAS, PFY owns certain real property situated at 2601 River Road, Yakima, Washington, the legal description of which is attached hereto and incorporated by reference herein as Exhibit A; and WHEREAS, a portion of said property, the legal description of which is attached hereto and incorporated by referenced herein as Exhibit B, will be damaged or otherwise interfered with in such a manner by the City's construction and/or existence of the Project so as to be legally compensable, and such damage or other interference is required for the interests of the public and of the City and does constitute a necessary public use of said property and interests; and WHEREAS, the City, pursuant to RCW Chap. 8.12, wishes to pay reasonable compensation to PFY for such damage or other interference which will be caused to its property by the construction and/or existence of the Project; and WHEREAS, the City has obtained an independent comparative market analysis of said property which indicates the value of said portion of PFY's property that will be necessary for the construction and/or existence of the Project to be $3,800 and the SETTLEMENT AGREEMENT - 1 718-129\rhg\yakima cit\river road'pfy\settlement agreement Law Offices LYON, WEIGAND & GUSTAFSON PS Lyon Law Offices - 222 North third Street P.O Box 1689 Yakima, Washington 98907 Telephone (509) 248-7220 Fax (509) 575-1883 value of the improvements thereon which will be affected by the construction and/or existence of the Project to be $26,300; and WHEREAS, PFY accepts the appraised value of $3,800 for the said property which will be acquired by the City for the construction and/or existence of the Project but has obtained an independent estimate for the costs of reconstructing the improvements on said property which will be affected by the construction and/or existence of the Project which is significantly higher than the value of the said improvements established by the City's independent appraiser; and WHEREAS the City and PFY each wish to resolve their differences without the necessity and costs of litigation as to the value of said properties and the uncertainties connected therewith; AGREEMENT IT IS THEREFORE AGREED by and between the City and PFY that for purposes of settlement only: 1. The City shall pay PFY $129,209.21 in total compensation for the condemnation of a portion of its property and for the damage and interference to its property which will be caused by the construction and/or existence of the Project. 2. PFY agrees to accept $129,209.21 as fair and reasonable compensation in full for the land and improvements taken by the construction and/or existence of the Project and for the damage and interference to its property and shall not seek further or additional compensation of any kind for any damage or claims of damage for the said land or improvements taken or other damages and agrees that said compensation reflects the fair market value of said land and improvements. 3. PFY shall transfer all its rights and interest in that portion of its property taken by the construction and/or existence of the Project by the execution of a Statutory Warranty Deed in fee simple absolute and an Excise Tax Affidavit in the form attached hereto as Exhibits C-1 and 0-2 to the City and shall claim no additional interest in said property nor shall it seek additional compensation of any kind from the City for damages caused by the construction and/or existence of the Project. SETTLEMENT AGREEMENT - 2 Law Offices 718-129\rhg\yakima cit\river road\pfy\settlement agreement LYON. WEIGAND & GUST PS Lyon Law Offices - 222 North Third Third Street P.O. Box 1689 Yakima, Washington 98907 Telephone (509) 248-7220 Fax (509) 575-1883 4. The City and PFY agree to cooperate fully and execute any and all supplementary documents and to take all additional actions that may be necessary or appropriate to give full force and effect to the basic terms and intent of this Settlement Agreement. 5. Closing on said property shall take place on or before April 30, 2009. The closing agent shall be Lyon, Weigand & Gustafson PS, 222 North Third Street, Yakima, Washington. 6. This Settlement Agreement expresses the full and complete settlement by and between the City and PFY with respect to said property. 7. The undersigned acknowledges that they have completely read this Settlement Agreement and fully understand and voluntarily accept it for the purpose of final resolution and settlement of any and all claims with respect to fair and reasonable compensation for the damage or other interference which will be caused to PFY's property by the construction and/or existence of the Project and has full authority to execute this Settlement Agreement for and on behalf of PFY. 8. The terms and conditions of this Settlement Agreement shall not be amended or modified except in writing signed by the City and PFY. This Settlement Agreement is fully integrated and constitutes the entire agreement of the Parties. There are no other agreements of these Parties. 9. This Settlement Agreement has been reviewed and approved by each of the Parties after negotiation of the terms thereof. In the event it should be determined that any provision of th;s Settlement Agreement is uncertain or ambiguous, the language in all parts of the agreement shall be in all cases construed as a whole according to the fair meaning of the agreement, and not strictly construed for or against any party. 10. If any provision herein is invalid, it shall be considered deleted from this Settlement Agreement and shall not invalidate the remaining provisions of this agreement. SETTLEMENT AGREEMENT - 3 718-129\rhg\yakima cit\river road\pfy\sett{emagreement Law Offices LYON. WEIGAND & GUSTAFSON PS Lyon Law Offices - 222 North Third Street P.O Box 1689 Yakima, Washington 98907 Telephone (509) 248-7220 Fax (509) 575-1883 DATED this ,2q/6day of April, 2009. THE CITY OF YAKIMA PFY RIVER ROAD, LLC By R. A. Zais, Jr., 6.:y Manager SETTLEMENT AGREEMENT - 4 718-129\rhg\yakima cit\river road\pfy\settlement agreement By Powell Family of Yakima, LLC, Member Timothy Powell, Manager/Member Law Offices LYON, WEIGAND & GUSTAFSON PS Lyon Law Offices - 222 North Third Street P.O Box 1689 Yakima, Washington 98907 Telephone (509) 248-7220 Fax (509) 575-1883 EXHIBIT "A" ATTACHMENT TO SETTLEMENT AGREEMENT LEGAL DESCRIPTION OF PFY RIVER ROAD, LLC'S PROPERTY That portion of Lots 17 and 18, FRUITVALE, as recorded in Volume "A" of Plats, Page 20, described as follows: Beginning at the Southeast corner of said Lot 17; thence North 90°00' West along the South line thereof 607.20 feet to the true point of beginning; thence North 01°27' East 363.20 feet; thence North 75°02' West 66.99 feet; thence North 90°00' West 109.63 feet; thence South 00°08' East 380.38 feet to the South line of said Lot 18; thence North 90°00' East 164.27 feet to the true point of beginning. (ASSESSOR'S PARCEL NO. 181314-21406 EXHIBIT "B" ATTACHMENT TO SETTLEMENT AGREEMENT LEGAL DESCRIPTION OF TAKE - PFY RIVER ROAD, LLC TO CITY OF YAKIMA The South 10.00 feet as measured at right angles to and parallel with the South line of the hereinafter described Parcel "A"; PARCEL "A": That portion of Lots 17 and 18, FRUITVALE, as recorded in Volume "A" of Plats, Page 20, described as follows: Beginning at the Southeast corner of said Lot 17; thence North 90°00' West along the South line thereof 607.20 feet to the true point of beginning; thence North 01°27' East 363.20 feet; thence North 75°02' West 66.99 feet; thence North 90°00' West 109.63 feet; thence South 00°08' East 380.38 feet to the South line of said Lot 18; thence North 90°00' East 164.27 feet to the true point of beginning. (PORTION OF ASSESSOR'S PARCEL NO. 181314-21406 When recorded, please return to: RUSSELL H. GILBERT Lyon Weigand & Gustafson PS P.O. Box 1689 Yakima WA 98907 ar)1 T" 11 i STATUTORY WARRANTY DEED THE GRANTOR, PFY RIVER ROAD, LLC., a Washington limited liability company, for and in consideration of TEN AND NO/100 DOLLARS AND OTHER GOOD AND VALUABLE CONSIDERATION, in hand paid, conveys and warrants to CITY OF YAKIMA, a Washington municipal corporation, the following described real estate, situated in the County of Yakima, State of Washington: The South 10.00 feet as measured at right angles to and parallel with the South line of the hereinafter described Parcel "A"; PARCEL "A": That portion of Lots 17 and 18, FRUITVALE, as recorded in Volume "A" of Plats, Page 20, described as follows: Beginning at the Southeast corner of said Lot 17; thence North 90°00' West along the South line thereof 607.20 feet to the true point of beginning; thence North 01°27' East 363.20 feet; thence North 75°02' West 66.99 feet; thence North 90°00' West 109.63 feet; thence South 00°08' East 380.38 feet to the South line of said Lot 18; thence North 90°00' East 164.27 feet to the true point of beginning. A PORTION OF ASSESSOR'S PARCEL NO. 181314-21406 TOGETHER WITH all water rights and appurtenances including after acquired title, if any, thereunto belonging. STATUTORY WARRANTY DEED - 1 718-129\me\yakima cit\river road\pfy\swd Law Offices LYON WEIGAND & GUSTAFSON PS Lyon Law Offices - 222 North Third Street P.O. Box 1689 Yakima, Washington 98907 Telephone (509) 248-7220 Fax (509) 575-1883 SUBJECT TO future assessments by reason of the inclusion of said premises within the boundaries of any irrigation entity, district or company, and all other assessment districts, companies and entities. SUBJECT TO all pending and future litigation adjudicating and determining ground and surface waters in any water drainage basin of which the property is a part. SUBJECT TO rights reserved in federal patents, state or railroad deeds; building or use restrictions general to the area; zoning regulations; all rights of way, easements, reservations, restrictions, agreements, covenants and conditions appearing in the record of title or apparent on inspection of said premises and/or plat. DATED this day of , 2009. PFY RIVER ROAD, LLC BY Powell Family of Yakima LLC, Member Tim Powell, Manager/Member STATE OF WASHINGTON ) ) ss. County of Yakima ) On this day personally appeared before me TIM POWELL to me known to be the Manager/Member of Powell Family of Yakima LLC, Member, a Washington limited liability company, the company that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said company, for the uses and purposes therein mentioned, and on oath stated that he was authorized to execute the said instrument. GIVEN under my hand and official seal this day of , 2009. STATUTORY WARRANTY DEED - 2 718-129\me\yakima cit\river road\pfy\swd Print Name: (Print Name) Notary Public in and for the State of Washington, residing at My commission expires Law Offices LYON WEIGAND & GUSTAFSON PS Lyon Law Offices - 222 North Third Street P.O. Box 1689 Yakima, Washington 98907 Telephone (509) 248-7220 Fax (509) 575-1883 C�Department of evenue REAL ESTATE EXCISE TAX AFFIDAVIT _ This form is your receipt PLEASE. TYPE OR PRINT CHAPTER 82.45 RCW — CHAPTER 458-6) A WAC when stamped by cashier. THIS AFFIDAVIT WILL NOT BE ACCEPTED UNLESS ALL AREAS ON ALL PAGES ARE FULLY COMPLETED (See back of last page for instructions) ['Check box if partial sale of property If multiple owners list percentage of ownership next to name n W WF tea' mU 11 V Name PFY RIVER ROAD, LLC, a WA limited liability company. POWELL FAMILY OF YAKIMA, LLC, MEMBER Mailing Address 2601 RIVER ROAD City/State/Zip YAKIMA WA 98902 Phone No (including area code) (509) 248-8148 ® Send all property tax correspondence to Q Same as Buyer/Grantee Name Mailing Address City/State/Zip Phone No (including area code) Name CITY OF YAKIMA, a Washington municipal corporation, Mailing Address 129 NORTH 2ND STREET City/State/Zip YAKIMA WA 98901 Phone No (including area code) (509) 575-6040 List all real and personal property tax parcel account numbers — check box if personal property PORTION OF 181314-21406 0 n n n List assessed value(s) Street address of property 2601 RIVER ROAD, YAKIMA WA 98902 This property is located in Yakima City ❑ Check box if any of the listed parcels are being segregated from a larger parcel Legal description of property (if more space is needed, you may attach a separate sheet to each page of the affidavit) FOR LEGAL DESCRIPTION SEE EXHIBIT A ATTACHED HERETO AND INCORPORATED HEREIN BY THIS REFERENCE. 111 Select Land Use Code(s): 169 - Misce:!areous services enter any additional codes (See back of last page for instructions) Is this property exempt from property tax per chapter 84.36 RCW (nonprofit organization)? YES NO ❑ o INList all personal property (tangible and intangible) included in selling price. N/A II Is this property designated as forest land per chapter 84.33 RCW? Is this property classified as current use (open space, farrn and agricultural, or timber) land per chapter 84.34? Is this property receiving special valuation as historical property per chapter 84.26 RCW? If any answers are yes, complete as instructed below. (I) NOTICE OF CONTINUANCE (FOREST LAND OR CURRENT USE) NEW OWNER(S): To continue the current designation as forest land or classification as current use (open space, Tann and agriculture, or timber) land, you must sign on (3) below. The county assessor must then determine if the land transferred continues to qualify and will Indicate by signing below. lithe land no longer qualifies or you do not wish to continue the designation or classification, it will be removed and the compensating or additional taxes will be due and payable by the seller or transferor at the time of sale. (RCW 84.33 140 or RCW 84.34.108). Prior to signing (3) below, you may contact your local county assessor for more information. This land ❑ does El does not qualify for continuance. YES NO ❑ o ❑ o ❑ 0 DEPUTY ASSESSOR DATE (2) NOTICE OF COMPLIANCE (HISTORIC PROPERTY) NEW OWNER(S): To continue special valuation as historic property, sign (3) below lithe new owner(s) does not wish to continue, all additional tax calculated pursuant to chapter 84.26 RCW, shall be due and payable by the seller or transferor at the time of sale. (3) OWNER(S) SIGNATURE PRINT NAME I If claiming an exemption, list WAC number and reason for exemption: WAC No. (Section/Subsection) WAC 458-61A-206 Reason for exemption CONDEMNATION PROCEEDINGS Type of Document STATUTORY WARRANTY DEED Date of Document Gross Selling Price $ "Personal Property (deduct) $ Exemption Claimed (deduct) $ Taxable Selling Price $ Excise Tax : State $ Local $ *Delinquent Interest: State $ Local $ *Delinquent Penalty $ Subtotal $ 'State Technology Fee $ *Affidavit Processing Fee $ Total Due $ 0.0050 129,209.21 0.00 129,209.21 0.00 0.00 0 00 0.00 0.00 0.00 0.00 5.00 5.00 10.00 A MINIMUM OF 810,00 IS DUE IN FEE(S) AND/OR TAX •SEE INSTRUCTIONS 1 CERTIFY UNDER PENALTY OF PERJURY THAT TILE FOREGOING 1S TRUE AND CORRECT. Signature of Grantee or Grantee's Agent Name (print) R.A. ZAIS, JR., CITY MANAGER Date & city of signing: ; YAKIMA WA Signature of Grantor or Grantor's Agent Name (print) TIM POWELL, MANAGER/MEMBER Date & city of signing: : YAKIMA WA Perjury: Perjury is a class C felony which is punishable by imprisonment in the state correctional institution for a maximum term of not more than five years, or by a fine in an amount fixed by the court of not more than five thousand dollars ($5,000.00), or by both imprisonment and fine (RCW 9A.20.020 (1 C)) REV 81 000le (7/31/08) 7 THIS SPACE - TREASURER'S USE ONLY COUNTY TREASURER EXHIBIT "A" ATTACHMENT TO REAL ESTATE EXCISE TAX AFFIDAVIT PFY RIVER ROAD, LLC TO CITY OF YAKIMA The South 10.00 feet as measured at right angles to and parallel with the South line of the hereinafter described Parcel "A"; PARCEL "A": That portion of Lots 17 and 18, FRUITVALE, as recorded in Volume "A" of Plats, Page 20, described as follows: Beginning at the Southeast corner of said Lot 17; thence North 90°00' West along the South line thereof 607.20 feet to the true point of beginning; thence North 01°27' East 363.20 feet; thence North 75°02' West 66.99 feet; thence North 90°00' West 109.63 feet; thence South 00°08' East 380.38 feet to the South line of said Lot 18; thence North 90°00' East 164.27 feet to the true point of beginning. A PORTION OF ASSESSOR'S PARCEL NO. 181314-21406 tip Department of evenue REAL ESTATE EXCISE TAX AFFIDAVIT This form is your receipt PLEASE TYPE OR PRINT CHAPTER 82.45 RCW — CHAPTER 458-61A WAC when stamped by cashier. THIS AFFIDAVIT WILL NOT BE ACCEPTED UNLESS ALL AREAS ON ALL PAGES ARE FULLY COMPLETED (Sec back of last page for instructions) Check box if partial sale of property If multi le owners, hst percentage of ownership next to name El a wF z �O Name PFY RIVER ROAD, LLC, a WA limited liability company, POWELL FAMILY OF YAKIMA, LLC, MEMBER Mailing Address 2601 RIVER ROAD City/State/Zip YAKIMA WA 98902 Phone No (including area code) (509) 248-8148 w wf r� m U Name CITY OF YAKIMA, a Washington municipal corporation, Mailing Address 129 NORTH 2ND STREET City/State/Zip YAKIMA WA 98901 Phone No (including arca code) (509) 575-6040 ® Send all property tax correspondence to Same as Buyer/Grantee Name Mailing Address City/State/Zip Phone No. (including area code) List all real and personal property tax parcel account numbers — check box if personal property PORTION OF 181314-21406 ❑ n n n List assessed value(s) - 2601 RIVER ROAD, YAKIMA WA 98902 ® Street address of property This property is located in Yakima City ❑ Check box if any of the listed parcels are being segregated from a larger parcel Legal description of property (if more space is needed, you may attach a separate sheet to each page of the affidavit) FOR LEGAL DESCRIPTION SEE EXHIBIT A ATTACHED HERETO AND INCORPORATED HEREIN BY THIS REFERENCE. Select Land Use Code(s): 69 - Miscellaneous services enter any additional codes: (See back of last page for instructions) Is this property exempt from property lax per chapter 84.36 RCW (nonprofit organization)? YES NO ❑ 0 0 List all personal property (tangible and intangible) included in selling price. N/A Is this property designated as forest land per chapter 84.33 RCW? Is this ptoperty classified as current use (open space, farm and agricultural, or timber) land per chapter 84.34? Is this property receiving special valuation as historical property per chapter 84.26 RCW? If any answers arc yes, complete as instructed below. (1) NOTICE OF CONTINUANCE (FOREST LAND OR CURRENT USE) NEW OWNER(S): To continue the current designation as forest land or classification as current use (open space, faun and agriculture, or timber) land, you must sign on (3) below. The county assessor must then determine if the land transferred continues to qualify and will indicate by signing below. If the land no longer qualifies or you do not wish to continue the designation or classification, it will be removed and the compensating or additional taxes will be due and payable by the seller or transferor at the time of sale. (RCW 84.33.140 or RCW 84.34.108). Prior to signing (3) below, you may contact your local county assessor for more information. This land ❑ does ❑ does not qualify for continuance. YES 0 NO a 0 O DEPUTY ASSESSOR DATE (2) NOTICE OF COMPLIANCE (HISTORIC PROPERTY) NEW OWNER(S): To continue special valuation as historic property, sign (3) below. If the new owner(s) does not wish to continue, all additional tax calculated pursuant to chapter 84.26 RCW, shall be due and payable by the seller or transferor at the time of sale. (3) OWNER(S) SIGNATURE PRINT NAME If claiming an exemption, list WAC number and reason for exemption: WAC No. (Section/Subsection) WAC 458-61A-206 Reason for exemption CONDEMNATION PROCEEDINGS Type of Document STATUTORY WARRANTY DEED Date of Document Gross Selling Price $ *Personal Property (deduct) $ Exemption Claimed (deduct) $ Taxable Selling Price $ Excise Tax : State $ Local $ *Delinquent Interest: State $ Local $ •Delinquent Penalty $ Subtotal $ *State Technology Fee $ *Affidavit Processing Fee $ Total Due $ 0.0050 129,209.21 0.00 129,209.21 0.00 0.00 0.00 0.00 0.00 0.00 0.00 5.00 5.00 10.00 A MINIMUM OF 510.00 IS DUE 1N FEE(S) AND/OR TAX •SEEINSTRUCTIONS IFY UNDER PENALTY OF PLRJURY "FIIAT THE FOREGOING IS Signature of Grantor or Grantor's Agen Name (print) TIM POWELL, MANAGER/MEMBER Date & city of signing: ; YAKIMA WA UE AND CORRECT. Signature of Grantee or Grantee's Agent ` x Name (print) R.A. ZAIS, JR., CITY MANA R Date & city of signing: ; YAKIMA WA Perjury: Perjury is a class C felony which is punishable by imprisonment in the state correctional institution for a maximum tern of not more than five years, or by a fine in an amount fixed by the court of not more than five thousand dollars (55,000.00), or by both imprisonment and fine (RCW 9A.20.020 (1 C)). REV 84 0001e (7/31/08) THIS SPACE - TREASURER'S USE ONLY COUNTY TREASURER EXHIBIT "A" ATTACHMENT TO REAL ESTATE EXCISE TAX AFFIDAVIT PFY RIVER ROAD, LLC TO CITY OF YAKIMA The South 10.00 feet as measured at right angles to and parallel with the South line of the hereinafter described Parcel "A"; PARCEL "A": That portion of Lots 17 and 18, FRUITVALE, as recorded in Volume "A" of Plats, Page 20, described as follows: Beginning at the Southeast corner of said Lot 17; thence North 90°00' West along the South line thereof 607.20 feet to the true point of beginning; thence North 01°27' East 363.20 feet; thence North 75°02' West 66.99 feet; thence North 90°00' West 109.63 feet; thence South 00°08' East 380.38 feet to the South line of said Lot 18; thence North 90°00' East 164.27 feet to the true point of beginning. A PORTION OF ASSESSOR'S PARCEL NO. 181314-21406 EXHIBIT "A" ATTACHMENT TO REAL ESTATE EXCISE TAX AFFIDAVIT PFY RIVER ROAD, LLC TO CITY OF YAKIMA The South 10.00 feet as measured at right angles to and parallel with the South line of the hereinafter described Parcel "A"; PARCEL "A": That portion of Lots 17 and 18, FRUITVALE, as recorded in Volume "A" of Plats, Page 20, described as follows: Beginning at the Southeast corner of said Lot 17; thence North 90°00' West along the South line thereof 607.20 feet to the true point of beginning; thence North 01°27' East 363.20 feet; thence North 75°02' West 66.99 feet; thence North 90°00' West 109.63 feet; thence South 00°08' East 380.38 feet to the South line of said Lot 18; thence North 90°00' East 164.27 feet to the true point of beginning. A PORTION OF ASSESSOR'S PARCEL NO. 181314-21406 EXHIBIT "A" ATTACHMENT TO REAL ESTATE EXCISE TAX AFFIDAVIT PFY RIVER ROAD, LLC TO CITY OF YAKIMA The South 10.00 feet as measured at right angles to and parallel with the South line of the hereinafter described Parcel "A"; PARCEL "A": That portion of Lots 17 and 18, FRUITVALE, as recorded in Volume "A" of Plats, Page 20, described as follows: Beginning at the Southeast corner of said Lot 17; thence North 90°00' West along the South line thereof 607.20 feet to the true point of beginning; thence North 01°27' East 363.20 feet; thence North 75°02' West 66.99 feet; thence North 90°00' West 109.63 feet; thence South 00°08' East 380.38 feet to the South line of said Lot 18; thence North 90°00' East 164.27 feet to the true point of beginning. A PORTION OF ASSESSOR'S PARCEL NO. 181314-21406 EXHIBIT "A" ATTACHMENT TO REAL ESTATE EXCISE TAX AFFIDAVIT PFY RIVER ROAD, LLC TO CITY OF YAKIMA The South 10.00 feet as measured at right angles to and parallel with the South line of the hereinafter described Parcel "A"; PARCEL "A": That portion of Lots 17 and 18, FRUITVALE, as recorded in Volume "A" of Plats, Page 20, described as follows: Beginning at the Southeast corner of said Lot 17; thence North 90°00' West along the South line thereof 607.20 feet to the true point of beginning; thence North 01°27' East 363.20 feet; thence North 75°02' West 66.99 feet; thence North 90°00' West 109.63 feet; thence South 00°08' East 380.38 feet to the South line of said Lot 18; thence North 90°00' East 164.27 feet to the true point of beginning. A PORTION OF ASSESSOR'S PARCEL NO. 181314-21406 DATE OF CLOSING: SUBJECT PROPERTY: AMOUNT OF SALE: SELLER(S): TAXES PAID BY SELLER(S): PURCHASER(S): 1099 INPUT FORM 04/30/2009 A PORTION OF PARCEL NO. 181314-21406 and payment for improvements and structures damaged by the construction River Road Improvement Project $129,209.21 PFY RIVER ROAD, LLC Powell Family of Yakima, LLC, Member TAX ID #26-2807460 2601 RIVER ROAD YAKIMA WA 98902 Telephone: 509-248-8148 $0 CITY OF YAKIMA 129 North 2nd Street Yakima WA 98901 575-6040 TAX ID # 91-6001293 UNDER PENALTIES OF PERJURY, I CERTIFY THAT THE NUMBER SHOWN ON THIS STATEMENT IS MY CORRECT TAXPAYER IDENTIFICATION NUMBER. SELLER(S): PURCHASER(S): PFY RIVER ROAD, LLC CITY OF YAKIMA, a municipal corporation Powell Family of Yakima, LLC, Member Tim Powell, Manager/Member By �C3� R.A. ZAIS, J . ity Manager This form is needed for all real estate sales transactions closed after 12/31/1986. The completion of this form will provide the information necessary to produce form 1099 pursuant to and required by the Internal Revenue Code, Section 6045(E). You are required by law to provide your correct taxpayer identification number. If you do not provide your correct taxpayer identification number, you may be subject to civil or criminal penalties imposed by law. 1099 INPUT FORM 718-129\me\yakima cit\river road\pfy\1099 input form Law Offices LYON WEIGAND & GUSTAFSON PS Lyon Law Offices - 222 North Third Street P.O. Box 1689 Yakima, Washington 98907 Telephone (509) 248-7220 Fax (509) 575-1883 11 Memorandum April 23, 2009 To: Dick Zais From: Brett Sheffield, Chief Engineer Doug Mayo, City Engineer Subject: Review Appraisal for BNSF property. The attached paperwork is to finalize the right-of-way purchase and payment to replace the brick and wrought iron fence at 2601 River Road. The initial appraisal to replace this fence and purchase the right of way was $40,000, so the City had placed in the County Registry an amount of $30,100 to cover this cost. As you can see from the settlement agreement, the owners of 2601 River Road did not agree with the appraised value. After great effort, we finally got estimates from two contractors - Stephen and Sons and Ken Leingang Excavating to replace the fence. The low estimate, including tax, to replace the fence was $125,409.21. With the cost of the right-of-way remaining at $3,800, the City will need to pay an additional $99,109.21 to cover the full cost of replacing the fence and purchasing the land ($129,209.21). Please sign where shown on the paperwork, so we can finalize this transaction. If you have any questions, feel free to call Brett at 6797. , YO PUBLIC SERVICE ANNOUNCEMENT FOR IMMEDIATE RELEASE March 9, 2007 Construction Activities For March 12, 2007 thru March 16, 2007 Columbia Asphalt and Gravel Inc. continue to work on River Road Improvements Proiect All Businesses are open Work for the week of March 12th will have Columbia Asphalt working on irrigation structures along River Road out side of the roadway. Sub Contractors for Columbia Muffett and Sons will be laying sanitary sewer from 28th Avenue to 34th Avenue and a second crew will be starting the replacement of old irrigation lines within the same area. Due to the depth of the sewer being placed daily road closures to thru traffic will be as follows. On River Road between 28th Avenue to 34th / Fruitvale Blvd. for Monday, Wednesday. Thursday and Friday Work will continue for the placement of sanitary sewer main at 28th Avenue heading West to 34th Avenue. Access to all addresses West of 28th Avenue on River Road will need to use 34th Avenue and access to all addresses East of 28th Avenue will need to use 16th Avenue or 20th Avenue. Access for this closure will move as work progresses and will be day time closures only. Tuesday only 20th Avenue and River Road at 20th Avenue will be closed to thru traffic with detours in place to Fruitvale. On Tuesday Muffett and Sons will be laying the 30" Irrigation pipe at the location of the old culvert at 20th Avenue. For local and business access traffic West of 20th Avenue will need to use 34th Avenue, and all traffic East of 20th Avenue will need to use 16th Avenue Atomic Electric Inc, will continue work at the intersection of 16th Avenue and River Road for the new signal to be installed. Most of this work will out of the roadway. FOR COUNCIL INFORMATION DATE: 1/3/0-7 Detours will be in place and flaggers will help with traffic congestions. Motorists and Pedestrians are advised to be aware of heavy equipment in the areas and expect construction related delays, Please use alternate routes when you can. Working hours for these projects will be from 7:00 AM to 5:00 PM. For further information contact: Bruce A. Floyd, Construction Supervisor (575-6138) City of Yakima 129 N. 2nd Street Yakima, WA 98901 ROBERT M BOGGS MARCUS J FRY RUSSELL H GILBERT J ERIC GUSTAFSON CHARLES R LYON (1997) BRYAN P MYRE J PATRICK SHIREY JEANIE R TOLCACHER WM L WEIGAND, JR (OF COUNSEL) DUSTIN E YEAGER October 1, 2007 Richard A. Zais, Jr. City Manager City of Yakima 129 North Second Street Yakima, WA 98901 LAW OFFICES LYON, WEIGAND & GUSTAFSON PS LYON LAW OFFICES — 222 NORTH THIRD STREET MAILING ADDRESS: PO BOX 1689 YAKIMA, WASHINGTON 98907-1689 RE: River Road — Patricia Stach Dear Dick: 0 616 TELEPHONE (509) 248-7220 FACSIMILE (509) 575-1883 DIRECT DIAL (509) 853-0734 rgilbert©Iyon-law.com We have reached settlement on another parcel of property affected by the River Road Improvement Project. Enclosed please find the following for your review and signature: 1. Settlement Agreement 2. Real Estate Excise Tax Affidavit 3. 1099 Input Form Please sign where indicated and return the documents to my office as soon as possible. Sincerely, Russell H. Gilbert Enclosures 718.129\rhg\yakima cit\river road\stach\zais 101 SETTLEMENT AGREEMENT This Settlement Agreement is being entered into on the last date entered on the signature pages and is between the City of Yakima, State of Washington (hereafter the "City") and Patricia L. Stach, as her sole and separate estate, and (hereafter referred to as "Stach"). RECITALS WHEREAS, it is necessary for the public use and required by the public interests that the City construct public improvements known as the "River Road Improvement Project" on River Road between North 16th Avenue and Fruitvale Avenue, Yakima, Washington (hereinafter the "Project"), and such construction is in accordance with the plans approved and adopted by the Yakima City Council by Ordinance No. 2006-22, dated the 6th day of June, 2006; and WHEREAS, Stach owns certain real property situated at 1607 River Road, Yakima, Washington, the legal description of which is attached hereto and incorporated by reference herein as Exhibit "A"; and WHEREAS, a portion of said property, the legal description of which is attached hereto and incorporated by referenced herein as Exhibit "B", will be damaged or otherwise interfered with in such a manner by the City's construction and/or existence of the Project so as to be legally compensable, and such damage or other interference is required for the interests of the public and of the City and does constitute a necessary public use of said property and interests; and WHEREAS, the City, pursuant to RCW Chap. 8.12, wishes to pay reasonable compensation to Stach for such damage or other interference which will be caused to her property by the construction and/or existence of the Project; and WHEREAS, the City has obtained an independent comparative market analysis of said property which indicates that the value of the portion of Stach's property that will be necessary for the construction and/or existence of the Project and affected improvements thereon is $3,050.00; and SETTLEMENT AGREEMENT - 1 718-129\rhg\yakima cit\river road\stach\settlement agreement Law Offices LYON, WEIGAND & GUSTAFSON PS Lyon Law Offices -222 North Third Street P.O. Box 1689 Yakima, Washington 98907 Telephone (509) 248-7220 Fax (509) 575-1883 WHEREAS, Stach accepts the findings set forth in the City's independent comparative market analysis and agrees that her property will be damaged by the construction and/or existence of the Project in the amount of $3,050.00; and AGREEMENT IT IS THEREFORE AGREED by and between the City and Stach that for purposes of settlement only: 1. The City shall pay Stach $3,050.00 in total compensation for the condemnation of a portion of Stach's property and for the damage and interference to the Stach property which will be caused by the construction and/or existence of the Project. 2. Stach agrees to accept $3,050.00 as fair and reasonable compensation in full for the land and improvements taken by the construction and/or existence of the Project and for the damage and interference to her property and shall not seek further or additional compensation of any kind for any damage or claims of damage for the said land or improvements taken or other damages and agrees that said compensation reflects the fair market value of said land and improvements. 3. Stach shall transfer all her rights and interest in that portion of her property taken by the construction and/or existence of the Project by the execution of a Statutory Warranty Deed in fee simple absolute and an Excise Tax Affidavit in the form attached hereto as Exhibits "C" and "D" to the City and shall claim no additional interest in said property nor shall she seek additional compensation of any kind from the City for damages caused by the construction and/or existence of the Project. 4. The City and Stach agree to cooperate fully and execute any and all supplementary documents and to take all additional actions that may be necessary or appropriate to give full force and effect to the basic terms and intent of this Settlement Agreement. 5. Closing on said property shall take place on or before October 31, 2007. The closing agent shall be Lyon, Weigand & Gustafson PS, 222 North Third Street, Yakima, Washington. SETTLEMENT AGREEMENT - 2 718-129\rhg\yakima cit\river road\stach\settlement agreement Law Offices LYON, WEIGAND & GUSTAFSON PS Lyon Law Offices - 222 North Third Street P.O. Box 1689 Yakima, Washington 98907 Telephone (509) 248-7220 Fax (509) 575-1883 6. This Settlement Agreement expresses the full and complete settlement by and between the City and Stach with respect to said property. 7. Stach acknowledges that she has completely read this Settlement Agreement and fully understands and voluntarily accepts it for the purpose of final resolution and settlement of any and all claims with respect to fair and reasonable compensation for the damage or other interference which will be caused to her property by the construction and/or existence of the Project. 8. The terms and conditions of this Settlement Agreement shall not be amended or modified except in writing signed by the City and Stach. This Settlement Agreement is fully integrated and constitutes the entire agreement of the Parties. There are no other agreements of these Parties. 9. This Settlement Agreement has been reviewed and approved by each of the Parties after negotiation of the terms thereof. In the event it should be determined that any provision of this Settlement Agreement is uncertain or ambiguous, the language in all parts of the agreement shall be in all cases construed as a whole according to the fair meaning of the agreement, and not strictly construed for or against any party. 10. If any provision herein is invalid, it shall be considered deleted from this Settlement Agreement and shall not invalidate the remaining provisions of this agreement. DATED this a7 day of ,?epxt- , 2007. -Petti PATRICIA`LL.. STACH THE CITY OF YAKIMA By R. A. Zais, r., City Manager SETTLEMENT AGREEMENT - 3 718-129\rhg\yakima cit\river road\stach\settlement agreement Law Offices LYON, WEIGAND & GUSTAFSON PS Lyon Law Offices - 222 North Third Street P.O. Box 1689 Yakima, Washington 98907 Telephone (509) 248-7220 Fax (509) 575-1883 EXHIBIT "A" ATTACHMENT TO SETTLEMENT AGREEMENT LEGAL DESCRIPTION OF STACH PROPERTY The West half of the following described property, to -wit: All that part of Lot 13, FRUITVALE, as recorded in Volume "A" of Plats, Page 20, and described as follows: Beginning at a point 133 feet West of the Southeast corner of the Southeast quarter of the Northeast quarter of the Northeast quarter of Section 14, Township 13 North, Range 18, E.W.M.; thence North 00°05' West 169 feet, more or less, to the Southeast corner of the tract described in Volume 475 of Deeds, Auditor's File No. 1272502; thence Westerly along the Southerly line of said Tract 164.25 feet, more or Tess, to the Northeast corner of the tract conveyed to Dale Gregory Meaney on January 6, 1955; thence South along the Easterly line of the Meaney Tract 169 feet, more or less, to the South line of said subdivision; thence Easterly along the South line of said subdivision 163.5 feet, more or Tess, to the point of beginning; EXCEPT the right of way of Riverside Road on the South. ASSESSOR'S PARCEL NO. 181314-11412 EXHIBIT "B" ATTACHMENT TO SETTLEMENT AGREEMENT LEGAL DESCRIPTION OF TAKE — STACH TO CITY OF YAKIMA The South 10.00 feet of the hereinafter described Parcel "A"; PARCEL "A": The West half of the following described property, to -wit: All that part of Lot 13, FRUITVALE, as recorded in Volume "A" of Plats, Page 20, and described as follows: Beginning at a point 133 feet West of the Southeast corner of the Southeast quarter of the Northeast quarter of the Northeast quarter of Section 14, Township 13 North, Range 18, E.W.M.; thence North 00°05' West 169 feet, more or less, to the Southeast corner of the tract described in Volume 475 of Deeds, Auditor's File No. 1272502; thence Westerly along the Southerly line of said Tract 164.25 feet, more or less, to the Northeast corner of the tract conveyed to Dale Gregory Meaney on January 6, 1955; thence South along the Easterly line of the Meaney Tract 169 feet, more or less, to the South line of said subdivision; thence Easterly along the South line of said subdivision 163.5 feet, more or less, to the point of beginning; EXCEPT the right of way of Riverside Road on the South. PORTION OF ASSESSOR'S PARCEL NO. 181314-11412 When recorded, please return to: RUSSELL H. GILBERT (ME) Lyon Weigand & Gustafson PS P.O. Box 1689 Yakima WA 98907 // STATUTORY WARRANTY DEED THE GRANTOR, PATRICIA L. STACH, a single person, for and in consideration of TEN AND NO/100 DOLLARS AND OTHER GOOD AND VALUABLE CONSIDERATION, in hand paid, conveys and warrants to CITY OF YAKIMA, a Washington municipal corporation, the following described real estate, situated in the County of Yakima, State of Washington: The South 10.00 feet of the hereinafter described Parcel "A"; PARCEL "A": The West half of the following described property, to -wit: All that part of Lot 13, FRUITVALE, as recorded in Volume "A" of Plats, Page 20, and described as follows: Beginning at a point 133 feet West of the Southeast corner of the Southeast quarter of the Northeast quarter of the Northeast quarter of Section 14, Township 13 North, Range 18, E.W.M.; thence North 00°05' West 169 feet, more or Tess, to the Southeast corner of the tract described in Volume 475 of Deeds, Auditor's File No. 1272502; thence Westerly along the Southerly line of said Tract 164.25 feet, more or Tess, to the Northeast corner of the tract conveyed to Dale Gregory Meaney on January 6, 1955; thence South along the Easterly line of the Meaney Tract 169 feet, more or less, to the South line of said subdivision; thence Easterly along the South line of said subdivision 163.5 feet, more or Tess, to the point of beginning; EXCEPT the right of way of Riverside Road on the South. A PORTION OF ASSESSOR'S PARCEL NO. 181314-11412 TOGETHER WITH all water rights and appurtenances including after acquired title, if any, thereunto belonging. SUBJECT TO future assessments by reason of the inclusion of said premises within the boundaries of Weed District, Drainage District No. 42, any irrigation STATUTORY WARRANTY DEED - 1 718-129\me\yakima cit\river road\stach\swd Law Offices LYON WEIGAND & GUSTAFSON PS Lyon Law Offices - 222 North Third Street P O. Box 1689 Yakima, Washington 98907 Telephone (509) 248-7220 Fax (509) 575-1883 entity, district or company, and all other assessment districts, companies and entities. SUBJECT TO easement for pipeline and related matters in favor of Cascade Natural Gas Corporation as disclosed by instrument recorded under Yakima County Auditor's File No. 2975784. SUBJECT TO all pending and future litigation adjudicating and determining ground and surface waters in any water drainage basin of which the property is a part. SUBJECT TO rights reserved in federal patents, state or railroad deeds; building or use restrictions general to the area; zoning regulations; all rights of way, easements, reservations, restrictions, agreements, covenants and conditions appearing in the record of title or apparent on inspection of said premises and/or plat. DATED this day of , 2007. STATE OF WASHINGTON County of Yakima ) ) ss. PATRICIA L. STACH On this day personally appeared before me PATRICIA L. STACH, a single person, to me known to be the individual described in and who executed the within and foregoing instrument, and acknowledged that she signed the same as her free and voluntary act and deed, for the uses and purposes therein mentioned. GIVEN UNDER MY HAND AND OFFICIAL SEAL this day of , 2007. STATUTORY WARRANTY DEED - 2 718-129\me\yakima cit\river road\stach\swd (Print Name) Notary Public in and for the State of Washington, residing in My Commission Expires: Law Offices LYON WEIGAND & GUSTAFSON PS Lyon Law Offices - 222 North Third Street P.O. Box 1689 Yakima, Washington 98907 Telephone (509) 248-7220 Fax (509) 575-1883 terv'ele'rt-Ite' REAL ESTATE EXCISE TAX AFFIDAVIT This form is your receipt PLEASE TYPE OR PRINT CHAPTER 82 45 RCW — CHAPTER 458-61 A WAC when stamped by cashier. THIS AFFIDAVIT WILL NOT BE ACCEPTED UNLESS ALL AREAS ON ALL PAGES ARE FULLY COMPLETED (See back of last page for instructions) ❑Check box if partial sale of property If multiple owners, list percentage of ownership next to name. s n z z SELLER c ! e GRANTOR___ Name PATRICIA L. STACH, a single person w a k• m 0 Name CITY OF YAKIMA, a Washington municipal corporation, Mailing Address 17 KENNY DRIVE Malting Address 129 NORTH 2ND STREET City/State/Zip YAKIMA WA 98902 Cey/State/Zip YAKIMA WA 98901 Phone No (mcludmg area code)(509) 965-0866 Phone No (mcluchng area code) (509) 575-6040 Send all property tax correspondence to 0 Same as Buyer/Grantee Lrst all real and personal property tax parcel account numbers - check box if personal property PORTION OF 181314-11412 0 Lrst assessed value(s) Address n n No (including area code) r] Street address of property 1607 RIVER ROAD, YAKIMA WA 98902 This property rs located In Seattle ❑ Check box If any of the listed parcels are being segregated from a larger parcel Legal description of property (if more space ts needed, you may attach a separate sheet to each page of the affidavit) FOR LEGAL DESCRIPTION SEE EXHIBIT A ATTACHED HERETO AND INCORPORATED HEREIN BY THIS REFERENCE Enter Abstract Use Categories 12 - Residential. Multiple le List all personal property (tangible and intangible) included in selling price N/A (See back of last page for instructions) Seller's Exempt Reg. No YES NO O 0 Is this property exempt from property tax per chapter 84.36 RCW (nonprofit organization)? Is this property designated as forest land per chapter 84 33 RCW? Is dos property classified as cwrent use (open space, farm and agnculnual, or timber) land per chapter 84.34? Is this properly receiving special valuation as historical property per chapter 84 26 RC\V't If any answers are yes, complete as instructed below. (I) NOTICE OF CONTINUANCE (FOREST LAND OR CURRENT USE) NEW OWNER(S) To continue the current designation as forest land or classification as current use (open space, fans and agriculture, or timber) land, you must sign on (3) below The county assessor must then determine if the land transferred continues to qualify and will indicate by signing below. If the land no longer qualifies or you do not wish to continue the designation or classification, it will be removed and the compensating or additional taxes will be due and payable by the seller or transferor at the time of sale (RCW 84 33 140 or RCW 84.34 108). Prior to signing (3) below, you may contact your local county assessor for more information. This land 0 does ❑ does not qualify for continuance. YES NO ❑ 0 ❑ 0 ❑ 0 DEPUTY ASSESSOR DATE (2) NOTICE OF COMPLIANCE (HISTORIC PROPERTY) NEV\' OWNER(S). To continue special valuation as historic property, sign (3) below. If the new owner(s) do not wish to continue, all additional tax calculated pursuant to chapter 84.26 RCW, shall be due and payable by the seller or transferor at the time of sale. (3) OWNER(S) SIGNATURE PRINT NAME If claiming an exemption, list WAC number and reason for exemption: WAC No (Section/Subsection) WAC 458-61A-206 Reason for exemption CONDEMNATION PROCEEDINGS Type of Document STATUTORY WARRANTY DEED Date of Document Gross Selling Price $ *Personal Property (deduct) $ Exemption Claimed (deduct) $ Taxable Selling Price $ Excise Tax : State $ Local $ 0.0050 *Delinquent Interest: State $ Local $ *Delinquent Penalty $ Subtotal $ *State Technology Fee $ *Affidavit Processing Fee $ Total Due $ 3,050.00 0.00 3,050 00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 5.00 5.00 10.00 A MINIMUM OF $10.00 IS DUE IN FEE(S) AND/OR TAX *SEE INSTRUCTIONS I CERTIFY UNDER PENALTY OF PERJURY THAT THE FOREGOING IS TRUE AND CORRECT. Signature of Grantor or Grantor's Agent Name (print) PATRICIA L. STACH Date & city of signing- ; YAKIMA WA Signature of Grantee or Grantee's Agent Name (print) R A ZAIS, JR , CITY MANAGER Date & city of signing: ; YAKIMA WA Perjury: Perjury is a class C felony which is punishable by imprisonment in the state correctional institution for a maximum term of not more than five years, or by a fine in an amount fixed by the court of not more than five thousand dollars ($5,000.00), or by both imprisonment and fine (RCW 9A.20.020 (IC)). REV 84 000Iae (a) (07/26/06) THIS SPACE - TREASURER'S USE ONLY COUNTY TREASURER EXHIBIT "B" ATTACHMENT TO REAL ESTATE EXCISE TAX AFFIDAVIT STACH TO CITY OF YAKIMA The South 10.00 feet of the hereinafter described Parcel "A"; PARCEL "A": The West half of the following described property, to -wit: All that part of Lot 13, FRUITVALE, as recorded in Volume "A" of Plats, Page 20, and described as follows: Beginning at a point 133 feet West of the Southeast corner of the Southeast quarter of the Northeast quarter of the Northeast quarter of Section 14, Township 13 North, Range 18, E.W.M.; thence North 00°05' West 169 feet, more or Tess, to the Southeast corner of the tract described in Volume 475 of Deeds, Auditor's File No. 1272502; thence Westerly along the Southerly line of said Tract 164.25 feet, more or Tess, to the Northeast corner of the tract conveyed to Dale Gregory Meaney on January 6, 1955; thence South along the Easterly line of the Meaney Tract 169 feet, more or less, to the South Zine of said subdivision; thence Easterly along the South line of said subdivision 163.5 feet, more or less, to the point of beginning; EXCEPT the right of way of Riverside Road on the South. PORTION OF ASSESSOR'S PARCEL NO. 181314-11412 )r•p,lrnlirNOnuof 1 reveIe REAL ESTATE EXCISE TAX AFFIDAVIT This form is your receipt PLEASE TYPE OR PRINT CHAPTER 82.45 RCW — CHAPTER 458-61A WAC when stamped by cashier. 'IIIIS AFFIDAVIT WILL NOT BE ACCEPTED UNLESS ALL AREAS ON ALL PAGES ARE FULLY COMPLE I'ED (See hack of last page for instructions) Check box tfparnal sale of propertL If multiple owners, list percentage of ownership nest to name CC z0 tit. z dQ u� U Name PATRICIA L. STACH, a single person Mailing Address 17 KENNY DRIVE City/State/Zip YAKIMA WA 98902 Phone No (including area code) (509) 965-0866 w Y 01 rZ m� 0 Name CITY OF YAKIMA, a Washington municipal corporation, Mailing Address 129 NORTH 2ND STREET City/State/Zip YAKIMA WA 98901 Phone No (including area code) (509) 575-6040 IISend all property tax correspondence to ['Same as Buyer/Grantee Name Mailing Address City/State/Zip Phone No (mcludmg arca code) List all real and personal property tax parcel account numbers — check box if personal property PORTION OF 181314-11412 ❑ List assessed vahte(s) Street address of property 1607 RIVER ROAD, YAKIMA WA 98902 This property is located m Seattle ❑ Check box if any of the listed parcels are being segregated from a larger parcel Legal desenpnon of property (if more space is needed, you may attach a separate sheet to each page of the affidavit) FOR LEGAL DESCRIPTION SEE EXHIBIT A ATTACHED HERETO AND INCORPORATED HEREIN BY THIS REFERENCE Enter Abstract Use Categories:12 - Residential. Multiple el List all personal property (tangible and intangible) included in selling price. N/A (See back of last page for instructions) Seller's Exempt Reg No YES NO ❑ 0 Is this property exempt from property tax per chapter 84.36 RC\\ (nonprofit organization)? Is this property designated as forest land per chapter 84.33 RCW? Is this property classified as current use (open space, farm and agricultural, or timber) land per chapter 84.34? Is this property receiving special valuation as historical property per chapter 84.26 RCW? If any amswL•rs are yes, complete as instructed below. (1) NOTICE OF CONTINUANCE (FORESE LAND OR CU RRENT USE) NEW OWNER(S): To continue the current designation as forest land or classification as current use (open space, farm and agriculture, or timber) land you oust sign on (3) below. The county assessor must then determine if the land transferred continues to qualify and will indicate by signing below. lithe land no longer qualifies or you do not wish to continue the designation or classification, it sr i11 be removed and the compensating or additional taxes will be due and payable by the seller or transferor at the time of sale. (RCW 84.33.140 or RCW 84.34.108) Prior to signing (3) below, you may contact your local county assessor for more information, This land 0 docs 0 does not qualify for continuance YES NO ❑ 0 ❑ 0 O 0 DEPUTY ASSESSOR DATE (2) NOTICE OF COMPLIANCE (II ISTORIC PROPERTY) NEW OWNER(S). To continue special valuation as historic property, sign (3) below. if the new owner(s) do not wish to continue, all additional tax calculated pursuant to chapter 84.26 RCW, shall be due and payable by the seller or transferor at the time of sale. (3) OWNER(S) SIGNATURE PRINT NAME 1f claiming an exemption, list WAC number and reason for exemption: WAC No. (Section/Subsection) WAC 458-61A-206 Reason for exemption CONDEMNATION PROCEEDINGS Type of Document STATUTORY WARRANTY DEED Date of Document Gross Selling Price $ *Personal Property (deduct) $ Exemption Claimed (deduct) $ Taxable Selling Price $ Excise Tax : State $ Local $ *Delinquent Interest: State $ Local $ *Delinquent Penalty $ Subtotal $ *State Technology Fee $ *Affidavit Processing Fee $ Total Due $ 0 0050 3,050.00 0.00 3,050 00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 5.00 5.00 10.00 A MINIMUM OF 810.00 IS DUE IN FEE(S) AND/OR TAX .SEE INSTRUCTIONS I CERTIFY UNDER PENALTY OF PERJURY TIIAT THE FOREGOING IST1'\UE ANI) CORRECT. Signature of Grantor or Grantor's Agent Name (print) PATRICIA L. STACH Dale & city of signing: , YAKIMA WA Signature of G \ \ .`� C Granteee or Grantee's Agent"' Name (print) R.A ZAIS, JR , CITY MANAGER Date & city of signing: : YAKIMA WA Perjury: Perjury is a class C felony which is punishable by imprisonment in the state correctional institution for a maximum term of not more than live years, or by a fine in an amount fixed by the court of not more than five thousand dollars ($5,000.00), or by both mlptisonment and fine (RC\V 9A.20.020 (IC)). REV 84 0001ae 0)(07/26/06) THIS SPACE - TREASURER'S USE ONLY COUNTY TREASURER 1099 INPUT FORM DATE OF CLOSING: , 2007 SUBJECT PROPERTY: A PORTION OF PARCEL NO. 181314-11412 AMOUNT OF SALE: $3,050.00 SELLER(S): PATRICIA L. STACH SS# 17 KENNY DRIVE YAKIMA WA 98902 509-965-0866 TAXES PAID BY SELLER(S): $0 PURCHASER(S): CITY OF YAKIMA 129 North 2nd Street Yakima WA 98901 575-6040 TAX ID # 91-6001293 UNDER PENALTIES OF PERJURY, I CERTIFY THAT THE NUMBER SHOWN ON THIS STATEMENT IS MY CORRECT TAXPAYER IDENTIFICATION NUMBER. SELLER(S): PATRICIA L. STACH PURCHASER(S): CITY OF YAKIMA, a municipal oration By R.A. ZAISR., City Manager This form is needed for all real estate sales transactions closed after 12/31/1986. The completion of this form will provide the information necessary to produce form 1099 pursuant to and required by the Internal Revenue Code, Section 6045(E). You are required by law to provide your correct taxpayer identification number. If you do not provide your correct taxpayer identification number, you may be subject to civil or criminal penalties imposed by law. 1099 INPUT FORM 718-129\me\yakima cit\river road\stach\1 099 input form Law Offices LYON WEIGAND & GUSTAFSON PS Lyon Law Offices - 222 North Third Street P.O. Box 1689 Yakima, Washington 98907 Telephone (509) 248-7220 Fax (509) 575-1883 ROBERT M BOGGS MARCUS J FRY RUSSELL H GILBERT J ERIC GUSTAFSON CHARLES R LYON (1997) BRYAN P MYRE J PATRICK SHIREY JEANIE R TOLCAC HER WM L WEIGAND. JR (OF COUNSEL) DUSTIN E YEAGER November 1, 2006 LAW OFFICES LYON, WEIGAND & GUSTAFSON LYON LAW OFFICES — 222 NORTH THIRD STRE MAILING ADDRESS. PO BOX 1689 YAKIMA, WASHINGTON 98907-1689 Richard A. Zais, Jr., City Manager City of Yakima 129 North Second Street Yakima, WA 98901 RE: River Road Dear Dick: RECEIVED CITY OF YAKIMA NOV 0 3 2006 CfFFICF OF CITY MANAGER TELEPHONE (509) 248-7220 FACSIMILE (509) 575-1883 rgilberl@lyon-law.com The Noel Corporation ("Noel") owns a parcel of property that will be affected by the River Road Improvement Project ("the Project") and has, therefore, been named as a respondent in the condemnation action that I have filed in Yakima County Superior Court. Noel is a client of Lyon, Weigand & Gustafson PS for many years and wishes to be represented in this condemnation action by one of my partners, Bryan Myre. As you know, Lyon, Weigand & Gustafson PS has a long-standing relationship with the City and has represented the City on numerous matters over the years. Continuing representation of both Noel and the City in the condemnation action constitutes a potential conflict of interest for myself and Mr. Myre. Noel is supportive of the Project and is willing to convey all property required for the Project and it appears that the issue of compensation may be able to resolved through simple negotiation. Irrespective of the anticipated amicable negotiations and prospect of achieving a resolution to this acquisition without litigation, the City and Noel both need to agree to representation by attorneys from the same law firm. I have enclosed an Acknowledgement and Waiver that I asked that you sign and return. If you have any questions about the Acknowledgement, please contact me. Thank you. Ve ruly yours, ussell H. Gilbert Enclosure c: Ray Paolella (with enclosure) 718.129\rhg\yakima cit\river road\zais 101 ACKNOWLEDGEMENT AND WAIVER THIS ACKNOWLEDGEMENT and Waiver executed by the City of Yakima ("the City"), and The Noel Corporation ("Noel"). WHEREAS, the City has approved what is known as the River Road Improvement Project ("the Project") for improvement of River Road between North 16th Avenue and Fruitvale Boulevard located in Yakima County, Washington, including the installation of curbs, gutters, sidewalks, structures, roadways, drainage facilities and public utility facilities related thereto, all in accordance with plans for such improvement project as depicted on drawings prepared by the City Engineer, a copy of which drawing and legal descriptions of real property are on file in the office of the City Engineer; and WHEREAS, the City has determined that the acquisition of certain real property and property interests for the Project is required for the interests of the public and of the City, and the uses and purposes herein mentioned do constitute a public use of said property and property interests, and said real property and property interests are necessary for the use and purposes mentioned herein; and WHEREAS, the City has retained and authorized and directed the law firm of Lyon Weigand & Gustafson PS to institute and prosecute actions in the Superior Court of the State of Washington, in and for Yakima County, for the condemnation and acquisition of the property and property interests required for the improvement of River Road; and WHEREAS, Russell H. Gilbert of Lyon, Weigand & Gustafson PS has previously provided legal counsel and representation to the City on other matters and the City desires to continue with such counsel and representation for the above referenced matter; and WHEREAS, Bryan P. Myre of Lyon, Weigand & Gustafson PS has previously provided legal counsel and representation to Noel on other matters and Noel desires to continue with such counsel and representation for the above referenced matter; now, therefore, ACKNOWLEDGEMENT AND WAIVER - 1 718.129\rhg\yakima cit\river road\waiver conflict Law Offices LYON WEIGAND & GUSTAFSON PS Lyon Law Offices - 222 North Third Street P.O. Box 1689 Yakima, Washington 98907 Telephone (509) 248-7220 Fax (509) 575-1883 IT IS AGREED by the City and Noel as follows: 1. The City has determined that the Project is required for the interests of the public and of the City, that the uses and purposes herein mentioned constitutes a public use of said property and property interests, that portions of Noel's property known as Yakima County Assessor's Parcel No. 181314-21419 are necessary for the use and purposes mentioned herein, and that said real property and property interests are necessary for the use and purposes mentioned herein. 2. The City has requested that Noel shall grant to the City immediate possession and use of those portions of its property known as Yakima County Assessor's Parcel No. 181314-21419 that are required for the Project as depicted on the drawings prepared by the City Engineer and shall execute a stipulation to that effect. 3. Upon Noel granting of immediate possession and use of the said portions of its property and property interests known as Yakima County Assessor's Parcel No. 181314-21419, Noel and the City agree that the sole remaining issue relating to the acquisition of said portions of its property and property interests known as Yakima County Assessor's Parcel No. 181314-21419 is the amount of total just compensation for said portions of its property and property interests that the City requires for the construction and existence of the Project. 4. Although the City has instituted a condemnation action in Yakima County Superior Court for the acquisition of properties required for the Project, the City and Noel acknowledge and believe that they will be able to negotiate the amount of said total just compensation without the necessity of a trial. 5. The City desires to and has requested that Russell H. Gilbert of Lyon, Weigand & Gustafson PS represent the City in the negotiations with Noel on the amount of total just compensation to be paid to Noel. 6. Noel desires to and has requested that Bryan P. Myre of Lyon, Weigand & Gustafson PS represent Noel in the negotiations with the City on the amount of total just compensation to be paid to Noel. ACKNOWLEDGEMENT AND WAIVER - 2 718.129\rhg\yakima cit\river road\waiver conflict Law Offices LYON WEIGAND & GUSTAFSON PS Lyon Law Offices - 222 North Third Street P.O. Box 1689 Yakima, Washington 98907 Telephone (509) 248-7220 Fax (509) 575-1883 7. Although the Parties acknowledge the potential for a conflict of interest in Lyon, Weigand & Gustafson, P.S. representation of the City and Noel, the parties believe resolution can be reached with Lyon, Weigand & Gustafson, P.S. operating as intermediary between the Parties for purposes of memorializing the resolution reached between the City and Noel. In the event that the City and Noel cannot resolve this matter through negotiations, an actual conflict arises between the parties or it becomes necessary to proceed to trial on the issue of total just compensation, the City and Noel agree that they will each seek and retain independent counsel other than Russell H. Gilbert and Bryan P. Myre of Lyon, Weigand & Gustafson PS to represent them in such proceedings. 8. Should the Parties reach agreement as to the amount of just compensation, the City and Noel desire to and have requested that Russell H. Gilbert and Lyon, Weigand & Gustafson PS prepare the necessary documents to complete the transaction and to act as closing agent for said transaction. 9. The City and Noel agree and acknowledge that such representation constitutes a potential conflict of interest for Russell H. Gilbert of Lyon and Bryan P. Myre of Weigand & Gustafson PS to provide legal services to both Noel and City relating to the above referenced transaction as the representation of one of them may become directly adverse to the other. Notwithstanding the foregoing, the City and Noel have requested the said attorneys and law firm provide legal representation and counsel as described herein. 10. The City acknowledges that Russell H. Gilbert has advised it of said potential conflict of interest, has made full disclosure of the possible consequences of said potential conflict of interest and has provided the City with an explanation of the implications of the said legal representation and the advantages and risks involved. 11. Noel acknowledges that Bryan P. Myre has advised it of said potential conflict of interest, has made full disclosure of the possible consequences of said potential conflict of interest and has provided Noel with an explanation of the implications of the said legal representation and the advantages and risks involved. ACKNOWLEDGEMENT AND WAIVER - 3 718.129\rhg\yakima cit\river road\waiver conflict Law Offices LYON WEIGAND & GUSTAFSON PS Lyon Law Offices - 222 North Third Street P.O. Box 1689 Yakima, Washington 98907 Telephone (509) 248-7220 Fax (509) 575-1883 12. The City and Noel hereby consent to the legal representation provided by Russell H. Gilbert and Bryan P. Myre of Lyon of Weigand & Gustafson PS for the above referenced transaction and waive all such potential conflicts of interest related to said transaction and representation. The City of Yakima B Y ------.) \\ R. A. Zais, Jr. Dated: '', "--,..NN,) ACKNOWLEDGEMENT AND WAIVER - 4 718.129\rhg\yakima cit\river road\waiver conflict The Noel Corporation By �� ‘- LafFy-Estes, Secrefary C/;i7iN z L/2 Dated: jo 5- a' Law Offices LYON WEIGAND & GUSTAFSON PS Lyon Law Offices - 222 North Third Street P.O. Box 1689 Yakima, Washington 98907 Telephone (509) 248-7220 Fax (509) 575-1883 AN ORDINANCE ORDINANCE NO. 2006 4 3 amending the 2006 budget for the City of Yakima; and making appropriations within various operating funds for expenditure during 2006 to provide for increased fuel costs. WHEREAS, the various funds indicated on the attached Schedule I contain Unappropriated Fund Balances available for appropriation and expenditures during 2006 in various amounts as detailed in the attached Schedule I to provide for increased fuel costs, and WHEREAS, at the time of the adoption of the 2006 budget it could not reasonably have been foreseen that the appropriation provided for by this ordinance would be required; and the City Council declares that an emergency exists of the type contemplated by RCW 35.33.091 and that it is in the best interests of the City to make the appropriation herein provided, now, therefore, BE IT ORDAINED BY THE CITY OF YAKIMA: Section 1. Appropriations are hereby made, for expenditure during 2006, from Unappropriated Fund Balances in the various Funds to the various accounts and in the various amounts, to provide for increased fuel costs all as specified in the Schedule attached hereto and incorporated herein. Section 2. This ordinance is one making an appropriation and shall take effect immediately upon its passage, approval and publication as provided by law and by the City Charter. PASSED BY THE CITY COUNCIL, signed and approved this day of .-5---F37-6-1/1/16, 2006. /s/ DAVID EDLER David Edler, Mayor ATTEST: SI Deborah J. Moore City Clerk First Reading: 8-15-2006 Publication Date: ��- Effective Date: ms/cepperson 8/10/2006 Appropriations Fund 000 - General Fund Police Patrol -Fuel Fire -Fuel Animal Control -Fuel Utility Services -Fuel SCHEDULE I Resources Appropriations 000-031-103-0000-52120-320 000-032-122-0000-52220-320 000-022-103-0000-53930-320 000-054-635-0000-51970-320 Total General Fund Fund 131 - Parks and Recreation Operating Fund Parks Maintenance -Fuel 131-131-421-PK00-57680-320 Fund 141 - Streets and Traffic Operating Fund Traffic Engineering -Fuel Traffic Engineering -Fuel Street Maintenance -Fuel Fund 462 - Transit Operating Fund Transit -Fixed Routes - Fuel Fund 471 - Refuse Fund Refuse - Fuel Fund 473 - Wastewater Operating Fund Wastewater - Fuel Wastewater - Fuel Fund 474 - Water Operating Fund Water - Fuel Fund 475 - Irrigation Operating Fund Irrigation - Fuel Fund 551 - Equipment Rental Fund Resources Reimbursement -Fuel Appropriations Resale -Gasoline Resale -Diesel 141-133-116-0000-54263-320 141-133-525-0000-54264-320 141-141-521-0000-54230-320 Total Street Fund 462-462-212-R420-53780-320 471-471-212-R420-53780-320 473-473-211-S211-53581-320 473-473-232-S232-53584-320 Total Wastewater Op. Fund 474-474-341-0000-53480-320 475-475-342-0000-53120-320 551-551-634-0000-34850-320 $156,775 551-551-634-ER02-54848-342 551-551-634-ER02-54848-344 $44,000 $10,000 $1,900 $1,100 $57,000 $7,500 $3,175 $1,600 $25,000 $29,775 $20,000 $25,000 $5,000 $4,000 $9,000 $5,000 $3,500 $100,000 $56,775 Total Equipment Rental Fund $156,775 $156,775 cje 8/10/2006 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT item For Meeting of: _ 9 ITEM TITLE: An Ordinance Amending the 2006 Equipment Rental and Other Operating Budgets for Unanticipated Diesel and Gasoline Cost Increases SUBMITTED BY: Chris Waarvick, Director of Public Works Richard Wonner, Fleet and Facilities Manager Cindy Epperson, Financial Services Manager cE- CONTACT PERSON/TELEPHONE: Richard Wonner, 575-6412 SUMMARY EXPLANATION: The Equipment Rental Division is presenting a fuel budget appropriation request to cover fuel expenditures projected to exceed the 2006 Budget by $156,775. Even though an increase in these costs was included in the 2006 adopted budget, gasoline and diesel prices continued to escalate at unprecedented rates, resulting in a current budget shortfall. Refinery limitations, global competition for crude oil and geo-political challenges have raised the price of crude oil to over $70 a barrel. Just a few short years ago, a barrel of oil was around $20. In addition, even though user divisions are doing what they can to be fuel efficient, city-wide fuel consumption continues to increase over previous years because of recent annexation additions, resulting in increased service demands. The attached Appropriation Ordinance amends the 2006 Equipment Rental and other operating fund budgets to accommodate unanticipated fuel expenditures due to significant increases in fuel costs; both actual and projected. The three divisions most effected are Police for $44,000, Streets and Traffic Engineering for $29,775, and Refuse for $25,000,—the adjustments in these three divisions make up over 63% the total appropriation. Resolution _Ordinance X Other (Specify) Schedule 1 Funding Source: Various r Departments and Divisions Reserve Funds Approved for Submittal: City Manager STAFF RECOMMENDATION: Read Ordinance by title only at the August 15, 2006 meeting. Pass Ordinance after second reading at the Septembers 2006 meeting. BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: First reading of ordinance; second reading scheduled 9-5-2006. City of Yakima Equipment Rental Division 2006 Fuel Budget Appropriation Request Background Data August 15, 2006 Page 1 Monthly Fuel Consumption Report (gallons) by City division — Gasoline — July 2001 — 2006 Current Month and Year to Date. Consumption trend is upward. Page 2 Monthly Fuel Consumption Report (gallons) by City division — Diesel — July 2001 — 2006 Current Month and Year to Date. Page 3 Consumption trend is upward. Monthly Consumption Summary — January thea July 2006 — actual gasoline and diesel consumption. Consumption and cost projected to year end based on average cost per gallon. Page 4 Fuel Delivery and Cost Report — 2005 2005 Budget Gasoline - $269,000 2005 Actual - Gasoline - $325,000 Diesel - $403,000 Diesel - $603,000 Total - $672,000 Total - $928,000 Average Cost per gallon Gasoline - $2.10 Diesel - $2.11 Page 5 Fuel Delivery and Cost Report — 2006 2006 Budget - Gasoline - $320,000 2006 Actual — Gasoline - $440,000 Diesel - $660,000 Diesel - $680,000 Total - $980,000 Total - $1,120,000 Average Cost per Gallon Gasoline - $2.46 Diesel - $2.40 City of Yakima Public Works Department Equipment Rental Division Departmental Monthly Fuel Consumption Report (Gallons) Gasoline 103% 8/14/2006 1:40 PM 102% 106% 103% 106% Public Works Fuel Distribution Report 2001 - 2006 7 July Division 2001 2002 2003 2004 2005 2006 CM YTD CM YTD CM YTD CM YTD CM YTD CM YTD Personnel -- - - - - - - 28.60 28.60 - Legal - 2 - - - - -- - - - - Env Plnng - 13 - 53 - 61 - 11.50 - - 3.20 3.20 Code Admin 158 1,088 162 1,235 221 1,364 212.40 1,711.10 253.00 1,725.20 246.00 1,734.00 Police 6,006 40,306 6,075 41,887 6,780 42,220 6,828.60 46,338.60 7,377.10 49,534.50 7,850.70 52,823.80 Fire 430 2,926 550 3,216 670 3,617 742.50 4,284.50 658.50 4,394.30 515.20 3,698.80 Engineering 223 1,662 269 1,729 280 1,644 369.00 1,883.20 309.80 1,640.00 293.80 1,957.30 City Hall Maint - 45 - 25 - 50 - 49.70 - 51.50 - 46.00 Info Systems - 63 - 80 20 151 22.60 111.90 48.10 170.60 - 112.00 Animal Control 155 967 211 1,355 162 911 135.90 967.80 140.70 1,013.80 222.40 1,555.90 Parking 9 249 -- - - - - - - - - Utilities 347 2,420 397 2,189 392 2,543 328.40 2,209.70 355.90 2,591.60 369.80 2,561.10 Housing 62 247 55 326 167 625 55.00 617.30 156.30 776.10 174.10 1,221.30 Cable TV Comm - 51 18 36 - 70 16.90 70.20 18.90 53.00 - 67,90 Parks and Rec 1,343 7,267 1,586 8,244 1,692 8,445 1,392.00 7,853.80 1,327.70 8,069.90 1,460.10 7,428.00 Traffic Engrg 505 2,594 457 2,661 449 2,530 396.70 2,408.50 383.50 2,652.80 434.10 2,812,00 Streets 575 3,882 533 3,549 878 3,949 545.20 3,590.90 388.50 3,414.30 459.20 4,067.10 Cemetery 125 504 127 682 120 711 89.30 672.80 138.30 565.00 111.10 590.20 Transit 192 1,318 187 1,380 132 1,161 205.70 1,305.70 227.10 1,461.90 435.30 2,212.50 Refuse 220 1,410 259 1,442 294 1,450 227.90 1,516.80 165.30 1,287.70 187.40 1,489.30 Sewer 639 5,512 793 5,515 847 5,744 806.90 6,117.40 802.40 6,028.10 906.20 6,662.50 Water 630 4,068 741 3,679 695 3,880 728.80 3,807.10 503.00 3,237.30 412.30 3,037.30 Irrigation 516 2,980 503 2,736 375 2,346 468.60 2,826.60 458.70 2,535.40 451.30 3,014.40 City Garage 93 509 64 622 51 570 88.60 483.90 93.10 465.50 70.10 497.90 P W Admin 19 299 39 384 43 260 65.20 343.20 37.10 204.00 39.70 274.90 Total 12,246 80,381 13,025 83,024 14,267 84,300 13,726.20 89,182.20 13,871.60 91,901.10 14,642.00 97,867.40 103% 8/14/2006 1:40 PM 102% 106% 103% 106% Public Works Fuel Distribution Report 2001 - 2006 7 City of Yakima Public Works Department Equipment Rental Division Monthly Fuel Consumption Report (Gallons) Diesel Division July 2001 2002 2003 2004 2005 2006 Personnel Legal Env Plnng Code Admin CM - - - - YTD - - - - CM - - - - YTD - - - - CM - -- -- -- YTD - CM - - - - YTD - - - - CM - - - - YTD - - - - CM - - - - YTD - - - - Police 15 74 - 42 110 160 82 318 58.60 134.20 25.50 254.10 Fire 1,024 6,322 1,165 6,254 1,132 6,607 1,275 7,348 1,503.20 7,908.90 1,223.90 7,548.90 Engineering - - - - - - - - - - - - City Hall Maint - - 82 82 -- 100 100 - - - - Info Systems - - - - - - - - - - - - Animal Control - - - - -- - - - - - - Parking - - - - -- - - - - - - Utilities - - - - - - - - - - - - Housing - - - - -- - - 26.90 40.90 57.10 324.50 Cable TV Comm - - - - -- - - - - - - Parks and Rec 554 2,676 793 2,916 556 2,903 643 3,034 677.70 3,025.20 780.90 3,617.50 Traffic Engrg 179 880 249 1,453 288 1,700 219 1,317 218.10 1,566.70 291.70 1,544.20 Streets 1,756 12,208 1,540 14,087 3,244 20,854 2,455 19,782 2,108.90 17,433.80 3,715.10 22,326.00 Cemetery 135 780 128 645 155 763 179 822 126.80 631.90 122.50 682.90 Transit 10,108 70,588 12,500 76,675 11,560 73,399 12,368 77,530 14,883.70 88,880.30 13,973.60 97,000.70 Refuse 3,846 24,426 4,323 26,895 4,468 27,021 4,511 29,220 4,479.40 29,607.60 4,840.30 31,862.90 Sewer 582 5,149 1,184 6,538 1,554 7,449 1,132 8,152 951.30 7,738.00 1,033.60 9,049.80 Water 572 4,663 652 4,725 793 5,150 781 4,906 1,015.60 6,183.40 625.20 5,230.10 Irrigation 114 769 53 550 84 598 1,136 1,512 3,208.10 3,614.00 92.60 679.30 City Garage 29 103 16 58 - 25 6 1,434 11.30 1,551.50 15.70 26.40 P W Admin - 86 15 126 - 117 - 81 - 109.80 - 14.80 Total 18,915 128,724 22,701 141,047 23,945 146,745 24,888 155,555 29,269.60 168,426.20 26,797.70 180,162.10 110% 8/14/2006 1:37 PM 104% 106% 108% 107% Public Works Fuel Distribution Report 2001 - 2006 7 City of Yakima Fuel Consumption Summary Jan - July 2006 8/15/2006 9:40 AM Projected 2006 Consumption Projected 2006 Cost Gasoline Gasoline Diesel Total Gallons % Gallons % Gallons % Codes 1,734 1.8 436 $ 222,766 1,734 0.6 Police 52,824 54.0 254 0.1 53,078 19.1 Fire 3,699 3.8 7,549 4.2 11,248 4.0 Engineering 1,957 2.0 $ 6,561 $ - 1,957 0.7 City Hall Maintenance 46 0.0 556 $ 5,150 46 0.0 Info Systems 112 0.1 12,734 6,201 112 0.0 Animal Control 1,556 1.6 $ 6,353 6,972 1,556 0.6 Utilities 2,561 2.6 $ 2,489 $ 2,810 2,561 0.9 Housing 1,221 1.2 325 0.2 1,546 0.6 Cable TV 68 0.1 5,207 8,966 68 0.0 Parks & Rec 7,428 7.6 3,618 2.0 11,046 4.0 Traffic Engineering 2,812 2.9 1,544 0.9 4,356 1.6 Streets 4,067 4.2 22,326 12.4 26,393 9.5 Cemetery 590 0.6 683 0.4 1,273 0.5 Transit 2,213 2.3 97,001 53.8 99,213 35.7 Refuse 1,489 1.5 31,863 17.7 33,352 12.0 Sewer 6,663 6.8 9,050 5.0 15,712 5.7 Water 3,037 3.1 5,230 2.9 8,267 3.0 Irrigation 3,014 3.1 679 0.4 3,694 1.3 Equipment Rental 498 0.5 26 0.0 524 0.2 PW Admin 275 0.3 15 0.0 290 0.1 97,864 100.0 180,162 100.0 278,026 100.0 8/15/2006 9:40 AM Projected 2006 Consumption Projected 2006 Cost Gasoline Diesel Gasoline (1) Diesel (2) Gallons Gallons 2,973 0 $ 7,313 $ - 90,555 436 $ 222,766 $ 1,045 6,341 12,941 $ 15,598 $ 31,058 3,355 - $ 8,254 $ - 79 - $ 194 $ - 192 - $ 472 $ - 2,667 - $ 6,561 $ - 4,390 - $ 10,801 $ - 2,094 556 $ 5,150 $ 1,335 116 - $ 286 $ - 12,734 6,201 $ 31,325 $ 14,883 4,821 2,647 $ 11,859 $ 6,353 6,972 38,273 $ 17,152 $ 91,856 1,012 1,171 $ 2,489 $ 2,810 3,793 166,287 $ 9,330 $ 399,089 2,553 54,622 $ 6,281 $ 131,093 11,421 15,514 $ 28,097 $ 37,233 5,207 8,966 $ 12,809 $ 21,518 5,168 1,165 $ 12,712 $ 2,795 854 45 $ 2,100 $ 109 471 25 $ 1,159 $ 61 167,767 308,849 $ 412,707 $ 741,238 $ 1,153, 946 At $2.46 / gal At $2.40/ gal Fuel Consumption Summary- Jan - Jul 2006 1 City of Yakima Equipment Rental Division Fuel Delivery and Cost Report 2005 2005 #2 Diesel #1 Diesel Monthly Total Year to Date Total Gallons Cost Gallons Cost Gallons Cost Gallons Cost Gallons Cost January 12,800 $ 19,730.68 20,983 $ 32,774.42 2,230 $ 4,179.22 36,013 $ 56,684.32 36,013 $ 56,684.32 February 11,500 $ 20,825.56 18,298 $ 38,315.99 0 $ 0.36 29,798 $ 59,141.91 65,811 $115,826.24 March 14,003 $ 27,807.84 21,501 $ 45,672.09 0 $ - 35,504 $ 73,479.93 101,315 $189,306.17 April 12,500 $ 27,841.47 19,403 $ 41,971.61 0 $ - 31,903 $ 69,813.08 133,218 $259,119.25 May 15,499 $ 30,698.41 26,502 $ 46,748.76 0 $ - 42,001 $ 77,447.17 175,219 $ 336,566.42 June 10,801 $ 21,924.08 20,199 $ 37,674.24 0 $ - 31,000 $ 59,598.32 206,219 $396,164.75 July 13,989 $ 30,737.52 27,601 $ 55,713.27 0 $ - 41,590 $ 86,450.79 247,809 $ 482,615.54 August 13,800 $ 33,784.75 25,719 $ 60,105.72 0 $ - 39,519 $ 93,890.47 287,328 $576,506.01 September 13,798 $ 36,566.75 27,901 $ 70,672.24 0 $ - 41,699 $107,238.99 329,027 $ 683,745.00 October 10,956 $ 24,963.55 20,400 $ 54,326.94 0 $ - 31,356 $ 79,290.49 360,383 $ 763,035.49 November 12,802 $ 26,093.54 18,000 $ 39,007.31 3,800 $ 9,294.68 34,602 $ 74,395.54 394,985 $ 837,431.03 December 13,097 $ 25,008.23 22,371 $ 43,539.23 6,780 $ 14,580.21 42,248 $ 83,127.68 437,233 $ 920,558.71 Total 155,545 $ 325,982.38 268,878 $ 566,521.85 12,810 $ 28,054.48 437,233 $ 920,558.71 Budget $ 269,000 $403,000 $ 672,000 Average Cost per Gallon 8/15/2006 10:05 AM $2.10 $2.11 $2.19 Fuel Delivery and Cost Report - 2005 1 City of Yakima Equipment Rental Division Fuel Delivery and Cost Report 2006 2006 #2 Diesel_ #1 Diesel Monthly Total Year to Date Total Gallons Cost Gallons Cost Gallons Cost Gallons Cost Gallons Cost January 15,300 $ 31,647.26 14,910 $ 30,509.59 6,390 $14,403.85 36,600 $ 76,560.71 36,600 $ 76,560.71 February 19,505 $ 39,169.13 15,551 $ 31,428.38 3,951 $ 8,957.33 39,007 $ 79,554.83 75,607 $156,115.54 March 16,903 $ 39,265.00 25,101 $ 56,401.02 0 $ - 42,004 $ 95,666.02 117,611 $251,781.57 April 6,000 $ 15,430.54 14,799 $ 35,182.01 0 $ - 20,799 $ 50,612.55 138,410 $ 302,394.12 May 18,904 $ 55,103.42 32,703 $ 89,342.90 0 $ - 51,607 $144,446.32 190,017 $ 446,840.44 June 13,900 $ 37,045.35 27,300 $ 66,789.96 0 $ - 41,200 $103,835.31 231,217 $ 550,675.75 July 14,601 $ 41,332.29 24,402 $ 63,511.11 0 $ - 39,003 $104,843.40 270,220 $655,519.15 August - $ - - $ - 0 $ - - $ - 270,220 $ 655,519.15 September - $ - - $ - 0 $ - - $ - 270,220 $ 655,519.15 October - $ - - $ - 0 $ - - $ - 270,220 $ 655,519.15 November - $ - - $ - 0 $ - - $ - 270,220 $ 655,519.15 December - $ - - $ - 0 $ - - $ - 270,220 $ 655,519.15 Total 105,113 $ 258,992.99 154,766 $ 373,164.98 10,341 $ 23,361.18 270,220 $ 655,519.15 Budget $ 320,000 $660,000 $ 980,000 Average Cost per Gallon 8/15/2006 9:46 AM $2.46 $2.41 $2.26 Fuel Delivery and Cost Report - 2006 1 (, DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT Engineering Division 129 North Second Street Yakima, Washington 98901 (509) 575-6111 • Fax 576-6305 K. Wendell Adams, City Engineer October 31, 2003 Columbia Asphalt & Gravel, Inc. P.O. Box 9337 Yakima, WA 98909 ATTN: Larry Sali Re: River Road Improvements Project City of Yakima Project No.'s 1944 & 2128 Dear Mr. Sali: The City Manager of the City of Yakima has authorized award of the above referenced project to your company on the basis of your low bid submitted on October 23, 2006, in the amount of $5,024,187.44 for both schedules A and B. This letter is official notification of the award of the contract to your company by the City of Yakima. We have prepared three (3) copies of the Contract and performance bond, along with certificate of insurance information as well as one complete set of plans and specifications for your surety. You have ten (10) days from this date to sign the three (3) copies, furnish the required Performance Bond and Certificate of Insurance and return them to our office. The complete surety set is for you to send to your surety. Your attention is directed to Section 1-07.18 Public Liability and Property Damage Insurance (APWA only) of the APWA Supplement to the Standard Specifications for coverage limits, additional insurance requirements and special ACORD form wording. When these items have been approved, the City will execute the contract form and bind a signed contract, certificate, and proposal into contract document books. The three completed books will be distributed to the City Clerk, City Engineer, and Contractor. Please contact Bruce Floyd, (509) 575-6138, within ten (10) days of this date, to schedule a pre - construction conference and discuss various forms and documentation that must be completed and turned in to him at that Conference. The Notice to Proceed will also be discussed at the Pre -construction Conference. For your information, we are enclosing a Liability Certificate Checklist and a copy of the bid summary for this project. Sincerely, tt - Brett H. Sheffield, P.E., Acting City Engineer cc: Steven Gorcester, Director, TIB Michael Morales, Deputy Director, CED Robert Desgrosellier, Senior Engineer Bruce Floyd, Construction Supervisor Wendy Leinan, Contract Specialist City Clerk Finance File Yakima *America Ph ,IIID 1994 e<P( ORDINANCE NO. 2006- 22 AN ORDINANCE authorizing and directing the City's outside legal counsel, Lyon Weigand ; &. Gustafson PS, to institute and prosecute legal proceedings for the condemnation and acquisition of certain real property for the River Road Improvement Project; providing for the condemnation and taking of such real property and declaring the condemnation and taking thereof to be necessary for a public use required by the public interests; directing that compensation for such taking be paid from Fund Number 142, Arterial Street Fund of the City of Yakima. BE IT ORDAINED BY THE CITY OF YAKIMA: Section 1. The law firm of Lyon Weigand & Gustafson PS is hereby authorized and directed to institute and prosecute actions in the Superior Court of the State of Washington, in and for Yakima County, for the condemnation and acquisition of certain real property which is described on Exhibit "A" attached hereto, for the improvement of River Road, in the City of Yakima, Washington, and for the installation of curbs, gutters, sidewalks, structures, roadways, drainage facilities and public utility facilities related thereto, all in accordance with plans for such improvement project as depicted on drawings prepared by the City Engineer, a copy of which drawing and legal description of properties impacted is on file in the office of the City Engineer, both of which plans and property description are incorporated herein as if fully set forth herein. Section 2. The acquisition of said real property for the purposes herein mentioned is required for the interests of the public and of the City of Yakima, and the uses and purposes herein mentioned do constitute a public use of said property, and said real property is necessary for the use and purposes mentioned herein. Section 3. The compensation for said real property to be taken shall be payable from Fund Number 142, Arterial Street Fund of the City of Yakima. Section 4. This ordinance shall be in full force and effect thirty (30) days after its passage, approval and publication as provided by law and by the City Charter. ORDINANCE - 1 718.129\rhg\yakima cit\river road\ordinance PASSED BY THE CITY COUNCIL, signed and approved this ' ° day of , 2006. ATTEST: Is/ KAREN S, ROBERTS City Clerk Publication Date: ORDINANCE - 2 718.129\rhg\yakima cit\river road\ordinance /s/ DAVID EDLER David Edler, Mayor Effective Date: PARCEL NO EXHIBIT 'A' OWNER RJWAY OR ESM'T NEEDED 18131599997 Burlington Northern Santa Fe 4,035 18131511002 Stephan Robinson 3,022 18131422403 Marie Schut 975 18131422402 Chiawana, Inc. 2,600 18131422423 Ace Hardware Corp. 300 18131424439 Mary R. Hardy 350 18131424438 Stephen R. Baisinger 275 18131424437 Douglas Gray 466 18131424436 Alonzo Young 470 18131421414 Norman H. & Karen S. Hyatt 2,283 18131421406 Lewis G. Miller 1,662 18131424421 Bradley & Leah Hendrix 470 18131424403 Cheryl & Scott Butcher 699 18131424418 Paradise Investments 470 18131424402 Cora Lesser 819 18131424401 Cora Lesser 819 18131421403 Ken & Roberta Hunziker 1,620 18131421419 Noel Canning Corporation 300 18131412402 Charlotte Seip 1,070 18131499991 Willow Lake Condominium II 2,807 18131424466 Seneca Foods Corporation 100 18131413035 Donald &Laura Tyler -Wenzel 216 18131499991 Willow Lake Condominium Parcel "B 1,260 18131413026 Timothy Seaton 216 18131413024 Alma Wynn 216 18131413045 Super cold Storage III 450 18131411417 Nancy Wachsmith 1,700 18131413046 Kershaw Fruit & Cold Storage 1,402 18131414402 City of Yakima 433 18131414900 Amoco Foam Products 142 18131411551 Lake Aspen Enterprises, LLC 1,250 18131411552 Mark & Elaine Stevenson 780 18131411553 G.P. Felix 771 18131411411 Enrique & Maria Zuniga 994 18131411412 Patricia Stach 821 18131322401 Cw-I 9,324 181312-34406 Jere Irwin and Diane Irwin 6,094 Sewer Easement 181312-34405 Jere Irwin and Diane Irwin 6,594 Sewer Easement 181312-34404 Jere Irwin and Diane Irwin 13,188 Sewer Easement 181312-33001 Jere Irwin and Diane Irwin 660 Sewer Easement 181313-21404 Jere Irwin and Diane Irwin 6,940 Sewer Easement 181313-21004 Jere Irwin and Diane Irwin 19,600 Sewer Easement BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT ITEM NO. /i FOR MEETING OF: June 6, 2006 ITEM TITLE: Authorizing the City's outside legal counsel to institute legal proceedings for the condemnation and acquisition of certain real property for the River Road Improvement Project. SUBMITTED BY: V Y'WiTliam Cook, Director of Community & Economic Development CONTACT PERSON/TELEPHONE: William Cook, 575-6227 SUMMARY EXPLANATION: We are requesting Council approval to utilize the City's condemnation authority to acquire private property needed to construct the River Road project and intersection improvements at 16th Avenue and River Road. We need the predictability and timeliness of the condemnation process to insure that we can complete the project this year. All property owners that will be impacted by this project have been notified that the City will be acquiring a portion of their land, and are aware of the impact of this acquisition. We have invited owners to donate their right-of-way, but to date have had only moderate interest, and no specific offers. We are trying to set up a meeting for Monday night (June 5th) to meet with property owners to explain the condemnation process and the need for Council's approval of this request if we are going to complete this project on time and within budget. Resolution _ Ordinance X Contract _ Other (Specify) Funding Source APPROVAL FOR SUBMITTAL: STAFF RECOMMENDATION: Approve Ordinance BOARD RECOMMENDATION: COUNCIL ACTION BID SUMMARY River Road Improvements Project TAB Y 04100(019).1 CITY PROJECT NO. 1844 & 2128 ENGINEERS ESTIMATE Columbia Asphalt & Gravel Yakima, WA Apollo, Inc. Kennewick, WA Superior Paving Co. Yakima, WA MRM Construction Ellensburg, WA ITEM Bid Security NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT SCHEDULE 'A' 1 SPCC PLAN 1 LS 500,00 550000 5125,00 5125.00 5100.00 510000 $500.00 8.500.00 52,889.00 92,889.00 2 MOBILIZATION 1 LS 80,000.00 $80,000.00 5202,000.00 5202000.00 $187,790.00 5187,790.00 8158,000,00 $158,000.00 $33,493.40 933193.40 3 TRAFFIC CONTROL SUPERVISIOR 1 LS 42,500.00 542,500.00 530,000,00 930,000.00 516,783.00 $16,783.00 $30,000.00 530,000.00 $334,931.40 $334,931.40 4 FLAGGERS AND SPOTTERS (Min. bid *30.00 per hour) 2,000 HR 38.00 176,000.00 $35.00 970,000.00 536.85 $73,700.00 935.00 570,000.00 $36.38 572,760.00 5 OTHER TRAFFIC CONTROL LABOR (Min. bid *30.00 per 400 HR 35.00 914,000.00 $35.00 $14,000.00 536.85 914,74000 836.00 514,400.00 936.38 914,552.00 6 CONSTRUCTION SIGNS CLASS 'A' 480 SF 10.00 $4,800.00 $8.50 $4,080.00 928.42 $13,641.60 510.00 $4,800.00 $8.85 $4,248.00 7 CLEARING AND GRUBBING 1 LS 100,000.00 9100,000.00 $53,000.00 953,000.00 511,871.00 511,871.00 88,500.00 $8,500.00 $47,320.75 547,320.75 8 ROADSIDE CLEANUP 1 FA 25,000.00 925,000.00 925,000.00 $25,000,00 525,000.00 825,000.00 825,000.00 525,000.00 525,000.00 925,000.00 9 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS 5,000.00 $5,000.00 $60,500.00 $60,50000 $47,502.00 $47,602.00 575,000.00 $75,000.00 $47,619.28 $47,619.28 10 SAW CUT, PER INCH DEPTH 1,500 LF 2.00 93,000.00 50.30 $450.00 $0.33 $495.00 $1.50 $2,250.00 $0.80 91,200.00 11 REMOVING CONCRETE -LINED CANAL 840 LF 10.00 58,400.00 58.00 96,720.00 915.45 512,978.00 $7.60 $6,384.00 85.70 $4,788.00 12 REMOVING IRRIGATION PIPE, 121 N. DIAM. 1,120 LF 2.00 52,240.00 94.50 $5,040.00 $6.32 97,078.40 94.50 95,040.00 $6.74 $7,548.80 13 REMOVING IRRIGATION PIPE, 241N. DIAM. 1,110 LF 2.50 92,775.00 98.40 99,324.00 $6.37 $7,070.70 58.00 $8,880.00 $6.49 57,203.90 14 REMOVING IRRIGATION PIPE, 361N. DIAM. 100 LF 3.00 3300.00 $23.50 $2,350.00 $7.01 5701.00 523.00 52,300.00 $5.67 5567.00 15 ROADWAY EXCAVATION INCL. HAUL 9,455 CY 700 $66,185.00 $5.95 $56,257.25 59.25 $87,458.75 98.10 976,585.50 $12.17 5115,067.35 16 CRUSHED SURFACING BASE COURSE 7,370 TON 11.00 $81,070.00 $10.20 575,174.00 912.33 $90,872.10 911.50 984,755.00 917.62 9129,859.40 17 ASPHALT TREATED BASE 3,890 TON 45.00 $175,050.00 539.30 $152,877.00 $41.01 5159,528.90 $38.95 $151,515.50 544.53 5173,221.70 18 PLANING BITUMINOUS PAVEMENT 3,120 SY 4.00 512,480.00 93.00 $9,360.00 $4.24 $13,228.80 91.30 94,056.00 $4.21 $13,135.20 19 HMA CL. 3/4' PG 64-28 4,050 TON 55.00 9222,750.00 $49.50 9200,475.00 $55.83 5226,111.50 552.30 5211,815.00 $52.97 $214,528.50 20 PAVEMENT REPAIR 400 SY 65.00 526,000.00 915.00 96,000.00 917.73 $7,092.00 514.00 95,600.00 $16.05 $5,420.00 21 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 4,300 LE 18.00 877,400.00 527.50 9118,250.00 $8.59 936,937.00 527.00 9116,100.00 $24.33 $104,619.00 22 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 18 3,350 LF 23.00 $77,050.00 $34.50 $115,575.00 $16.63 $55,710.50 $33.50 9112,225.00 532.17 $107,769.50 23 INFILTRATION P0583 1 EA 10,000.00 510,000.00 56,900.00 96,900.00 $11,882.00 911,882.00 97,50000 $7,500.00 $39,412.38 $39,412,38 24 BIOINFILTRATION SWALE i EA 5,000.00 $5,000.00 95,250.00 95,250.00 *9,366.00 59,366.00 $5,500.00 95,500.00 911,260.68 511,260.68 25 CATCH BASIN TYPE 1 49 EA 1,000.00 949,000.00 5890.00 543,610.00 9496.92 $24,447.08 8900.00 544,100.00 8924.48 $45,299.52 26 CATCH BASINTYPEIL 14 EA 1,100.00 515,400.00 91,155.00 $16,170.00 $634.86 58,888.04 51,000.00 514,000.00 91,023.99 814,335.86 27 CATCH BASIN TYPE 2, 481N. DIAM. 1 EA 3,000.00 53,000.00 52.625,00 92,625.00 91,825.00 91,825.00 83,000.00 $3,000.00 92,940.36 92,940.36 28 VANED GRATE FOR CATCH BASIN TYPE1 63 EA 300.00 918,900.00 $183.00 $11,529.00 9178.95 911,273.85 $200.00 912,600.00 $193.67 $12,201.21 29 DRAINAGE RETENTION BASIN W736 IN. DIAM PERF. PIPE 300 LF 75.00 522,500.00 $107,00 532,100.00 $86.16 525,848.00 9110.00 833,000.00 $102.19 $30,657.00 30 MANHOLE 48IN. DIAM. TYPE 1 7 EA 1,500.00 $10,500.00 91.99500 513,965.00 91,384.29 59,690.03 $2,000.00 914,000.00 $2,472.77 917,309.39 31 MANHOLE 60 IN. DIAM. TYPE 1 2 EA 2,000.00 $4,000.00 93,800.00 57.600.00 92,559.50 $5,119.00 $3,700.00 57,400.00 $3,365.15 $6,730.30 32 ADJUST MANHOLE 16 EA 250.00 54,000.00 $300.00 94.800.00 8288.44 54,615.04 8300.00 $4,800.00 $347.75 $5,564.00 33 CRUSHED SURFACING TOP COURSE (ForTrench Backfi%) 800 TON 12.00 39,600.00 $13.50 $10,00000 514.39 $11,512.00 514.00 911,200.00 $33.94 927,152.00 34 STRUCTURE EXCAVATION CLASS 'B' INCL. HAUL 6,800 CY 6,00 940,800.00 91.00 96,800,00 917.82 9121,176.00 91.00 *6,800.00 30.54 83,672.00 35 SHORING OR EXTRA EXCAVATION CL. B 7,000 LF 3.00 921,000.00 50.50 53,500.00 90.31 52,170.00 $0.50 $3,500.00 $0.61 54,27000 (Schedule A items continued on page 2) CITY ENGINEERS REPORT CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON OCTOBER 23, 2006. ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. ,,.• •' A 2006 River Road Improvements Project I RECOMMEND THE CONTRACT BE AWARDED TO: `, 1'`" } 1 AWARD MADE BY CITY MANAGER TIB # 84-180(019)-1 Columbia Asphalt &Gravel Py � ::1111111111111111111111111r y J -1 PROJECT No's 1242 (Roadway) 2128 (Sewer) DATE: OCTOBER 23, 2006 FILE: 1944-2120 River Road SW Sum.pub , t`'4 DATE CITY ENGINEER "` " "' DATE CITY MANAGER .- SHEET 1 of 3 BID SUMMARY River Road Improvements Project 118 # u.uo(o1s)-1 CITY PROJECT NO. 11144 & 2120 ENGINEERS ESTIMATE Columbia Asphalt 8, Gravel Yakima, WA Apollo, Inc. Kennewick, WA Superior Paving Co. Yakima, WA - MRM Construction Ellensburg, WA ITEM Bid Security NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE,AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT (schedule A continued) 36 ADJUST VALVE BOX 22 EA 200.00 64,400.00 9220.00 54,840.00 9179.05 63,939.10 5225.00 54,950.00 8188.90 $4,001.80 37 REPLACE VALVE BOX 5 EA 200.00 51,000.00 9250.00 91,250.00 6195.40 $977.00 $240.00 51,200.00 9256.80 $1,284.00 38 PVC SANITARY SEWER PIPE 6IN. DIAM 75 LF 20.00 61,500.00 $49.00 $3,675,00 62.55 9191.25 948.00 93,600.00 922.47 $1,685.25 39 PVC SANITARY SEWER PIPE 8IN. DIAM 150 LF 25.00 $3,750.00 $31.50 $4,725.00 54.39 6658.50 $30.00 54,500.00 624.64 93,696.00 40 PVC SANITARY SEWER PIPE 12 IN. DIAM 1456 IF 25.00 536,400.00 524.00 $34,944.00 99.31 613,555.36 925.00 936,400.00 929.75 543,316.00 41 PVC SANITARY SEWER PIPE 18 IN. DIAM 100 IF 32.00 53,200.00 585.00 58,500.00 523.10 92,310.00 $85.00 98,500.00 $56.16 $5,616.00 42 PVC SANITARY SEWER PIPE 24 IN. DIAM 1755 LF 37.00 964,935.00 $83.00 6110,565,00 935.58 $62,442.90 $62.00 6108,810.00 $63.86 6112,074.30 43 PVC SANITARY SEWER PIPE 27 IN. DIAM 163 LF 45.00 97,335.00 599.00 916,137.00 643.98 $7,168.74 595.00 515,485.00 $72.42 $11,804.46 44 PVC SANITARY SEWER PIPE 36 IN. DIAM 45 LF 6600 92,700.00 5225.00 510,125.00 6143.93 $6,476.85 9220.00 $9,900.00 6171.82 $7,731.90 45 ESC LEAD 28 DAY 50.00 61,400.00 550.00 93,4110.00 917.86 $500.08 $50.00 61,400.00 5194.74 $5,452.72 46 SEEDING, FERTILIZING AND MULCHING 1 ACRE 5,000.00 $5,000.00 $5,500.00 $5,500.00 $1,443.00 51,443.00 92,750.00 52,750.00 51,926.00 $1,926.00 47 IRRIGATION STRUCTURE#1 1 EA 15,000.00 915,000.00 041,00600 541,000.00 537,111.00 637,111.00 $47,000.00 $47,000.00 $55,909.64 $55,909.64 48 IRRIGATION STRUCTURE #2 1 EA 10,000.00 610,000.00 540,000.00 $40,000.00 $104,302.00 5104,302.00 547,000.00 547,000.00 956,487.44 556,487.44 49 IRRIGATION STRUCTURE #3 1 EA 10,000.00 510,000.00 527,000,00 527,000.00 $43,882.00 843,882.00 830,000.00 $30,000.00 $45,681.51 $45,681.51 50 IRRIGATION STRUCTURE #4 1 EA 3,000.00 63,000.00 $25,000.00 $25,000.00 918,252.00 918,252.00 $25,000.00 925,000.00 536,719.19 536,719.19 51 IRRIGATION STRUCTURE #5 1 EA 40,000.00 $40,000.00 989,000.00 069,000.00 699,305.00 $99,305.00 675,000.00 975,000.00 $51,441.32 $51,441.32 52 CONNECT TO EXISTING STRUCTURE 10 EA 500.00 $5,000.00 $680.00 96,800.00 5763.30 67,633.00 $675.00 56,750.00 53,633.72 536,33720 53 CONNECTION FOR PRIVATE IRRIGATION LINE 1 FA 10,000.00 910,000.00 910,009.00 610,000.00 910,000.00 810,000.00 $10,000.00 810,00600 $10,000.00 510,000.00 54 CEMENT CONC. TRAFFIC CURB AND GUTTER 13,800 LF 7.00 996,600.00 $7.50 $103,500.00 58.43 9116,334.00 $7A5 $102,810.00 58.03 $110,814.00 55 COMMERCIAL DRIVEWAY APPROACH 42 EA 3,500.00 5147,000.0 51,500.00 $63,000,00 64,557.10 5191,398.20 54,100.00 5172,200.00 $1,401.70 558,871.40 56 REMOVING AND RESETTING FENCE 250 IF 20.00 $5,000.00 $31.00 57,750.09 617.76 $4,440.00 $15.00 93,750.00 912.84 $3,210.00 57 CHAIN LINK FENCE TYPE 290 LF 25.00 57,250.00 537.50 910,875.00 513.32 $3,862.80 $22.00 96,380.00 520.33 $5,895.70 58 END, GATE, CORNER AND PULL POST FOR CHAIN LINK 8 EA 600.00 54,800.00 $548.00 $4,384.00 555.50 $444.00 9275.00 92,200.00 $267.50 52,14000 59 DOUBLE 14 FT. CHAIN LINK GATE 1 EA 2,000.00 82,000,00 $785.00 5785.00 51,665.00 51,665.00 9785.00 9785.00 $802.50 $802.50 60 REMOVING FENCE 1 FA 15,000.00 515,000.00 515,000.00 615,000.00 515,000.00 515,000.00 $15,000.00 $15,000.00 815,000.00 615,000.00 61 MONUMENT CASE AND COVER 3 EA 650.00 91,950.00 9220.00 9660,00 5289.00 $867.00 9310.00 $930.00 $321.00 6963.00 62 CEMENT CONC. SIDEWALK, 4.18 DEPTH 4,100 SY 25.00 5102,500.0 520.00 $82.000,00 $22.79 $93,439.00 $19.50 579,950.00 518.73 $76,793.00 63 CEMENT CONC. SIDEWALK, 6451 DEPTH 540 SY 27.00 $14,580.00 527,00 914,580.00 530.27 $16,345.80 82725 514,715.00 $26.75 814,445.00 64 CEMENT CONC. SIDEWALK RAMP, TYPE 2A 8 EA 600.00 $4,800.00 5350.00 52,800.00 $849.13 56,793.04 5800.00 $6,400.00 $374.50 $2,996.00 65 CEMENT CONC. SIDEWALK RAMP, TYPE 4A 96 EA 600.00 557,600.00 $250.00 524,000,00 5721.50 $69,264.00 $680.00 $65,280.00 5267.50 $25,680.00 66 SIGNPOST SOCKETS 50 Ek 60.00 13,000.00 530.00 51,500.00 593.66 $4,683.00 $50.00 82,500,00 9103.79 55,189.50 67 MAILBOX SUPPORT, TYPE 60 EA 250.00 $15,000.00 $125.00 57,500.00 6255.30 515,318.00 5140.00 58,400.00 9203.30 512,198.00 68 MAILBOX SUPPORT, TYPE 2 2 EA 40000 5800.00 52.80.00 $560.00 $444.00 $888.00 $30600 $600.00 5310.30 $620.60 69 REMOVING AND RESETTING LOCKABLE MAILBOX 8 EA 2,000.00 516,000.00 $75.00 $600.00 $981.75 57,854.00 9125.00 51,00000 9149.80 91,198.40 70 ILLUMINATION SYSTEM 1 LS 200,000,00 5200,000.0 5227,500.00 $227,500.00 $170,785.00 5170,785.00 $210,000,00 5210,000.00 9222,362.05 5222,362.05 71 SIGNALIZATION 1 LS 250,000.00 $250,000.0 9200,000.00 $200,000.00 8205,945.00 $205,945.00 5190,000.00 $190,000.00 9200,190.58 5200,190.58 72 REPAIR OR REPLACEMENT 1 FA 90,000.00 590,000.00 590,000.00 990,000.00 890,000.00 890,000.00 $90,000.00 810,000.00 $90,000.00 890,000.00 TOTAL SCHEDULE 'A" $2,659,661.25 82,779,775.91 82,752,251.00 83,030,081.34 CITY OF YAKIMA ..i • 2006 River Road Improvements Project , "" fir, � v. ti[i�' ,, --' 1 +1944 TIB # 8-4.180(019)-1 (Roadway) PROJECT No's 2128 (Sewer) DATE: OCTOBER 23, 2006 1944-2128 River Road Bid Sum.pub FILE: P SHEET 2 of 3 BID SUMMARY River Road Improvements Project ne 11 11.44110(019)-1Yakima, CITY PROJECT NO.1944 & 2125 ENGINEERS ESTIMATE Columbia Asphalt & Gravel WA Apollo, Inc. Kennewick, WA Superior Paving Co. Yakima, WA MRM Construction Ellensburg, WA ITEM Bid Security NO. ITEM QTY UNIT , UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT SEWER TRUNK UNE: SCHEDULE 'B' 1 SPCC PLAN 1 LS $500.00 5500.00 $125.00 $125.00 5100.00 5100.00 5500.00 $500.00 53,103.00 $3,103.00 2 MOBILIZATION 1 LS $69,000.00 $69,000.00 $1.00 $1.00 $82,225.00 582,225.00 67,500.00 $7,500.00 $5,350.00 $5,350.00 3 TRAFFIC CONTROL SUPERVISIOR 1 LS 510,600.00 510,600.00 513,000,00 813,000.00 $10,470.00 $10,470.00 $10,000.00 $10,000.00 $4,365.60 54,365.60 4 FLAGGERS AND SPOTTERS (Min, bid $30.00 per hour) 800 HR $38,00 $30,400.00 835,00 028,000.00 $36.85 629,480.00 $35,00 628,000.00 $36.38 $29,104,00 5 OTHER TRAFFIC CONTROL LABOR (Min, bid $30.00 per 100 HR $35.00 53,500.00 $35.00 $3,500.00 $36.85 $3,685.00 536.00 $3,600,00 $36.38 $3,638.00 6 CONSTRUCTION SIGNS CLASS A 120 SF 510.00 $1,200.00 $8.50 $1,020.00 $31.03 $3,723,60 510.00 $1,200,00 $8.83 $1,059.60 7 SAW CUT, PER INCH DEPTH 8400 LF $2.00 $16,800.00 $0.30 $2,520.00 $0.21 $1,764.00 $0.03 $252,00 $0.80 $6,720.00 8 CRUSHED SURFACING BASE COURSE 3630 CY 511.00 539,930.00 $10,20 $37,026.00 $16.63 560,366.90 511.50 $41,745.00 $23.57 $85,559.10 9 ASPHALT TREATED BASE 1914 TON 545.00 586,130.00 $39,30 $75,220.20 $41.01 $78,493.14 538.95 $74,550.30 542.05 $80,483.70 10 HMA CL. 314' PG 64-28 1991 TON $55.00 $109,505,00 $49.50 598.554,50 $55.83 $111,157.53 $52.30 $104,129.30 $52.97 5105,463,27 11 PAVEMENT REPAIR 2100 SY $65.00 $136,500.00 $15.00 531,500.00 514.20 929,820,00 514.00 $29,400.00 616.05 $33,705.00 12 MANHOLE 60 IN. DIAM, TYPE 1 34 EA 53,000,00 5102,000.00 $3,500.00 $119,000.00 $3,492.03 5118,729.02 54,500.00 $153,000.00 $5,031.14 $171,058.76 13 MANHOLE ADDITIONAL HEIGHT 60IN. DIAM,TYPE 1 119 LF $65.00 57,735.00 5185.00 $22,015.00 5100.00 911,900.00 5190.00 $22,610.00 $135.89 $16,170.91 14 TRENCH DEWATERING 1 FA $800,000.00 5800,000.00 5800,006.00 5800,000.00 5100,000.00 8800,000.00 5500,000.00 5800,000.00 8800,000.00 5800,000.00 15 STRUCTURE EXCAVATION CLASS B INCL. HAUL 36,550 CY 83.50 5127,925.00 $0.25 00,137.50 59,21 8336,625.50 60.25 59,137.50 5521 $190,425.50 16 SHORING OR EXTRA EXCAVATION CLASS B 10,620 LF 51.50 $15,930.00 90,50 $5,310,00 50.42 $4,460.40 $0,50 $5,310.00 $5,18 $55,011.60 17 CRUSHED SURFACING TOP COURSE (For Trench Sada) 2750 TON 515.00 541,250.00 $13,50 $17,125.00 $13.55 $37,262.50 $14.00 938,500,00 $22.74 862,535.00 18 PVC SANITARY SEWER PIPE-27 IN. DIAM. 10,120 LF $55.00 5556,600.00 $77.50 9784,300,00 537.58 9380,309,60 $85.00 $860,200.00 687.42. $884,690.40 19 PVC SANITARY SEWER PIPE-10 IN. DIAM. 520 LF $45,00 $23,400.00 $70.00 $36,400.00 $14.13 $7,347.60 575.00 $39,000.00 $63.58 $33,061.60 20 REMOVING AND RESETTING FENCE 750 LF 510.00 $7,500.00 $40.00 830,000.00 $17.76 513,320.00 515.00 511,250.00 528.89 $21,667.50 21 TEMPORARY FENCING 750 LF 515.00 511,250.00 $2.10 $1,575.00 65.55 $4,162.50 54.50 $3,375.00 82.14 51,605.00 22 REPAIR OR REPLACEMENT 1 FA 650,000,00 550,000.00 550,000.00 550,000.00 850,000.00 550,000,00 550,000.00 850,000.00 550,000.00 550,000.00 SUBTOTAL SCHEDULE11": 82,247,655.00 52,185,329,20 52,175,402.29 52,293,259.10 82,844,777.54 SALES TAX (82%): 5186,555.37 9179,196.99 $178,382.99 $188,047.25 $216,871.76 TOTAL SCHEDULE'S": 82,434,210,37 $2,364,528.19 82,353,785.28 82,481,306.35 82,861,649.30 TOTAL ALL SCHEDULES ("A" + "B"): $5,008,910.31 55,024,187,44 85,133,581.19 55,233,557.35 55,891,730.84 CITY OF YAKIMA -� ....1 2006 River Road Improvements Project r )'' }, c, v/ \ ,j • ` 11rx J, f 1 B # 8-4-180(019)-1 TI1944 (Roadway) PROJECT No's 2128 (Sewer) DATE: OCTOBER 23, 2006 ,+ 1r 1. / FILE: 1944-2128 River Road 818 Sum.pub � kFr;k si " SHEET 3 of 3 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT William R. Cook, Director Brett H. Sheffield, P.E., Acting City Engineer Engineering Division 129 North Second Street, 2"d Floor Yakima, Washington 98901 (509) 575-6111 - Fax (509) 576-6305 ADDENDUM NO. 5 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for RIVER ROAD IMPROVEMENTS PROJECT CITY OF YAKIMA PROJECT NUMBERS 1944 & 2128 REVISED BID OPENING: Monday, October 23rd, 2:00 p.m., City Hall Council Chambers TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. New Bid Opening Date and Time The Bid Opening has been changed to Monday October 23rd, 2:00 p.m. The Yakima City Clerk must receive bid submittals by the date and time above. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: l3rettli Sheff-- 10-12-2006 Brett H. Sheffield, P.E. Date Acting City Engineer 0 END OF ADDENDUM NO. 5 0 Addendum 5 Page 1 of 1 10/12/06 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT William R. Cook, Director Brett 1-1. Sheffield. P.E., Acting City Engineer Engineering Division 129 North Second Street. 2nd Floor Yakima, Washington 98901 (509) 575-61 11 - Fax (509) 576-6305 ADDENDUM NO. 1 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for RIVER ROAD IMPROVEMENTS PROJECT CITY OF YAKIMA PROJECT NUMBERS 1944 & 2128 REVISED BID OPENING: Thursday, October 5th, 2:00 p.m., City Hall Council Chambers TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. New Bid Opening Date and Time The Bid Opening has been changed to Thursday October 5th, 2:00 p.m. The Yakima City Clerk must receive bid submittals by the date and time above. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: •Brett e.. Shelf e PE. 9-25-2006 Brett H. Sheffield, P.E. Acting City Engineer * END OF ADDENDUM NO. 1 Date Addendum 1 Page 1 of 1 9/25/06 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT William R. Cook, Director Brett I-1. Sheffield, P.E., Acting City Engineer Engineering Division 129 North Second Street, 2nd Floor Yakima. Washington 98901 (509) 575-6111 - Fax (509) 576-6305 ADDENDUM NO. 2 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for RIVER ROAD IMPROVEMENTS PROJECT CITY OF YAKIMA PROJECT NUMBERS 1944 & 2128 REVISED BID OPENING: Thursday, October 5th, 2:00 p.m., City Hall Council Chambers TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. Standard Specifications; Special Provisions Section 1-03: Section 1-03 Award and Execution of Contract, (page 58) 1-03.2 Award of Contract The second paragraph of this section in the Construction Contract Specifications and Bid Documents shall be deleted. ITEM 2. Standard Specifications; Special Provisions Section 1-07: Section 1-07 Legal Relations and Responsibilities to the Public, (page 71) 1-07.17 Utilities and Similar Facilities The fourth paragraph of this section in the Construction Contract Specifications and Bid Documents is supplemented with the following: Fruitvale Shanno Irrigation Co. Old Union Irrigation Co. AT&T (fibre optics) P.O. Box 11041 Yakima, WA 98909 P.O. Box 1586 Yakima, WA 98907 208 W. Yakima Ave. Yakima, WA 98901 (509) 307-8505 (509) 949-8430 (509) 952-5704 Addendum 2 Page 1 of 25 9/26/06 This section in the Construction Contract Specifications and Bid Documents is supplemented with the following: There are AT&T fibre optics on the south side of River Road, between 16th Avenue and 34th Avenue. 1-07.24 Rights of Way This section in the Construction Contract Specifications and Bid Documents is supplemented with the following: The City will have acquired or received possession and right of use of all new rights of way along the entire project length by October 16, 2006 except for the following: The areas from Station 43+75 +1- to the north on parcels 181314-21403 and 181314-21419 shown to convey, retain and treat stormwater to and for the Bio -Infiltration Swale shown on Detail SD1; and The area shown near Station 68+00 on parcel 181314-14401 to and for the Drainage Retention Pond; and The area shown north of the vicinity of Station 25+00 on parcel 181314- 22406 required to construct "Irrigation Structure No. 2"; and The area shown north of the vicinity of Station 43+50 on parcel 181314- 21403 required to construct "Irrigation Structure No. 3". The Contractor shall not perform any work within the above limits until ordered to do so by the Engineer. The City estimates that the above-described property will be available by January 1, 2007: ITEM 3. Standard Specifications; Special Provisions Section 2-01: Section 2-01 Clearing, Grubbing, and Roadside Cleanup, (page 84) 2-01.1 Description This section in the Construction Contract Specifications and Bid Documents is supplemented with the following: For the purpose of bidding on this item, all trees within the Right of Way lines shall be removed. Trees located on the right of way line or private property shall remain. ITEM 4. Standard Specifications; Special Provisions Section 2-02: Addendum 2 Page 2 of 25 9/26/06 Section 2-02 Removal of Structures and Obstructions, (page 84) 2-02.1 Description This section of the Construction Contract Specifications and Bid Documents is deleted in its entirety and replaced with the following: This work includes removal of an abandoned County DID manholes located at Stations 63+70 (left), 66+55 (left), 69+25 (left), 70+02 (left) and the removal of approximately 130 linear feet of a brick and wrought iron fence located between stations 35+85 and 37+15 (left). 2-02.3(3) Removal of Pavement, Sidewalks and Curbs The first paragraph of this section of the Construction Contract Specifications and Bid Documents is deleted in its entirety and replaced with the following: Prior to removal, the Contractor shall use a vertical sawcut to delineate the areas of pavement removal from those areas of pavement that is to remain. Sawcut will be measured by the linear foot per inch of depth. ITEM 5. Standard Specifications; Special Provisions Section 5-04: Section 5-04 Hot Mix Asphalt, (page 90) 5-04.3(13) Surface Smoothness This section in the Construction Contract Specifications and Bid Documents is supplemented with the following: In the vicinity of Station 11+00 and Station 21+00, the finished roadway surface shall match the elevation of the railroad tracks crossing the road. 5-04.3(15) HMA Road Approaches This section in the Construction Contract Specifications and Bid Documents is supplemented with the following: A four -foot wide HMA wedge shall be constructed to smoothly transition the driveway approach into the existing surface behind the driveway approach. In areas where the existing surface is dirt or gravel, crushed surfacing base course shall be used to provide a firm, level surface for the hot mix asphalt. Payment for this work shall be by the unit contract bid prices for the materials used. ITEM 6. Standard Specifications; Special Provisions Section 7-05: Section 7-05 Manholes, Inlets and Catch Basins 7-05.4 Measurement Addendum 2 Page 3 of 25 9/26/06 This section in the Construction Contract Specifications and Bid Documents is supplemented with the following: Adjust manhole will be measured per each, for each existing manhole adjusted. 7-05.5 Payment This section in the Construction Contract Specifications and Bid Documents is supplemented with the following: "Adjust Manhole", per each. The unit contract price per each for "Adjust Manhole" shall be full pay for all labor, equipment and material required to adjust the existing manhole. ITEM 7. Standard Specifications; Special Provisions Section 7-08: Section 7-08 General Pipe Installation Requirements, (page 94) 7-08.3(1)A Trenches The second paragraph of this section in the Construction Contract Specifications and Bid Documents is deleted in its entirety and replaced with the following: The owner of the open property between Stations 83+60 and 110+00 is open to the possibility of dewatering on his property based on an approved method of containment. The manager of the Union Canal Company has stated that they will allow dewatering into their canal upon prior approval. ITEM 8. Standard Specifications; Special Provisions Section 7-09: Section 7-09 Water Mains (page 95) 7-09.1 Description This section in the Construction Contract Specifications and Bid Documents is modified to read: This work shall include replacing valve boxes and adjusting valve boxes to the finished grade of the asphalt concrete pavement or sidewalk. 7-09.2 Materials This section is added to the Construction Contract Specifications and Bid Documents as follows: Where required and as determined by the Engineer in the field, the City of Yakima Water Division will supply new valve box material. Addendum 2 Page 4 of 25 9/26/06 7-09.3 Construction Requirements This section in the Construction Contract Specifications and Bid Documents is supplemented with the following: In areas where it is deemed by the Engineer that the valve box assembly needs to be completely replaced, the Contractor shall replace the valve box. If a located water service is damaged or broken by the Contractor, the Contractor shall be responsible for reimbursing the City for the cost of replacement of the service (by City forces) from the water main to the meter. Splices will not be allowed between the water main and service. 7-09.4 Measurement This section of the Construction Contract Specifications and Bid Documents is supplemented with the following: Replace valve box will be measured per each, for each valve box replaced. 7-09.5 Payment This section of the Construction Contract Specifications and Bid Documents is supplemented with the following: "Replace Valve Box", per each. The unit contract price per each for "Replace Valve Box" shall be full pay for all labor and equipment required to replace the valve box. ITEM 9. Standard S recifications• Sxecial Provisions Section 7-17: 7-17 Sanitary Sewers (page 95) 7-17.2 Materials This section is added to the Construction Contract Specifications and Bid Documents: 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 added to the Construction Contract Specifications and Bid Documents: Replace the word "may" in the first sentence of the first paragraph of the Standard Specifications with the word "shall". Addendum 2 Page 5 of 25 9/26/06 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 or (509) 952-6077 at least 24 hours in advance of the test. 7-17.4 Measurement This section is added to the Construction Contract Specifications and Bid Documents: 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 added to the Construction Contract Specifications and Bid Documents: 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 ITEM 10. Standard Specifications; Special Provisions Section 8-01: 8-01 Erosion Control and Water Pollution Control (page 96) 8-01.3(2)B Seeding and Fertilizing This section of the Standard Specifications is supplemented and added to the Construction Contract Specifications and Bid Documents: Seeding shall be placed between September 15 and October 15, or between February 15 and March 15. Grass seed, of the following composition, proportion, and quality shall be applied at the rate of 52 pounds per acre on all areas requiring seeding within the project: Grass Species Scientific Name Pounds per Acre Sanburg Bluegrass Poa Sanbergii 2 Bluebunch Wheatgrass Agropyron Spicatum 4 Indian Ricegrass Oryzopsis Hynenoides 2 Basin Wild Rye Elymus Cinereus 4 Annual Rye Lolium Multiforum 40 Total Pounds per Acre: 52 Addendum 2 Page 6 of 25 9/26/06 Sufficient quantities of fertilizer shall be applied to supply the following amounts of nutrients: Total nitrogen as N - 80 pounds per acre Available phosphoric acid as P205- 40 pounds per acre Soluable potash as K2O - 40 pounds per acre Eighty (80) pounds of nitrogen applied per acre shall be derived from isobutylidene diurea (IBDU), cyclo -di -urea (CDU), or sulfur -coated urea (SCU). The remainder may be derived from any source. The fertilizer formulation and application rate shall be approved by the Engineer before use. 8-01.3(2)D Mulching This section of the Standard Specifications is supplemented and added to the Construction Contract Specifications and Bid Documents: Wood cellulose fiber mulch shall be applied at a rate of 2000 pounds per acre. 8-01.3(2)E Tacking Agent and Soil Binders This section of the Standard Specifications is supplemented and added to the Construction Contract Specifications and Bid Documents: Tacking agent shall be Type A in accordance with Section 9-14.4(7). Application rate -shall -be -per -manufacture written recommendations. 8-01.5 Payment This section of the Standard Specifications is supplemented and added to the Construction Contract Specifications and Bid Documents: The per -acre price for "Seeding, Fertilizing and Mulching" shall also include furnishing and applying tacking agent. ITEM 11. Standard Specifications; Special Provisions Section 8-03: 8-02 Irrigation Systems (page 96) 8-02.2 Materials This section of the Construction Contract Specifications and Bid Documents is supplemented with the following: All new pipe included in the irrigation structures, except for Irrigation Structure No. 5, shall be Solid Wall PVC Sanitary Sewer Pipe. 8-02.3 Construction Requirements Addendum 2 Page 7 of 25 9/26/06 This section of the Construction Contract Specifications and Bid Documents is supplemented with the following: In addition to the concrete structure and minor amounts of miscellaneous pipe and other materials incidental to reconnection, the following items are included in the construction of Irrigation Structure No. 2: Item Quantity 36" PVC Pipe 40 LF 24" PVC Pipe 1,630 LF 12" PVC Pipe 540 LF 8" PVC Pipe 150 LF 6" PVC Pipe 80 LF 60" Diam. Manhole 7 EA Crushed Surfacing Top Course (for Trench Backfill) 150 TON Structure Excavation Cl. B Incl. Haul 1,700 CY Removal of existing concrete -lined channel 500 LF In addition to the concrete structure and minor amounts of miscellaneous pipe and other materials incidental to reconnection, the following items are included in the construction of Irrigation Structure No. 3: Item Quantity 27" PVC Pipe 161 LF 48" Diam. Manhole 1 EA Structure Excavation Cl. B Incl. Haul 150 CY Removal of existing concrete -lined channel 160 LF In addition to the concrete structure of Irrigation Structure No. 4, piping required to reconnect to existing pipe, along with miscellaneous materials and crushed surfacing top course will be required and are included in the construction of Irrigation Structure No. 4. The existing pipe sizes are not known. In addition to the 18 feet of 36 -inch and 253 feet of 30 -inch Blue Seal Irrigation Culvert Pipe, along with the concrete structures, reinforced concrete head wall, and minor amounts of miscellaneous pipe and other materials incidental to reconnection, the following items are included in the construction of Irrigation Structure No. 5: Item Quantity Removal of Existing River Road Box Culvert Bridge 1 EA Removal of Existing 20th Avenue Box Culvert Bridge 1 EA 24" PVC Pipe 30 LF 18" PVC Pipe 30 LF Removal of existing concrete -lined channel 180 LF The additional quantities of items for these structures are only approximate and are not guaranteed to be accurate. They are only listed for the convenience of the Contractor in estimating the amount of work to be done. Addendum 2 Page 8 of 25 9/26/06 All grates shall be designed by the Contractor as detailed in the Plans. If grates are made of steel, they shall have a powder -coated finish. All trash racks shall have a powder -coated finish. For informational purposes only, the existing River Road Bridge plan is included as the last sheet in this addendum. ITEM 12. Standard Specifications; Special Provisions Section 8-12: 8-12 Chain Link Fence and Wire Fence (page 98) 8-12.1 Description This section of the Construction Contract Specifications and Bid Documents is supplemented with the following: This work shall include removing fence and gates of various materials, and installing temporary fencing. 8-12.3 Construction Requirements This section of the Construction Contract Specifications and Bid Documents is supplemented with the following: As directed by the Engineer, existing fence within the right of way, except for that section of fence detailed in the item "Removal of Structures and Obstructions" shall be removed. In areas where the existing fence must be removed to construct the new sanitary sewer line and will be reset in the same location, the contractor shall install temporary fencing to provide security to the property. The temporary fencing shall be of the same material and size of the existing fence. 8-12.4 Measurement Temporary fence will be measured by the linear foot. 8-12.5 Payment The following item is added to this section of the Construction Contract Specifications and Bid Documents: "Temporary Fence", per linear foot. "Removing Fence", by force account. For the purpose of providing a common proposal for all bidders, and for that Addendum 2 Page 9 of 25 9/26/06 purpose only, the City has estimated the force account for "Removing Fence", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. ITEM 13. Contract Provisions; Special Provisions Section 8-18: Section 8-18 Mailbox Support 8-18.1 Description This section is added to the Construction Contract Specifications and Bid Documents as follows: Supplement this section of the Standard Specifications as follows: This work shall include removing and resetting lockable mailboxes. 8-18.3 Construction Requirements This section is added to the Construction Contract Specifications and Bid Documents as follows: Supplement this section of the Standard Specifications as follows: Where shown in the Plans and staked by the Engineer, the Contractor shall remove and reset existing lockable mailboxes. Any mailboxes damaged due to negligence of the contractor shall be replaced by the Contractor at no cost to the City. 8-18.4 Measurement This section is added to the Construction Contract Specifications and Bid Documents as follows: Supplement this section of the Standard Specifications as follows: Removing and resetting lockable mailbox will be measured per each for each mailbox removed and reset. 8-18.5 Payment This section is added to the Construction Contract Specifications and Bid Documents as follows: Supplement this section of the Standard Specifications as follows: "Removing and Resetting Lockable Mailbox, per each. The unit contract price per each for lockable mailbox shall be full pay for all labor and equipment necessary to perform the work. Addendum 2 Page 10 of 25 9/26/06 ITEM 14. Contract Provisions; Special Provisions Section 8-20: Section 8-20 Illumination, Traffic Signal Systems, and Electrical, (Page 100) 8-20.2 Materials This section, on page 100 of the Construction Contract Specifications and Bid Documents is modified as follows: Delete the first, second and fourth paragraph of this section. 8-20.3(4) Foundations Add the following paragraph to this section on page 101 of the Construction Contract Specifications and Bid Documents: Concrete foundations for all traffic signal standards shall be constructed as per Standard Plan J -7a, and as shown on the applicable project details and plans. 8-20.3(5) Conduits Delete this section in the Construction Contract Specifications and Bid Documents and replace it with the following: PVC conduit, that meets all material -quality standards and requirements set forth in the standard specifications, shall be 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 Delete this section in the Construction Contract Specifications and Bid Documents and replace it with the following: The terms "pullbox" and "junction box" are interchangeable. Junction boxes shall be located, and of the type as shown on the Plans, and in accordance with the City of Yakima Standard Details. 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. 8-20.3(8) Wiring This section of the Construction Contract Specifications and Bid Documents is supplemented with the following: Addendum 2 Page 11 of 25 9/26/06 Splices in junction boxes shall be allowed for signal illumination conductors only. 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(9) Bonding, Grounding This section is added to the Construction Contract Specifications and Bid Documents as follows: Supplement this section of the Standard Specifications as follows: Bonding jumpers and equipment grounding conductors shall be #10 green insulated wire, other than as specified in paragraph four (Supplemental Grounding) of this section of the Standard Specifications. 8-20.3(11) Testing Delete this section in the Construction Contract Specifications and Bid Documents and replace it with the following: Testing The contractor shall deliver the traffic signal controller and cabinet to the City of Yakima, Traffic Signal Operations Division at 2301 Fruitvale Blvd., where the cabinet and controller shall be fully tested for no less than ten (10) working days prior to installation at the traffic signal site. The tests shall verify compliance with WSDOT Standard Specifications, these Special Provisions and the Plans. The test shall confirm the proper operation of all components of the cabinet as well as the operation of the signal controller and conflict monitor. In the case of extenuating signal construction schedule -related circumstances, the Traffic Engineer reserves the right to shorten the 10 -day testing period to no less than three (3) working days. All other WSDOT standard specified inspections and testing of the cabinet and controller shall not be required. On -Site Testing and Turn On The contractor shall provide the Traffic Engineer, or authorized representative, 24-hour notification of a signal turn -on with information about the applicable location, date, time and duration. At the initial turn -on procedure, the contractor shall perform field tests, as specified, in the presence of the City of Yakima Traffic Engineer or their assigned designee. A qualified representative of the signal cabinet and controller supplier shall be required to be present for the signal turn on if the controller is being supplied on the contract. Addendum 2 Page 12 of 25 9/26/06 The required field-test steps shall be implemented in the following order: 1. Turn on the traffic signal to its flash mode to verify proper flash indications. 2. Stop all traffic from entering the intersection. 3. Allow the traffic signal to cycle through normal stop -and -go operation for no less than one full signal cycle to verify proper signal operation. If the Traffic Engineer determines that the signal operates correctly, the contractor shall be directed to place the traffic signal in normal stop -and -go cycling operation. If the Traffic Engineer determines that the traffic signal is malfunctioning or is operating improperly, the contractor may be directed to either return the signal to flash mode for a period not to exceed five calendar days, or to turn the signal off and cover all signal displays. In this case, the contractor shall also be required to provide 24-hour notification to the Traffic Engineer of the rescheduled signal turn -on date, following the previously mentioned procedures. Unless otherwise approved by the Traffic Engineer, change to stop -and -go signal operation shall be permitted only Monday through Thursday between 8 AM and 1 PM, with the exception that the change shall not occur on a holiday or the day preceding a holiday. Guarantees The supplier shall furnish to the City all guarantees and/or warranties furnished as a normal trade practice in connection with any equipment supplied for this contract. 8-20.3(14)B Signal Heads This section is added to the Construction Contract Specifications and Bid Documents as follows: Supplement this section of the Standard Specifications as follows: Signal heads shall not be installed at any intersection until all other signal equipment is installed and the controller is in place, inspected, and ready for operation at that intersection, unless ordered by the Engineer. If the Engineer orders advance installation, the signal heads shall be covered to clearly indicate the signal is not in operation. The signal head covering material shall be of sufficient size to entirely cover the display. The covering shall extend over all edges of the signal housing and shall be securely fastened at the back. 8-20.5 Payment This section is added to the Construction Contract Specifications and Bid Documents as follows: Supplement this section of the Standard Specifications as follows: Addendum 2 Page 13 of 25 9/26/06 Payment will be made in accordance with Section 1-04.1 for the following bid item: "Traffic Signal System", per lump sum. The lump sum contract price for "Traffic Signal System", shall be full pay for furnishing all labor, materials, tools and equipment necessary or incidental to the construction of the complete traffic signal system as shown on the Plans and herein specified. This shall include, but not be limited to, excavation, backfilling, concrete foundations, luminaries, signal heads, electrical service, pullboxes, conduit, wiring, restoring facilities destroyed or damaged during construction, removing or salvaging all existing equipment, and for making all required tests. All additional materials and labor not shown on the Plans or called for herein and which are required to complete the system shall be considered as incidental to the construction and shall be included in the lump sum contract price, and no additional compensation shall be allowed. The four (4) Type III Combination Lighting and Mast Arm Signal Standards shall be supplied by the City of Yakima, and, therefore, shall not be bid as part of the traffic signal system. ITEM 15. Contract Provisions; Special Provisions Section 9-29: Section 9-29 Illumination, Signal, Electrical 9-29.1 Conduit, Interduct, and Outerduct Delete this section in the Construction Contract Specifications and Bid Documents and replace it with the following: All conduits below grade on this project shall be gray electrical -grade schedule -40 PVC underground conduit. Additional materials to be installed on this project include, but are not limited to, junction boxes, cables and electrical conductors and pull rope. The pull rope shall be a 1/8 -inch braided nylon rope with a 450 - pound breaking strength (King Cotton Products #5051-4-1/8 or equivalent). The pull rope shall be installed in each conduit run, and it shall be re -pulled using the cable with a minimum of two (2) feet of the pull rope doubled back at each termination. Conduit fittings for steel conduit shall be coated with galvanizing repair paint in the same manner as conduit couplings. Electroplated fittings are not allowed. Steel conduit entering concrete shall be wrapped in 2 -inch wide pipe wrap tape with a minimum 1 -inch overlap for 12 inches on each side of the concrete face. Pipe wrap tape shall be installed per manufacturer's recommendations. 9-29.2 Junction Boxes This section of the Construction Contract Specifications and Bid Documents is supplemented with the following: Addendum 2 Page 14 of 25 9/26/06 Junction boxes for the traffic signal shall be Quazite PG -Style in sizes 1, 2,and 3, and located as shown on the plans. They shall be constructed of polymer concrete, reinforced by a heavy -weave fiberglass. Junction boxes and covers shall be concrete gray in color and designed and tested to temperatures of -50° F. The covers shall be secured with two (2) 3/8" — 16 UNC stainless steel hex head bolts w/ washers. The covers shall be marked with a recessed "Traffic Signal" logo. 9-29.3 Conductors, Cable This section of the Construction Contract Specifications and Bid Documents is supplemented with the following: All conductors and cables shall be installed as shown on the plans. Illumination circuit splicing shall be allowed in junction boxes as described in section 9- 29.12(1). There shall be no other wire splicing allowed in junction boxes or any other location between the controller cabinet and signal pole terminals, pedestrian signal poles and pedestrian push button posts. This restriction applies to all multiple -conductor and single -wire power cables, as well as coax cables called for on the plans. 9-29.6(1) Light and Signal Standards This section of the Construction Contract Specifications and Bid Documents is supplemented with the following: The four (4) Type -III Combination Lighting and Mast Arm Signal Standards shall be supplied to the contractor by the City of Yakima. The poles, mast arms, and luminaire arms will be available for pick-up after November 20, 2006 at the City of Yakima Traffic Signal Operations shop at 2301 Fruitvale Blvd. The contractor shall supply and install all other signal equipment, hardware, and components per the plans and these special provisions. 9-29.12(1) Illumination Circuit Splices This section of the Construction Contract Specifications and Bid Documents is supplemented with the following: Illumination circuit splicing shall be made with the 3M Model 82-A Power Cable Splice Kit. The splice shall be allowed in the junction boxes and be rated for weather exposed direct burial, and submerged applications, creating a completely waterproof splice. 9-29.13(7) Traffic -Actuated Controllers This section is added to the Construction Contract Specifications and Bid Documents as follows: Supplement this section of the Standard Specifications as follows: Addendum 2 Page 15 of 25 9/26/06 The contractor shall supply, with the cabinet, an M-1 ATC traffic -actuated controller, or, alternatively, a 2070N (NEMA) traffic -actuated controller, with the latest version of WA03 NEMA software. The controller manufacturer shall include NWSCentral traffic signal system software with the controller and two days of controller and software training for all City of Yakima technical traffic signal staff. The controller, MMU (described below), and the NEMA cabinet shall be tested by the City of Yakima as further described in section 8-20.3(11) prior to the traffic signal turn on. An EDI (Eberle Design, Inc.) MMU-16LE Smart Monitor, or approved equal, NEMA LCD Malfunction Management Unit (MMU) shall be supplied and installed in the cabinet with the correct configurations established for the proposed signal phasing and intersection monitoring needs. The MMU shall have a minimum of two high-contrast LCD's showing continuous full RYG(W) intersection status, as well as a menu -driven user interface to status, signal voltages, configuration, event logs and help system. The MMU shall include a built-in "Set Up Wizard" to configure the management unit for the specific signal phase sequencing/timing and operational needs of the intersection. The set up shall allow the storage of configuration data in the MMU as well as on the jumper card for efficient per -channel configuration data retrieval, diagnostics and management. The MMU shall include a Windows based management software for status, event log retrieval, configuration and data archival. The MMU must be configured to monitor MUTCD-approved Flashing Yellow Arrow Prot/Peini left turn operation with TS -1 or TS -2 NEMA cabinet designs. 9-29.13(7)D NEMA Controller Cabinets This section is added to the Construction Contract Specifications and Bid Documents as follows: Supplement this section of the Standard Specifications as follows: The cabinet manufacturer shall supply a NEMA Type "P" (P-44) traffic signal controller cabinet, dimensioned 55" high, 44" wide, and 26" deep. (See project detail.). The cabinet shall come complete with, and be wired to operate a 2070N or NWS M-1 ATC controller. The cabinet shall have 16 load bays/positions, and heavy-duty load switches with 40 -amp triacs and input and output indicators. The cabinet shall have a solid-state bus transfer relay. The flash transfer relays shall be mechanical. The cabinet shall be configured for eight vehicle phases (phases 1 through 8), four overlaps (ABCD), four pedestrian phases (with WALK / FDW intervals), four emergency preempts, and wired for ALL RED flash. It shall also be configured to allow protected - permissive odd -phase left turn operation, with bimodal odd phase GREEN / YELLOW Arrow interval indications, but with NO visible corresponding odd phase RED Arrow interval indications. The cabinet, controller and conflict monitor shall all be capable of operating an optional four -section head Flashing Yellow Arrow (FYA) permissive left -turn operation. The cabinet manufacturer shall configure the cabinet for Traficon (KarGor) Addendum 2 Page 16 of 25 9/26/06 detector rack -mounted video detection components and equipment as described in section 9-29.18. The cabinet shall have four fused camera -power switches, labeled Camera 1, Camera 2, Camera 3, Camera 4 (top -bottom or left -right) and a main camera power switch on the tech panel. The vehicle detector test switch panel shall consist of an upper row and lower row of two - position switches, with one switch per phase in each row. Each set of switches shall be positioned horizontally and shall be labeled left-to-right chronologically by phase. The upper row shall be standard detector actuation ON/OFF switches. The lower row shall be detector TEST switches. The UP position for the upper -row switches shall allow normal signal operation with vehicle actuation calls to the controller, and the DOWN position shall disconnect the vehicle detector actuation calls to the controller. The UP position for the lower -row switches shall place a steady test call to the controller, and the DOWN position shall remove the test call to the controller. The cabinet's main circuit breaker shall supply power to all devices in the cabinet except the cabinet light and maintenance panel convenience outlet, which shall be powered through a 15 -amp auxiliary circuit breaker. The cabinet shall also have a three -position "Stop Time" switch mounted on the tech panel. The Up position shall allow automatic conflict monitor control of the Stop Time, the Center position shall deactivate Stop Time, and the Down position shall immediately "Stop Time" the signal in the currently -active signal phase interval and hold it until the switch is toggled back to the Up position to resume normal operation. The switch shall have a protective cover, which must be lifted to operate the switch. The cabinet door lock shall be a Best Lock CX series, cored for the City of Yakima YT -1 key, and it shall include a permanent, washable, metal, hospital grade intake filter. The cabinet door shall NOT include a display panel. The cabinet shall include a CD, two tyvek copies of the cabinet drawings and one service manual. The cabinet manufacturer shall also install an alternate power feed switch and connector, which shall power all devices in the cabinet. The switch shall be fed via a cabinet -mounted "Alternate Feed Connector" to allow an exterior - wall bypass plug-in connection to a mobile stand-alone power generator. (For use during signal power outages.) The connector shall be an Electroswitch #KW40220106, or equivalent, with nameplate labeled NRML — OFF — GEN. The Alternate Feed Connector shall be a Hubbell Flanged Inlet #CS6375M2 with lift cover. The alternate feed switch shall be mounted as close as possible to the power feed terminal strip on the power panel. The Alternate Feed Connector shall be mounted on the cabinet exterior wall below the power panel for switch accessibility from the cabinet interior. These devices shall be configured as per the "Alternate Feed Connector" Project Detail. The mercury contactor shall be "normally open" and capable of switching 60 amperes at 120 VAC. All power used for signal displays shall be routed through the mercury contactor. In its "closed" position it shall supply AC power to the load switches. The transient voltage protector shall supply power to all devices in the cabinet that are microprocessor based. The cabinet manufacturer shall also supply and install Encom spread -spectrum radio interconnect equipment. The system shall include a new shelf -mounted Addendum 2 Page 17 of 25 9/26/06 ENCOM Model COMMPAK IP radiomodem, with all required mounting, connecting and auxiliary equipment, including, but not limited to, flexible communications coax cable. (LMR 400 or equivalent-- home run from the antenna to the cabinet with no splices in between.) Also as part of the radio interconnect system, the contractor shall install separately, as shown on the plans, a minimum 6.5db Blue Wave Yagi antenna. The cabinet manufacturer shall also supply and install in the cabinet a GPS Time Reference System, which will maintain GPS time -of -day synchronization. It shall include a control/processing unit installed in the controller cabinet, and a GPS receiver, which the contractor shall mount on the controller cabinet exterior as per the manufacturer's recommendation. The GPS receiver coax cable shall connect to the GPS control unit with a contact closure or an RS -232 output to set the exact time of day in the new controller. The control unit shall require no external programming and shall be programmable to automatically adjust for Daylight Savings Time and come equipped with a CPC connector and harness for wiring to a 120VAC or 12VDC power source and to the controller. The system shall include all required mounting hardware for the control unit and the GPS receiver. 9-29.14 Optical Preemption (New Section) This section is added to the Construction Contract Specifications and Bid Documents as follows: The contractor shall supply and install a Tomar, or approved equal, single 4 - channel optical -preemption selector/processor card in a stand-alone two -position preemption -selector rack (card cage) rack mounted to the right of the video detector card rack. The preemption selectors shall be compatible with NEMA TS - 1 and TS -2 controllers and meet all NEMA environmental requirements. The contractor shall also supply and mount four separate single -channel optical preemption detectors on the signal mast arms as shown on the plans. All required optical detection system auxiliary equipment shall be included to ensure reliable detection, processing and phase preemption service as programmed in the controller. Optical preemption set up, adjustments & programming support shall be included and provided by the cabinet and/or preemption equipment manufacturer. 9-29.16 Vehicle Signal Heads This section is added to the Construction Contract Specifications and Bid Documents as follows: Supplement this section of the Standard Specifications as follows: The contractor shall supply and install 12 separate aluminum signal heads, each withl2-inch LED signal indications/faces, tunnel visors, and five -inch louvered and powder -coated (inside and out) back plates. All above- mentioned signal head components shall be painted flat black. All illuminated Addendum 2 Page 18 of 25 9/26/06 signal displays shall be 12" GELcore, or equivalent, LED modules. The contractor shall supply and install the following number and configuration of signal heads with corresponding 12 inch LED modules: four (4) four -section signal heads, each with a Green, Yellow and Red ball, with the bottom section a bimodal Green/Yellow left arrow; and, eight (8) three -section signal heads, each with a Green, Yellow and Red ball. All signal heads shall be mounted vertically with Type -N Pelco band -on mounting as shown on the plans, with the exact mast arm drilling locations confirmed by the City of Yakima Traffic Engineer, or appointed designee. 9-29.18 Vehicle Detectors This section is added to the Construction Contract Specifications and Bid Documents as follows: Revise this section of the Standard Specifications to read as follows: The contractor shall supply and install vehicle detection equipment manufactured by Traficon (Kargor), and shall include all required components to establish a fully- operational vehicle -actuated video detection system integral to, and compatible with, the supplied cabinet, controller and other related components. The cabinet components shall include a detector card rack (mounted in the cabinet) with a minimum number of available card slots to operate one (1) power supply card, two (2) two -camera VIP video processor cards (3.2 version or most current), and one (1) ViewCom card. The video detection equipment shall also include required auxiliary components such as surge suppression, BNC connectors, a fuse block assembly, and Siamese- five -conductor power/coax cable home -run from each camera to the cabinet with no splices in between. The four (4) cameras supplied shall be Rainbow, or equivalent, b/w video detection cameras with motorized lens/combo, camera housing, sunshield, and universal Kar-Gor mounting kit for luminaire arm mounting as shown on the plans. . 9-29.19 Pedestrian Push Buttons This section is added to the Construction Contract Specifications and Bid Documents as follows: Supplement this section of the Standard Specifications as follows: The pedestrian push button housing shall be the standard WSDOT PPBM "H" bracket assembly with the walking man/arrow symbol as per the Standard Plans. The push -buttons mounted in the H bracket housing shall be The Campbell Company "4 EVR" model ADA compliant push-button actuation units, which shall include a flush -mount LED. The unit shall provide a momentary audible signal and LED illumination at the point of the button actuation. 9-29.20 Pedestrian Signals This section is added to the Construction Contract Specifications and Bid Documents Addendum 2 Page 19 of 25 9/26/06 as follows: Supplement this section of the Standard Specifications as follows: The pedestrian signals shall consist of a 16" x 18" standard powder -coated housing, with GELcor, or approved equal, LED pedestrian indications with the side-by-side illuminated "WALKING PERSON"(for Walk interval) and illuminated "HAND"(for Flashing Don't Walk interval) display symbols. The surface of the lens shall be textured to reduce glare. The "egg crate" visors normally supplied, are not to be mount on the pedestrian heads; the contractor shall deliver the visors to the City of Yakima Traffic Signal Operations Shop at 2301 Fruitvale Blvd. The contractor shall use Type -D (top mount) mounting hardware to install the pedestrian signals as per WSDOT Standard Plan J -6f, and located as shown on the plans. 9-29.24 Service Cabinet This section of the Construction Contract Specifications and Bid Documents is supplemented with the following: The electrical service for the traffic signal shall be housed in a side -of -pole mounted "Type A", Code- NEMA Type 3R, service panel. It shall be mounted on the north side of Mast Arm Pole #2 as shown on the plans, with meter base installation and any other power -service interface requirements as per Pacific Power & Light (local power company). There shall be installed a 100 amp, single- phase 120v/240v, UL approved load center with a minimum of six breaker positions. The required breakers shall consist of a 100 amp main breaker, a 50 - amp breaker for controller power, and a 30 -amp breaker for intersection lighting power. The service equipment shall also include a photocell bypass switch. ITEM 16. Proposal: Item Proposal Bid Sheets: Remove all prior Item Proposal Bid Sheets and replace with the attached four (4) pages of Item Proposal Bid Sheets, labeled "Addendum No. 2", dated "September 26, 2006". All of the attached Item Proposal Bid Sheets have been modified to reflect modified bid items, updated quantities and construction clarification. ** The contractor must submit a bid on all schedules of this project. Failure to do so shall render the entire bid to be non-responsive. * * Addendum 2 Page 20 of 25 9/26/06 ITEM 17. Plans: New Plan Sheets: Remove all forty (40) plan sheets and replace with the new plan sheets 1-23 and 27-33, labeled "Addendum No. 2", dated "September 26, 2006". Sheets 24-26 and sheets 34-40 have been included although unchanged. The plan sheets have been updated including, but not limited to, moving of 27" Sewer Line 3 feet north, added Sewer Stubs and Irrigation Structure Itemized Details. ITEM 18. Details: Additional Details: Add the three (3) Detail Sheets labeled P1, S4 -P and SD1 of this addendum to the Construction Contract Specifications & Bid Documents. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: 13Ke-tt"J{ S PE Brett H. Sheffield, P.E. Acting City Engineer 9 -26-2006 Date Addendum 2 Page 21 of 25 9/26/06 ITEM PROPOSAL BID SHEET City of Yakima River Road Improvements Project Fruitvale Boulevard to 6th Avenue City Project Nos. 1944 & 2128 TIB# 8-4-180(019)-1 SCHEDULE "A" (Roadway Improvements ITEM NO. PROPOSAL ITEM PAYMENT SECTION UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPCC PLAN 1-07.15 1 _ LS 2 MOBILIZATION 1-09.7 1 LS 3 TRAFFIC CONTROL SUPERVISIOR 1-10.5 1 LS 4 FLAGGERS AND SPOTTERS (Min. bid $30 per hour) 1-10.5 2,000 HR 5 OTHER TRAFFIC CONTROL LABOR (Min. bid $30 per hour) 1-10.5 400 HR 6 CONSTRUCTION SIGNS, CLASS 'A" 1-10.5 480 SF 7 CLEARING AND GRUBBING 2-01.5 1 LS 8 ROADSIDE CLEANUP 2-01.5 1 FA $25,000 $25,000 9 REMOVAL OF STRUCTURE AND OBSTRUCTION 2-02.5 1 LS 10 SAW CUT, PER INCH DEPTH 2-02.5 1500 LF 11 ROADWAY EXCAVATION INCL. HAUL 2-03.5 9,455 CY 12 CRUSHED SURFACING BASE COURSE 4-04.5 7,370 TON 13 ASPHALT TREATED BASE 4-06.5 3,890 TON 14 PLANING BITUMINOUS PAVEMENT 5-04.5 3,120 SY 15 HMA CL. 3/4" PG 64-28 5-04.5 4,050 TON 16 PAVEMENT REPAIR 5-04.5 400 SY 17 CORRUGATE POLYETHYLENE STORM SEWER PIPE, 12 IN. DIAM. 7-04.5 4,300 LF 18 CORRUGATE POLYETHYLENE STORM SEWER PIPE, 18 IN. DIAM. 7-04.5 3,350 LF 19 INFILTRATION POND 7-04.5 1 EA 20 BIOINFILTRATION SWALE 7-04.5 1 EA 21 CATCH BASIN TYPE 1 7-05.5 49 EA 22 CATCH BASIN TYPE 1L 7-05.5 14 EA 23 CATCH BASIN TYPE 2, 48 IN. DIAM. 7-05.5 1 EA Addendum 2 Page 22 of 25 9/26/06 ITEM NO. PROPOSAL ITEM UNIT PRICE DOLLARS AMOUNT DOLLARS 24 VANED GRATES FOR CATCH BASINS TYPE 1 7-05.5 63 EA 25 DRAINAGE RETENTION BASIN W/36 IN. DIAM. PERF. PIPE 7-05.5 300 LF 26 ADJUST MANHOLE 7-05.5 16 EA 27 CRUSHED SURFACING TOP COURSE (FOR TRENCH BACKFILL) 7-08.5 600 TON 28 STRUCTURE EXCAVATION CL. 'B' INCL. HAUL 7-08.5 4,330 CY 29 SHORING OR EXTRA EXCAVATION CL. B 7-08.5 6,600 LF 30 ADJUST VALVE BOX 7-09.5 2/ EA 31 REPLACE VALVE BOX 7-09.5 5 EA 32 ESC LEAD 8-01.5 28 DAY 33 SEEDING, FERTILIZING AND MULCHING 8-02.5 1 ACRE 34 IRRIGATION STRUCTURE #1 8-03.51 1 EA 35 IRRIGATION STRUCTURE #2 8-03.5 1 EA 36 IRRIGATION STRUCTURE #3 8-03.5 1 EA 37 IRRIGATION STRUCTURE #4 8-03.5 1 EA 38 IRRIGATION STRUCTURE #5 8-03.5 1 EA 39 CEMENT CONC. TRAFFIC CURB AND GUTTER 8-04.5 13,800 LF 40 COMMERCIAL DRIVEWAY APPROACH 8-06.5 42 EA 41 REMOVING AND RESETTING FENCE 8-12.5 250 LF 42 CHAIN LINK FENCE TYPE 1 8-12.5 290 LF 43 END, GATE, CORNER AND PULL POST FOR CHAIN LINK FENCE 8-12.5 8 EA 44 DOUBLE 14 FT. CHAIN LINK GATE 8-12.5 1 EA 45 MONUMENT CASE AND COVER 8-13.5 5 EA 46 REMOVING FENCE 8-12.5 1 FA $15,000 $15,000 47 MONUMENT CASE AND COVER 8-13.5 3 EA 48 CEMENT CONCRETE SIDEWALK, 4" DEPTH 8-14.5 4,100 SY 49 CEMENT CONCRETE SIDEWALK, 6" DEPTH 8-14.5 540 SY 50 CEMENT CONC. SIDEWALK RAMP TYPE 2A 8-14.5 8 EA 51 CEMENT CONC. SIDEWALK RAMP TYPE 4A 8-14.5 96 EA 52 SIGNPOST SOCKET 8-14.5 50 EA Addendum 2 Page 23 of 25 9/26/06 ITEM NO. PROPOSAL ITEM UNIT PRICE DOLLARS AMOUNT DOLLARS 53 MAIL BOX SUPPORTS, TYPE 1 8-18.5 60 EA 54 MAIL BOX SUPPORTS, TYPE 2 8-18.5 2 EA 55 REMOVING AND RESETTING LOCKABLE MAILBOX 8-18.5 8 EA 56 ILLUMINATION SYSTEM 8-20.5 1 LS 57 SIGNALIZATION 8-20.5 1 LS 58 REPAIR OR REPLACEMENT 8-30.5 1 FA $90,000 $90,000 59 TRAINING 400 HR TOTAL SCHEDULE "A" Roadway Improvements: CRUSHED SURFACING BASE COURSE 4-04.5 SCHEDULE "B" (Sewer Trunkline ITEM NO. PROPOSAL ITEM PAYMENT SECTION UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPCC PLAN 1-07.15 1 LS 2 MOBILIZATION 1-09.7 1 LS 3 TRAFFIC CONTROL SUPERVISIOR 1-10.5 1 LS 4 FLAGGERS AND SPOTTERS (Min. bid $30 per hour) 1-10.5 800 HR 5 OTHER TRAFFIC CONTROL LABOR (Min. bid $30 per hour) 1-10.5 100 HR 6 CONSTRUCTION SIGNS, CLASS 'A" 1-10.5 120 SF 7 SAW CUT, PER INCH DEPTH 2-02.5 8,400 LF 8 CRUSHED SURFACING BASE COURSE 4-04.5 3,630 TON 9 ASPHALT TREATED BASE 4-06.5 1,914 TON 10 HMA CL. 3/4" PG 64-28 5-04.5 1,991 TON 11 PAVEMENT REPAIR 5-04.5 2100 SY 12 MANHOLE 60 IN. DIAM. TYPE 1 7-05.5 34 EA 13 MANHOLE DDITIONAL HEIGHT 60 IN. DIAM. TYPE 1 7-05.5 119 LF 14 TRENCH DEWATERING 7-08.5 1 FA $800,000 $800,000 15 STRUCTURE EXCAVATION CLASS B INCL. HAUL 7-08.5 36,550 CY Addendum 2 Page 24 of 25 9/26/06 16 SHORING OR EXTRA EXCAVATION CLASS B 7-08.5 10,620 LF 17 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 7-08.5 2750 TON 18 PVC SANITARY SEWER PIPE 27 IN. DIAM 7-17.5 10,100 LF 19 PVC SANITARY SEWER PIPE 10 IN. DIAM 7-17.5 520 LF 20 REMOVING AND RESETTING FENCE 8-12.5 750 LF 21 TEMPORARY FENCING 8-12.5 750 LF 19 REPAIR OR REPLACEMENT 8-30.5 1 FA $50,000 $50,000 SUBTOTAL SCHEDULE "B" Sewer Trunkline: 8.2% Wash St. Sales Tax (schedule "B" only): TOTAL SCHEDULE "B": TOTAL ALL SCHEDULES "A" + "B": Addendum 2 **Contractor must submit a bid on ALL SCHEDULES or the entire bid will be rendered non-responsive** • END OF ADDENDUM NO. 2 • Page 25 of 25 9/26/06 CITY OF YAKIMA - PROJECT DETAIL R/W 30' - 40' q. R/W 30' - 40° 1 -► 1' 5' 20' 20' 5' 1' 3'1 . -...- 3';‘ -2.0x -2.ox ...::: �..... ..�........ ..�, ....... :......•i.'.':.,;. —"-- n .:.• : ..,; .`' yrs y y y/Jr y • W,'•''. s. -*— 6" (MIN) —.- COMPACTED SUB GRADE 3" HMA CLASS 3/4" PG 84-28 (COMPACTED DEPTH) 3" ATB (COMPACTED DEPTH) 6" CSBC (COMPACTED DEPTH) RIVER ROAD COLLECTOR — ROADWAY SECTION W/SHARED BICYCLE LANE Fr— 6" (MIN) RIVER ROAD SECTION P1 City of Yakima - Engineering Division W 0 m 0 rn ii,7i,r. • ' SEE DETAIL R24 FOR TRENCH PATCHING SUITABLE EARTH FOUNDATION (SEE NOTE) NATIVE MATERIAL SHALL BE USED FOR BACKFILL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. CRUSHED SURFACING TOP COURSE SHALL BE USED FOR BEDDING MATERIAL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. UNSUITABLE FOUNDATION MATERIAL SHALL BE REPLACED WITH GRAVEL BACKFILL FOR FOUNDATIONS CLASS B. s4 TYPICAL SEWER TRENCH SECTION City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL TYPICAL TRENCH DETAIL S4 EXCAVATION >>,, ii �\\ PAYMENT LINE FOR PIPES 15 INCHES AND UNDER I.D. + 30 INCHES • FOR PIPES 18 INCHES AND OVER (LD. x 1.5) + 18 INCHES 0 o `way O tD \ \, G �`oo�F. • ti 40 off, ?% SUITABLE EARTH FOUNDATION (SEE NOTE) NATIVE MATERIAL SHALL BE USED FOR BACKFILL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. CRUSHED SURFACING TOP COURSE SHALL BE USED FOR BEDDING MATERIAL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. UNSUITABLE FOUNDATION MATERIAL SHALL BE REPLACED WITH GRAVEL BACKFILL FOR FOUNDATIONS CLASS B. s4 TYPICAL SEWER TRENCH SECTION City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL TYPICAL TRENCH DETAIL S4 16 1 O i 9 70. STA. 42+20 NEW 18" CPE (259.5' LT.) 1� 7 !j 240 L.F. SDMH /1 (TYPE 2-48' STA 424.20 (259.5' .) RIM EL T. 1115.40* I.E. 18' 04 (S..1113.50 I.E. 12' OUT SE) -1112.25 LE. 18' OUT NE) -1111.7 CID Kan J. & Reber» Hunzikor 181314-21403 INFILTRATION TRENCH 17' ELEV. - 1100.25 SECTION A—A NOT TO SCALE BIOINFILTRATION SWALE 20' PANT 111T14 DRYLAN2 1882.SS _ _ ELEV.- 1100.00. SLOPE 0.51E 10 NORTH SECTION B—B NOT 08 SCALE Nom Cann.n0 Corporu1on 181314-21410 200' x 30' BIO -INFILTRATION SWALE m Conning Corporation 101314-21419 / o / 1 APPROVED: 9-7-06 CITY OF YAKIMA - ENGINEERING DIVISION SCALE: 1" = 50' BIO -INFILTRATION DETAIL SD1 It 41,125 'ok' ir; Al M • •• " '."•• ••• •• NI.N• i 110,104•1 PAVE ....Z - [t ::°:g •• 0-0C licALF •••• •"•• ft floss, „_. 04 AT III,IC r .., IV.. •,. ,,,,-- Lx - 6,...4 " . - -;Z•Te7. -O. "._!' .0.0. = 0010.111001•11 ..... r .............., ...n......., , ...r.,!I ._:.. an CO I- 0 , NM • , -• Z UV r MI 11."14= 41111111•101110M11====IMM"MIIMEIRIVINIC=Wer < • 2 O L',..r..,- 4 " ' ' 1 e • a -•• , , , , , ..-“. -0 • ., ro.c. 0 .. a ;roc OD 11111111MINGOILIM1111111111=1 • it- c. 1) • i 2- L. 0 TA AT Ira., (I) 11111111/141/1 • AT Ira 0 • 0 w V \ L EAST WALL ELEVATION > - 1..A. UsTi - Ct Li CC CD CC ".-,...... 11 an r :11 • mum ow 17 , 1 - -.1, L- 1,1g .....•inimminmoummaniumemennmommomommo_ milormiromorollot .X. In .-....,.. ,, _ L JJ LU 1 1 Ll.j.-L j-7 - It 0., or Foo mos s'•••,..... - -. 0 . • •• .• .... D 1 \ sv A, N.F2 2; '''....„, FOOTING PLAN VIEW F. cl. -.4...' "•=............ '.........=....,•IP'.......4 ••••••. . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . •, . . . . . .,, .....,, , . . . . . . . . . . . . . , , ., . . . . . . . . . . . . . . . . „ . . . . . . . ,.• ' ' . . ''',7'... ' '...."'1•IM•S'.. r .a. " . . '''Ml. .. . . . . ''...-..:a.. ' . . " ..'• ,,,,„,,,,„,„....,,,J,,,,, tArc.'4'ne I MIL". , . , . 4L" • • . • • • . , .. • NO I. .. LIM. ' "''...... '''''''', ''', '''.....7:a V.I.. UCH 1111 0 ./1 yr VVO.0 - • ,..,.....%S ' ' . . , WOG e ,. ' , . , . -..............., . • . . ...;,...... . . • . . ........,........ . . . ••••.,....................•=........... , . , . . , . , s . . . k' 11.1111 ...... ,..... . . .,, . . -..... "-----..., e ....--- ...._. ..---- ...- .....A............_. ...r.... • ..... """,............=..".=2".St...."-',Mr................... • . .!: . ... ,,, ..., @JD '' " '-"- • C . IVO.C. ................."'451..' SI/ I.( 3. -',.. C'e .4 ''' ..I..'. -' C ' •• AI Ir.. Gg FA AT aro, - 1AT ,.. N•10.1.2.••.' .. -., ,.-.•. ., .-7.1:-.................... cac....----"..- . 1 - -----.....44... -- 211 ••••• 0 ••1 AT iroc • •• I•;••• GONCIlerr ,...N. -NA. FOOTINGS. ;MUM, Vd•LLS. BRIO. DECK 9, 11.4,3 TA l , ttf,Lgt,k,l.r.'•Lon :nr,..... •••,I, ONIFIMIMe • • ,9 ..., ve.-o C. ,, --'••' .."--."."'"•••••• ,......, --4,----..„... 0 •A Lono . 0.3•TVOC 0.../..1)G - tt11.11-1V,',1"11VAntA, VA "'" ,.,-. -..... --,..,,, Nql, gla,,`,,i `"'"".""'" :..w:t',1,%. _,_... -‘,..—•-••• -..m........=--- ..=... • MIMI .,....._ . ' -C..1 H itige'" , „ , , , . • . . ...,... . , , :m..: .... . . . . . T it • . . .. _.. . .. . . . =. 7 . .,,. . . " . . , . , . . .. . . , TYPICAL SECTION 1 . , . . .7.. , . . . . ••••••,',,==.... TA ;2,1, Pri•OnalicINAN ye co., • I \\ PY-i•TEIVV• /•-INITZ,PL'''. ••••=.....••=.... - . Va. A. • . . .• . . I ' ' • • " ,.....,, • • • •-,.. , ; • • = • . . . .- . •,. . ..= . •• o NE • . .. . • • • • ••;',. . . I • • • • • ... ••••• ••• • "•• I . . . .• . . . -....,... , V 1 111111MEEME BRIDGE DECK PLAN VIEW vregt, T•Akt . ; ' • E 1 ESEME4Egio• , . , men 0 IVIND WALL ; , TYPICAL SECTION TYPICAL PLAN VIEW • • • , . . . . ,... , /Z.. C ri .4 , 10.0.1. i i e•-•, "-I.. -,....„... 416,47 EIMMIMIIMIIIMMIIMImminiammi me , CANAL LINING TRANSITION .„,_, 4//7 z .. Al le GC ME11111111 .7.‘ . p • • ...-... I .00- "V ..... '`,../ . non TYPICAL END SECTION I vg.,.1. r o '‘'.....• ...'.. 6 ... inI2.- A., LT r1•0 C. lt.1111. IL ;No. • , ,,,,,,, Co NM u .1 • NT IVO.C. 0 •• ., .."...—\ nAltouri. To NoNowAv A 1[41. Ity• • I,o• Cr, ... 0 Z > - 0 - ,f a .,..„ • ' - 1' _ 11111:•••••.• IL III13.50 Z<<1.- 011112MIUSILM I idiMin ENIIMINSV06, join. leaLtemomatil,.....-.111.-,1111. 1.—IIIIMMIPIIIII • • -... - 4 NOM 111 III IMENIM11..1.111111.1 EL En 0 rr ro or, 11111111111OVEMB II li 1 II [ 1111M11111111111111•111 0 _j c r , 1 ..-"± ulZI,Juj'!.$ 0 0 • , .. ,I _._e €3,....itro c , .., 4., ,,..,, 4. • ''' C .• T 12.0X 10 . , Ira C CS .4 , 1'016 „ „ ,. ,. ,,, • • Iroc. 0 • • I •• . • • COLD JOINT SECTION _I WEST WALL ELEVATION NA..., ....- (DLL I:10• 8 OF I 0 1 2006 River Road Improvements Project Fruitvale Boulevard to 6th Avenue City of Yakima Project No's. 1944 (Roadway) & 2128 (Sewer) TIB Project No. 8-4-180(019)-1 ri PROJECT LOCATION � � 1t elf =� ;„ r �i�1111, 11.11rigir'"="Intlein AMP/ Zdkh0lIMiellar, ,n�}fir.■�� lJl�ilf�_ M111llll'ti �=_ 5 i iim Damm limii mitml■iu11i1 imeiLIrmaLligrisrir,llII 1...1..... I 111 W{ 1 I_ ■ MUM i_) iii 1 11httil1 Illlll��i. I�IYIIIIII' 5 �:11{j - IYIYI 111 llll':1 i l � II. 11111"411P1 ! a ROW Ism 'iiiii iiiii114,\'�Wiiiiiii'% � ��-•�m1•• ulu n^ � ria -ilii 111. 1111 int.1•�'Y7 ifa nni nuuulll �'n � IIIIIIli11 ft VICINITY MAP NTS PLAN DISCLAIMER UNDERGROUND FEATURES SHOWN HEREON REPRESENT BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT ALL EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE NUMBER LOCATOR SERVICE: 1.800-553-4344 E%PISES 10/13/2007 ADDENDUM #2 925.06 LEGEND CONSTRUCTION NOTES • z A NEW SEWER PIPE NEW STORM SEWER PIPE NEW IRRIGATION PIPE I NEW DOMES IIC WATER PIPE I I NEW DOMESTIC WATER PIPE' NEW CONCRETE MANHOLE NEW GATE VALVE NEW FIRE HYDRANT NEW WATER METER NEW STREETLIGHT NEW ELECTRIICAL PULLBOX NEW STORM IS EWER CATCH BASIN NEW CEMENT CONCRETE BARRIER CURB NEW CEMENT CONCRETE SIDEWALK NEW ADA HANDICAP RAMP NEW COMMERCIAL APPROACH NEW RESIDENTIAL APPROACH CONSTRUCT CEMENT CONCRETE BARRIER CURB PER CITY OF YAKIMA STANDARD DETAIL R01. CONSTRUCT CEMENT CONCRETE SIDEWALK PER CITY OF YAKIMA STANDARD DETAIL R12. CONSTRUCT COMMERCIAL APPROACH PER CITY OF YAKIMA STANDARD DETAIL R09. CONSTRUCT RESIDENTIAL APPROACH PER CITY OF YAKIMA STANDARD DETAIL R05. CONSTRUCT SIDEWALK RAMPS TYPE 3A & 4A PER WSDOT STANDARD PLANS F3 -B & F3 -D. SAW CUT EXISTING ASPHALT TO CREATE CLEAN EDGE. CONSTRUCT CEMENT CONCRETE DEPRESSED DRIVEWAY CURB PER CITY OF YAKIMA STANDARD. CONSTRUCT NEW SANITARY SEWER MANHOLE PER CITY OF YAKIMA STANDARD DETAIL S01. CONSTRUCT NEW 27" ASTM F679 PVC SEWER PIPE PER STANDARD SPECIFICATIONS. CONSTRUCT NEW SANITARY SEWER CLEANOUT PER CITY OF YAKIMA STANDARD DETAIL 505. CONNECT NEW SANITARY SEWER PIPE TO EXISTING MANHOLE AND/OR PIPE. RECHANNEL BASE OF MANHOLE AS DIRECTED BY THE ENGINEE 24 CONSTRUCT NEW 10" ASTM F679 PVC SEWER PIPE. CAP AT RIGHT-OF-WAY WITH LOCATOR. 56 GENERAL NOTES 1. ALL ROADWAY DIMENSIONS SHOWN ON PLANS ARE TO BACK OF CURB 2. CONTRACTOR SHALL MAINTAIN ONE (1) LANE OF TRAFFIC AT ALL TIMES DURING THE COURSE OF THE PROJECT UNLESS OTHERWISE APPROVED. 3. ACCESS TO EXISTING RESIDENCES AND BUSINESSES MUST BE MAINTAINED DURING THE COURSE OF THE PROJECT 4. TRAFFIC SIGN V-LOCS WILL BE FIELD LOCATED BY CITY FORCES 5. ASPHALT ROADWAY PAVEMENT WITHIN LIMITS OF NEW ROADWAY IS TO BE REMOVED. 6. MAILBOX SUPPORTS ARE TO BE FIELD LOCATED. 7. CITY FORCES WILL PERFORM STRIPING ON ENTIRE PROJECT. 8. ELECTRICAL LIGHTING CIRCUITS & SVC. DROP LOCATIONS TO BE DESIGNED & CONSTRUCTED BY CONTRACTOR 9. ALL RESIDENTIAL DRIVEWAYS SHALL HAVE A 4' (APPROX./ASPHALT OR CONCRETE DRIVEWAY APRON CONSTRUCTED BETWEEN THE BACK OF SIDEWALK AND THE EXISTING DRIVEWAY. WATER FACILITY INSTALLATIONS TO BE COMPLETE. CITY OF YAKIMA FORCES UNLESS OTHERWISE NOTED. CITY TO CONSTRUCT NEW 12" DUCTILE IRON WATER MAIN, 12" GATE VALVE & CAP PER CITY OF YAKIMA STANDARD. CITY TO CONSTRUCT NEW FIRE HYDRANT ASSEMBLY PER CITY OF YAKIMA STANDARD. CITY TO ABANDON EXISTING SERVICES. CITY TO INSTALL NEW WATER SERVICE. CONSTRUCT NEW STREET LIGHT ASSEMBLY WI PULL BOX AND INTERCONNECTING CONDUIT PER CITY OF YAKIMA STANDARD. INSTALL ELECTRICAL PULL BOX AND CONDUIT AS SHOWN AND PER CITY OF YAKIMA STANDARD. CONSTRUCT NEW IRRIGATION STRUCTURE PER PROJECT DETAIL "STRUCTURE #1" - SHEETS 24-26. CONSTRUCT NEW IRRIGATION STRUCTURE PER PROJECT DETAIL "STRUCTURE #2" - SHEETS 27-28. CONSTRUCT NEW IRRIGATION STRUCTURE PER PROJECT DETAIL "STRUCTURE #3" - SHEET 29. CONSTRUCT NEW IRRIGATION STRUCTURE PER PROJECT DETAIL 'STRUCTURE #4" - SHEET 30. CONSTRUCT NEW IRRIGATION STRUCTURE PER PROJECT DETAIL "STRUCTURE #5" - SHEETS 31-33. CONTRACTOR TO REMOVE EXISTING IRRIGATION STRUCTURE. CONTRACTOR TO ABANDON EXISTING IRRIGATION PIPE. REMOVE CULVERTS, BRIDGES & ALL UNNECESSARY APPURTENANCES. 60 ADJUST SURVEY MONUMENT CASE & COVER TO FINISHED GRADE. 'EXPIRES 10/13/2007 ADDENDUM #2 9.25.06 1135 1130 1125 1120 CURB RETURN DATA - C2 Illad at MA) PC 10+94.0. 24,67' LT 1136.73 MC 1136.43 PT 12+08.81. 20.0' LT 1138.13 R 100.0' 1- 147.94' T 91.25' - 84•45.46' CURB RETURN DATA - C1 (ens al Cara) PC 10+58.78, 64.46' LT 1137.18 MC 1137.07 PT 10+94.11, 24.67' LT 1136.95 R 40.0' L 59.21' T 36.54' = 844856" / Wator Proporlles 20. 0 20 0 Loom. STA 13+30 Slap. Potlasaa IBIS:5-11022 113,1,5-11100 0 275 LT PARCEL 101315-M02 amp: 9. Erickson PP,...E 101315-I:PIO iji vfogmancomrairazemmomon Temf.m. atreissammeiass min= is gm want ssmai 01111stios asigte inensinens 5 P Imaslananta PAR0a 1E315-11300 NEW CO 01 STA 11+18.41, 59.31' LT LIIJLIJ 071-1 STA 13+32 24' RT STA 11+63 NEW MH 01 PP aullington Northar Snnla STA 14+95 27.5 RT 25' RT STA 12+13.37, 27' RT PAMEl. 181015-92890 N.P.R.R. SPUR Nachos Branch_1111- L 1 11_ 1 I _111. L'LLT1-1-1 FTT-r-TT-17-1 L_T-1 I 1 C213L-P3 (Burlington Northern) STA 10+66 67' RT 140 1136.30 9.25.06 CURB RETURN DATA - 04 0*6 63) PC 11+34.96, 24.24' RT 1136.50 ADDENDUM #2 10+00 PVI:STA =. 10+50 • . . . , PVI ELEV = 1137.05 SS C.O.' i • :STA... 11 +1.8.41 (59.3.1 .LT.) . . ..... . I.E. 27"' OUT (0). = 1121.25 11+00 • !P'h1t+I1S6,3 A.A1 (27 RT.)' RIM EL.= 1134.0 ,I.E. 27".114 (W) = 1121.03 'I.E. 27"10L17 (EY = 1120.93 ....... . • • • 130.00 L.F. qLopEl.!'0:'00),"•Fr/Fr ' NEW: 27" PVC PT 12+13.81, 20.0' RT 1136.10 R 55.0' L 56.93' T 31,31' 5918.07' CURB RETURN DATA - 03 PC 10+58.68. 87.06' RT 1137.14 640 1136.82 PT 11+34.93, 24.24' RT 1136.50 R 40.0' L 84.23' T 70.19' - 1209843" ! GRATE EL.= 135.45 . I.E. 12" OUT (N)=1132,45 EXISTING GROUND 5 15 F.G. CENTERLINE 39.001.5. - 12" CPE SLOPE 0.0049 FT/F-f. : pe #1 (. (TYPE 1). $TR, 12+50 (19. 0 1-77 GRATE .011= ”35.45 • I.E. 12" IN- 1132.26 I.E. 12" OUT = 1132.25 SLOPE = 0.0061 FT/FT 1135 12" CPE • 1130 303:95 L.F. SLOPE 0.0019 FT/FT NEW 27" PVC 12+00 13+00 14+00 1125 1120 15+00 r) 2 &D. a- < c 4, CO E o O (5 r, E -5 0 c0 CO O 5) C -C) City of Yakima No's. 1944 (Roadway) & 2128 (Sewer) 72 g.!= 3 03 CURB RETURN DATA - 05 mou) cu.) R 130.0' 1 67.42' T 34.49' 15 294254' CURB RETURN DATA - 06 6444 4. 44.1 R 170.0' L 88.17' T . 45.10' 15 - 29,4254" CURB RETURN DATA - 07 Ma. ol cu.) PC 18+75.61, 20.0' LT 1133.15 MC 1133.26 PT 17+00131, 4523' LT 1133.37 R 25.0' L - 39.50' T . 25 23' 15- 90'31'26" STA 16+85 27.5' LT „0) CURB RETURN DATA - CB 64.31 044) PC 17+33.93, 44.95' LT 1133.05 mc 1132.61 17+58.53, 20.0' LT 1132 56 5 - 25.01 15. 35.22' T = 24 95' 895255' locro. o r.11131,,CO2 Rar Rood 3e. PPL 1.13. 83,1 Porcri: •16131{-22433 31,4 R.or Ror. 241. •13:3:4 -22432 3.7 1 41 NEW MH 02 STA 15+17.3, 27' RT 1001881 10/13/2007 1135 1130 1125 1120 ;VA.A.1-11g Rt) RIM EL.. 1134.24 I.E. 27", IN (W) = 1120.36 I.E. 27" OUT (E)= 1120.35 . . 39 L = 15+00 -0.615 12" CPE 0. - 12" 9p5/= 1.1049 FT/FT PVI STA = 15+50 PVI ELEY = 1134.00 25 STA 16+10. 28' 09 3L STA 16+75 (TYPE11)17.) GRATE EL.= 1132.73 I.E. 12" IN (W)=1129.71 I.E. 12" OUT (0=1129.70 114.78 L.F. SLOPE = 0.0061 FT/FT 12" ,cpE ca 921, (TTP 1) STA. 15+50 (19.5' LT.) GRATE EL.= 1133.65 • 1.E. 121, IN 0,./-1130.42 I.E. 12" IN (S(=1130.46 I.E. 12" OCT E)-1130.41 co 82R TTP( 1) STA. 15+50 (19.5' RT.) GRATE EL.= 1133.65 I.E. 12" OUT (N)=1130.65 25' r NEW TA 17+21.5, 37. RIvie Roc. STA 18+78 STA 19+92, 27' RT 27.5' RT 219,87 L.P. 211 L.F. SLOPE = 0.0018 FT/FT • NEW 27" PVC 16+00 17+00 ',to 3. norrown Porou: Pair Rood Ri",PI.E.-27" IN = E2(16.V (81 LT.) RIM EL 1132.62 1119.97 I.E. 27" OUT = 1119.87 I.E. 8" IN (9) - 1122.70 • EXISTING GROUND 6% co 94R (TOPS 1) STA. 18+80 (19.5' RT.) GRATE 'EL.= 1131.32 i.e. 12" OOT (NE)=1128,32 E.G. CENTERLINE SLOPE = 0.0066 F7/F7 121' CPE • 41.79 L.F. - 12" CPE SLOPE 0.0048 FT/Fr or1013 :4-2332, a ADDENDUM #2 9 25 06 ce 94L (TYPE 1) STA. 18+95 19.5' LT.) GRATE EL.- 1131.23 I.E. 12" IN r)=1128.12 I.E. 12" IN W()=1128.24 I.E. 12" OUT E)=1128.11 pmi STA 19+00 PVI ELEV = 1131.50 -0.365 305.00 L.F. 394.68 L.F. SLOPE = 0.0017 FF/FT 1 1135 1130 1125 NEW 27" PVC • 1120 18+00 19+00 20+00 - a) a) 200 0- < co E 0 200 0_ 8 E -5 -0 co <0 000 w 7,3 > Q LL City of Yakima No's. 1944 (Roadway) & 2128 (Sewer) Project Eng. RJD tc, STA 20+50 41) NEW MH 04 STA:1+16.18, 8' LT 1 ' I51 030. , , City Of Yakima Algat Engineering Division ;2.01:477.vdtz,o..t i I .7...t. 020+14 , I iv ,,,,4424-- Rr41,20:4•,,,B.r....3:4;,,c2.2.7.2 STA 24+22 mt, ri) LT NW/ 1 • iii __ Mr. -140703 R ' /4 1./.021 MOM M n27.5' . R F_ ,.. - M.--.......-14M0205 OW "Milimer •;:',;,,,,, plitaiiPMEIZEI4413111"iligifilMillligr '''' ., ''''''.. ‹ 4::it';',-..r:41;:.--,,:'-'... -;,77!"..Z'1' .-V- .4.,;...,.-....I.,l.l 4:; 17.:11-w,'. ka ;,. :-&t2k, M. , . - UrsIEVADV21511211 ,7 1,,.,, '.1-4.40J.-:.A 'I o.1 ,--a-P ek t47rre.... ,. 92 " ....111 . 7 „ ,. -..r; 4i ... , , ,, . , , ...-,,,,,,44:1;,,„, - . 4,7E4U' 5,1P4 VW .Pii , l'' li ' RN. r fjo 24' PerRor arra:1ri-21.R At STA 22+35 re-1.17. 24' STA 23+25, 27' RT Pr. r3re-i•Orra I- be 0 STA 24+35.45, 8' LT . . River Road Improvements Project Fruitvale Boulevard to 6th Avenue City of Yakima Nes. 1944 (Roadway) & 2128 (Sewer) I; '.'r '• ot I le ADDENDUM 2420 ...or Root: • .. BE 1,.'"i ,... eto. a v.: . • • , ,,,,, ,,,, , /4 ,,, N. #2 ' eV - U.1 - 0 4 S ,,,,,,,,,;‘, , 0 ::, ,,, ,,,, 8.25.06 bxPins 10/13/2007 1135 1135 SSMH 4 90" C9 CE1 OR (TYPE 1) ' A. 21+16.18. 8 LT.) STA, 22+00 (19.5' RT.) SSMH #5 (60") CB 116L (TYPE 1 _ RIM EL.= 1,130.56 I.E. 27' IN (W) = . 1119.20 I.E. 27" OUT (7) -.. 1119.10 LE.8" IN (S)= 1120.80 GRATE EL.= 1130.04 STA. 24+35.45 (8' LT.) I.E. 12" OUT '(N)-112.7.04 RIM EL.= 1.129.41 ' I.E. '27" IN (W)= 1118.30 FG. CENTERLINE 1I.E. 27" OUT (E)1118.20 = .' STA, 24+60 (19,0' LT-) GRATE EL.= 1129.10 II..EE.. 18" INN ((7S ==11112255.3911 I.E. 18" OUT E)=1125.30 Project Eng. RJDJ Drawing Scales Horizontal =1' = 40' Vertical = 1' = 1130 .-0.36% 1130 EXISTING GROUND 0 Q ---7/1 --- ,--- - SLOPE = 0.0036 FT/FT39,00 L.F. 12" CPE .. .72" CPE - 260.00 L.F. PE 0.:09FT/F , SLOPE = 0.0036 Fr/F7 18' CPE 320.00 5.7'. 5:40PE=.0.0.035 FT/FT 39.00 L.F', - 12" CPE . 1125 CB #5L (TYPE 10 . ' T. SLOPE = 0.0049 FT/Ff' 18" CPE 1125 Plan & Profile Sta 20+00 Sta 25+60 STA. 22+00 (19.5 LT.) • . GRATE EL.= 1130.04 .. CB #6IR (TYPE 1) 394.68 I.E. 12" IN (S)=1126.85 LE. 12".IN ( =7127.01 I.E. 18" OUT E)1126.25 STA. 24+60 19.5' RT.) GRATE EL.= 1129.10 • I.E. 12" OUT (N)=1126.10 L.F. SLOPE = 0.0017 FT/FF 1120 - NEW 27" PVC 319.27 L.F. . SLOPE = 0.0025 FT/FT -. NEW 27" PVC . . . 1120 316 00 L.F, SLOPE = 0.0028 FT/FT .. . .... 20+00 21+00 22+00 23+00 24+00 25+00 5 ------<..) Peci, ala:314-2.14. 2,19 k,ur km., - - - -• -- - -- vie_ . a) -. STA 27+61.45, 8' LT e% STA 28 Pron: ,11,314-22,.. 27 "5 ,. 22' 2E05 P• -.or kood _. 8- OJA0»2 6-1 ' '' 1 g 1 , . s STA 30+67A4, 8 LT 030 City Of Yakima larj,t- Engineering Division yak., wantiNtm .-..... ,-: 01 ....,,...._ r 7112.1 ,• ,„,,,,„ a• . .I ,,- • „„, - " 14 .., 1 EN \ n! i . i , . rna A • 4 imigta n=rArm....................4 .2"CMI 442:2761. 10. Tr 1..H#1.4.:1.71r,'Vrp 47442M' 1.1 ' -4........,. 4 -lit* ' ViiiMaitrniSe " - ...0b...litentiPlaVA l -ti ,Madeadt .MttiMM=1 - - . aalliMr - ..er-sz,ffeiga...,.....tro-_, -..:grl,',,,--- , ; , , '4q43.2Fr:24.r1L,'k L I - . iro.. _...-•,,,,,, ,-..--,.. ., f 'CA :e .. 41, , €.1nliA4.01, :! -,.:z.,.. o ,-.L.. ..t.--',44-.- 7,ki&INN ' 0.41P. tau, w. gisa ar r;s4.# 1.1 KrodlmiciA • .......a. a-rx-o-rs. a-:-.1ra .. ...aerc ••••••... ,... ..earms-- Mill , ILZ1 PPL 10711 Jien PPL 1316-141. o 4 0 0 '. c "'"' .t.„ .7. STA 26+23 .0 ..• #1" 0 a> 27.5' RT 24 0 35 0 24' e TA 26+80, 2T RT •1111314-2.1..10 202,1 k..or ft. 4-2:: ,,,.., e10131 .1 ', 1 , PPL 1310-142710 r ST,2;731110c) STA 30+36, 2T RT ADDENDUM 4 > '7.4 co C\I #2 ,,,1 • .cr.•+: •.35.4-24.3 .6R 94, X\I" oi,m,,z W . „. .7t 13207 41.C1.10NAL 15'11P el-tt.- 6:4, 1,, 4t River Road Improvements Projec$ Fruitvale Boulevard to 6th Avenue City of Yakima No's. 1944 (Roadway) & 2128 (Sewer) 92506 EXPIRES 10/13/2007 - R1/2.17401191.15': RT.). LIN GRATE ' EL= 1126.17 S A 2 +51.45 8 LT. RIM EL.= 1128.27 . I.E. 12" OUT (N)=1123.17 CB #7R (TYPE 1) EXISTING GROUND 19) S$mH 87 (60") I.E. 27" 84 (V) = 1117.30 LE: 27- OUT xy .-. 1117.20 1130-0.367 STA. 27+80 09.5. RT..) . STA. 30i-6.44 (8 L.T.) • . CRATE EL= 1127.94 PVI STA - 28+70 • RIM EL= 1126.60 1130 - - - -_ - I.E. 27" IN ) = 1116.15 I.E.2" OUT (N)=1124.94 1 PVI ELEV = 1128.00 (W II.E. 27" OUT (E) = 1116.05 --- --. =0.63% : . fftject Eng. Nit] 8 'I g 21 a ., 2 E, -g JA e 650 x > .SLOPE = 00049 .. FT/ FT E.G. CENERLINE . T " 320.00 L.F. SLOPE = 0.0035 Fj/FT . 18" CPE 1125 39.00 L.F. 12 CPE 320.01 L F. 1125 SLOPE = 0.0063 FT/FT "E -r CB #7L (TYPE 11.) ' 18CPE STA. 27+80 (19.5' LT.) GRATE EL.= 1127.94 CB #8L (TYP 1L) Plan & Profile Sta 25+60 Sta 31+20 1120 - LE: 12" IN .1,-1124.75 STA, 31+00 19.5' LT.) I.E. 18" IN W =1124.18 .GRATE EL.- 1128.17 I,E; 16" QU E)=1 24,17 I.E. 12" IN (St1122.98 I.E. 18" IN (W +0122.15 ' 1120 I.E. 18" OUT 0=1122.14 316.00 L.F. SLOPE 7-0.0028 FT/FT . NEW 27" PVC 316.00 L.F. SLOPE ,--. 0.0033, FT/FT • NEW 27" PVC 1115 . . 26+00 27+00 28+00 29+00 30+00 1115 - 31+00 --------- 40 ^: •.'. k..,r k., .. , ❑v; ; tom , >:�-.., tab STA 32+22 � 'LT .f Nu,: 275 e:3:; of 5 ,} 24 .,.., r r.. 4'� '; n ....„ 3 7'-. ..f u:._ruvor ,,.. ,ro, .Cur., < xc MH 08 '11..16:3 r,` -`s11 �:: O 24' .TJ SNT 33 834 s,.a vfwr .•« A -.-`--- _ PK . .r.. u. 1. a vu.:.,,.Raa of r,.,m .:F nr N�v3:: - V.M. tit STA 275 LT50 City Of Yakima F� rm =t pt Engineering Division •••• 129 NaN Samna Sveel Ya Nna, WaaMgtrn n e f,.. min--..+s4-r_•:c: e -m........... = _ asiMuply Lw.""' - . _ _ _�_-_'° .a. .�� •.' Tn %+' .. ...� __. i:-'�1 -'anG3wt�fil ac•xr.F_ �°, _ '^^• 3 ,/'1 ' _ .{7 '1'1' R till �. 1^l-' % Fb."r^ ...}+y,y y�,--.--- V 1 ..+.._If r't• :.. '1 - L'-iG .i'�1 l..� b3 }'ihlL F.:'5W. fp`5+:': P t / Sj,{ itf'rin.1;1Cnyhlt,.'r. c,X'u.'.y�}i MY �u.'� { 1ST' 'k'I 4. sCV 'r13 '�•' 11:s U k w'Yri.;At 3' s.'.;..-. ..,. 4.1 I L 7U y(S. ,n :.'�k,� i'3tT'4 S1."iLarriN Ait r'i)�i.S :I 1. o-�� 3P �.0 Eot '/�" 7 i iR+'}G :: 'kxS lhFh'{'ot vw :..)A I^i Y_''�F ,V I ✓• `n +Ti7Y+'�L.yr •� fJ% �.I .:F t f{ 7Y1 ""h{( Yl J '+!f tiA „,Gv ���l.. r 1- fr 1::� ;L¢6'�'d?-'•.::ii' ..� ...:iI,P",7`F}t a'i�.SJL fM. R r .a-. ,r +....m. _s>.,...,.._�..zv. xr= n:.> as ...`.a's4y1^'a . � ? .- +lu,o�a ! • +T�,daa�4e. a. .r >•E' �6°^.�� cwwwr �!I��T,� Imo ^' ,Ih7p.�= M ,1 -'� � "' ti7 `Nn �h - . , r . CCJ 12' . y ., .; 6Ur":r,77 err. 131o,.x>a ©' .,.,T 2706 ..or Ra,_ ,•,��o-r�e,ra k.?%)fNr.�� Prvc..•nu•1-2:.1]s� .,275T � /'.�.' CV i z t v ••1 "� ' =4,1 v. . STA 34+35 T: c:y K. r[Rx PO,.:6:: i14-2.1:2: W 26:0 R::or Root` a STA 34*13, 42.5' RT iq �, ,;w :,c PI, us -.»u �►� v� D. h 0 :: 6_] : fsH w.( Q: �::�] 12' r2.6 k::or Rnnv Q� .: R. ...� e3O12 2 F� 7J ` r' 04D River Road Improvements Project Fruitvale Boulevard to 6th Avenue City of Yakima No's. 1944 (Roadway) & 2128 (Sewer) CURB RETURN DATA - CO p=. of Cure) CURB RETURN DATA - C10 MO of 4.1r) h d` '5 m Cc }.i PC 33+44.62. 20.0' RT 1125.07 PC 34+02.62 44.0' RT 1123.76 c, MC 1124.58 MC 1124.16- 4 '1 PT 33+69.62, 45.09' RT 1124.09 PT 34+27.62. 20.8' RT 1124.55 IR &La 4l" R = 25.0' L = 39.34' T = 25.07' 0 = 90'09'32' R = 25.0' l = 39.20' T = 24.93' = 89'50'28" 0 ,. G, 4,axsxW_,l ADDENDUM #2 7ONAL F" 9.25.06 nasaan 10/13/2007 1130 ... .. . . 'CB #tOL (TYPE 11) 1130 ST #9L (4YP 1L 5TA. 36+40 ) 1122.77T STA. 33+40. LT.) SSMH GRATE EL, (60"3.44 119.524 GRATE EL.=. 11 =11 I.E. 18" IN W)) =110,01 I.E. 18" OUT E) 120.01 I.E.. 10" c(E)=1120.00 J' 3+ I.E. 12" IN (S =1119.58 . . STA.. 3L.= 1144 17-7.)-, I.E. 18" IN (W =1118.11' • RIM EL.= 1 (W) = • I.E. 18" OUT E)=1118.10 ' I.E. 27" OUTIN (W = 1113.20 I.E. 27" (8) = 1113.10 TSTA. 6R (TYPE 1) 0 au39LF-12CPE ao 5' g 11 ° r .- § L° B h _ _ -, �, ,,,.,, - ." _ . 1125 /�9R (TYP 1) -) - -0.63% I.E. $" IN S -, 1114.80 (.) - F.G. CENTERLINE STA. 36+40 11 22. RT.)... ,. GRATE EL.= 1122.77 - I.E. 12" OUT (N)=1119.77 1125 ,;CB STA. 33+40 (19.5• RT.) . 240.01 L.F. GRATE EL.= 1�>4.66 - -_.. _, _ _ _- _ _ --' '-�_,�---___._�_ EXISTINGGROUND CP Q -_- 1 12O.. .. ..--- 39 L.F. : 12" CPE _ L.F1120 _ SLOPE '_ ' 0.0063 FT/FT 18" CPE - Plan & Profile Sta 31+20 Sta 36+80 SLOPE = 0.0049 FT/FT SLOPE = 0.0090 FT. /FT 1115 .. NEW 27" PVC .. .. .. .. 32+00 33+00 0 330.48 L.F. SLOPE _ 0.0057 FT/FT :.. 34+00 35+00 36+00 280. L.F. 1115 . NEW. 27" PVC 40 • NEW STA 37+13.92, ,,,,€) v MH 09 8LT 0 30' 8 0 30' ..,,, „. P:'";;;:" '//:,;;,v, '''''''''''''''''''L ' I LOT gm NEW MH 10 Rohe, 5. .5 acreere :. Pe,: I .47 STA 40+33.5, 8' LT ,cut •101314 ---- :7 ' t...1 eve, e:013:4-214:11 , ce, . . 0 3.. 7-5-, ,, . 9 . c>sr.Av.§04,..,,,,,,,,.../....„.„„ , „,.,..„../...,,,,.„./.,.../......./.......„,, ' ',/'''2' /2,?2; ' ."!". ''' e 35' ,,,,, .„,...,,, ' 5E5 DRAINAGE it DETAIL SHEET 1 I I _......,. City Of Yakima Engineering Division Nor' 128 1.111 Second Street Valema Washing. 0 'MM.11::.r'• , :.,...6- ''' - ' " ' ' ' ' " ' ' `','""- 2 ' - :S=-.7. 2:: •T""'!""". 1 '7".`.1.9.ff - 4-,4-4,4-.4-4-41-4-4-4,4. - ...."'": '' - ,-..z.. 4/ - • Y" ry,.., ,,,,,,mungeolock '1.11..1.5.....=........... . -- 5z.-----..----==k.C.,t=........= ' ti!'I.:f:',,17r;t4 .6.71 AtIP 7.:.:.-I'l"...!Y7'"''`".. ,.‘4,.;"1', , ' "..:1,..: >.•., • 1""'11:11. , - ^` ''• 'tittet.' 1/4'44e,7...;':'---, j..-,-, '77.yreRr-s%4`,4, '.7 , .., -....7 - ‘" A ...... Ifill A '' " - ....,,,L,1 ,.-. 471.) ' ,Z.,;'" 4,...16110- 7." EN//11.7 '''''''. , d. • i , ' 0 . 11 1 ._ 1 ?.... .... _ , . Lew, 11ED Pat.e: •101314-24.2. „,,, 1' in STA 38+50 f 275' RT fb STA 37+40, 49.5' RT . 0 "/,' :', :'2,?)',e, ,,,,,,, I , '''." .24.r 1 ?Vett: •:013.-74.: - s, I . • 1,e-let 00 l‘tet 5n7ure reeds CorpereVne Pe', tt:213:4-2..ea 1,e-teotee 24. 2'.nr Roc:: ,S ., River Road Improvements Project Fruitvale Boulevard to 6th Avenue City of Yakima No's. 194.4 (Roadway) & 2128 (Sewer) CURB RETURN DATA - 011 (..••• . a,a) STA 40+69, 50' RT .0 PC 36+74.36, 20.0' RT 1123.00 ..0 'r-1 ,DRF PLAT 7 9 - 1 92 to . mc 1122.51 Lo CV PT 36+99.37, 45.08' RT 1122.03 cuRa RETURN DATA - 013 pat+ et teue) .,, CM CURB RETURN DATA - 014 LOT R 4. 25,0' L - 39.34' PC 40454.11. 200' RT 1121.33 PC 40+62.11. 44.9' RT 1122.16 1 A. 25.07' p - 95.0832' me 1121.26 MC 1121.58 2,.. .0. a '41, -0. A., Z PT 40+2911 45.08' RT 1121.19 Z 0140+87.11, 20.0 RT 1121.00 "„t. . ... 40 . (n 0)89 RETURN DATA -'C12 (liodrinl are) ..--, .,-1 R - 25.0' L 7 35.34' R 4, 25 0' L .439.20' CC . ' . 4 PC 37+32 37. 44.9' RT 1121.85 T 4. 25.07' A 4. 90'0932' T . 24.93' 44 - 895028' n,.. / PAC 1122.16 4fr", PT 37+57.37, 20.0 RT 1122.48 qx..„., .47,,e02 44" T 4. 14.93' A 4. 89'50'28" ADDENDUM #2 '''1031A1. CC' 9.25.06 881080 10/13/2007 Ce 012L (TYPE IL) STA 42+20 (19.5 LT.) GRATE EL = 1120.04 SSMI4 49 (60") . CB 411R (TYPE -0___ 1125 STA_ 57+13.92 (8' . LT.). . RIM EL.= 1122.54 STA.: 39+2 (19,5" RT,) . GRATE EL.= 1121.24 ' . ' CH 'Oil (TYPE 11,) I.E. 12" IN 5 =1116.85 1.0 18" IN W =1115.04 1125 I.E. 27" IN (W) = 1111.20 I.E. 12" OUT (N)=1118.24 I.E. 27" OUT (0) = 1111.10 PVI STA = 38+25 ' STA. 39+20 (19.5 LT.) GRATE ' EL.= 1121.24 S$MH 419 (601. I.E. 12" IN E = 1115 45 .STA. 40+33.50 (13' LT.) I.E. 18" OUT NO= 1115.03 RIM EL, 1121 01 7- ----------- IN (5) =•• 1112.8Q -0,630 1741 ELEV ,=.. 1122.00 : -- - _ _ - I.E 12" IN 0),=1118.56 05 I.E. 18" OUT (E)= I 116.24 1.0. 27" IN (W) = 1509_35 4112R (TYPE 1) 'LE 27" OUT (E) = 1109.25 RA.-42+20 RT.)' ' I.E. 8" IN (s) . 1910.sq GRATE EL.= 1120.04 1120 ---- -7,,,__ _ _ -- __ ----- F.G. CENTERLINE . - , - _ _.2.. _ _ _ -,400 I.E. 12" OUT (N)=1117.04 - - --- '''' ---- 7 . EXISTING GROUND 0 Q -:-/ • -: 1120 Project Eng. RJD Drawing Scales Horizontal =1' = 40' Vertical = 1' 5' . - . SLOPE = 0.0055 Fr/FT . SLOPE = 0.0049 FT/FT 39 L.F. - 12" CPE SLOPE= 04049 FT/FT N, i 300.00 L.F SLOPE = 0.0040 FT/FT 18" CPE 4------ 1115 sLoPE -, 0.0055 FT/FT - 1115 a> eL + + ,s 3 a.- _ ! NEW 27" PVC . 1110 .3q4.40 .L.F. , SLOPE = 0.0034 FT/FT 1110 37+00 , 38+00 39+00 40+00 41+00 42+00 8 -------------(.:0 ..., %a: Ri44.24:4: Per, 14:1143,4-2,403 24C1 Ruct: 12' 24 A, f30•481514-12432 R'44,Pi, ,3141-44m, th.:04:tir Soip vh7/7127A5.41.41,87 4 =14r4r1,474.46:0-.1011ipitilleINEN'281siirowil • ro.„,.;,".a., "107 HIMEitera-VMEE! 'f:t1-,.;'11141-F496.47.711::1;72' 'vaNIFIRMINIWANIERMaiRMFAMMIESSABEINESI' ''''''"1051ENizzsaamosawadignijanilligNONSIM.Miliiiliraat 241:24, .,[1:314,2991 23= kr:or .441:4 1 5) 19 E ° ca) 213 .0 >- 5 Oc JukEYAMP7.1:. w ./ 42 OLT' 446,62 4• 1111 $1,1 • STA 44+16 27.5' RT ..,crnar L - Con. R. .Y 1.04.n.: 2..404 V4o STA 43+67.5, 8' LT 230d R1.44,41.: ,417244: 4 •14:31.1-13235 442.2y on at; NEVV MH 11 35' d Purce: 4442,34.4-.3032 ?4,44, 231C 1,44"ar 2 R..- Rued "LAW: NEW MH 12 STA 47+02.22, 2,2422,, 22 54,02 =IC Rnor ko= STA 47+25, 42' RT 28) 21:8 Rvar Rex:. CURB RETURN DMA - C15 0.. a PC 46+5668, 20.5 RT 62 PT 461-84.68 45.15' RT 1118.71 1118.25 1117.78 R 25.0 1 39.43' T 25.16' A 902E38' .. ... .. . .... . . CS ILL3L (TYPE 1) cg #14L (TYPE 1 "SSMH #11 (00" STA, 43+75. (19.5 LT.) STA. 46+20 (19.5 LT.) 'STA. 43+67.50 1. 18 LT.) . . I.E. 12" N (5)1116.23 GRATE EL.= 1119.42 : = GRATE EL.=. 1118.28 -RIM EL.= 1119 7 .g., 12," OUT ,(5)=1,115.28 • ' ' 1:6: '27""IN (wy -iicaio .. I.E.' 12" OUT (W)SSMI-F /12 (60"=1116.22 ." • • " I.E. 27" OUT (0 . CB #13R (TYPE 1) C9 11149 TYPE 1) =1108.00 • STA. 47+02.22 8" LT,) STA. 43+75 (19.5 RT.) FG. CENTERLINE STA. 46+20 (19.5 RT.) RIM EL.= 1118.33 -0.402 --,- . ! . ' GRATE EL = 1119 42 GRATE. EL.= 1118.28 . I.E. 27" IN (N) = 1105.20 1120 -' • - - - ' ' ' IE 12" OUT (N)=1116,42" ' "" ----- -7 --- .-. -- -- ___ I.E. 12" IN (N?,=1115.09 . I.E. 27" OUT (E) -- 1105.10 I. E 12" OUT E)=1115.08 : I.E. 8" IN (S) = 1106.80 ---- 44-- -- --. -- --- -0402 - 155.00 L F - SL309PEL F. 0-.0 '01...9 eFrP,Fr EXISTING GROUND CURB RETURN DATA - 21,5 Dm o 040 PC 47+17.68. 446' RT 14C PT 47+42.68, 200' RT 1117.28 1117,83 1118.38 R 25.0' L 39.11' T 24.84 A 89'38'22 ADDENDUM #2 9.25.06 1115 1110 1105 SLOPE = 0.0050 FT/FT 'NEW 27" PVC 334.71 43+00 44+00 39 L.F. - 12" CPE /- SLOPE = 0.0049 Ff/FT SLOPE = 0.0084 FT/FT 415 L.F. NEW 27" PVC 1120 SLOPE. .= 0.0047 FT/Fr CPE 1115 299.71 L F. SLOPE 0.0053 Fr/FT NEW 27" PVC 1110 1105 45+00 46+00 47+00 48+00 City of Yakima No's. 1944 (Roadway) & 2128 (Sewer) LE'0 5 • 7 O 3 • = _ 8 3 o • 8> EL 1120 0 S 48+87 27 5' LT Pdrcu: 221.1.5.t 2207 Wvor Rot:, 71; 41! CY-st . g6t:a • ea: • Astagive, NEW PAH 14 STA 50+01.92, B 2:Ci kvvr fiuzu1 VA; ?au,: v161.31.1-125. 211, Rued STA 52+87 27.5' LT ,tor,c.a% c 15 663 E 663 .ccn >- 6- 55 (1)11 ouJ 11) ..irawasouszlwapoowtmaas ineemszteminse4.-nispliaTI '"IFIA IMMO ‘ff 2' Luvtur Enluv Pon., •It11314-13,125 230f. 6..vr 41 WV PPL 1,16-146M PVI STA -0.403 1115 3/5 Ly. S = 0.0047 FT/FT 12" CPE 11‘114 Storc,, F,co: •1B1.31.1-131145 2112 klwor = 48+25 Verve: .111131.1-1.102.1 2,12 kvize Roe, CURB RETURN DATA - C17 (MOE of Oat) PC 49+57.89. 20.0' RT 1117.07 1117.00 PT 49+82.69 45.15' RT 1116.92 R 25.0' L = 39.43' T 25.16' A 902138T z 39 L.F. -12" CPE S = 0.0049 FT/F1 1110 1105 a S A. 49+ 19.5 LT. GRATE EL= 1116.81 I.E. 18" :OUT = 1113.81 TA 50+26, 50.5' RT STA 50+88 27.5RT CURB REILERN DATA - C18 (Dock of Curb) PC 50+15.69, 44.8' RT 1116.51 MC 1116.49 PT 50+40.69, 20.0' RT 1116.46 R 25.0' L - 39.11' T - 24.84' 891822T SSMH 514 (80") STA, 50+01.92 , (8' (T.) , „ , RIM EL.= 1115.54 • I.E. 27" IN (W). = 1103.50 I.E. 27" OUT (5) = 1103.40 I.E. 8" IN (S) = 1105.10 I.E. 8". IN (NW) = 1106.14 -- ---- EXISTING GROUND 115 c_ • ce insP (prp 1 STA. 49+35 219.5 RT. GRATE EL,= 1116.81 I.E. 18" 11= 1113.60 I.E. 18" 04 ,= 1113,62. I.E. 18" OUT = 1113.59 299.71 L.F. SLOPE = 0.0053 FT/n. • NEW 27" PVC 48+00 49+00 50+00 351.80 LF, , SLOPE 0.0074 Fr/FT 51+00 .00.743 Sipir Purce •101.31-1-11,106 2100 F.vor F.1/ °S"'tiliarsivell= rm.ptw Par, •101.31.1-73005. 2126 Rwir k.aCe 08 iiisL crypz 1) STA. 52+15 (1964 LT.) GRATE EL.= 1114.75 I.E. 12" OUT (5)=11-11.75 12" CPE SLOPE = 0.0075 F7/6" 52+00 30 STA 53 5E3W.711". 8H' LTl5 kg., C. Korv,e‘v Kor,at. 31,11 lx Stur NT, v111Q.14-13.1 Ferro: •7ar.3.-talca 2104 F,or Rued 2CIC km, Roc,' ADDENDUM #2 9.25.06 18.9PI6E1 10/13/2027 CP. 5166 (PfPE 1) STA. 52+15 (19:5 RT.) SSMH 515 (60" GRATE EL.= 1114.75 STA; 53+53,71 18' LT.) .12.114 (N =1111,56 ' I E 12" IN (74 1111.52 RIM EL.= 1113.79 I.E. 12", OUT E)=1111 .51 1..55. 2277: IONU W(17.11110000.7655 PVI STA = 53+00 PVISLEV 1114,50 • 305.01 L.F. = 39 L.F. - 12" CPE SLOPE = b:do4s pi./FT -1,033 SLOPEF/FT NEW 27" PVC 53+00 1120 1115 1110 1105 City of Yakima Nes. 1944 (Roadway) & 2128 (Sewer) 40 , .. • '`,.., , . • , " ,aan Hu-a.m.:an. Azaam.. :au ' ..„ Pam, 0•10..!,-,.15,6 5,...a & ..:`,o,;: U.,: i.t++,.: + to :31,:25. .., .lala. ja,...a. 3 , ..:/.....,:a.,... 7.. ,crr Pan, •18:1:a - 1,..., ..., .,.l, .-..- -. ,47,.. II ez ,..r n , Oattur, ...or Road iff:, NEW MH 16 ...// STA 57+05.49, 8' LT A 59+1- Am.., 29' L C.L. 0 24' - -tt+ City Of Yakima Art -hi; -,10JV Engineering Division •NiOr'• Wane ...no. R..= Rs, '-'44;411,1 1 I a . tut 1 Rs.,,,,R.,uu 2 '' '''" iie - " . • . ,is i .v. ., ,.,L,is,..... • ••• i -,. 4 ' ii'' ge.%k, .i.g04?. ,..'f•';',..,. welt:0., , ,e4-}v -, ,A ' • • •,.„,,• • 1, "..',- ' , 1 .--,i.,-,..... .4, ,,,.,„..F..0,,T, , „ ,14.114 „ , - - - ______ __ _ •' , .,,:;,:i . MESEIIIII:. , 11:AITIHARISIL .' g vs., ,,, ..,. , . , ,1 PAIN iNgittMIMIIMMIRVIIEVESPIWYE_,........'' ''. 'i-'' 2 'V..;•"7."..- . '','''''. ''''':i...i... +. --2.s+, s. szi.'t,t s'hz t a ,e,...b.. 1... ,.f.- . '''' ' a 4,4:- ''''"...4r...4,',%•ir&Z„'EV.i.7"/ 9 P.'"'" ,' r "on ;', L "' .v.,..,-+-se.ttr.s. 1", ',',,-1., . ,..,,,, i'';;Q:1:::,;,:y ,,,,A,,,-,.., ' ili%.,p4,.::' 19. . '!i,7' ' '• . ' ?c,.. '',' .1;.. . .. , . 1 ‘„,„ _ , - -1 --4 -, - . A. '4* „ .. . . ... ' ' , .iwp ,.. .,:i,o, 1 . .. . t ,.:4: r,'i 71;14" 4.: nue- IIMSEINFAIMIL ,, g , . ___ .: _ _ _ __ _- isimi . - - _______ ''''" "4.7.-.7.- ."`.... al, law, a ....,g,.. g'•••, • _ -o- • .---- ,, - --- - - - , e ,,,,,,,,,,, . ‘,„, i „,,,--"--.--. NEW MH 1 s,,,,..su STA 54+90 27.5' RT is..t.o.u. Fr,: At ',:o. Storoo . 49, 24' ` '''' / "... .. N / I ' .; of Ve,nu I ,ar, STA 58+95.02, 8' LT "02 .2 0 30' Par,y, • le1114,5a Is "lll:ll 2=2 Mar flaad ...,./ ..".., . '... STA 56+64 ''N. S Par.. •:131514-Iiilla. 1 i I vor RoUG Gun RETURN DATA - C16 WA al Curb) ,N. / PC 57+29.18, 59.85' RT 111A28 River Road Improvements Project Fruitvale Boulevard to 6th Avenue City of Yakima No's. 1944 (Roadway) & 2128 (Sewer) .IIII II', N MC 1108.16 / PT 57+69.18 20.0' RT 1106.03 CDRE1 RHURN DATA - C19 pada la cure) . R - 40.0' L . 62.69' T 89'47'32' PC 56+42.18, 20.e RT 1109.92 /4 39.86' A .4 (1 -2A, - 0 (0 MC 110D84 .1 ....- 90 6 s '''''‘.<, PT 56+82.18, 6a14' RT 1109.75 I ' ' : ' `I 4 4.444 L 82.98' T .4 40.10 A 4. 90-12'27" ., / 4‘ 4"."4V- . 4, cs. ' CC r" • ' • ' " , „ . .. . ' • • F.G. CENTERLINE CB #17L (TYpE 1) CB 18R TYPE 1 0 1 Rmeco Nam Fra,-cla .:,.....li Par, .:11:3:.,14.:, .".' ...' ., . la l ''''''',5`,„" •1 ADDENDUM #2 ' ; STA. 55+20 (19.5 LT.) TA. 56+40 19. R GRATE EL= 1111.85 GRATE EL.= 1109.82 - ., / 9.26.06 19.XPIRPS 10/13/2007 I i - - - - - -- - - ,.....,, __ -1,03,. - I,E. 12" OUT .(S)=1108.85 LE 12':. IN (W)=1105.80 I.E. 12" OUT (0=1103.10 pOSTING GROUND 0 --L•7- ---- SLOPE - o.opo8 nyrr. 12" CPE --- _____ '.... • ' 1.4'0 03 S • ' - -,, -„. ' -- ..... II ;`-' ,, 100.00' VC ssi O.. iZL _ . • u Ig -, - it SSW( , 7 s . ' 39.00 L.F. 12" CPE 1110 s!...oPE = 0.0049 . ETIFT ' CB #17R (TYPE '1) , 0.0233 ,... 1 n IFT 1 P, .'Lri . )2-cp, 0 Z :11 1,2 _ - ,, , . - - - , , __,''' ;,,., - .. _ _ . STA. 5 : + a s. . k RIM EL= 1104.76 i I.E. 27" INi 0A. = 1090.60 _ _ _ I.E. 27" OUT E)= 1090.50 I.E. 10" IN (N = 1091.99 1110 STA. 55+20 (19,5 RT.) + . , 'GRATE Et., 1111.85 .... . . 2 I.E. 12" IN ilWr1108.61 it 0E. 12" IN Isi =1108.66' , I.E. 12" OU E)=1108.60 , i7t 1105 • . . " • . 351.81 L.F. - 7- . I( a. iii • 100.00' VC- ii 18o L . F. "" ii id EC Q. SLOPE = 0.0062 FT/FT 12" CPE _ -0.84% " - 300 L.F. S = 0,0084 -. , i 1105 F7'/ Project Eng. RID r. it 9 g i. 1-- 2 7 co B li 2 g T? 3 g t so x > _. - 39 L.F. - 12" CPE 24 FT/FT • CEI #19R (TYPE 10 STA. 58+20 (19.5 RT.) GRATE EL.= 1105.17 I.E. 12" IN (N 8s W)=1101.98 SLOPE = 0.0049 FT/FT • _ITyPE 11 . V V 0... Caa CO 011 = a .S ,..,,, (.0 CO a_ NEW 27" PVC 1100 . SSMH #16 (60") ._0_,Bi 1 i.E. 18" OUT (8)=1101..57 STA. 56+20 (19.50 LT.) GRATE EL.= 1105,17 7 6/ I.E, 12" OUT = 1102.17 (..P. •St(),.. ,...: ' 0.0.29 - Fr/FT 1100 STA. 57+05.49 (.8 J.) Rim EL = 1107.30 I.E. 27" IN (W) = 1096,30 NEW 213.56 LF 1095 , 2.' PI'D ' I.E. 27" OUT (E) = 1 oo8.20 I.E. 8" iN (S) = 1097.93 . 1 SLOPE -i-1095 0.0033 . FT/Fl" I ..,...,,I,...„.„....,'-' 40 , , . 56+00 57+00 58+00 59+00 L. 54+00 - 55+00 • 5 MI, L.' a TonNu vgrc, .1E1,1J-11;M laac R., Rot. ) .cmc -kaatadgehmassomes Assonsuaranz STA 61+70 27.5LT I 4' Lck• Ente-pr.iuu ..t: ?Gr.!, •121,4-11.1 2 P1.1. 1.711:r47;.07 PaCk1.1,,,g 1:10 o:C:314-7.2$ good 1135 1130 1125 1120 STA 59+33 27.5' RT .300 L.F. PP, 13141-1•11714 24' 5 ;,:;.!".;a1757.1±7.:131 24. ..1102 revor Roc+ NEW MH 18 1140, :.c. . NEW MH 19 STA 61+ 8.58, 8' LT •.131,14.330 1710 rtNirr ROZ1d STA 63+22.13,8' LT F.G. STA 4P-08.(gg"8 LT.) RIM EL.= 1102.95 LE: 27" IN '(W) .1080.80 -0.843 I.E. 27" OUT (E)=1089.70 -r - - EXISTING GROUND 0 SLOPE = 0.0084. FT/FT 18" co OL TYP 1 S 4. 1+20 19. LT. GRATE EL.= 1102.95 I.E. 12" OUT (S)=1099.95 CB 205 TYPE 1 STA, 61+ • 19. . RT. GRATE EL= 102.95 I.E. 16" IN ,V=1099.05 I.E. 12" IN (N)1099.76 I.E. 18" 0U3 5)=1099.04 PVI STA = 63+00 PVI ELEV 1101.50 ADDENDUM #2 9.25.06 SMH 81• (60") STA, .63+22.13 (5' LT) RIM EL.= 1101.15 - I.E. 27" IN (W) = 1099.00 I.E. 27" OUT (5) = 1088.90 I.E. 8'' IN (5) = 1090.58 IEVIRLS 10/13/2007 STA. 64+10 19.5 0. GRATE EL.= 1100.06 I.E. 12" OUT (5)=1097.06 213.56 L.F. SLOPE = 0.0033 FT/F7 NEW 27" PVC 290.01 L.F. 39 5.5.12" CPE SLOPE = 00049 F -1-(n` SLOPE = 0,0086 FT/FT 213.56 L.F, SLOPE = 0.0033 F1/F7 NEW 27" PVC 60+00 61+00 62+00 18" CPE C: 16 TYP 1 S A. 64+10 19.5 GRATE EL.= 1100.06 INN =1096.87 I.E. 18" IN i),V(.1096.55 I.E. 12" I I.E. 18" OU,E)=1096.54 - 160.01 L.F. 1135 1130 • 39 L:F. -. 12'T OPE- 1125 SLOPE = 0.0049 FT/FT 346.17- L.F. SLOPE = 0.0048 FT/FT 63+00 64+00 1120 NEW 27" PVC (Roadway) & 2128 (Sewer) City of Yakima No's. 1 Project Eng. RJD zr. 2 00 0 g -g g 0 40 STA 65+70 I 1 • - 1 27.5 LT ., Pe,u, •“..1.11,•:552 ,c. w 553 I '8 24' 0. k 1.3i6.1.0700 ..': 020 . P s 0 saw , m% 1121 , 3,,,'... ' .i.,7-,1tAkTgazi,.,L• 20, 1.3.1-.010 •10:314-11,2 Pare. ,E11314-11:14 :505 Rrm• Roe .rco: p,or 44' 1105 11.31 ,fto, na, Rood STA 66+07 27.5' RT . . CB 1122L (TYPE I) STA. 65+70 (19.5 LT.) GRATE EL.= 1098.75 I.E. 12' OUT (5)=1095.79, GB 4220 Th'PE 11,) STA. 65+70 (19.5 RT.) GRATE EL.= 1098.75' I.E. 18" IN (W1095.25. I.E. 12" IN (N)=1095.60 I.E. 18" OUT E)=I095.24 1100 - 5 -= 0.0087 FT/FT 1095 1090 18" C 39 L,F. - 12' CPE 51.005 -= 0.0049 FT/FT 8 4 NEW MH 20 " v4di STA 66+68.30, 8' LT > 27.5' RT DRAINAGE RETENTION POND SEE DETAIL 200.00' VC ••- . r..vmancitatmEnr. 4,ft .C8#.23L-• STA. 66+79 (19.5 LT.) • GRATE EL.= 109831 rs I.E. 12" OUT (5)=1095.20 - SA•11-1 1120 (SO") • STA. 66+68.30 8' LT.) RIM EL.= 1098.28 - I.E. 27" IN (W)=10871.25 15, I.E. 27" OUT' (E)-1087.1 8 0 0 • •••• • CB ..1.24L +(TYPE 1) • . STA. 67+27 (19.5 LT.) o GRATE EL.= 1097.93 I.E. 12" OUT (S)=1095.12 ,02.7 CB 1124R (TYPE IL) II ETA. 67+27 (19.5RT.) .se GRATE EL= 1097.93. '"ii l.5.'18"1.6.IN ' W =1094.28 12" IN I =1094.93 I.E. 12" IN 6)=1084.93 I E)=1094.27 _ ._..,,,..-------------11 39 L.F - 12" ORE EX. GROUND ID q 5=0.005 FT/FT. . DRAINAGE RETENTION POND.. 39 L.F. - 12" CPE SLOPE =0.0049 FT Fl" 100.00 L.F. SLOPE 0.0067 FT/(7 187 CPE C 3R TYPE 1 19. R. . GRATE EL.= 1098.01 I.E. 18" IN (W)=1094.51 I.E. 12: IN (N)=1005.01 I.E. 18" OUT E)=1094.50 • 346.17 L.F. 65+00 SLOPE = 0.0048 FT/FT NEW 27". PVC 66+00 - - - LOW Pi EL.1098.32 39 L.F.-12" CE LOW PT STA -67+26.67 5=0.0049 FT/57 I) 48 L.F. 12" CPE SC: 0 CB #26L (TYPE 1) STA 69+00 (T9-.-5 LT.) i! GRATE EL.= 1098 63 d I.E. 12' 6 (NE)=I094.34 I.E. 12" OUT (6)=1094.33 F.G, PVC, •1111Z,4-14. Nos0 5 i ij ADDENDUM #2 9.25.06 C8 #260 (TYPE 1L) STA. 69+00 (19.5' RT.) GRATE EL.= 1098.63 : I.E. 12" IN (N)=109386 • I.E. 12" IN (51=1093.72 I.E. 18" OUT 5)=1093.36. • • , • • " • 0:510 48 L.F. 18" CPE. 5=0.0046 FT/FT 18 OUTFALL TO POND STA. 67+27 (40' RT.) I.E. 18" OUT (6)=109+1 346.16 L.F. 0.005 Fr2L.1_ SB 051_ ,(TYPE 1) STA.' 67+75 (1915 'LT I.E. 12: IN (6)=1095.77 S = 0.005 Fr/FT GRATE EL.= 1098.01 I.E. 12 OUT (W)=1095.16 I.E. 12" OUT (5)=1095.37 .18" OUTFALL TO POND ' DRAINAGE RSTA. 69+00 (40RT.) ETENTION POND t.E. la" OUT (6)=1093.26 39 LF. -12" CPE = CB 0259 (TYPE 1) 0.012 STA. 67+75 (19.5 RT.) GRATE EL - 1098 01 20.5 L.P.-18" CPE SLOPE , 0.0040 FT/FT -7 /101.9 L.F• 12" CPE ,0,0110 / 99 L.F. 12" CPE 'NEW 27' PVC 20.5 L.F. - 18" CPE SLOPE = 0.0050 FT/FT 67+00 68+00 69+00 1105 1100 1095 1090 City of Yakima No's. 1944 (Roadway) & 2128 (Sewer) Project Eng. RJD STA 4..60 MAO J190SKT2Z CURD RETURN DATA - C22 (Doco of co(o) PC 69+70.07, 20.0' LT MC 1099.37 1099.47 PT 70+10.07, 50.90' LT 1099 56 R = 40.0' L .4 62.79' O 39.96' A = 895640" CURB RETURN DATA - 023 PC 70+80.89. 59.9' LT 1099.46 MC 1099.21 PT 71+20.89. 20.0' RT 109490 R 40.0' L. = 62,75' T 39.92' A - 895315' 027 EP CURVE DATA - 027 R = 5550' L. = 119.79' T 60.13' A = 122200" EP CURVE DATA - C2B R . 1000.0' L 215.85' T - 108.35' A - 122203" 1 111. 41.oCcic g-7r.VZr5 (Mao Doefof (11 LID,: Co. 1,3(3-234.2. NEW MH 22 STA 73+42.16, 16.4' RT 14111-13070. g STA 70+28,5, 47' RT CB #27R (TYPE 1) STA. 69+98.31 (31.09' ' RT.) GRATE EL.p 1099,00 I.E. 12" IN (S 1094.65 I.E. 12" IN (E)1094.22 I.E. 12" OUT W)=1094.21 1100 0.515 1095 NOTE: SEE 16TH AVE. SHTS FOR ADD. STORM DRAINAGE 1090 STRUCTURES 1085 124 MATCH 0896 CURO RETURN DATA - 021 (Deck of PC 69+69.95. 20.0' RT 1099.42 90 1099.83 PT 70+09.95. 60.0' RT 1100.18 R 40.0' L 62.87' T 40.04' A - 90.03.20" PVI STA = 70+45.51' PVI "ELEV = 1099.75 PVI STA = 71+05 PVI ELEV 1098.89 -1.450 STA. 70+ 4.45 '8' LT. 0006 #2 (60")( ) 814,4 EL.= 1099.43 I.E. 27° IN (W)= 1085.75 I.E. 27' OUT (0)= 1085.65 I E 8" IN (N&S). 1087'23 15 SLOPE = 0.004 , FY/FT 12" .CPE 349,16,1.6, SLOPE=0.00.0 PT/FT NEW 27" PVC CB 8271. (TYPE 1) STA. 70+00.92 (33.76' LT.) GRATE, EL.= 1099,.00 I.E. 12" :111 (NE)=1095.50 I.E. 12" ,OUT (SW)=1095.46 325.37 L.F. CURB RETURN DATA - C24 (Dock of We) PC 70+81.13, 600' RT 400 1100.18 1099.57 PT 71+21.13, 20.0' RT 1098.90 R 40.0' L 62.91' T 40.08' A - 900645" TF2gYr.1E9.5) RT) GRATE EL.= 1098.46 I.E. 12" IN (N)= 094.79 I.E. 12" OUT (W)=1094.78 CB #29L (TYPE 1) STA. 72+30 (19.5 LT'.) GRATE EL.= 1098.19 I.E. 12" IN (5)=1,095.47 I.E. 12" OUT (W)=1095.46 TYP • EP CURVE DATA - C29 R - 1000.0' L 158.50' T 79.42' A 9.04.53" A.1+2 19.5 LT. CB 8290 (TYPE 1) GRATE EL.= 1088.46 STA. 72+30 (19.5 RT ) • I.E. 12" IN (E)=1094:98" . GRATE EL.= 1098.19 • • I.E. 12" OUT' (S)=1094.97 , LE. 12' OUT (N)=1095.65 -Lo - - - ---------- -- - 108 L.F. - 12" CPE 39 L.F. - 12' CPE FT/FT SLOPE - 0.0045 39 L.F. 12" CPE ' SLOPE 2 0.0045 Fl/FT SLOPE - 0.0045 FT/F7 SLOPE = 0.0034 FT/FT NEW 27" PVC EP CURVE DATA - C30 R 515.0' L. . 61.62 T - 40.90' A .4 913451" ADDENDUM #2 9.25.06 •. 5$1401 822 (60" STA. 73+42.18 (19.4' !RT.) RITA EL.= 1098.20 I:C. 27" 4 (W) = 1084.55 I.E. 27" OUT (E) = 1084.45 F.G. CENTERLINE EXISTING GROUND 0 q. 213.29 L.F. SLOPE = 0.0021 FT/FT . 1100 1095 1090 NEW 27" PVC 1085 70+00 71+00 72+00 73+00 74+00 75+00 -0 CO Ca cp > 00 LI - 0 City of Yakima Nes. 1944 (Roadway) & 2128 (Sewer) Project Eng. RJD 14 40 JO 42) „ City Of Yakima Engineering Division 129 NOM Second Seeal _ �• Yak ma. wast )mO fib, tr i-va: ar/ ^fi'il, :�� �(�G• �K�Jr �7i' u'; ',Nj — - r� — — — — Fig, i;, ti' ', %, •xs •%•�%%",�, ,-7- '7,,—" �%1i 1N,cA-:.`F.i.[Zoi 6':. ::V/: •': •,iw."% , 68 7Y , F , AV iVH rgi 1 n?r,�•A=7 ,•y'?�^a; , ;•;: � ?.L, -r,-.4, ro,,,:;Y.i;•;,a-y'-1;r+'L, '"i- ,-;70',.--r+;3,r==,±''''' ,t-70 : r;�7;�-;-Jr,✓-%rr�;';'^T 0 ,**>"• LTA NEW MH 23 (:)PPL 11,.,30,2 "^, ,,e..,3,,,,_ STA 75+52.62, 2' RT k Er, Li NEW MH 24 •; ;!:: NEW MH 25 am c.._-_ F _s .ail STA 78+13.62, 2' RT (;; ;,- ;!' STA 80+73.54, 5' RT ': , : ,; 1 Z �07 L.� ****r ** SrONAL G % River Road Improvements Project Fruitvale Boulevard to 6th Avenue City of Yakima No's. 1944 (Roadway) & 2128 (Sewer) ADDENDUM #2 1 ,exnuts 10„3,2007 9.25.06 SSMH 0” .. ... .. STA. 8,} 4 5' RT.) RIM EL,= 1099. 2 SSMH /(23 (60p") I.E. 27" IN (W) = 1082.85 1 100 : STA. 75+52.62 (5' RT.) I.E. 27" OUT (E) = 1082.75 RIM EL.= .1097.67: '(W&E)=1084.00 SS 1100 -0.25% LE. 27" IN/OUT I.E. 8" IN (N) = 1085.80 AH :+13.62" 5 — RIM EL.= 1096. 5 — — — — I.E. 27" IN (W) =2083.47— I.E. 27" OUT (E) 1083.37 Project Eng. RJD Drawing scales Horizontal = = 40' Vertical= 1'=5' _ 1095 1090 z" Z X N Q & z II W<N —. bR. E%ISTING GROUNO~--_ II 6 = _--_------- 1095 1090 Plan & Profile Sta 75+20 sta 80+80 1085 - 261.00 L.F.. - SLOPE =. 0.0020 F7/F7 NEW 27" PVC: 259.92 L.F. - SLOPE = 0.0020 FT FT / NEW 27" PVC T 1085 15 40 ` 76+00 77+00 78+00 79+00 80+00 1 Wen.r 111:3: 3,2.2 STA 04,60 Ll MATC 800 16 /7- 7- 414 AMMO 'WOW • 1100 _ 1095 1090 1085 EXISTING GROUND o' NEW MH 26 STA 6303453,2 RT SSMH 26 (60"). STA. 83-I-34.53 (5 RT.) RIM EL,- 1100.29 I.E. 27" N ( w) = 108223 I.E. 27" OUT (5) - 1082.13 1-1 ADDENDUM #2 9.25.06 261.00 L.F, SLOPE = 0.0020 FT/FT NEW 27 • PVC 342.00 L.F. SLOPE = 0.0020 FT/FT NEW 27" PVC 81+00 82+00 83+00 84+00 85+00 86+00 1100 1095 1090 1085 City of Yakima Nes. 1944 (Roadway) & 2128 (Sewer) Project Eng. RJD 40 0 09000RTr LINE 9 PRDPER1V 710E k� 0 ,... r City Of Yakima (teak Engineering Division 149 NwM Sxad Stn. 1.1.3 Wels.pf Eli 86+00 in 87'00 R W.v�y,' E 88+00 69+00 90+00 �' I ;C R '1r�♦.w v b'.,..... s ry ♦.... i� w1♦�«i: NtiiVIir"i �'Jriti'i iNA AYA ♦♦"iAN41."..".11.4.4% AAA. i i ♦r+yi♦1:".•��+.4410444: P iI NC,VA`i♦� !w1iAQ♦iAAAA!Q♦O%%M w11♦1•A itw1♦!i9!Qi!♦♦Qw11AAw1i•i••••• . ♦i! w1iA/1/i/Q♦♦♦..!iw!♦!1♦O i i ♦♦♦�♦_♦♦♦�... __ TO 0 __ A!A1.....3�!♦�♦�♦♦1_♦!1•♦!♦A•R• 01i♦re1.4:4:4CVW1i♦♦1404 'ilii i�;'.r�,•a,� i' A>i♦`Oi♦i♦OOi♦i0i41♦1JOOi♦O, 1151♦♦!♦1♦'�♦•••••• Qh♦1�♦��. "•'• .., ♦WA♦♦!!� ♦Q♦:♦•-•1Q♦�1�11♦!A 8 .- ..,,,....1:... �1♦1♦♦•1 N �♦♦•♦♦• ♦ •41•41V4.11•••'-'1-144"*"♦t1♦•♦♦♦♦♦♦♦♦1♦t•♦♦♦ •ot•+ 4,46.•••:44•o'e♦eea ♦♦ ♦♦♦♦ t•NtJ ,..1♦ • •♦• •♦ ♦••♦♦♦••• •••••• •♦♦ ♦ ♦ •♦♦•♦♦♦♦ ♦ • ♦ •Y� ♦♦ fell♦•♦•♦•♦•♦♦ ♦ ♦1•♦••♦♦ ♦ • ♦♦♦♦•♦ ♦ ♦Ci C 4•V•390•:♦3�♦Ovo♦� •,••, ,4 e. e 44•±016 p. ti . e..:• �.:e• ♦e•:e Ste .,• . .•*a.„�:e• .0,04 0;4C40 ♦ ♦♦♦ ♦♦ ♦ ♦♦• ♦ ♦ 1...r. I, nINk •,1♦♦11y "1♦ 1 ♦ ♦ ♦♦ ♦♦•♦♦♦♦ ♦ •• •♦ i••• •�, s *, {vZ ♦•♦♦ ♦ :v'•,I1,, a .. • ♦,,, „•• eS: ♦♦„",,•„ .v. ••• ♦•.!e,b,•,, .�P:•.iO�l: q-2c,-alio ce 04r °•n R4rarer.%° p `�`rNNAL Eo. River Road Improvements Project Fruitvale Boulevard to 6th Avenue City of Yakima No's. 1944 (Roadway) & 2128 (Sewer) ADDENDUM #2 -- 10/13/2007 9.25.06 . .. SSMH 627 (60”) .. .. STA. 86+7133 RIM EL.= 1093.46 .. I.E. 27".I0 (W)) = 1081.44. .. I.E. 27" OUT (0) = 1081.34 MH 628 (•2”) 1095 1090 1085 ..., --'------__...____ _� ?. , ......._—,—______ EXISTING GROUND 0 FL " STA. 80+1'3.62 ' 1095 RIM EL.= 1092.22 I.E. 27" IN'W = 1080.66 I.E. 27" 0U 0)= 1080.56 ____ __ __ 1090 1085 ci ,z v 1'n .) _ 1i Plan & Profile Sta BB+20 ata 90+B0 342.00 L.F. NEW 27" PVC S = 0.0020 FT/FF NEW 27" PVC 342.00 L.F. SLOPE 0.0020 FT/FT NEW 27" PVC . 341.91 L F. SLOPE 0.0020 = FT/F7 NEW 27" PVC 1080 1080 86+00 87+00 88+00 89+00 90+0040 „27>,.,------. jol PROPERTY UNE ,� .. City Of Yakima �� Engineering Division 1A. �. 129 NorN Semrf STeeVaktrna WW1,. 91+00 92+00 nC 95+00 94+00 0 Oo'03'ii" E 95+00 90+00 ;• h 22 ��Oi�i4�0i40'OiJidO�i�i�y s%� �i�iVXi'J�i'OiiWANF �-� IIP WAPANMAtAAAA1!VVWA AAAAAAW1 MAO ����������i��Cil�ir������g��,�� Ary( ��i'Oi�i'OiJi�iid'f(r'''.i0`i"i'i0'wi'i$' �yN "*i'i"Oii'i'i00V0iWX0iWW0g gyp' 0WW0i•AQ iOi+iJWPi044tigiNVO ••������J�����f�,WI ���ININ��t_461 4444 �Q es 4��,`�Wi���._}���4Ago�:� � 1�����L���t�� got'. < f9 1;g,1�1 ���������4���P��4�������,ri���������4�������404.���1��������� WWWW4 .4.4.014W4104446440$01,444. J��i!XI::::::S:::/:::4f :••44!XtX.. Meta .41.. Xtrt44iAlS;!t%���yttA. . �` C µ t1�1 ti`�1������P4�����V`��`�1�������,��,�����4�������1����`����4�����4�9:V������W�W 4000..W44 �4`��ti�.�4.�04`r,��V4�� .•lillad...4.0 Y * v. " -t• idetAtt: ?. W377 6 - " W.•:.% • %%W.:, **MI' X+144•:•:****" Mr+ •••••••••• ••• •Wititite• WI••••••••••••••W 44,:a + :4411"110.41:1: 44,44411"*"..444" e • 0,4,41, • • • • • • • • • • • • • • • • • • + • • • • • ASV" " MPS% + .41+, MOW* 1,44146, ..61. !Lt. •**41,4417. ••••••11111 OA, 1 ,„ rt .1. p • • s+ • Mgt& f, "01 *41 AtettAt4 44•14114. X 041161646:444,446I 1114. 1.1•16•4 1.14:40eXeMea.. gidif +41•••••••••••+••••••••1,44.4"•••••••••••••••• 00 99+ 00 1004-00 SUBIN,SION UNE 1095 0SA,11-1 #30 j60") STA. 96+97.44 RIM EL, 1092.00 I.E. 277 IN (W) = 1079.10 • 1.6, 27.7 OUT (Q 1070..0.0 . -----------------17 1090 1085 1080 r../FT G a) NEW MH 31 STA 100+31.44, CL 1 0 1 + 0 0 102+00 00 00 CO ?: E0 (03 -Lq >- 5 2 ow ADDENDUM #2 9 25 06 1095 SMH 631 (661") ftk. 100+31.4. RIM EL.= 1090.32 I.E. 27" IN (W) = 1078.33 --T771,Q 221_0,E (E) .= 1078.23 . • -- -- ---------- 1090 334.00 L.F.: • SLOPE = 0.0020 FT/F7 NEW 27" PVC 334.00 L.F. SLOPE = 0.0020 FT/FT NEW 271 PVC 97+00 98+00 99+00 100+00 101+00 102+00 1085 1080 (Roadway) & 2128 (Sewer) City of Yakima No's. 1 Project Eng. RJD 80 0=> 40 • 1.Q•rO1•ia♦r0arr'+P1iri♦♦r•+�rr,iccA•♦4woM•�'G4i,M •A."ri♦_♦10 .i•J4w♦i4grio•� ♦♦♦ rz, _•♦_ •`r•'_♦♦.r,♦❖,♦•_ O_0i`iiidi"1•ri♦O'i .,..h...i.:!.i.;;;•r♦•+"••♦Or• rr,•ti•Ri••+•i•li 1i4`O;:c9+9 4•c,WO.VA •4.4.4.40;; ii0ii;;;;As i.%.• ..x...-i� i• i•�3 >ii••i�iJ••Oii••i•i�•i►vJ 000i.0i•Oii•00.0.0 ♦ • • .0000.0•%`• 404$$$$$000 ' .ii •JJOJ •0000i•O...O ♦ • •.• •• ♦ ♦. �J��' S 895734" E 1090 1085 1080 1075 s. 108+00 EXISTING GROUND ® CE J 335.84 L.F SLOPE = 0 109+00 SSMH ;34 SfA. 110+3 RIM EL.= 1086.00, I.E. '27" IN' (W = 1076.02, I.E. 27" OUT (S) = 1075.92 X. MB STA. 1 10+70.24 RIM1086.46 I,E; 15" IN (5 = 1077,53 LE. 27" IN (N = 1075.85 I.E: 27" OUT 6) = 1075.75 110+00 34.96 L.F. SLOPE 0.0020 FT/FT NEW 27" PVC 1 ADDENDUM #2 9.25.06 1090 1085 1080 1075 0 E0 Y0) (0 >- '62 if , 2 zU W> N N • a E o > E 0 m m O (6 ce > 2 LL City of Yakima No's. 1944 (Roadway) & 2128 (Sewer) 0 21 40 1135 VC 25' VC V1 STA = 3+95 PV1 II d II. � J 1130 _ a 5 1125 1120 4+00 0 C8 #31L (TYPE •1) - STA. 5+00 (35'; LT.) GRATE EL.= 1099.08 I, E. 12" IN (E)=1096.00. LE. 12" OUT 5)=1095.95 C8 #31R (TYPE 1) STA. 5+00 (35.. RT.) GRATE EL.= 1099.0 I.E. 12" IN 4N)=1096.36 I.E. 12" OU (w)=1096.35 + ( 50' VC 50' VC PV1 STA = 6+00 0 a 0 + 5, 5 a EL.= 1100.69 a LOW PT ELEV = 1099.63 LOW PT STA = 4+38.82 66.97 L.F. SLOPE 0.0067 FT/F7 12" CPE L8 8271 TYPE 1) SIA. 4+33'73 (44.9' LT.) GRATE EL = 1099.00 I:E. 12" IN (N)=1095.50 I.E. 12" OUT (SW)=1095.46 + e r 200.00 L.F. SLOPE ='0.0049 PT/FT CB 32R (TYPE 1 STA. 7+00 (35' RT.) GRATE EL.= 1100.21 8 I.E. 12" IN.W =1097.35 I.E. 12" OUT (S)=1097.34 11 CB i32L (TYPE 1) STA. +00, (35',L,.), GRATE EL.= 1100.21 e-5 I.E. 12" OUT (E)=1097.70 2".CP \ 70 L.F. - 12" CPE SLOPE "0.0050 FT/FT 5+00 6+00 7+00 0.44% • 70 - LF. -- • 12'1' OPE • SLOPE = 0.0050 FT/FT 8+00 ADDENDUM #2 9.25.06 9+00 1135 11 5 • 1130 1125 1120 City of Yakima No's. 1944 (Roadway) & 2128 (Sewer) Project Eng. RJD 0 w 22 40 1135 • 1130 1125 1120 Zo ma. ------------------- ---- 0+00 CURB RETURNr0Cur'A - C25 Mk, o PC 0+81.30, 25.59' RT 1178 96 MC 1178.24 PT 1487.64. 31.33' RT 1177.51 R - 500.0' L - 104.84' T - 52.61' A - 12'00'51" 80 VC II w EXISTING. GROUND 5, CL 1+00 II Pak c ?nm.r x L'c Cc. 101.7:3-284=9 CURB RETURN DATA - C26 (e" "b) PC 1+87.61. 31.33' RT 1178.96 MC 1178 24 PT 2+89.85. 35.50' RT 1177.51 R - 500.0' 104.84' T - 52.61' - 12'00'51" 80' VC PVI STA = 2+01 IV 5 a 1- SOA.i2+75 (15' GRATE EL.= 1100.85 I.E. 12" IN (E)=1097.15 I.E. 12" OUT 1()=1097.14 ,y II M O08T N2+ (TYPE 11 GRA. EL. (11004.6" 4 F GRATE EL.= 1100.64 a \4.E. 121 OUT (W)=1097.8510 -1.65% a 69.61 L.F.- :12" CPE SLOPE = 0.0100 FT/Fr 2+00 99.65 L.F SLOP A. GRATE EL= 1099.00 I.E, 12" IN (S)=1094.65 I.E. 12" IN E =1094 22 I.E, 12" OU W)=1094.21 0 0250 12" OPe O N U W ADDENDUM #2 9,25.06 125' VC PT/Fr 7R TYP 1 0 3+00 PV1 STA = 3+95 PVI -EL.= 1099.48 4+00 1135 1130 1125 1120 City of Yakima No's. 1944 (Roadway) & 2128 (Sewer) Project Eng. RJD 23 40 IRR MST. 00 BOM 10 8<8108 I I I I TirI Id NEW REINF. CONC. UNEP 1010400. (Inelda WIEN Tort 11. I I — — am 8/1.8. SlIELEP/O—RNE FRUITVALE SCHANNO CANAL 10 NEW WEIR & TRASH RACK BOX COST. WEIR k TRASH RAM BOX 13 • PPE TO BE RENOVED rri RECONNECT PIPE TO NEW t MASH RACK Box 4 . . 4 • NEW SI6EWALK 4 a • 4. 40 OW 301 se E 16+50 4 40 ; P2, •t, 14 g 40 IRR RIVER ROAD 17+00 R Refer to Sheet 25 & 26 for further information PLAN 1,10, I I EXIST. IRMO BOX 7 REMAIN 1 I 1 ELEV. 1131.25 TOP OF NEW WALL 1 ELEV. 1131.25 APPROX. WKIER SURFACE LEVO_ NEW REINF. CONC. LINED CHANNEL .• ' . ' • • • , • tL— ELEV. 1133.50 ELEV. 1133.50 NEW WEIR & SCREEN BOX PIPE OUT MATCH TO EXIST. ELEVATION 110=40 NOTE: PAYMENT FOR THIS "STRUCTURE 1" SHALL 8E INCLUSIVE OF ALL ASSOCIATED MATERIALS AND WORKMANSHIP FOR THE COMPLETION OF THIS SECTION OF THE IRRIGATION SYSTEM. REFER TO SHTS: 24, 25 & 26 OF 40 SHTS. FRUITVALE-SCHANNO STRUCTURE 1 MATCH LINE q a City of Yakima Nos. 1944 (Roadway) & 2128 (Sewer) 80 0. 83 tO ‘0 04 g 5 CD > IRRIGATION DETAIL 40 Sao' s' FRUITVALE-SCHANNO STRUCTURE 1 PLAN VIEW TRASH RACK front Reber Fabricate Iran Vhk 00 Sized for 9- Wood Mod (Ftp. 901h Sldu) ELEV. 1133.50 V. 11 50 36• EXAM. IRR. PIPE (Size to Match Exist.) SECTION A -A NEW WEIR & SCREEN BOX MEM VARIES a HEW CANAL 5Ecn00 EXIST. IRRIG BOX TO REMAIN CONNECTION AT EXIST. CONNECTION AT NEW IRRIG. BOX 'MER & SCREEN BOX TYPICAL SECTION WEST END NEW REINFORCED CONC. CANAL CONSTRUCTION NOTES EAST END 1. This structure shall be constructed of reinforced concrete. The floors shall be east In place slabs set to the Elevations shown with the reinforcement extended to tie into the walls. The walls shall be cast In place with reinforcement tied to the floor slobs. The Controclor shall provide detailed shop drawings, Including details of all reinforcement, for the proposed construction to the Engineer prior to actual fabrication and construction. 2. NI reinforcement shall be epoxy coated No. 4 deformed, Grade 40 steel bare. The vertical reinforcing shall extend from the concrete floor Web and shall have alondard 90' hooks. Minimum cleoronce for all reinforcing shall be 13. frau cont. surface to reinforcing bor. 3. All pipes shall be grouted with non—shrink grout to prevent leaking at the box. 4. For safety, the wall, nearest the new sidewalk shall have a golvanized feel, two rail hand—roil firmly attached to the top for the entire length of the new canal wall including the weir and screen box trolls as shown. The Contractor shall prepore shop drawings. for the hand—roll and submit them to the Engineer for review and approval prior to fabrication and Installation. The hand—rag shall be easily removed for canal maintenance by Fruitvalo Conal Co, porsonol yet vondol resistant. Refer to Sheet 3—IRRIG for further nformotion. 4. Provide evenly spaced expansion pints in the new conal structure. The joints shall be provided with 3/4" x 12" SmoothDowel and expansion pint material. 5. The top of the structure shall be fitted with o bolted down steel gratin with a 1" x 2" rectangulor pattern. The grating shall be constructed In hinged and lockable sections capable of being opened by a single person for cleaning and maintaining the box. It shall have o non—slip surface and shall be capable of withstonding H2O loading. E0 3y 1111114‘ ' ,01'.11. t. City of Yakima Nos. 1944 (Roadway) & 2128 (Sewer) 3 00 IRRIGATION DETAIL CC Cr, to 25 40 REMOVABLE SECTION PLAN REMOVABLE SECTION I I r - r 2'-10 7/8" P Il REMOVABLE SECTION REMOVABLE SECTION I I I 1 I L NEW CANAL WALL 5'-9 1/2" {----._— __.1 t } ELEVATION Galvanized Steel Roiling and Posts NEW CANAL WALL 6' ELEVATION DETAIL 1' = 2' 1'=4' T 1— I I I I I NEW WEIR & SCRIIEEN 1 BOX -J • � I I I I I � � i I I NOTES: This detail shows o method of fabricating and constructing the new railing for Stucture No. 1. Except for the vertical dimensions, the dimensioning shown is approximate and based on the length of the new wall. The railing posts shall be 2" Diam. and the horizontal railing shall be 1-1/2" Diam. Galv. Steel Piping. All joints shall be welded and smooth. The railing shall be removable, but when in place, it shall be securely fastened or locked onto the walls to prevent or resist vandalizm or removal by by unauthorized persons. Post sockets with locking mechanism imbedded in the conc. walls may be used or the contractor may suggest another means to secure the railing. The Contractor shall prepare or have prepared, shop drawings depicting the proposed fabrication of the new railing and submit them to the Engineer for review and approval of the design and the materials to be used for the installation. The Contractor may use the detail shown hereon or propose a railing of similar configuration. The material specifications shall meet or exceed the specifications in the Special Provisions for this project. U N N a O d L C N E > o > I a � E 5 0 co 05) > City of Yakima Nos. 1944 (Roadway) & 2128 (Sewer) Li! IRRIGATION DETAIL w re z g 26 40 1 S NEW ee• GAY Ow (S1) STA 24+6E05 (19.3. 1) E 11122? NOTE: PAYMENT FOR THIS "STRUCTURE 2" SHALL BE INCLUSIVE OF ALL ASSOCIATED MATERIALS AND WORKMANSHIP FOR THE COMPLETION OF THIS SECTION OF THE IRRIGATION SYSTEM. REFER TO SHTS: 27 & 28 OF 40 SHTS. e vas'. PIPE TO BE REM01£0 CAST OF NEW MN PRINNAIE SCNANNO IRRIG 00% (Te B. Rammed) .....� B. IN_c 323RFLT 51 I.C. ;ME 1A= B(%150EM000014E 0TO E R \ Nor 60• GAY. MM. ($2) 8 Tf au ;4211)410 LT) IR FE113B x `-- RIVER ROAD 25+00 NEW 1W 0* (02) 'UWE4 —tat EXIST. PIPE TO y 26+00 BE REMOVED G SIDENRDZ-'u STUCTU�E PRIANALE SWANN° IRMO. BOX (To ba Rmowd) PVC IRR PIPE= WOK) LF IRR 510 00)10 TRIC NEW SIDEWALK it%- +0 MEWM• NM (SI) A 13B61P.) (1>S LT.) E 113588 )1)EW 12• PVL IRR. PIPE_ - ]]B.]O lF WK S.O.602 8 9 41051. PIPE TO -��Ga BE PEAIOV£) 27+00 ,RR NOTES: 1. THE CONTRACTOR SHALL EXPOSE THE EXISTING IRRIGATION PIPELINES TO DETERMINE THE SIZE AND INVERT ELEVATIONS OF THE PIPES PRIOR TO CONSTRUCTING OR INSTALLING THE NEW MANHOLES ANO THE DIVERSION STRUCTURE. THE ENGINEER SHALL BE NOTIFIED OF ANY GRADE PROBLEMS BEFORE CONSTRUCTION OF THE FRUITVALE-SCHANNO 24 -IN PIPELINE AND RELATED STRUCTURES, AND THE INSTALLATION OF THE OTHER PIPELINES AS SHOWN HEREON. 2. REFER TO DETAIL SHEET 28 OF 40 FOR FURTHER FABRICATION AND CONSTRUCTION DETAILS OF OF THE WORK SHOWN ON THIS SHEET. ESPECIALLY NOTE #5. FBOINALE 5CNANNO WIG. B0% CONNECT NEW N. RPE TO MST. B0%. LE 1124.3 (WI) SEE INSET DETAIL FOR CONTINUATION C G111L1C,_ NEW 2.' PVC WOE Pp� IRR BN NEW IN • 33A4fi' m""iN. RR IRR 213.110 "^ IRR RR Ra IRR NEW IY PVC IRR. PIPE MIN >41'4.1"0.0 1,10 INSET DETAIL 1"=.50" 0 .y E0 .G >- O c >,'a) ow N � o a C � E > O` 00 >y E 0 ca m 0 00 rz CD > 0) :t( Li City of Yakima Nos. 1944 (Roadway) & 2128 (Sewer) LI - 2 20J 2 (0z cg 3 N .1 .o o x > IRRIGATION DETAIL K z O N N w 00 27 40 44 STRUCTURE 2 NOTE; 1 1. This etrueture shall be constructed of reinforced concrete. The floors shall be cast In place slobs set to the Elevations shown with the reinforcement landed to tie Into the walls. The walls shall be cat In place with reinforcement tied to the floor slobs. The Contractor shall provide detailed shop drawings. Including details of all reinforcement. for the proposed construction to the Engineer prier to adud fobrioctlon and construction. 2. All reinforcement shall be epoxy coated No. 4 deformed. Grade 40 steel bora. The milled reinforcing shall extend from the concrete floor dab and shall have standard 90' hooks. Minimum clearance for all reinforcing shall be 1i' from cont. surface to reinforcing bar. 3. All pipe. shall be grouted with non—shrink grout to prevent leaking of the bo.. 4. The lop of the structure sholl ba fitted with a bolted down steel grating with a 1' x 2' rectangular pattern. The grating shall be constructed in hinged and lockable sections capable of being opened by a single person for cleaning and maintaining the box. It shall have is non—slip surface and shall be copable of withstanding H2O loading. 5. The pipe for thio work shall be Solid wall PVC Sanitary Sewer Pipe in accordance with Sec. 9-05.12(1) of the Standard Specifications. win Slot Woof 0104. 2. x x• (TIP. Ax war) 10.52' a• 104 a• EL 1120.00 I .L it 1107.00 L 2' PIPE i I WT 1 EAST : t ,rY Ti 1 21x V• 2'l_ I� •• r 1 PI O50 i EL 1126.30 ,, I .112/3.1_210_0f-,21.4'<- -1 i I r• \\J6' PWE I i . EL 1122.00 4' P 1 . , B• 333' e' 3k a• B 4/ d 05 3i 05 a B '15 F 2.93. e• Iy D PLAN e• CAST IN PLACE WALLS (TnO. 36• DIAu. PIPE EL 1129.00 IN EL 1122.80 11 ' EL 112280 24' 0104. An OUT L11250 24 OUT J 12' 0102. PPE OUT EL 1120.30 a31111.1 1123.30 PPE OUT "CAST IN PLACE CONC. SLAB B' SET CTI O N A- A THICK REINFORCED SECTION B- B aEV 9/21/06 0 .0) rr .; G 0 C >- 6 2 ow U N N a O CL ▪ c0 C � E g O co d E 0O 00 m CC To• 43 City of Yakima Nos.1944 (Roadway) & 2128 (Sewer) 4 IRRIGATION DETAIL 28 I 40 8" PVC PIPE IN EW#IG. R48"ISER M.H. (Modified 52) 6" P.V.C. Pipe Low level Connection with Slide Gate A V STRJCTU R/W UNE 3 CONSTRUCT NEW IRRIGATION DIVERSION BOX WITH WEIR (SEE DETAIL BELOW) NOTE: PAYMENT FOR INCLUSIVE OF WORKMANSHIP SECTION OF TH REFER TO SHT THIS "STRUCTURE 3" SHALL BE ALL ASSOCIATED MATERIALS AND FOR THE COMPLETION OF THIS E IRRIGATION SYSTEM. : 29 OF 40 SHTS. NFW 77. FRUITVALE SCHANNQ SERVICE RESEVOIR 160 36 IF 77—In Solid Wall P VC San Sewer Pine EXIST. FRUITVA� LE'SCANNO CANAL TO eE REMOVED) I y! NEW SIDEWALK'' C 12" P.V.C. DOWNDRT01 TO RESEVOIR NEW CURB & GUTTER s 43+00 0 89' 55' 15_E_ TRASH RACK Fabricate ge Iron Frame ober R A 27" P.V.C. Pipe CAST IN PLACE WALLS (Tip.) 8 fttr. iw�mtn. "e oral _'—(T, sato rnombp..) PLAN RIVER ROAD N � N ti NOTE: ALL PIPE SIZES SHALL MATCH EXISTING GOING OUT OF THE STRUCTURE. ALL NEW JOINTS SHALL BE WATER TIGHT. ANY EXIST. PIPE THAT IS DAMAGE DURING CONST. SHALL BE REPAIRED OR REPLACED WITH NEW. A 8" PVC PIPE IN 1"= NEW 48" MH (See Above) IRR. RISER TOP 11122.80 DOWNDROP CONNECTION 11'0.80 Crest EXISTING TURNOUT BOX & WEIR TO BE REMOVED EX CND 1119.3 IRRIG. PIPE AS MOVE & NEEDED XITONG RECONNECT NEW BOX TO SYSTEM. 44+00 N 89' 55' 30" E NOTE: 1. Th s structure shun be constructed of relnforeed concrete. The floors shall be cast in place slabs set to the Elevations shown with the reinforcement extended to tie into the wile. The walls *hall be cost in place with reinforcement tied to the floor slobs. The Contractor shall provide detolled shop drowings, Including details of oil reinforcement, for the proposed construction to the Engineer prior to actual fabrication and construction. 2. All reinforcement shall be epoxy cooled No. 4 deformed, Grade 40 steel bars. The vortical reinforcing shall extend from the concrete floor dab and shall hove slondard 90' hooks. Minimum clearance for all reinforcing shall be 1}` from cone. surface to reinforcing bor. 3. All pipes shall be grouted with non—shrink grout to prevent looking at the box. 4. The top of the structures eholl be fitted with bolted down steel gratings with a 1" x 2' rectangular pattern. the gratings shall be constructed in hinged and lockable sections copable of being opened by a single person for cleaning ond mointoining the box. They shall have a non—slip surface and shell be capable of withetonding 1120 loading. 5. Small Slide Gale. shall be operable horn the top of the structures. They may be simple In design. material may be goiv. sheet metal. TOP 1120.00 27" P.V C. Pipe END CAP NEW RISER S = 0.0003 wend Stook (Tip. grew.) S 1116.1 +Z— P1 a 2' x X' Plotea �I 'CAST IN PLACE 1115.15 CONC. SLAB 6' I.E. OUT THICK REINFORCED (3000 psi Conc.) 1116.45 r SECTION A—A City of Yakima Nos. 1944 (Roadway) & 2128 (Sewer) Project Eng. MR IRRIGATION DETAIL O N 29 40 NO 22nd AVE. N MINI RECONNECT EXIST.PIPE TO NEW IRRIG. BOX. NEW IRRIG. I i 1"=10' I2 1.73 • NOTE: PAYMENT FOR THIS "STRUCTURE 4" SHALL BE INCLUSIVE OF ALL ASSOCIATED MATERIALS AND WORKMANSHIP FOR THE COMPLETION OF THIS SECTION OF THE IRRIGATION SYSTEM. REFER TO SHT: 30 OF 40 SHTS. STRUCTURE 4 A A A . Slot/ (Tp.) Weir x X Plate. r 1 I 5.50' _.s SW sot / (01 ) u' PLAN 1"=4' ELEV. 1110 NOTE: ALL NEW PIPE SIZES & ELEVATIONS SHALL MATCH EXISTING, AND ALL ELEVATIONS OF THE NEW BOX SHALL MATCH EXISTING. s •.I SECTION A—A NOTE: City of Yakima Nos. 1944 (Roadway) & 2128 (Sewer) 1. This structure shall be constructed Of reinforced concrete. The floors shall be cast In place slabs set to the Elevations matching existing box and with the reinforcement extended to tie Into the walls. The walls shall be cast in place with reinforcement tied to the floor slabs. The Contractor .hnll provide detailed shop drawings, Including details of all reinforcement, for the proposed construction to the Engineer prior to o<tuol fabrication and construction. 2. All reinforcement shall be epoxy tooted No. 4 deformed, Grade 40 steal bars. The vertical reinforcing shall extend from the concrete floor slab and ahall have standard 90' hooka. klinimum clearance for all reinforcing shall be it from cont. surface to reinforcing bar. 3. A11 pipet shall be grouted with non—shrink grout to prevent looking at the box. 4. The top of the structures shall be luted with bolted down steel gratings with a 1" x 2' rectangular pattern The gratings shall be constructed In hinged and lockable sections capable of being opened by o single person for cleaning and mointoining the box. They shall have a nen—slip surfac. and shall be capable of withstanding H2O loading. 5. The pipe for this work shall be Solid wall PVC Sanitary Sewer Pipe in accordance with Sac. 9-05.1 2(1) of the Standard Specifications. Project Eng. MI IRRIGATION DETAIL U � 30 40 i ... City Of Yakima -17 Engineering Division -�.. ass nam Second sign V*1LW h 9bn \=1 \ 1 1 `. „ J J J 2 \ I 5 J 1 �J C• n aitte..�.oM Z ` =Ssynaat i�l \CONSTRUCTION OF THIS PART \\� OF THE CULVERT BY OTHERS. - NBEv 8/21/06 `\ J ` ` , j ` \�\/ J "-. ,,• � CONSTRUCT '�r� —' \ ti \- ®0 �RIO.t0' COHCRE1E 01ViRSION BO%. ^ \/ \L\_J-. 1 "=30' —_ River Road Improvements Project Fruitvale Boulevard to 6th Avenue City of Yakima Nos. 1944 (Roadway) & 2128 (Sewer) I\i-1 f�eua d IoW wtR WineRe' w e wle 0 y, '0 M +' x ° a,w nim .;, ALL T\ °eo°un ane Semaore SP.a j�� (� _�' 1Y EES t2 TREES 2 m1s • s "of 0 Ii iY 1 WP �1 a� �y; iWY q �� ' 13 �� 1. rY't 7;4 '7iJ 12 1REES 4`. PPL 1318y14]]l2 11 -0- ��i �r� IV � E —s— �w e . �:�' �, �A...... W ARBORVITAE N✓j;c r�NUIN lf ... .. q . �. r. .. ::. .: :: i. '"I'ic,'¢?T-. � �z1il��rb `��tFl Z �y;R ... .:. .T e r i fir 16 A G1�'SYp AS 14. � ; :..: ..:'::., ....W ...,� . �.. ?3a Ima �a.� s � �M1Ye'3YYdfi icc�-.eaniaxce- ..a.�rgli NI ........ ..:. .. .. .. vX9Y��rndY� US VEST 2103 • .dL`,t�"�, .. .. .. , . . T ��� US VEST 191]-0- f ":.;f 17:wS Om. B iN%-' US VEST 20 _.. ._ __ 0---. \ — — NEW 2Y SAM. SEVER_- .• ' _ — — ���� -- — F s 54+DOX l 'r 55+00r r s 1 s 57+Q103-- RIVER RD.STA 55+83.57 s / ' ......'NL 0=jyj7l9_ \ \ -U- X '3 PPL 1318-14773 < r I PPL 1318-147711 lEL a NOTE: o® THE EXISTING CANAL, BOX CULVERT BRIDGES AND oa RELATED STRUCTURES TO BE REMOVED WITHIN THE a., THE PROJECT LIMITS. o®I I 't,i - I I I 7z. a ' ia I // 1 'S City Of Parcel Riveriver , ®am Yakima 4-14402' Road ' I. a Drawing Scales Horizontal = Vertical = NONE IRRIGATION DETAIL OLD UNION CULVERT WEIR, & CLEANOUT BOXES ® STRUCTUR_ 5 OLD UNION CULVERT NOTE: LOCATION PLAN PAYMENT INUS VE O FOR ALLSASSOCIA ED MATER5" IALL BE ALS AND WORKMANSHIP FOR THE COMPLETION OF THIS REFER TO DETAIL SHEETS 32 & 33 FOR FURTHER INFORMATION. SECTION OF THE IRRIGATION SYSTEM. REFER TO SHTS: 31, 32 (ALSO 32A & 32B), & I y ,yMMp. CLEANOUT BOrX i 4 I 4v I 31 40 ` 33 OF 40 SHTS. I ,w a\, � P , 1 S T / i U C T U E 5ye REg .„,„,„e e Olt. City Of Yakima 111 Engineering Division 129 Natl+secaie SVaN vrwm. wan.ga. - O / i''• 1=10' 'Eo :" I ';:I911 �/ ' , E,q /I/�rrvl tt0 'a A 30- DiEn, 5 \ 'CZ/ \\ \�' 4/ti Pipe (In) R Pipe (Out) • 'TURF ./ / ' 1 /V �( /` - Y - �0� •• O - 4' TyE/7tsaS�',_ \`y EASEMENT. LINE —_- �u Q•,.,,,..R/W LINE River Road Improvements Project Fruitvale Boulevard to 6th Avenue City of Yakima Nos. 1944 (Roadway) & 2128 (Sewer) FOOTING--- OOTING \,I, P LAN B \ END OF PROJECT 60l6.064. S A VEN 1 =4 \ ___ R W LINE .. . ___. ___ _ _21-IN PVC Mil% PIPE - 7 �E' .4''9p. • W ^ird�sr•s , SEE SHTS 32A Lc 326 FOR DETAILS OF TIE ENO t M O WALLCONSTRUCTION. REV O 106 �cer..• - � LIQ �� GNIE'Rr �� %r lP SB'hoy�'�,' O j B EI. 1112 Six. ad 5 al, x 2. (Tye. Bo. Sldee) existingct Conc. analand walladmtWingWails and match to ordance with the details n Shea 32A and 326 and In accordance with a' x Ur CONCRETE 11 Section 6-02 of the Standard Spechcotione. IRRIO DIVERSION 60%. 0 � �'z////1,',4047,'',9°1":2 n� CO O/ N L Q\ 10 ' . 6' SEE DETAIL THIS SKEET \/ \3p\A: �. (Typ. all Walls) @' N. ' x?f'-"::::••••.•,- 1 NEW SIDEWALK 4,41 = Rr�va� Ills., outer led O le el renerweners. Iced—C..12.afe 36' Dim.9 Pipa (In) 6-00010 I_j_1Q6 j EI. 11e .5 y _--- 30' Diam. Pipa (Out) .• •• 01 CA NOTES CV 1. All pipes shag Os grouted with non-shrink grout N } 01 a�•ou.c esu to prevent leaking el the box. AN piping for this inetallallon shoilbe Installed ln accordance with Section 7-0E of the N m 1T�� d 2 a Drawing Scales Horizontal As Shown Vertical = As Shown SECTION A - A 6' Conc. Slab Stan(on dard Specifications N 2. flatback headwall mounted Canal Gates shall be installed on the 24-In and 16-1n outlet pipes. Cotes shall be similar fn la Waterman Canal Gale Nodal C-106 The Contractor shall ovoide catalog cut. and .hop drawings of the Galea for approval f thou Engineer. 3. The tap of the structure Mull be fitted with a bolted dawn .ted grating with o 1' x 2' rectangular pattern. The grating Mall be ^ In hinged lockable being by N ---- ---- -- -- --- EI. 1112 DIa F Out INN para., water led w\Wrr constructed and sections capable of opened a._-yll+--' son&sdp sonearlfor It Moilhave e and Mall les aand aintas'pable ofgwthe box. a I 4. The diversion box Moil be can.waled either ae a Pre—cast 5 5+ 0 0 RIVER R 0 A D 5 snforced concrete structure cast in-Placa reinforced concrete tructure at he discretion of the Contractor and as approved by the Engineer. Detailed Shop drawings of he diversion box showing II reinforcement, the internal piping connections. the Wei plats slots._ 9.2(,-0 the gals., and the top grating Moll be submitted to the Engineer for approval prior to fabrlation/oanetrae0a and Installation of he -5ER S/ tructure. Tie Contractor Mall firm all existing pipe else• before�F24' fabrication or construction of he diversion box The new piping Mail IRRIGATION DETAIL OLD UNION CULVERT WEIR & DIVERSION BOX 16' Olam. Pips (Dui)' El. 1106 + I 30 armee /arm _ 2' x X- Weir plate (Multiple) 6. J' luny match the existing going out of the box Any differences between the existing pipe sixes and hale shown hereon Moll be reported to the to Engineer. ; f •n.. Oji Liam SECTION B-B ,''' 32 40 PLAN — ENO WALLS & WING WALLS' FOOTING DIMENSION SCALE NOT TO SCALE PLAN — ENO WALLS & WING WALLS' FOOTING REINFORCING SCALE NOT TO SCALE STRUCTURE 5 NEV 0/2 /06 (0001100105 530-730) =i=nn-lNTIOnn IN BAS. Iv oc. /4 WS 010'0.6 /. war 1r-oc saw" woe. b 00 rw11110. 14 pas •.r.oc. SECTION - WING WALLS 1104 N SCALE: NO7 TO SCALE GENERAL NOTES #4 Rebor Pln 24" long, 0 18" O.C. 30" DIA BLUE SEAL PIPE 3 I/O' 10 1R" #'4 Rebar Pin 24" long, 0 18" 0.C. PLAN 0 CONNECTION TO EXIST. CANAL NOT TO SCALE OF NTHE 4005IFI CATIONSALL MATERIALS AND WORK SHALL BE NTS FOR ROAD, BRIDGE AND MUNIICIPAL CONSTRUCTION (ERDANCE WITH NGLISH)" BYE THE WASHINGTON�JgSTATE DEPARTMENT OF TRANSPORTATION. p CONCRETE (AST -IN-PLACE): CLASS 4000 (AIR ENTRAINMENT NOT REQUIRED IN FOOTING CONCRETE) gREEINFORRCINMG STEEL: AASHTO 631, GRADE 60 BEI AWCUT ANDI REMOVEO.IS TIHE REMA NDTER OF THESFOOTINGSRANDVWADLLSOTOO8060 NABUTMENTS AND WALLS TO FOONDATIONNS' SEE SPECIAL PROVISIONS FOR COMPACTION REQUIREMENTS FOR MATERIAL UNDER THE NEW 0007 RGS AN 0 FOR PLACEMENT OF BACKFILL MATERIAL IN EXCAVATED AREAS. THE NEW FOOTINGS ARE DESIGNED FOR MAXIMUM BEARING PRESSURE OF 2,000 PSF (DEAD & LIVE LOADS). OTHFR• UNLESS OTHERWISE SHOWN ON THE PLANS, CONCRETE COVER FROM THE FACE OF CONCRETE TO REINFORCING STEEL SHALL BE 2" FOR FORMED CONCRETE AND 3" FOR CONCRETE CAST AGAINST SOIL. UNLESS OTHERWISE SHOWN, THE MINIMUM REINFORCING BAR LAP SPLICE LENGTH SHALL BE 1'-6". r..)� 0- Q L ODOD E O 00 E O fE m 0 773N r— > > O cr LL (Roadway) & 2128 (Sewer) City of Yakima Nos. 1 rt w IRRIGATION DETAIL 32A 40 0 TWA ml i.I--Iep_M-lii.i1�1 111111111 O.. w... i.-111111.1111 oc I..1! 3fi" BLUE �fv1L PIPE !I",,,i/ 0M �,..,.°ILIAL; _ lIIIHhi■■ 11__,.__ 1�i1■■■■�1 STRLREV 9/31/06 1209CTUsE 5 110NAL SUB—T) 0410311.0.1341. KITOOKTO WOO TOW =WOW. SECTION — END WALLS WOW ONO MOLL OM... TM SCALE: Mar TO OGLE EXPIRES 10/13/Z00, REINFORCING BAR LIST 6'-10" TRENCH WIDTH TYPICAL TRENCH SECTION Mor r0 SCALE PIPE ZONE BACKFILL GRAVEL BACKFILL FOR PIPE ZONE BEDDING / FOUNDATION LEVEL i BAR No. BAR SIZE TYPE BEND A B BAR LENGTH No. BARS LOCATION 1 04 II 5'-6" 7'-10" 18'-10" 4 BOTTOM FOOTING 2 #4 II 5'-0" 6'-9" 16'-9" 4 BOTTOM FOOTING S #4II 4-6" S-7" 14'-7" 4 BOTTOM FOOTING 44 II 4'-0" 4'-6" 12'-6" 4 BOTTOM FOOTING 5 #4 STR. 4'-3" 28 TOP & BOTTOM FOOTING 6 #4 STR. 4'-3" 50 TOP FOOTING 7 a4 II 4'-2" 4'-10" 13'-2" 6 FRONT WING WALLS & END WALL 8#4 III 4'-2" Cr -8° 4'-10" 4 FRONT WING WALLS & END WALL 9 ,#4 III 4'-2" 0'-11" 5'-1" 4 FRONT WING WALLS & ENO WALL 10 #4 STR. 6'-9" 20 FRONT WING WALLS & ENO WALL 11X74 1 7'-3" 0'-8" 7'-11" 32 BACK WING WALL & END WALL 12 #4 STR. 1'-0" 4 FRONT END WALL 13 p4 STR. 34'-0" 6 FRONT END WALL 14 #4 STR. 1'-11" 4 BACK END WALL 1564 1'-9" 0'-8" 2'-5" 4 BOCK ENO WALL 16 X14 2'-2" 0'-8" 2'-10" 4 BACK END WALL 17 M4 STR. 1'-9" 4 BACK END WALL 18 $4 II 4'-6" 5'-6" 14'-6" 6 BACK WING WALL & END WALL 1964 II 4'-6" I'-0" 5'-6" 4 BACK WING WALL & END WALL 20 j'4 11 4'-6" 1'-0" 5'-6" 4 BACK WING WALL & END WALL 21 #4 II 5'-1)" 2 DECK END WING WALLS 22 64II 6'-3" 2 DECK 690 WING WALLS 23 #4II 8'-0" 2 DECK END WING WALLS 24 6411 9'-9" 2 DECK ENO WING WALLS 25 5411 2'-71/2" 10 DECK END WING WALLS 26 54 II 1'-9" 4 DECK END WING WALLS 27 k4 II 1•-0" 4 DECK ENO WING WALLS THIS BAR LIST DOES NOT INCLUDE SPLICE LENGTHS. CONTRACTOR SHALL CALCULATE 84R LENGTHS PRIOR TO CUTTING. 45° TYPE III B TYPE II A 90 TYPE I 45° a`1 U O CV ON a ¢ 06 C0 0 co I -O co ❑]CK o fp 3 1 E 2 m LL >- 0 U IRRIGATION DETAIL K .) o 0 vc0 Z W 0 9Z 0 W 32B 40 STRUCTURE 5 REV a/41/08 RIVER RD. Mtf EXIST. CCNS IRR1a, I CULVERT ENTRANCE/ 0' x IC CONCRETE IRMO. CLEANOUT 800 SEE OETRE. 1H15 SHEET PLAN VIEW 0. 1112 PLAN I N 1"=20' SECTION A -A NOTES: 1. All pipes shall be grouted with non—shrink grout to prevent leaking at the box. All piping for this Installation shall be Installed In accordonce with Section 7-08 of the Standard Specifications. 2. The top of the structure shall be fitted with a bolted down steel grating with a 1' x 2- rectangular pattern. The gosling shall be constructed In hinged and lockable sections copsble of being opened by o single person for cleoning ant mointnining the box. It sholl have a non—slip surface and shall be capable of withstanding 1120 loading. 3. The Cleanout box shall be constructed either as o Pre—cost reinforced concrete structure or cast In—plots reinforced concrete structure at the discretion of the Contractor and os approved by the Engineer. Detoiled Shop drawings of the box showing all reinforcement. the piping connections. the datoila of the connection to the existing Headwall, and the top grating shall be submitted to the Engineer for approval prior to fabrication/construction and installation of the structure. INN ens to es seep.. to N. Etta. Conc. Hwewoll to loon o Holt/1101 mnnss.bn. E1. 1112 a' SECTION U � N 2 O 9 Q N L • co E o > -o o > i 1Z d E - 32 0°' rts LE ti City of Yakima Nos. 1944 (Roadway) & 2128 (Sewer) Project Eng. MR IRRIGATION DETAIL 33 40 0 N is 33. m 0 VDZ-02 VDZ-02 VDZ-01 VDZ-05 VDZ-06 VDZ-06 05 06 07 08 Protected VehiclePr Movements q. Pern l I e Leit Tum -- Vehicle Movement E— -- Pedestrian Movement .i.-- <— --) F 4) ence-A.- 03 04 4`'T 1 14.4. ',. ICS ©gado ie i 11®a®f l g r nt 0 rn z Traffic Signal Installation Plan Project Eng.: RJD Horizontal Scale 1"=20' River Road Improvements Project Fruitvale Boulevard to 6th Avenue City of Yakima No's 1944 (Roadway) & 2128 (Sewer) City Of Yakima Engineering Division 120 Nath Semtl Steel Yeia,o, w.wym CONSTRUCTION NOTES: 0 INSTALL A NEW TYPE NI LIGHTING AND MAST AAM STANDARD (SUPPLED SA THE CITY) COMPLETE WITH TWO (3 -SECTION) SIGNAL HEADS. ONE (4 -SECTION) SONAL HEAD, ONE PREEMPT DETECTOR, ONE 1.1YOC8' SIGMA ONE VIDEO CAMERA AND ONE 250 -WATT HPE (GE BRAND) TYPE 1.1-0-111 MT -LENS 120V LUMINAIRE O INSTALL A NEW TWE W LOWING MO NAST ARM STANDARD (SUPPLED BY THE CITY) COMPLETE ROH TWO (3 -SECTION) SIGNAL HWS. ONE (4 -SECTION) SIGNAL HW. ONE PREEMPT DETECTOR, ONE 171000' SIGN, ONE VIDEO CAMERA. ONE 210 -WATT HPS (GE BRAND) TYPE M -C-11 1 MAT LENS 1200 LUMINAIRE, & ONE 400014 '31.I141WALE' RADIO ANTENNA FACING SOUTH TO GAIN ILEOUAIE RECEPTION FROM THE COSTING EASIER-RAD10900 1 ANTENNA AT 10111 AIL. 8 1.84COLN AVE ® SUPPLY AND INSTALL A NEW TYPE P5 PEDESTRIAN HEA0 STANDARD COMPLETE 021N ONE LED PEO WLK/FOW DISPLAY (TYPE -0 TOP MOUNT). AND ONE TYPE PPB -14 (H -BRACKET) 9EDE5TRMN PSH BUTTON. MOUNT THE ASSEMBLY S0 THE ARROW LEGEND ON THE AI -BRACKET FACE POINTS IN 71[ DIRECTION OF THE I71T1240ED GR055WALN. SUPPLY MCI INSTALL A NEW THREE -SECTION VF70CLE SIGNAL. HW (1 OF 0 TOTAL). WITH 12' 0/Y/R-841 TFL LENSES. FM INCH LOUVERED BA410'LATE AND PE= AOJUSTABIE ASTRO-BMC A8-0110-3-40 WITH TYPE -11 BAND -0/1 MOUNTING, AND WITH FINAL DRIWNG LOCATIONS TO BE VERIFIED BY THE 'TRAFFIC ENGINEER OR APPOINTED DESIGNEE. ® SUPPLY AND INSTAL A HOW FOUR -SECTION VE741CIE DONAL HW (1 OF 4 TOTAL), W11H ALL 4 SECTIONS AS 12' LED LENSES WITH 0' LOWERED BACKPUIE, 04 PELCO ADJUSTABLE ASTRO-BML A8-0110-4-48 WITH TYPE -N B.WD-011 MOUNTING. THE BOTTOM SECTION SHALL BE A BIMODAL GREEN -0010W 'LEFT' ARROW. FINAL ORIWNG LOCATIONS TO BE VERIFTE0 BY THE TRAFFIC ENGINEER. ® SUPPLY AND INSTALL A NEW NEW. TYPE 'P' TRAFFIC SIGNAL CONTROLLER CABINET WITH CONCRETE 815E (AS PER PROJECT DETAIL), INCLUDING ALL EQUIPMENT, COMPONENTS AND WIRING CONFIGURATIONS AS DESCRIBED IN THE SPECIAL PROVISIONS. Q7 SUPPLY AND INSTALL A NEW TYPE A aECTRI6AL SERVICE AS PER PROTECT DETAIL. 121111 LIEIER BASE AS PER PP 44 L SERVICE SHALL BE SINGLE PHASE, 100 AMP, 120V/2 KW WITH A 00 AMP BREMER FOR CONTROLLER POWER, AND A 30 AAP FOR SIGNAL UGHTINO, AND SHALT 8FCLIWE A PHOTOCELL BYPASS SNITCH. O SUPPLY AND INSTALL A NEW SINGLE -DIRECTION OPTICA. PRE -DEPT DETECTOR ON THE MAST MM (1 OF 4 TOTAL), LOCATED AS SHOWN ON THE PLANS, AND WIN FINAL DRILLING LOCATIONS TO BE VERIFTE0 BY THE TRAFFIC ENGINEER OR APPOINTED DESIGNEE O9 SUPPLY AND INSTAL). A NEW TYPE 8 JUNCTION BOR. ® SUPPLY AND INSTALL A NEW TYPE III JUNCTION BOX. © INSTALL A NEW 'LEFT TURN YELL ON GREEN BALL' (010-12) SIGN (I OF 4 TOTAL), SUPPLED BY THE CRY OF YAKIMA 510N SHOP. ® BUSL A NEW 0f80441111 464-ACC1141040 PEDESTAUN SIDEWALK RAMP (1100-28 WSOOT E94U140 H) PER THE STANDARD DETAIL AND LOCATED AS WWI ON THE PUN. (E* SUPPLY AND 8400µL A NEW TRAFTCON VIDEO DETEC1094 CAMERA ON THE END OF THE 20 FT. LUMINAIRE ALUM. ® SUPPLY AND 4401841 A NEW 'BLUEWAVE' MODEL BW54TY 1000 MAOI ANTENNA SIDE -OF -POLE NEM LUMINAIRE ARM HEIGHT OR ON LUTA. ARM. ® !WALLA NEW STREET NAME SIGN: N. TOTH AVE', WHICH SHALL BE SUPPLIED BY THE CITY 51GN SHOP. ® INSTALL A NEW STREET NAME SIGN, 'NKR ROAD', WHICH SHALL BE SUPPLED St THE CITY BION SHOP. © INSTALL AND 5118 UP AT OUSTING POWER POLE A 2 INCH CONOWF AS PER PP 0 L (REQUEST %2840E43) GENERAL NOTES *FOR ALL TYPE 8 AND T400 P5 SIGNAL STANDARD FOUNDAT0N8, SEF SHEET PROJECT DE1NL SHEET FOR FOUNDATION NCI EXTENSION LAYOUT, REFERENCING PUSH BUTTON LOCATIONS. AND FOR MIL FINISHED -GRADE CONCRETE SURFACING 080E 144E POE FOUNDATION. AUL SIGNAL STANDARDS AND PEDESTRIAN (HEAD/PUSH BUTTON POLL LOCATIONS, AND LOCATION OF CABLE ENTRANCE HOLES FOR WHOLE SIGNAL HEADS, PREEMPT DETECTORS, RADIO AMENNA AND PUSH BU7TW 5 SHALL 8E MEMO BY THE CITY OF Y*MA TRAFFIC ENGINEER OR APPOINTED DESIGNEE. THE CITY SIGN SHOP SHALL SUPPLY FOUR 'LOT TURN HELD ON GREEN BALL' SIGNS TO ME CONTRACTOR PRIOR TO THE WORK SENT DATE. 1HE CITY 504E SHOP 51VL, PROVIDE AND INSTAL FOUR (4) TEMPORARY ADVIV4CE 'MEW SIGNAL ARUM' SONS. AND TIE CONTRACTOR 14441. 410005014E WITH ME SONS SHOP ON THOR APPROPRIATE INSTAL DATE THE FOUR (4) TYPE -10 UGHTING AND MAST NW STANDARDS SOIL. BE MA8A450 AT THE CITY SIGNAL SHOP AT 2301 FRUITY& 8000. FOR THE CONTRACTOR 10 PICK UP, AND THE CONTRACTOR SMALL 0000004TE WITH THE CRY'S =NAL OPERATIONS BUPOM50R FOR THIS EQUIPMENT TRANSFER OFFSET 114ENSION5 FOR THE 00Ni00Ll004 CABINET SHOWN. O4 TIE PUN IS APPROXIMATE AND SILL AUGMENT PUN 50AUN0 (INCWOINO FOR NEW POLES) WITH 111E FINAL LOCATIONS CONFIRMED AND APPROVED Si THE CRY TRAFFIC ENGINEER OR APPROVED DESIGNEE 'EXPIRES 10/13/Z0O 1 City of Yakima No's 1944 (R co z 03 CD C O OZ Ta C (1 00 40 CONDUIT SCHEDULE Q NO. NEW CSS lI 16—C LIGHTING POWER CONTROLLER POWER 5—C PED SIGNAL 5—C PUSH BUTTON OPTICOM CABLE RADIO ANTENNA COAX CABLE 1 2" 3108 As per PPBL 2 2" 3#8 3 3" 1 1#100 tam 4 2" 2 1 5 1-1/2" 1 1 6 1-1/2" 1 1 7 2" 3#3 8 3" 1tato 1#1OG 9 2" 2 1 10 --------DELETED FROM PLAN ----------------- 11 3" 1 2#10 1#NOG 12 2" 2 1 13 1-1/2" 1 1 14 1-1/2" 1 1 15 2" 3 #8 16 3" 2 1#1OG 2#1O 17 2" 4 2 18 --------DELETED FROM PLAN--- -- 19 3" 1 1 #1OG 2#1O 20 2" 2 1 1 21 1-1/2" 1 1 22 1-1/2" 1 1 23 2" 3 #8 24 3" 4 , #ate 25 3" 8 4 1 26 -----------DELETED FROM PLAN 27 3" 1 11 oc 28 2" 2 1 29 ---------DELETED FROM PLAN -- 30 3" 1 1:11c 31 2" 2 1 32 1-1/2" 1 1 33 1-1/2" 1 1 z Z/CLIOL 338dX31 go 01 w N so N N N CO N A V N 1A 04 CO 2 V w N 50 0 N N O 0 eS 11 A g a - w CO m ?TS' A O 04 O -81 w CO Co v -om 1 0q- "' & A 0 O C m m � 0 0 • 0 m z 0 Z 0 -.8- z m • m 0 Z 0 -u --I TI 70 ✓ 0 • � ( "perp m l> o VO j WIRE SPLICE DIAGRAM POLE #4 • NW CORNERo.,0 (PHASE SIGNAL#) c ron 5 CONDUCTORS Lcglc Ground CONT. PHZ 16 COND. CABLE 3i1 8-1 8•2 8 -PED 2 -PED SPLICE# X CLAP Neutral NOW* 1 White While White White White Red B Red 2 Rad Red Amber 8 Orenge 3 Oranto Orange Green 6 Green 4 Groep Groan am8 2 Black 5 Sad WALK a 810. 6 Green Rad OLAP D Red/Black T 7 Red Amber OLAP 0 WangaIBbGOT 6 Orange Green OLAPD OranrBleckT 9 Green Dm 1 BlaekMTHaT 10 Red WALK 2 Blue/Mb T 11 Green LTArnber 3 00. N 9. 0661 12 Bleck LTOreen 3 Gra0MMaleT 13 Blue LTRed 3 RedN8hite T (unused) 14 Weaned 15 R.4NAdb7 16 (EXPIRES 10/13/2tc i CONT. PHZ DIRECTION OF PED 5 OF 5 CON. CONDUCTOR USAGE Lcglc Ground 08 EB Pugh Button 1 Black Green White 02 SE Push Button 1 Black Green White WIRE SPLICE DIAGRAM POLE #1 -SW CORNER (PHASE SIGNAL#) c ;, SCONDUCTORS Logic Ground CONT. PHZ 16 COND. CABLE 51 2-1 2-2 2 -PED 4 -PED SPLICE # X OLAP 0 Noubal Mlle 1 White White White White White Red 2 Red 2 Red Red Amber 2 Orange 3 Orange Orange Gram 2 Green 4 Omen Green DNI 2 Black 5 Rad WALK 2 Blue 6 Gres, Rad OLAPA Redeglark7 7 Red Amba OIAPA Orange/EbaT 8 Orange Green OLAPA Green/BlackT 9 Green DAN 4 8708860ti1T 10 Red WALT( 4 BIuWrNmT11 t1 Green LTAmbwr 6 OrangaMT8.T 12 Bleck LTGreen 6 GroaiWAB.T 13 Bee. LTRed 6 RedNVMtaT (unused) 14 Black/Rod 1 15 RedMhlb T 16 CONT. PHZ DIRECTION OF PEO # OF 5 CON. CONDUCTOR USAGE Logic Ground 02 NB Push Button 1 Black Green White 04 013 Pugh Button 1 Black Green White WIRE SPLICE DIAGRAM POLE #3 -NE CORNER (PHASE SIGNAL#) ,7„ 5CONDUCTORS Logic Ground CONT. PHZ 18 COND. CABLE 1-1�m 6-1 6-2 8 -PED 8 -PED SPLICE# X OLAPC Neutral Whits 1 While White White While While Rad a Red 2 Ren RW Amber 6 Orenge 3 orvng. orange Green a Green 4 Green Breen OM a Black 5 Red WALK 9 Big. 8 Green Rad OLAP0 Re467.067 7 Red Amber OLAFC Orange/Blo*T 8 Orange Growl OIAPC Green/BlckT 9 Green ow a Black/Mlle T 10 Rad WALK 8 Bb.MMl,T11 t1 Groan LTAmber 1 OrangoMhlteT 12 Bb86 LTGreen 1 Gr..MNN1T 13 Biu• LTRed 1 RadMfdW T (unused) 14 Bleck/Red 7 15 RedAVnlb T 16 CONT. PHZ DIRECTION OF PED #OF5 CON. CONDUCTOR USAGE Logic Ground 06 50 Push Button 1 Black Green White 08 WB Push Button 1 Black Green While WIRE SPLICE DIAGRAM POLE #2 -SE CORNER (PHASE SIGNAL#) On g„ 8 CONDUCTORS Logic Ground CONT. PHZ 16 COND. CABLE 7.1 4-1 4-2 4 -PED 6 -PED SPLICE# X OUP Neutra Whllo 1 While Mita White While White Red 4 6.4 2 Red Rad Amber 4 Orange 3 Orange Orange Green 4 Grown 4 Green Green DMI 4 Blade 5 Rad WALK 4 818. 6 Orwm Rod OLAP8 Red/Black 7 7 Rad Amber OLAPB Orange/Bleck 5 8 Orange Groan OLAP B GroaNBbck 7 9 Gram OM a B7ddWlebT 10 Rod WALK B BIu.lWn6aT t1 Green LTAmbar 7 OrengMAnibT 12 81ack LTGreen 7 GivanAMlb T 13 551. LTRed 7 Rod/White T(unused) 14 BbddR.47 15 Red8V61T 1e CONT. PHZ 0 RECTION OF PED # OF 5 CON. CONDUCTOR USAGE Logic Ground 04 WB Push Button 1 Black Green White 06 SB Push Button 1 Black Green White U � N 2 IZ Q w L C� W EQ >12 2 co Q � E� O > O.>LL. City of Yakima No's 1944 (Roadway) & 2128 (Sewer) Project Eng.: RJD 1- 1— z 40 sr MO arm 1-1/2 • BBA mum. 0 e RC NV NA. WY 61111 111 r zroc)N. 1101. U Moa .MC (EXPIRES 10/13/24:o1 14:41X. RECESSED TERMINAL COMPARTMENT DETAIL POLE ORIENTATION AND ATTACHMENT POINT DETAIL ALL HANOHOIEO AT 160' TYPE PS PED. HEAD STANDARD Pole Layout for N. 16th Avenue & River Road RTICALCLEMWNCE MINIMUM: 158' MAXIMUM:19,V LIMITS OF VERTICAL CLEARANCE REOUIREMENT ROADWAY TYPE 01 COMBINATION LIONTINO AND MAST ARM SIGNAL STANDARD 2 2 01111B OB BPP( Or awuPER SIGNAL STANDARD DETAIL CHART FIELD LOCKNON STATION MYR 93N33,10M0.w13OATA 1001.0/ u nn•13POGam.003.3 0.00 PI 0 A3 al IN 0 BI PI B0 VFNCLIMOANZANIFIFAYO al BO P OS 3330140 301.305 sums POLE ATTAGIMtlR PGM MOIEE (111P..1 zouNozzoN 01 oz REMARKS Ir xP a• IP 103 33 TO 1110.80 20 so 100 10 IP 10 rn 140 sr 313 10.3 zs sM xp 1000.0 110 v 30' xx� IT rza 70 x0 00.00 IRO NOTES 111 INSTALL MOUNTING COUPLING AT OFFSET DISTANCE INDICATED IN CHART, AND FOR TYPE•N MOUNTINGS DRILL 26mm HOLE IN MAST ARM AND INSTALL PLASTIC SPLIT BUSHING 505 CABLE ENTRANCE O FIELD INSTALLED. ALL HOLES FOR 31, SINS & 55 SHALL BE FIELD DRILLED MH THEIR EXACT LOCATIONS VERIFIED BY THE CRY OF YAKIMA TRAFFIC ENGINEER OR APPOINTED TRAFFIC SIGNAL REPRESENTATIVE 1111 ISA FOUR -SECTION BIMODAL SIGNAL HEAD. LEGEND a. Vehicle Signal Head b. "LEFT TURN YIELD ON GREEN BALL" sign (4 total) c. Street Name Sign: (2 - N. 16TH AVE, 2 - RIVER ROAD) d. Pre-empt Detector e. 24 -Position Terminal Strip with Handhole ©THE TYPE III SIGNAL STANDARDS AS SPECIFIED ON THIS PLAN, INCLUDING THE POLES, MAST ARMS AND LUMINAIRE ARMS, SHALL BE SUPPLIED BY THE CITY OF YAKIMA AS DESCRIBED IN THE SPECIAL PROVISIONS AND CONSTRUCTION NOTES. THIS PLAN IS SUPPLEMENTAL ONLY TO THE CONTRACTOR FOR BASIC COMPONENT LAYOUT, STANDARD AND ARM LENGTHS. f. Luminaire g. Pedestrian Display - Type -D Top Mount h. PPB -M Pedestrian Push Button I. Handhole ® CONCRETE FOUNDATIONS SHALL BE CONSTRUCTED AS SHOWN ON THE WSDOT STANDARD PLAN J-71 FOR THE TYPE III AND TYPE PS PED HEAD STANDARDS. 0 TG) E • o co c} cC UW City of Yakima No's 1944 (Roadway) & 2128 (Sewer) • O W a 40 CENTER OF SMALL RADIUS TYPE III OR TYPE PS SIGNAL POLE CONCRETE FOUNDATION CENTER OF LARGE RADIUS EXISTING OR NEW CONCRETE SIDEWALK CONCRETE FOUNDATION EXTENSION CONCRETE FOUNDATION TYPE 111 OR TYPE PS SIGNAL POLE EXISTING OR NEW CONCRETE SIDEWALK PED PUSH BUTTON TYPE III OR TYPE PS SIGNAL POLE CONCRETE FOUNDATIO 4" MINIMUM OR SPECIFIED DEPTH OF SIDEWALK SOFT SURFACE 3/4" CHAMFER FINISHED GRADE" TO r END OF RADIUS (NEAR THE TANGENT) EXISTING OR NEW CONCRETE SIDEWALK 'EXPIRES 1 011 31 20 01 NON -REINFORCED CONCRETE POUR OVER FOUNDATION TO SIDEWALK FINISHED GRADE CONCRETE SIDEWALK & EXPANSION JOINT (SEE CITY STANDARD PLAN R12) UNFINISHED CONCRETE FOUNDATION SURFACE SIGNAL STANDARD CONCRETE FOUNDATION (SEE WSDOT STANDARD PLAN J -7a) \ FOUNDATION OR EXTENSION EDGE TO SIDEWALK DETAIL TOP OF FOUNDATION TO SIDEWALK GRADE V d) N � O 1 d Q L co> Q 0 ccs O > "7 ALL City of Yakima No's 1944 (Roadway) & 2128 O 5 3 W d V) C 73 IDG N CII 0 03 To- a o 39 40 LT LANE LINE KEY A - STANDARD LEFT TURN ARROW LEGENDS B - STANDARD 24 -INCH STOP BARS C -STANDARD WHITE 8 -INCH DOUBLE-LINE CROSSWALKS D - STANDARD DOUBLE -YELLOW CENTERLINE E - STANDARD WHITE DASHED LANE LINES F - STANDARD SOLID 8 -INCH LEFT TURN LANE AND EDGE LINES (EAST LEG). TRANSITION THE NEW APPROACH STRIPING TO EXISTING 2 -LANE WITH SHOULDER CROSS-SECTION I) Jut River Rd. APPROX. 225 FT. LT LANE LINE 07 04 F RIVER ROAD LANE WIDTHS (ASSUMING 40 FT. TOTAL WIDTH CURB -TO -CURB) (DIMENSIONS - TO CURB FACE) THRU LANE - 14.5 FT. LEFT TURN LANE -11 FT. RECEIVING LANE -14.5 FT. MATCH UP NEW APPROACH STRIPING TO EXISTING STRIPING TO THE NORTH NOTES THE CITY OF YAKIMA SIGNS & LINES CREW SHALL COMPLETE THE STRIPING AND MARKING AS SHOWN ON THIS PLAN AS PART OF THE SIGNAL PROJECT, AND ANY MODIFICATIONS ARE TO BE APPROVED BY THE TRAFFIC ENGINEER. THE CONTRACTOR SHALL COORDINATE THE STRIPING SCHEDULE WITH THE SIGNS & LINES SUPERVISOR. TRANSITION THE NEW APPROACH STRIPING TO EXISTING 2 -LANE WITH SHOULDER CROSS-SECTION 08 03 APPROX. 135 FT. F LT LANE LINE N. 16TH AVE. LANE WIDTHS (ASSUMING 69.5 FT, TOTAL WIDTH CURB -TO -CURB) (DIMENSIONS - TO CURB FACE) CURB/OUTSIDE THRU LANE -17 FT. INSIDE THRU LANE -12 FT. LEFT TURN LANE -11.5 FT. INSIDE RECEIVING LANE -12 FT, CURB/OUTSIDE RECEIVING LANE -17 FT. APPROX. 130 FT. LT LANE LINE MATCH UP MODIFIED -TAPER STRIPING TO EXISTING STRIPING TO THE SOUTH. !EXPIRES 10/13/zco7 U N •N O LLQ c.� -c 5) E O >12 oro ao> E� .® O oCOM � 'rt2 LL 0 a. a 40 40 EXHIBIT "A" Scope of Services. Project limits are as follows: Starting at the North 6th Avenue and I Street North along North 6th Avenue and its northerly extension to the north side of the Naches River the following tasks are to be performed at this location: Task 1 Locate all structures, above ground improvements, and unusual areas within the 50 feet of the existing street center line on both sides as possible. This shall include all existing manhole and valve invert elevations. Contact the Utilities Underground Location Center and have all existing underground utilities located by painting and those locations shot and included with the existing topography. Please note this does not include any excavation work to locate utilities. Task 2 HLA will prepare a topographic survey (base Map) of the project area showing the above referenced field located features, right of ways, and adjacent property lines using AutoCAD. HLA will provide the City with an electronic copy of the survey and a reproducible hard copy. Please note the adjacent property lines will be shown based on deeds of record. This proposal does not include ordering title reports for the adjacent property lines. Task 3 Provide the City with an ASCII file for each point located in the field or calculated, having a Northing, Easting, Elevation and associated Description. Task 4 Provide the City with copies of recorded surveys and/or plats used in calculations. Task 5 HLA will assist with the preparation of easement descriptions as may be necessary for the new trail/pathway alignment on the North 6th Avenue site and at the Cowiche Canyon and Summitview Snow Mountain Ranch sites. HLA may be required to stake of property lines and easements as may be necessary for the acquisition of easements or property. Each task shall be completed by the Surveyor as soon as possible and shall begin following written authorization to proceed. Established completion time shall not be extended because of any delays attributable to the Surveyor, but may be extended by the City in the event of a delay attributable to the City or because of a delay caused by conditions beyond the control of the Surveyor. All work performed by the Surveyor shall be completed in a professional workmanlike manner. DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT William R. Cook, Director Brett H. Sheffield, P.E., Acting City Engineer Engineering Division 129 North Second Street, 2" Floor Yakima, Washington 98901 (509) 575-6111 - Fax (509) 576-6305 ADDENDUM NO. 3 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for RIVER ROAD IMPROVEMENTS PROJECT CITY OF YAKIMA PROJECT NUMBERS 1944 & 2128 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. Bid Opening: The Bid Opening has been rescheduled to Friday, October 13, 2006 at 2:00 pm. ITEM 2. Standard Specifications; Special Provisions Section 7-09: Section 7-09 Water Mains, (page 95) 7-09.3 Construction Requirements This section, on page 95 of the Special Provisions as amended by Addendum No. 2, is supplemented as follows: The Contractor shall provide offset markings of all water valve locations during construction. ITEM 3. Standard Specifications; Special Provisions Section 7-17: Section 7-17 Sanitary Sewers, (page 95) 7-17.1 Description This section in the Construction Contract Specifications and Bid Documents is supplemented with the following: Addendum 3 Page 1 of 7 10/2/06 The new 27" sanitary sewer pipe between Stations 97+00 and 110+35 will be installed 10 feet north of, and along the same line as shown on the Plans to avoid conflicts with the power line. ITEM 4. Standard Specifications; Special Provisions Section 8-03: Section 8-03 Irrigation Systems 8-03.3 Construction Requirements The first paragraph of this section of Addendum No. 2 is modified as follows: In addition to the concrete structure and minor amounts of miscellaneous pipe and other materials incidental to reconnection, the following items are included in the construction of Irrigation Structure No. 2: Item Quantity 36" PVC Pipe 40 LF 24" PVC Pipe 1,630 LF 12" PVC Pipe 540 LF 8" PVC Pipe 150 LF 6" PVC Pipe 80 LF 60" Diam. Manhole 2 EA 48" Diam. Manhole 6 EA Crushed Surfacing Top Course (for Trench Backfill) 150 TON Structure Excavation Cl. B Incl. Haul 1,700 CY Removal of existing concrete -lined channel 500 LF ITEM 5. Proposal: Item Proposal Bid Sheets: Remove all prior Item Proposal Bid Sheets and replace with the attached four (4) pages of Item Proposal Bid Sheets, labeled "Addendum. No. 3", dated "October 2, 2006". Two changes have been made to Item Proposal Bid Sheets: previous Item 45 — Monument Case and Cover, 5 EA of schedule 'A' has been deleted; and, the quantity of Item 18 of schedule `B' PVC Sanitary Sewer Pipe 27 In. Diam. has been increased to 10,120 linear feet. ** The contractor must submit a bid on all schedules of this project. Failure to do so shall render the entire bid to be non-responsive. ** ITEM 6. Plans: Plan Sheets: The existing plan sheets of Addendum No. 2 are modified as follows: Addendum 3 Page 2 of 7 10/2/06 The last sentences of note 5 on sheet 25, note 4 on sheet 28, note 4 on sheet 29, note 4 on sheet 30 and note 3 on sheet 32 are deleted and replaced with the following: The grate shall have a non -slip surface and shall be capable of withstanding a live load of 1000 pounds plus the dead load of the fabricated grate. The tie-in between the existing sanitary sewer manhole and new sanitary sewer manhole at the approximate locations, as follows, are deleted: Station Location 17+20 37+14 47+03 The following 10 -inch sanitary sewer stubs at the approximate locations are deleted: Station Location 43+65 47+03 53+75 66+67 80+75 Add 10 -inch sanitary sewer stubs at approximately the following locations: Station Location 97+00 north 97+00 west This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: 5retti4 S' RE 10-2-2006 Brett H. Sheffield, P.E. Acting City Engineer Date Addendum 3 Page 3 of 7 10/2/06 ITEM PROPOSAL BID SHEET City of Yakima River Road Improvements Project Fruitvale Boulevard to 6th Avenue City Project Nos. 1944 & 2128 TIB# 8-4-180(019)-1 SCHEDULE "A" (Roadway Improvements ITEM NO. PROPOSAL ITEM PAYMENT SECTION UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPCC PLAN 1-07.15 1 LS 2 MOBILIZATION 1-09.7 1 LS 3 TRAFFIC CONTROL SUPERVISIOR 1-10.5 1 LS 4 FLAGGERS AND SPOTTERS (Min. bid $30 per hour) 1-10.5 2,000 HR 5 OTHER TRAFFIC CONTROL LABOR (Min. bid $30 per hour) 1-10.5 400 HR 6 CONSTRUCTION SIGNS, CLASS 'A" 1-10.5 480 SF 7 CLEARING AND GRUBBING 2-01.5 1 LS 8 ROADSIDE CLEANUP 2-01.5 1 FA $25,000 $25,000 9 REMOVAL OF STRUCTURE AND OBSTRUCTION 2-02.5 1 LS 10 SAW CUT, PER INCH DEPTH 2-02.5 1500 LF 11 ROADWAY EXCAVATION INCL. HAUL 2-03.5 9,455 CY 12 CRUSHED SURFACING BASE COURSE 4-04.5 7,370 TON 13 ASPHALT TREATED BASE 4-06.5 3,890 TON 14 PLANING BITUMINOUS PAVEMENT 5-04.5 3,120 SY 15 HMA CL.'/4" PG 64-28 5-04.5 4,050 TON 16 PAVEMENT REPAIR 5-04.5 400 SY 17 CORRUGATE POLYETHYLENE STORM SEWER PIPE, 12 IN. DIAM. 7-04.5 4,300 LF 18 CORRUGATE POLYETHYLENE STORM SEWER PIPE, 18 IN. DIAM. 7-04.5 3,350 LF 19 INFILTRATION POND 7-04.5 1 EA 20 BIOINFILTRATION SWALE 7-04.5 1 EA 21 CATCH BASIN TYPE 1 7-05.5 49 EA 22 CATCH BASIN TYPE 1L 7-05.5 14 EA 23 CATCH BASIN TYPE 2, 48 IN. DIAM. 7-05.5 1 EA Addendum 3 Page 4 of 7 10/2/06 ITEM NO. PROPOSAL ITEM UNIT PRICE DOLLARS AMOUNT DOLLARS 24 VANED GRATES FOR CATCH BASINS TYPE 1 7-05.5 63 EA 25 DRAINAGE RETENTION BASIN W/36 IN. DIAM. PERF. PIPE 7-05.5 300 LF 26 ADJUST MANHOLE 7-05.5 16 EA 27 CRUSHED SURFACING TOP COURSE (FOR TRENCH BACKFILL) 7-08.5 600 TON 28 STRUCTURE EXCAVATION CL. `B' INCL. HAUL 7-08.5 4,330 CY 29 SHORING OR EXTRA EXCAVATION CL. B 7-08.5 6,600 LF 30 ADJUST VALVE BOX 7-09.5 22 EA 31 REPLACE VALVE BOX 7-09.5 5 EA 32 ESC LEAD 8-01.5 28 DAY 33 SEEDING, FERTILIZING AND MULCHING 8-02.5 1 ACRE 34 IRRIGATION STRUCTURE #1 8-03.51 1 EA 35 IRRIGATION STRUCTURE #2 8-03.5 1 EA 36 IRRIGATION STRUCTURE #3 8-03.5 1 EA 37 IRRIGATION STRUCTURE #4 8-03.5 1 EA 38 IRRIGATION STRUCTURE #5 8-03.5 1 EA 39 CEMENT CONC. TRAFFIC CURB AND GUTTER 8-04.5 13,800 LF 40 COMMERCIAL DRIVEWAY APPROACH 8-06.5 42 EA 41 REMOVING AND RESETTING FENCE 8-12.5 250 LF 42 CHAIN LINK FENCE TYPE 1 8-12.5 290 LF 43 END, GATE, CORNER AND PULL POST FOR CHAIN LINK FENCE 8-12.5 8 EA 44 DOUBLE 14 FT. CHAIN LINK GATE 8-12.5 1 EA 45 REMOVING FENCE 8-12.5 1 FA $15,000 $15,000 46 MONUMENT CASE AND COVER 8-13.5 3 EA 47 CEMENT CONCRETE SIDEWALK, 4" DEPTH 8-14.5 4,100 SY 48 CEMENT CONCRETE SIDEWALK, 6" DEPTH 8-14.5 540 SY 49 CEMENT CONC. SIDEWALK RAMP TYPE 2A 8-14.5 8 EA 50 CEMENT CONC. SIDEWALK RAMP TYPE 4A 8-14.5 96 EA 51 SIGNPOST SOCKET 8-14.5 50 EA Addendum 3 Page 5 of 7 10/2/06 ITEM NO. PROPOSAL ITEM UNIT PRICE DOLLARS AMOUNT DOLLARS 52 MAIL BOX SUPPORTS, TYPE 1 8-18.5 60 EA 53 MAIL BOX SUPPORTS, TYPE 2 8-18.5 2 EA 54 REMOVING AND RESETTING LOCKABLE MAILBOX 8-18.5 8 EA 55 ILLUMINATION SYSTEM 8-20.5 1 LS 56 SIGNALIZATION 8-20.5 1 LS 57 REPAIR OR REPLACEMENT 8-30.5 1 FA $90,000 $90,000 58 TRAINING 400 HR TOTAL SCHEDULE "A" Roadway Improvements: CRUSHED SURFACING BASE COURSE 4-04.5 SCHEDULE "B" (Sewer Trunkline ITEM NO. PROPOSAL ITEM PAYMENT SECTION UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPCC PLAN 1-07.15 1 LS 2 MOBILIZATION 1-09.7 1 LS 3 TRAFFIC CONTROL SUPERVISIOR 1-10.5 1 LS 4 FLAGGERS AND SPOTTERS (Min. bid $30 per hour) 1-10.5 800 HR 5 OTHER TRAFFIC CONTROL LABOR (Min. bid $30 per hour) 1-10.5 100 HR 6 CONSTRUCTION SIGNS, CLASS 'A" 1-10.5 120 SF 7 SAW CUT, PER INCH DEPTH 2-02.5 8,400 LF 8 CRUSHED SURFACING BASE COURSE 4-04.5 3,630 TON 9 ASPHALT TREATED BASE 4-06.5 1,914 TON 10 HMA CL. 3/4" PG 64-28 5-04.5 1,991 TON 11 PAVEMENT REPAIR 5-04.5 2100 SY 12 MANHOLE 60 IN. DIAM. TYPE 1 7-05.5 34 EA 13 MANHOLE DDITIONAL HEIGHT 60 IN. DIAM. TYPE 1 7-05.5 119 LF 14 TRENCH DEWATERING 7-08.5 1 FA $800,000 $800,000 15 STRUCTURE EXCAVATION CLASS B INCL. HAUL 7-08.5 36,550 CY Addendum 3 Page 6 of 7 10/2/06 16 SHORING OR EXTRA EXCAVATION CLASS B 7-08.5 10,620 LF 17 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 7-08.5 2,750 TON 18 PVC SANITARY SEWER PIPE 27 IN. DIAM 7-17.5 10,120 LF 19 PVC SANITARY SEWER PIPE 10 IN. DIAM 7-17.5 520 LF 20 REMOVING AND RESETTING FENCE 8-12.5 750 LF 21 TEMPORARY FENCING 8-12.5 750 LF 19 REPAIR OR REPLACEMENT 8-30.5 1 FA $50,000 $50,000 SUBTOTAL SCHEDULE "B" Sewer Trunkline: 8.2% Wash St. Sales Tax (schedule "B" only): TOTAL SCHEDULE "B": TOTAL ALL SCHEDULES "A" + "B": Addendum 3 **Contractor must submit a bid on ALL SCHEDULES or the entire bid will be rendered non-responsive* • END OF ADDENDUM NO. 3 • Page 7 of 7 10/2/06 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT William R. Cook, Director Brett H. Sheffield, P.E., Acting City Engineer Engineering Division 129 North Second Street. 2nd Floor Yakima. Washington 98901 (509) 575-6111 - Fax (509) 576-6305 ADDENDUM NO. 4 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for RIVER ROAD IMPROVEMENTS PROJECT CITY OF YAKIMA PROJECT NUMBERS 1944 & 2128 BID OPENING: Friday, October 13th 2:00 p.m. City Hall Council Chambers TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. Plans: Plan Sheets: The street lighting system is to be modified to have all street light bases and luminaires on the north side of River Road or as noted below. All conduit runs on the south side of the roadway as designated in the plans to be installed as part of this project shall be eliminated from the plans and not installed. However, the contractor shall construct conduit roadway crossings as necessary to provide power to any new street lights. All street light locations, except at the new signal, shall be modified on existing plan sheets 3/40 through 13/40 of Addendum No. 2. to the stations and locations as follow: Station - Location Station - Location 10+66 - 67' RT 11+20 - 27.5' LT 11+68 (PuliBox) 26' RT 12+69 - 27.5' LT 14+19 - 27.5' LT 15+57 - 27.5' LT 17+50 - 27.5' LT 18+82 - 27.5' LT 20+07 - 27.5' LT 65+70 - 27.5' LT 23+50 - 27.5' LT 24+68 - 27.5' LT 26+20 - 27.5' LT 27+70 - 27.5' LT Addendum 4 Page 1 of 2 10/10/06 29+20 - 27.5' LT 30+70 - 27.5' LT 32+20 - 27.5' LT 33+70 - 27.5' LT 35+20 - 27.5' LT 36+70 - 27.5' LT 38+32 - 27.5' LT 39+83 - 27.5' LT 41+20 - 27.5' LT 42+70 - 27.5' LT 44+20 - 27.5' LT 45+70 - 27.5' LT 47+20 - 27.5' LT 48+70 - 27.5' LT 50+20 - 27.5' LT 51+72 - 27.5' LT 53+22 - 27.5' LT 54+70 - 27.5' LT 56+20 - 27.5' LT 57+70 - 27.5' LT 59+20 - 27.5' LT 60+70 - 27.5' LT 62+20 - 27.5' LT 63+60 - 27.5' LT 65+25 - 27.5' LT 66+70 - 27.5' LT 68+20 - 27.5' LT This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: Robertfes:. 10-10-2006 Brett H. Sheffield, P.E. Date Acting City Engineer • END OF ADDENDUM NO. 4 • Addendum 4 Page 2 of 2 10/10/06 City Of Yakima River Road Improvements Project Fruitvale Boulevard to 6th Avenue City Project Nos. 1944 & 2128 TIB No. 8-4-180(019)-1 CONTENTS CITY OF YAKIMA River Road Improvements Project Fruitvale Boulevard to 6th Avenue City Project Nos. 1944 & 2128 TIB No. 8-4-180(019)-1 SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the 2006 Standard Specifications 7 CONTRACT PROVISIONS General Special Provisions 51 Project Description 52 1-02 Bid Procedures and Conditions 53 1-03 Award and Execution of Contract 58 1-04 Scope of Work 59 1-05 Control of Work 60 1-06 Control of Materials 67 1-07 Legal Relations and Responsibilities to the Public 69 1-08 Prosecution and Progress 78 1-09 Measurement and Payment 81 1-10 Temporary Traffic Control 83 2-01 Clearing, Grubbing, and Roadside Cleanup 84 2-02 Removal of Structures and Obstructions 84 2-03 Roadway Excavation and Embankment 85 2-07 Watering 85 2-09 Structure Excavation 86 4-06 Asphalt Treated Base 87 5-04 Asphalt Concrete Pavement 88 7-04 Storm Sewers 92 7-05 Manholes, Inlets, Catch Basins, and Drywells 93 7-08 General Pipe Installation Requirements 94 7-09 Water Mains 95 7-17 Sanitary Sewers 95 8-01 Erosion Control and Water Pollution Control 96 8-03 Irrigation Systems 96 8-06 Cement Concrete Driveway Entrances 97 8-12 Chain Link Fence and Wire Fence 99 8-14 Cement Concrete Sidewalks 99 8-20 Illumination, Traffic Signal Systems, and Electrical 100 8-30 Repair or Replacement (New Section) 103 9-03 Aggregates 104 9-05 Drainage Structures, Culverts, and Conduits 104 9-22 Monument Cases 105 9-28 Signing Material and Fabrication 105 9-29 Illumination, Signals, Electrical 105 STANDARD PLANS 107 Contract Form 113 3 Performance Bond Form 115 Informational Certificate of Insurance 117 Informational Additional Insured Endorsement 119 Minimum Wage Affidavit Form 121 PREVAILING WAGE RATES Prevailing Wage Rates 123 (State Wage Rates attached as Supplements) PROPOSAL Proposal Form 125 item Proposal Bid Sheet 127 Bid Bond Form 131 Non -Collusion Declaration 133 Non -Discrimination Provision 135 Subcontractor List 137 Worriers and iviiriurity Business Enterprise Poiicy 139 Council Resolution 141 Affirmative Action Plan 143 Bidders Certification 145 Materially and Responsiveness 147 Proposal Signature Sheet 149 Bidders Check List 151 PLANS & DETAILS Project Details Standard Details Traffic Control Plan Construction Plans 4 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 2:00 pm on September 28, 2006 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA River Road Improvements Project Fruitvale Boulevard to 6t" Avenue City Project Nos. 1944 & 2128 TIB No. 8-4-180(019)-1 The project will consist of furnishing all labor, materials and equipment required to remove the existing roadway and construct 6,000 feet of a new 3 -lane roadway with one new traffic signal; construct 9,600 feet of a sanitary sewer trunk line. The project includes approximately 2,400 CY roadway excavation, 11,000 tons CSBC, 12,000 combined tons ATB and HMA, 13,800 LF of curbing, 6,000 SY of sidewalk, a storm drainage system, a traffic signal, street lighting, reconstruction of portions of an irrigation system and 9,600 feet of 27" sanitary sewer pipe and all appurtenances 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. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $35.00 for each set, non refundable. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington. A pre-bid conference will be held at Yakima City Hall CED Conference Room, Second Floor, 129 North 2nd Street, Yakima, Washington at 10:00 am on September 20, 2006. The conference will feature project discussion, DBE Contractor participation, and the Affirmative Action Plan. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City reserves the right to reject any or all bids and proposals. DATED this 4th day of September, 2006 (SEAL) DEBBIE MOORE CITY CLERK PUBLISH: September 7, 2006 September 14, 2006 5 STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2006 Standard Specifications INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2006 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1-04, SCOPE OF THE WORK April 3, 2006 1-04.6 Variation in Estimated Quantities The third paragraph beginning with "If the adjusted final quantity of any items", is revised to read: If the adjusted final quantity of any item does not vary from the quantity shown in the proposal by more than 25%, then the Contractor and the Contracting Agency agree that all work under that item will be performed at the original contract unit price. SECTION 1-06, CONTROL OF MATERIAL April 3, 2006 1-06.1 Approval of Materials Prior To Use The second sentence in the first paragraph is revised to read: The Contractor shall use the Qualified Product List (QPL), the Aggregate Source Approval (ASA) Database, or the Request for Approval of Material (RAM) form. Number 1 under the second paragraph is revised to read: 1. Shall be new, unless the Special Provisions or Standard Specifications permit otherwise; 1-06.1(1) Qualified Products List (QPL) This section is supplemented with the following: The current QPL can be accessed on-line at: www.wsdot.wa.gov/biz/mats/QPL/QPL.cfm The following new sub -section is inserted to follow 1-06.1(2). 1-06.1(3) Aggregate Source Approval (ASA) Database The ASA is a database containing the results of WSDOT preliminary testing of aggregate sources. This database is used by the Contracting Agency to indicate 7 the approval status of these aggregate sources for applications that require preliminary testing as defined in the contract. The ASA `Aggregate Source Approval Report' identifies the currently approved applications for each aggregate source listed. The acceptance and use of these aggregates is contingent upon additional job sampling and/or documentation. Aggregates approved for applications on the ASA 'Aggregate Source Approval Report' not conforming to the specifications, not fulfilling the acceptance requirements, or improperly handled or installed, shall be replaced at the Contractor's expense. For questions regarding the approval status of an aggregate source, contact the WSDOT Regional Materials Engineer the Region the source is located in. The ....... .... ...,y.,.. ..... ....,..... .�,..� �. ly.. wvl for the Region 1 al Iv source located The w Contracting Agency reserves the right to make revisions to the ASA database at anytime. If there is a conflict between the ASA database and the contract, then the contract shall take precedence over the ASA database shall database in accordance with Section 1-04.2. The ASA database can be accessed on-line at www.wsdot.wa.gov/bizirnats/ASA 1-06.2(2)D Quality Level Analysis Item 9 under the first paragraph is revised to read: 9. Determine the Composite Pay Factor (CPF) for each lot. CPF = fi(PF1) + f2(PF2) +•••+ fi(PFi) �f. 1 = 1 to where: fi = price adjustment factor listed in these Specifications for the applicable material j = number of constituents being evaluated SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 7, 2006 1-07.9(1) General The fifth paragraph is revised to read: If employing labor in a class not listed in the contract provisions on state funded projects only, the Contractor shall request a determination of the correct wage and benefits rate for that class and locality from the Industrial Statistician, Washington State Department of Labor and Industries (State L&I), and provide a copy of those determinations to the Engineer. The fifth paragraph is supplemented with the following new paragraph: If employing labor in a class not listed in the contract provisions on federally funded projects, the Contractor shall request a determination of the correct wage and benefits for that class and locality from the U. S. Secretary of Labor through the project engineer's office. Generally, the contractor initiates the request by preparing standard form 1444 and submitting it to the project engineers' office for further action. 1-07.10 Worker's Benefits The fourth paragraph is revised to read: The Public Works Contract Division of the Washington State Department of Labor and Industries will provide the Contractor with applicable industrial insurance and medical aid classification and premium rates. After receipt of Revenue Release from the Washington State Department of Revenue, the contracting agency will verify through the Department of Labor and Industries that the Contractor is current with respect to the payments of industrial insurance and medical aid premiums. 1-07.15 Temporary Water Pollution/Erosion Control The first paragraph is revised to read: In an effort to prevent, control, and stop water pollution and erosion within the project, thereby protecting the work, nearby land, streams, and other bodies of water, the Contractor shall perform all work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. 9 SECTION 1-08, PROSECUTION AND PROGRESS August 7, 2006 1-08.1 Subcontracting The eighth paragraph (beginning with - On all projects funded with both Contracting Agency funds and Federal assistance ...) is supplemented with the following: Or, the Contractor has the option of submitting actual MBE/WBE or DBE payment data to the contracting agency on a monthly basis using the Construction Management and Tracking System (CMATS). Use of CMA.TS will become a requirement for all contractors effective January 7, 2008. 1-08.3 ®r ogr ess Schedule Section 1-08.3 and all subsections are deleted in their entirety and replaced with the following: 1-08.3 Progress Schedule 1-08.3(1) General Requirements The Contractor shall submit Type A or Type B Progress Schedules and Schedule Updates to the Engineer for approval. Schedules shall show work that complies with all time and order of work requirements in the contract. Scheduling terms and practices shall conform to the standards established in Construction Planning and Scheduling, Second Edition, published by the Associated General Contractors of America. Except for Weekly Look -Ahead Schedules, all schedules shall meet these General Requirements, and provide the following information: 1. Include all activities necessary to physically complete the project. 2. Show the planned order of work activities in a logical sequence. 3. Show durations of work activities in working days as defined in Section 1-08.5. 4. Show activities in durations that are reasonable for the intended work. 5. Define activity durations in sufficient detail to evaluate the progress of individual activities on a daily basis. 6. Show the physical completion of all work within the authorized contract time. The Contracting Agency allocates its resources to a contract based on the total time allowed in the contract. The Contracting Agency may accept a Progress Schedule indicating an early physical completion date but cannot guarantee the Contracting Agency's resources will be available to meet an accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet their accelerated schedule due to the unavailability of Contracting Agency's resources or for other reasons beyond the Contracting Agency's control. 10 If the Engineer determines that the Progress Schedule or any necessary Schedule Update does not provide the required information, then the schedule will be returned to the Contractor for correction and resubmittal. The Engineer's approval of any schedule shall not transfer any of the Contractor's responsibilities to the Contracting Agency. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the time(s) specified in the contract. 1-08.3(2) Progress Schedule Types Type A Progress Schedules are required on all projects that do not contain the bid item for Type B Progress Schedule. Type B Progress Schedules are required on all projects that contain the bid item for Type B Progress Schedule. Weekly Look -Ahead Schedules and Schedule Updates are required on all projects. 1-08.3(2)A Type A Progress Schedule The Contractor shall submit five copies of a Type A Progress Schedule no later than the first working day of the contract as defined in Section 1-08.5. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.3(2)B Type B Progress Schedule The Contractor shall submit a preliminary Type B Progress Schedule no later than five calendar days after the date the contract is executed. The preliminary Type B Progress Schedule shall comply with all of these requirements and the requirements of Section 1-08.3(1), except that it may be limited to only those activities occurring within the first 60 working days of the project. The Contractor shall submit five copies of a Type B Progress Schedule no later than 30 calendar days after the date the contract is executed. The schedule shall be a critical path method (CPM) schedule developed by the Precede :ce Diagramming Method (PDM). Restraints may be utilized, but may not serve to change the logic of the network or the critical path. The schedule shall display at least the following information: Contract Number and Title Construction Start Date Critical Path Activity Description Milestone Description Activity Duration Predecessor Activities Successor Activities Early Start (ES) and Early Finish (EF) for each activity Late Start (LS) and Late Finish (LF) for each activity Total Float (TF) and Free Float (FF) for each activity Physical Completion Date Data Date 11 The Engineer will evaluate the Type B Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.3(2)C Vacant 1-08.3(2)D Weekly Look -Ahead Schedule Each week that work will be performed, the Contractor shall submit a Weekly Look -Ahead Schedule showing the Contractor's and all subcontractors' proposed work activities for the next two weeks. The Weekly Look -Ahead Schedule shall include the description, duration and sequence of work, along with the planned hours of work. This schedule may be a network schedule; bar chart, or other standard schedule format_ The Weekly Look -Ahead Schedule shall be submitted to the Engineer by the midpoint of the week preceding the scheduled work or some other mutually agreed upon submittal time. 1-(18.3(31 Updates The Engineer may request a Schedule Update when any of the following events occur: 1. The project has experienced a change that affects the critical path. 2. The sequence of work is changed from that in the approved schedule. 3. The project is significantly delayed. 4. Upon receiving an extension of contract time. The Contractor shall submit five copies of a Type A or Type B Schedule Update within 15 calendar days of receiving a written request, or when an update is required by any other provision of the contract. A "significant" delay in time is defined as 10 working days or 10 percent of the original contract time, whichever is greater. In addition tr the other requirements of this Section, Schedule Updates shall reflect the following information: 1. The actual duration and sequence of as -constructed work activities, including changed work. 2. Approved time extensions. 3. Any construction delays or other conditions that affect the progress of the work. 4. Any modifications to the as -planned sequence or duration of remaining activities. 5. The physical completion of all remaining work in the remaining contract time. 12 Unresolved requests for time extensions shall be reflected in the Schedule Update by assuming no time extension will be granted, and by showing the effects to follow-on activities necessary to physically complete the project within the currently authorized time for completion. 1-08.3(4) Measurement No specific unit of measurement shall apply to the lump sum item for Type B Progress Schedule. 1-08.3(5) Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Type B Progress Schedule", lump sum. The Lump Sum price shall be full pay for all costs for furnishing the Type B Progress Schedule and preliminary Type B Progress Schedule. Payment of 80 percent of the lump sum price will be made upon approval of the Progress Schedule. Payment will be increased to 100 percent of the lump sum price upon completion of 80 percent of the original total contract award amount. All costs for providing Type A Progress Schedules and Weekly Look -Ahead Schedules are considered incidental to other items of work in the contract. No payment will be made for Schedule Updates that are required due to the Contractors operations. Schedule Updates required by events that are attributed to the actions of the Contracting Agency will be paid for in accordance with Section 1-09.4. 1-08.4 Prosecution of Work The first sentence is revised to read: The Contractor shall begin work within 21 calendar days from the date c execution of the contract by the Contracting Agency, unless otherwise approved in writing. 1-08.5 Time for Completion This section is revised to read: The Contractor shall complete all physical contract work within the number of "working days" stated in the Contract Provisions or as extended by the Engineer in accordance with Section 1-08.8. Every day will be counted as a "working day" unless it is a nonworking day or an Engineer determined unworkable day. A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically suspends work, or one of these holidays: January 1, the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. When any of these holidays fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December 25 and January 1 will be classified as nonworking days. 13 An unworkable day is defined as a half or whole day the Engineer declares to be unworkable because of weather or conditions caused by the weather that prevents satisfactory and timely performance of the work shown on the critical path of the Contractor's approved progress schedule. Other conditions beyond the control of the Contractor may qualify for an extension of time in accordance with Section 1- 08.8. Contract time shall begin on the first working day following the 21st calendar day after the date the Contracting Agency executes the contract. if the Contractor starts work on the project at an earlier date, then contract time shall begin on the first working day when onsite work begins. The contract provisions may specify another starting date for r:ontract tirnP in whir.h r:aRe time will herein nn the starting date specified. 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 nU+ 16-01 J .I1 POI n .-f..1.n M..1... h..... ...J ..h... ..F ...f.:... J..... .:11 U611V1ILGU VVS11 \1I 11J.j UQyO 1IQVG IJGcI1 IiJGU, L.1 ICH UII Il' U1 VVLII IL 11 IU UCiyJ VVfff L.CQJC. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any half 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. The Engineer will give the Contractor written notice of the physical completion date for all work the contract requires. That date shall constitute the physical completion date of the contract, but shall not imply the Secretary's acceptance of the work or the contract. The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract Nave been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal -aid Projects) e. Final Contract Voucher Certification 14 1-08.8 Extensions of Time Section 1-08.8 is revised to read: The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The requests for time extension shall be limited to the affect on the critical path of the Contractor's approved schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The request shall include an updated schedule that supports the request and demonstrates that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or by using other reasonable alternatives. If a request combined with previous extension requests, equals 20 percent or more of the original contract time then the Contractor's letter of request must bear consent of Surety. In evaluating any request, the Engineer will consider how well the Contractor used the time from contract execution up to the point of the delay and the effect the delay has on any completion times included in the special provisions. The Engineer will evaluate and respond within 15 calendar days of receiving the request. The authorized time for physical completion will be extended for a period equal to the time the Engineer determines the work was delayed because of: 1. Adverse weather causing the time requested to be unworkable, provided that the Engineer had not already declared the time to be unworkable and the Contractor has filed a written protest according to Section 1-08.5. 2. Any action, neglect, or default of the Contracting Agency, its officers, or employees, or of any other contractor employed by the Contracting Agency. 3. Fire or other casualty for which the Contractor is not responsible. 4. Strikes. 5. Any other conditions for which these Specifications permit time extensions such as: a. In Section 1-04.4 if a change increases the time to do any of the work including unchanged work. b. In Section 1-04.5 if increased time is part of a protest that is found to be a valid protest. c. In Section 1-04.7 if a changed condition is determined to exist that caused a delay in completing the contract. d. In Section 1-05.3 if the Contracting Agency does not approve properly prepared and acceptable drawings within 30 calendar days. 15 e. In Section 1-07.13 if the performance of the work is delayed as a result of damage by others. f. in Section 1-07.17 if the removal or the relocation of any utility by forces other than the Contractor caused a delay. 9. In Section 1-07.24 if a delay results from all the right of way necessary for the construction not being purchased and the special provisions does not make specific provisions regarding unpurchased right of way. In SPctinn 1 -OR R if the nPrFnrmanr^P of the wnrk is cllcnanricri delayed, or interrupted for an unreasonable period of time that proves to be the responsibility of the Contracting Agency. i. In Section 1-09.11 if a dispute or claim also involves a delay in v.letir... th.. contt and th.. dispute clai..... i_ L. LLJI 1 it �JlGLU IL� the 1 IU act Qi iU the UIO�.JULG UI claim I I pI UVt L J {.7C valid. j. In Section 1-09.6 for work performed on a force account basis. 6. If the actual quantity of work performed for a bid item was more than the original plan quantity and increased the duration of a critical activity. Extensions of time will be limited to only that quantity exceeding the original plan quantity. 7. Exceptional causes not specifically identified in items 1 through 6, provided the request letter proves the Contractor had no control over the cause of the delay and could have done nothing to avoid or shorten it. Working days added to the contract by time extensions, when time has overran, shall only apply to days on which liquidated damages or direct engineering have been charged, such as the following: If substantial completion has been granted prior to all of the authorized working days being used, then the number of days in the time extension will eliminate an equal number of days on which direct engineering charges have accrued. If the substantial completion date is established after all of the authorized working days have been used, then the number of days in the time extension will eliminate an equal number of days on which liquidated damages or direct engineering charges have accrued. The Engineer will not allow a time extension for any cause listed above if it resulted from the Contractor's default, collusion, action or inaction, or failure to comply with the contract. The Contracting Agency considers the time specified in the special provisions as sufficient to do all the work. For this reason, the Contracting Agency will not grant a time extension for: • Failure to obtain all materials and workers unless the failure was the result of exceptional causes as provided above in subsection 7; 16 • Changes, protests, increased quantities, or changed conditions (Section 1- 04) that do not delay the completion of the contract or prove to be an invalid or inappropriate time extension request; • Delays caused by nonapproval of drawings or plans as provided in Section 1-05.3; • Rejection of faulty or inappropriate equipment as provided in Section 1- 05.9; • Correction of thickness deficiency as provided in Section 5-05.5(1)6. The Engineer will determine whether the time extension should be granted, the reasons for the extension, and the duration of the extension, if any. Such determination will be final as provided in Section 1-05.1. SECTION 1-09, MEASUREMENT AND PAYMENT January 3, 2006 1-09.9(1) Retainage The fourth paragraph is revised to read: Release of the retainage will be made 60 days following the Completion Date (pursuant to RCW 39.12, and RCW 60.28) provided the following conditions are met: 1. On contracts totaling more than $20,000, a release has been obtained from the Washington State Department of Revenue. 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file with the Contracting Agency (RCW 39.12.040). 3. A certificate of Payment of Contributions Penalties and Interest on Public Works Contract is received from the Washington State Employment Security Department. 4. Washington State Department of Labor and Industries (per section 1- 07.10) shows the Contractor is current with payments of industrial insurance and medical aid premiums. 5. All claims, as provided by law, filed against the retainage have been resolved. In the event claims are filed and provided the conditions of 1, 2, 3 and 4 are met, the Contractor will be paid such retained percentage less an amount sufficient to pay any such claims together with a sum determined by the Contracting Agency sufficient to pay the cost of foreclosing on claims and to cover attorney's fees. 17 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT August 7, 2006 2-03.3(2) Rock Cuts This section is revised to read: 1. Preserving Rock Below Subgrade. The Contractor shall take care not to break down, loosen, or damage the rock under the subgrade line, except as provided by Section 2-03.3(3). Normally cuts will be made from the top, lift by lift, to protect the rock bench that will remain. The Contractor shall be responsible for methods used and for any damage caused to the roadbed, regardless of any previous approvals by the Engineer. 2. Scaling and Dressing. To leave rock cuts in a safe, stable condition, the Contractor shall scale and dress them, removing all loose fragments and rocks not firmly fastened to the rock slope. The Contractor shall also remove any overhanging rock the Engineer sees as a hazard to roadway users. if the Engineer requires it, the Contractor shall remove loose fragments and rocks lying outside the slope stakes. Payment for such extra work shall be by force account as provided in Section 1-09.6. The Contracting Agency will pay for loading and hauling these materials at the unit contract prices that apply or as provided in Section 1-04.4. 3. Drilling and Blasting. Not Tess than two weeks prior to commencing drilling and blasting operations or at any time the Contractor proposes to change the drilling and blasting methods, the Contractor shall submit a blasting plan to the Engineer for review. The blasting plan shall contain the full details of the drilling and blasting patterns and controls the Contractor proposes to use for both the controlled and production blasting. The blasting plan submittal is required for all blasting operations and shall contain the following minimum information: a) Station limits of proposed shot. b) Plan and section views of proposed drill pattern including free face, burden, blast hole spacing, blast hole diameter, blast hole angles, lift height, and subdrill depth. c) Loading diagram showing type and amount of explosives, primers, initiators, and location and depth of stemming. d) Initiation sequence of blast holes including delay times and delay system. e) Manufacturer's data sheets for all explosives, primers, and initiators to be employed. Review of the blasting plan by the Engineer shall not relieve the Contractor of the responsibility for the accuracy and adequacy of the plan when implemented in the field. 18 When blasting to establish slopes 1/2 to 1 or steeper, and more than 10 feet high, the Contractor shall use controlled blasting. The Engineer may require the Contractor to use controlled blasting to form the faces of other slopes, even if the slopes could be formed by nonblasting methods. Controlled blasting refers to the controlled use of explosives and blasting accessories in carefully spaced and aligned drill holes to provide a free surface or shear plane in the rock along the specified backslope. Controlled blasting techniques covered by this specification include presplitting and cushion blasting. In addition to the blasting plan submittal, when using controlled blasting the Contractor shall: a) Prior to commencing full-scale blasting operations, the Contractor shall demonstrate the adequacy of the proposed blast plan by drilling, blasting, and excavating short test sections, up to 100 feet in length, to determine which combination of method, hole spacing, and charge works best. When field conditions warrant, the Contractor may be ordered to use test section lengths less than 100 feet. Unless otherwise approved by the Engineer, the Contractor shall begin the tests with the controlled blast holes spaced 30 -inches apart, then adjust if needed, until the Engineer approves the spacing to be used for full-scale blasting operations. b) The Contractor shall completely remove all overburden soil and loose or decomposed rock along the top of the excavation for a distance of at least 30 feet beyond the end of the production hole drilling limits, or to the end of the cut, before drilling the presplitting holes. c) The controlled blast holes shall be not less than 21/2 inches nor more than 3 inches in diameter. d) The Contractor shall control drilling operations by the use of the proper equipment and techniq:e to ensure that no hole shall deviate from the plane of the planned slope by more than 9 inches either parallel or normal to the slope. Drill holes exceeding these limits shall not be paid for unless satisfactory slopes are being obtained. e) Controlled blast holes shall extend a minimum of 30 feet beyond the limits of the production holes to be detonated, or to the end of the cut as applicable. f) The length of controlled blast holes for any individual lift shall not exceed 20 feet unless the Contractor can demonstrate to the Engineer the ability to stay within the above tolerances and produce a uniform slope. If greater than 5 percent of the presplit holes are misaligned in any one lift, the Contractor shall reduce the height of the lifts until the 9 -inch alignment tolerance is met. Upon satisfactory demonstration, the length of holes may be increased to a maximum of 60 feet with written approval of the Engineer. 19 9) When the cut height requires more than one lift, a maximum 2 -foot offset between lifts will be permitted to allow for drill equipment clearances. The Contractor shall begin the control blast hole drilling at a point that will allow for necessary offsets and shall adjust, at the start of lower lifts, to compensate for any drift that may have occurred in the upper lifts. h) Before placing charges, the Contractor shall determine that the hole is free of obstructions for its entire depth. All necessary precautions L...1 L... ,J that s 1_ of the charges shall be exercised so that the placing hargewill not cause caving of material from the walls of the holes. i) The maximum diameter of explosives used in presplit hole_ s_ shall not be greater than 1/2 the diameter of the presplit hole. i) Only standard explosives manufactured especially for controlled blasting shall be used in controlled blast holes, unless otherwise approved the Engineer. Re elk nitrate oil ..n �... r...e vv5.. ew by the !_ee�ee e.r..ee NSAe!1 ammonium nitrate L!SG and fuel 5111 (ANFO) shall not be allowed to be loaded in the presplit holes. k) If fractional portions of standard explosive cartridges are used, they shall be firmly affixed to the detonating cord in a manner that the cartridges will not slip down the detonating cord nor bridge across the hole. Spacing of fractional cartridges along the length of the detonating cord shall not exceed 30 inches center to center and shall be adjusted to give the desired results. I) Continuous column cartridge type of explosives used with detonating cord shall be assembled and affixed to the detonating cord in accordance with the explosive manufacturer's instructions, a copy of which shall be furnished to the Engineer. m) The bottom charge of a presplit hole may be larger than the line charges but shall not be large enough to cause overbreak. The top charge of the presplitting hole shall be placed far enough below the collar, and reduced sufficiently. to avoid overbreaking and heaving. n) The upper portion of all presplit holes, from the top most charge to the hole collar, shall be stemmed. Stemming materials shall be sand or other dry angular material, all of which passes a 3/8 -inch sieve. o) If presplitting is specified, the detonation of these holes shall be fired first. p) q) If cushion blasting is specified, the detonation of these holes shall be fired last on an instantaneous delay after all other blasting has taken place in the excavation. Production blast holes shall not be drilled closer than 6 feet to the controlled blast line, unless approved by the Engineer. The bottom of the production holes shall not be lower than the bottom of the controlled blast holes. Production holes shall not exceed 6 inches in 20 diameter, unless approved by the Engineer. Detonation holes shall be on a delay sequence toward a free face. r) The use of horizontal blast holes for either production blasting is prohibited. SECTION 2-09, STRUCTURE EXCAVATION January 3, 2006 2-09.3(1)E Backfilling Item 1 of the first paragraph under Compaction is revised to read: of production or controlled 1. Backfill supporting roadbed, roadway embankments, or structures, including backfill providing lateral support for noise barrier wall foundations, luminaire poles, traffic signal standards, and roadside and overhead sign structure foundations — placed in horizontal layers no more than 6 inches thick with each layer compacted to 95 percent of the maximum density determined by the Compaction Control Test, Section 2-03.3(14)D. SECTION 2-12 CONSTRUCTION GEOTEXTILE August 7, 2006 The section title is revised to read: CONSTRUCTION GEOSYNTHETIC 2-12 CONSTRUCTION GEOTEXTILE This heading is revised to read: 2-12 CONSTRUCTION GEOSYNTHETIC 2-12.1 Description The word geotextile is revised to geosynthetic. 2-12.2 Materials In the first and second paragraphs geotextile is revised to geosynthetic. 2-12.3 Construction Requirements In the first, second, and third paragraphs geotextile is revised to geosynthetic. SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES August 7, 2006 3-01.4(1) Acquisition and Development The first paragraph is revised to read: If, under the terms of the Contract, the Contractor is required to provide a source of materials, or if the Contractor elects to use materials from sources other than those provided by the Contracting Agency, the Contractor shall, at no expense to the Contracting Agency, make all necessary arrangements for obtaining the material 21 and shall ensure the quantity of suitable material is available. Preliminary samples shall be taken by or in the presence of the Engineer or a designated representative unless the Engineer permits otherwise. Approval of the source does not relieve the Contractor from meeting these specification requirements, nor does it guarantee that the material will meet these requirements without additional or proper processing. The Engineer may require additional preliminary samples at any time. SECTION 6-02, CONCRETE STRUCTURES August 7, 2006 6-02.3(2) Proportioning Materials The third paragraph is revised to read: The use of fly ash is required for Class 4000D and 4000P concrete, except that ground granulated blast furnace slag may be substituted for fly ash at a 1:1 ratio. The use of fly ash and ground granulated blast furnace slag is optional for all other classes of concrete. 6-02.3(2)A Contractor Mix Design The first paragraph is revised to read: The Contractor shall provide a mix design in writing to the Engineer for all classes of concrete specified in the Plans except for those accepted based on a Certificate of Compliance. pliance. No concrete . shall be placed until the Engineer has reviewed the mix design. The required average 28 day compressive strength shall be selected per ACI 318, Chapter 5, Section 5.3.2. ACI 211.1 and ACI 318 shall be used to determine proportions. The proposed mix for Class 4000P shall provide a minimum fly ash or ground granulated blast furnace slag content per cubic yard of 100 pounds, and a minimum cement content per cubic yard of 600 pounds. The proposed mix for Class 4000D shall provide a minimum fly ash or ground granulated blast furnace slag content per cubic yard of 75 pounds, and a minimum cement content per cubic yard of 660 pounds. All other concrete mix designs, except those for lean concrete and commercial concrete, shall have a minimum cementitious material content of 564 pounds per cubic yard of concrete. The following new sentence is inserted after the first sentence in the fourth paragraph. An alternate combined aggregate gradation conforming to Section 9-03.1(5) may also be used. 6-02.3(4)A Qualification of Concrete Suppliers The first paragraph and the entire second paragraph (1 through 4) are deleted and replaced with the following: Batch Plant Prequalification may be obtained through one of the following methods: 1. Certification by the National Ready Mix Concrete Association (NRMCA). Information concerning NRMCA certification may be obtained from the NRMCA at 900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org. The NRMCA certification shall be good for a two year period. When this method of certification is used the following documentation shall be submitted to the project engineer. 22 a. A copy of the current NRMCA Certificate of Conformance, the concrete mix design(s) (WSDOT Form 350-040), along with copies of the truck list, batch plant scale certification, admixture dispensing certification, and volumetric water batching devices (including water meters) verification. 2. Independent evaluation certified by a Professional Engineer using NRMCA checklist. The Professional Engineer shall be licensed under title 18 RCW, state of Washington, qualified in civil engineering. The independent certification using the NRMCA checklist shall be good for a two year period. When this method of certification is used the following documentation shall be submitted to the engineer. a. A copy of the Professional Engineer's stamped and sealed NRMCA Verification of Inspection and Application for Certificate page from the NRMCA checklist, the concrete mix design(s) (WSDOT Form 350-040), along with copies of the truck list, batch plant scale certification, admixture dispensing certification, and volumetric water batching devices (including water meters) verification. 3. Inspection conducted by the Plant Manager, defined as the person directly responsible for the daily plant operation, using the NRMCA Plant Certification checklist. The Plant Manager certification shall be done prior to the start of a project, and every six months throughout the life of the project, and meet the following requirements: a. The Agreement to Regularly Check Scales and Volumetric Batching Dispensers page in the NRMCA Plant Certification checklist shall be signed by the Plant Manager and notarized. b. The signed and notarized Agreement to Regularly Check Scales and Volumetric Batching Dispensers page and a copy of the NRMCA Plant Certification checklist cover page showing the plant designation, address and Company operating plant shall all be submitted to the Project Engineer with the concrete mix design (WSDOT Form 350-040), along with copies of the truck list, batch plant scale certification, admixture dispensing certification, and volumetric water batching devices (including water meters) verification. c. The NRMCA Plant Certification checklists shall be maintained by the Plant Manager and are subject to review at any time by the Contracting Agency. e. Volumetric water batching devices (including water meters) shall be verified every 90 days. 6-02.3(5)C Conformance to Mix Design Item 2 under the first paragraph is revised to read: 23 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5 percent of that specified in the mix design. 6-02.3(5)H Sampling and Testing for Compressive Strength This section including title is revised to read: 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial Curing Acceptance testing for compressive strength shall be conducted at the same frequency as the acceptance tests for temperature, consistency, and air content. The Contractor shall provide, and maintain cure boxes for curing concrete cylinders. The Contractor shall also provide, maintain and operate all . • .. ....� ,.. .wvw� shall maintain iwi ��w� i w �u operate all necessary pvvVcr sources and connections needed to operate the curing box. Concrete cylinders shall be cured in a cure box in accordance with WSDOT FOP for AASHTO T 23. The cure boxes shall maintain a temperature between 60°F and 80°F for concrete with specified strengths less than 6000 psi and between 68°F and 78°F for concrete with specified strengths of 6000 psi and higher. A minimumimaximum thermometer shall be installed to measure the internal temperature of the cure box. The thermometer shall be readable from outside of the box and be capable of recording the high and low temperatures in a 24-hour period. The cure boxes shall create an environment that prevents moisture loss from the concrete specimens. The top shall have a working lock and the interior shall be rustproof. A moisture -proof seal shall be provided between the lid and the box. The cure box shall be the appropriate size to accommodate the number of concrete acceptance cylinders necessary or the Contractor shall provide additional cure boxes. Once concrete cylinders are placed in the cure box, the cure box shall not be moved until the cylinders have been cured in accordance with these specifications. When concrete is placed at more than one location simultaneously, multiple cure boxes shall be provided. The Contractor shall protect concrete cylinders in cure boxes from excessive vibration and shock waves during the curing period in accordance with Section 6- 02.3(6)D. 6-02.3(6)D Protection Against Vibration The last sentence in the second paragraph is revised to read: See the Shaft Special Provision, and Section 6-16 respectively for shaft installation, and soldier pile shaft installation operations. The first sentence in number 3 under Prescriptive Safe Distance Method is revised to read: (3) Equipment Class H (High Vibration) shall include pile drivers, machine operated impact tools, pavement breakers, and other Targe pieces of equipment. 6-02.3(16) Plans for Falsework and Formwork The address for FEDEX delivery following the fourth paragraph is revised to read: Washington State Department of Transportation Bridge and Structures Engineer 7345 Linderson Way SW 24 Tumwater, WA 98501-6504 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans The address for FEDEX delivery following the first paragraph is revised to read: Washington State Department of Transportation Bridge and Structures Engineer 7345 Linderson Way SW Tumwater, WA 98501-6504 6-02.3(16)B Preapproved Formwork Plans The address for FEDEX delivery following the second paragraph is revised to read: Washington State Department of Transportation Bridge and Structures Engineer 7345 Linderson Way SW Tumwater, WA 98501-6504 6-02.3(24)C Placing and Fastening The 14th paragraph is revised to read: Clearances shall be at least: 4 -inches between: Main bars and the top of any concrete masonry exposed to the action of salt or alkaline water. 3 -inches between: Main bars and the top of any concrete deposited against earth without intervening forms. 21/2 -inches between: Adjacent bars in a layer. Roadway slab bars and the top of the roadway slab. 2 -inches between: Adjacent layers. Main bars and the surface of concrete exposed to earth or weather (except in roadway slabs). Reinforcing bars and the faces of forms for exposed aggregate finish. 11/2 -inches between: 1 -inch between: Main bars and the surface of concrete not exposed to earth or weather. Slab bars and the top of the slab (except roadway slabs). Barrier and curb bars and the surface of the concrete. Stirrups and ties and the surface of the concrete exposed to earth or weather. Slab bars and the bottom of the slab. Stirrups and ties and the surface of the concrete not exposed to earth or weather. 6-02.3(26)A Shop Drawings The address for FEDEX delivery under Item 1 in the first paragraph is revised to read: Washington State Department of Transportation 25 Bridge and Structures Engineer 7345 Linderson Way SW Tumwater, WA 98501-6504 6-02.3(28)A Shop Drawings The first paragraph is revised to read: Before casting the structural elements, the Contractor shall submit: 1. Seven sets of shop drawings for approvai y thee Department of Transportation Bridge and Structures Engineer, Construction Support, addressed as follows: US Postal Service P. O. Box 47340 Olympia, WA 98504-7340 FedEx 7345 Linderson Way SW Tumwater, WA 98501-6504; and 2. Two sets of shop drawings to the Project Engineer. 6-02.4 Measurement This section is supplemented with the following: No specific unit of measure will apply to the lump sum item for cure box. 6-02.5 Payment This section is supplemented with the following: "Cure Box", lump sum. The lump sum contract price for "Cure Box" shall be full pay for all costs for providing, operating, maintaining, moving and removing the cure boxes and providing, main`aining and operating all necessary power sources and connections needed to opera,e the curing boxes. 26 SECTION 7-01, DRAINS August 7, 2006 7-01.3 Construction Requirements This section is revised to read: A trench of the dimensions shown in the Plans or as specified by the Engineer shall be excavated to the grade and line given by the Engineer. Section 7-01.3 is supplemented with the following new sub -sections: 7-01.3(1) Drain Pipe Drain pipe shall be laid in conformity with the line and grades as shown in the Plans. The drain pipe shall be laid with soiltight joints unless otherwise specified. Concrete drain pipe shall be laid with the bell or larger end upstream. PVC drain pipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE drain pipe shall be jointed with snap -on, screw -on, bell and spigot, or wraparound coupling bands as recommended by the manufacturer of the tubing. 7-01.3(2) Underdrain Pipe When underdrain pipe is being installed as a means of intercepting ground or surface water, the trench shall be fine -graded in the existing soil 3 inches below the grade of the pipe as shown in the Plans. Gravel backfill shall be used under the pipe. Gravel backfill shall be placed to the depth shown in the Plans or as designated by the Engineer. All backfill shall be placed in 12 -inch maximum layers and be thoroughly compacted with three passes of a vibratory compactor for each layer. The Contractor shall use care in placing the gravel backfill material to prevent its contamination. Class 2 perforations shall be used unless otherwise specified. When Class 1 perforations are specified the perforated pipe shall be laid with the perforations down. Upon final acceptance of the work, all drain pipes shall be open, clean, and free draining. Perforated pipe does not require a watertight joint. PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE drainage tubing underdrain pipe shall be jointed with snap -on, screw -on, bell and spigot, or wraparound coupling bands, as recommended by the manufacturer of the tubing. 27 SECTION 7-02, CULVERTS January 3, 2006 7-02.2 Materials The fifth and seventh paragraphs are deleted: SECTION 7-04, STORM SEWERS January 3, 2006 7-04.2 Materials The fourth and sixth paragraphs are deleted: SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL August 7, 2006 8-01.30) General The eighth paragraph, beginning with "in western Washington, erodible soil", is deleted and replaced with the following: Erodible soil not being worked, whether at final grade or not, shall be covered within the following time period, using an approved soil covering practice, unless authorized otherwise by the Engineer: In western Washington (west of the Cascade Mountain crest): October 1 through April 30 2 days maximum May 1 to September 30 7 days maximum In eastern Washington (east of the Cascade Mountain crest.): October 1 through June 30 5 days maximum July 1 through September 30 10 days maximum 8-01.3(1)B Erosion and Sediment Control (ESC) Lead This section is revised to read: The Contractor shall identify the ESC Lead at the preconstruction discussions and in the TESC plan. The ESC Lead shall have, for the life of the contract, a current Certificate of Training in Construction Site Erosion and Sediment Control from a course approved by the Washington State Department of Ecology. The ESC Lead shall be listed on the Emergency Contact List required under Section 1-05.13(1). The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) plan. Implementation shall include, but is not limited to: 1. Installing and maintaining all temporary erosion and sediment control Best Management Practices (BMPs) included in the TESC plan to assure continued performance of their intended function. Damaged or inadequate TESC BMPs shall be corrected immediately. 2. Updating the TESC plan to reflect current field conditions. 28 When a TESC plan is included in the contract plans, the Contractor shall inspect all on-site erosion and sediment control BMPs at least once every calendar week and within 24 hours of runoff events in which stormwater discharges from the site. Inspections of temporarily stabilized, inactive sites may be reduced to once every calendar month. The Erosion and Sediment Control Inspection Form (Form Number 220-030 EF) shall be completed for each inspection and a copy shall be submitted to the Engineer no later than the end of the next working day following the inspection. 8-01.3(2)E Tacking Agent and Soil Binders The third paragraph, (PAM) is revised to read: Soil Binding Using Polyacrylamide (PAM) The PAM shall be applied on bare soil completely dissolved and mixed in water or applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than 2/3 pound per 1,000 gallons of water per acre. A minimum of 200 pounds per acre of cellulose fiber mulch treated with a non-toxic dye shall be applied with the dissolved PAM. Dry powder applications may be at a rate of 5 pounds per acre using a hand-held fertilizer spreader or a tractor -mounted spreader. 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch The second paragraph under East of the summit of the Cascade Range, beginning with "The Contractor will be responsible", is deleted. 8-01.3(9)A Silt Fence The fifth paragraph is revised to read: Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 1 1/4 inches by 1 1/4 inches by the minimum length shown in the Plans. Steel posts shall have a minimum weight of 0.90 lbs/ft 8-01.4 Measurement This section is supplemented with the following: Coir log will be measured by the linear foot along the ground line of the completed installation. 8-01.5 Payment The following bid item is inserted after "Compost Sock", per linear foot: "Coir Log", per linear foot 29 SECTION 8-02, ROADSIDE RESTORATION April 3, 2006 8-02.3(8) Planting The seventh and eighth paragraphs are deleted and replaced with the following: All burlap, baskets, string, wire and other such materials shall be removed from the hole when planting balled and burlapped plants. The plant material shall be handled in such a manner that the root systems are kept covered and damp at all times. The root systems of all bare root plant material shall be dipped in a slurry of silt and water immediately prior to planting. The root systems of container plant material shall be moist at the time of planting. In their final position, all plants shall have their top true root (not adventitious root) no more tl-Pn 1" below the soil surface, no matter where that root was located in the original root ball or container. After planting, the backfill material and root ball shall be thoroughly watered in within 24 hours. 8-02.3(9) -n2.3(A) Prunxng, Staking, Guying, and Wrapping The first paragraph is revised to read: Plants shall be pruned at the time of planting, only to remove minor broken or damaged twigs, branches or roots, Pruning shall be done with a sharp tool and shall be done in such a manner as to retain or to encourage natural growth characteristics of the plants. All other pruning shall be performed only after the plants have been in the ground at least one year. SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS January 3, 2006 8-04.4 Measurement The first paragraph is revised to read: All curbs, gutters, and spillways will be measured by the linear foot along the line and slope of the completed curbs, gutters, or spillways, including bends. Measurement of cement concrete curb and cement concrete curb and gutter, when constructed across driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp. SECTION 8-11, GUARDRAIL April 3, 2006 8-11.3(4) Removing Guardrail This section including title is revised to read: 8-11.3(4) Removing Guardrail and Guardrail Anchor Removal of the various types of guardrail shall include removal of the rail, cable elements, hardware, and posts, including transition sections, expansion sections and terminal sections . Removal of the various types of guardrail anchors shall include removal of the anchor assembly in its entirety, including concrete bases, rebar, and steel tubes and any other appurtenances in the anchor assembly. All 30 holes resulting from the removal of the guardrail posts and anchors shall be backfilled with granular material in layers no more than 6 -inches thick and compacted to a density similar to that of the adjacent material. The removed guardrail items shall become the property of the Contractor. SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL August 7, 2006 8-20.3(2) Excavating and Backfilling The third paragraph is revised to read: The excavations shall be backfilled in conformance with the requirements of Section 2-09.3(1)E, Structure Excavation. 8-20.3(4) Foundations The second paragraph is revised to read: The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation beneath the existing ground line is formed or cased instead of being cast against the existing soil forming the sides of the excavation, then all gaps between the existing soil and the completed foundation shall be backfilled and compacted in accordance with Section 2-09.3(1)E. The thirteenth paragraph is revised to read: Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete; however, excess water in the foundation excavation will not be permitted. Foundations shall have set at least 72 hours prior to the removal of the forms. All forms shall be removed, except when the Plans or Special Provisions specifically allow or require the forms or casing to remain. 8-20.3(9) Bonding, Grounding The first two paragraphs are revised to read: All metallic appurtenances containing electrical conductors (luminaires, light standards, cabinets, metallic conduit, etc.) shall be made mechanically and electrically secure to form continuous systems, that shall be effectively grounded. Supplemental grounding shall be provided at light standards, signal standards, cantilever sign structures, and sign bridges. Steel sign posts which support signs with flashing beacons shall also have supplemental grounding. Foundations for these standards shall be installed with a bare, 6 AWG copper wire that is connected to the reinforcing cage with a listed connector suitable for use embedded in concrete and routed to connect to the pole at the grounding lug. Where conduit is installed, the installation shall include an equipment ground conductor, in addition to the conductors noted in the contract. Bonding jumpers and equipment grounding conductors shall be installed in accordance with Section 9- 29.3 and 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 is already present in the existing raceway. The equipment ground 31 conductor between the isolation switch and the sign lighter fixtures shall be a minimum of a 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. 8-20.3(14)E Signal Standards The second paragraph is revised to read: Signal standards sha!l not be erected on concrete foundations until the foundations have attained 2400 psi or 14 days after concrete placement. Signal standards without mast arms may be erected after 72 hours. Type IV and V strain pole standards may be erected but the messenger cable (span wire) shall not be placed until the foundation has attained 24nn psi or 14 days after concrete p!acemrrnt. SECTION 8-21, PERMANENT SIGNING January 3, 2006 8-21.3(9)F Bases The second paragraph is revised to read: The excavation and backfill shall be in conformance with the requirements of Section 2-09.3(1)E. The fifth paragraph is revised to read: The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation beneath the existing ground line is formed or cased instead of being cast against the existing soil forming the sides of the excavation, then all gaps between the existing soil and the completed foundation shall be backfilled and compacted in accordance with Section 2-09.3(1)E. The fourteenth paragraph is revised to read: Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete; however, excess water in the foundation excavation will not be permitted. Forms shall not be removed until the concrete has set at least three days. All forms shall be removed, except when the Plans or Special Provisions specifically allow or require the forms or casing to remain. SECTION 9-00, DEFINITIONS AND TESTS January 3, 2006 9-00.8 Sand Equivalent The second paragraph is revised to read: For acceptance, there must be a clear line of demarcation. If no clear line of demarcation has formed at the end of a 30 minute sedimentation period, the material will be considered as failing to meet the minimum specified sand equivalent. 32 SECTION 9-02, BITUMINOUS MATERIALS January 3, 2006 9-02.1(4) Asphalt Binders This section including title is revised to read: 9-02.1(4) Performance Graded Asphalt Binder (PGAB) PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in the contract shall be used in the production of HMA. The Direct Tension Test (AASHTO T 314) of M 320 is not a specification requirement. 9-02.1(4)A Performance Graded Asphalt Binder This section including title is revised to read: 9-02.1(4)A Quality Control Plan The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to be submitted. The Asphalt Supplier of PGAB shall certify through the Bill of Lading that PGAB meets the specification requirements of the contract. 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS -2P This section is revised to read: The asphalt CRS -2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. The asphalt CRS -2P shall meet the following specifications: 33 AASHTO Test Method Specifications Minimum Maximum Viscosity @122°F, SFS T 59 100 400 Storage Stability 1 day % T 59 --- 1 Demulsibility 35 mL 0.8% Dioctyl Sodium Sulfosuccinate T 59 40 -- Particle Charge T 59 positive --- Sieve Test % T 59 --- 0.30 Distillation Oil distillate by vol. of emulsion % T 59note 1 0 3 Residue T 59 note 1 65 --- Test on the Residue From Distillation Penetration @77°F T 49 100 250 Torsional Recovery % note 2 18 --- 33 or Toughness/Tenacity in -lbs note 3 50/25 note 1Distillation modified to use 300 grams of emulsion heated to 350°F ± 9°F and maintained for 20 minutes. note 2The Torsional Recovery test shall be conducted according to the California Department of Transportation Test Method No. 332. The residue material for this test shall come from California Department of Transportation Test Method No. 331. note 3Benson method of toughness and tenacity; Scott tester, inch -pounds at 77°F, 20 in. per minute pull. Tension head 7/8 in. diameter. At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of Torsional Recovery based on type of modifier used. if the Benson Toughness/Tenacity ness/Tenacity method is used for acceptance the supplier must supply all test data verifying specification conformance. SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS August 7, 2006 9-05.1(6) Corrugated Polyethylene Drainage Tubing Drain Pipe This section including title is revised to read: 9-05.1(6) Corrugated Polyethylene Drain Pipe (up to 10 -inch) Corrugated polyethylene drain pipe shall meet the requirements of AASHTO M 252 type C (corrugated both inside and outside) or type S (corrugated outer wail and smooth inner liner). The maximum size pipe shall be 10 inches in diameter. 9-05.1(7) Corrugated Polyethylene Drain Pipe This section including title is revised to read: 9-05.1(7) Corrugated Polyethylene Drain Pipe (12 -inch through 60 -inch) Corrugated polyethylene drain pipe, 12 -inch through 60 -inch -diameter maximum, shall meet the minimum requirements of AASHTO M 294 Type S or 12 -inch through 24 inch diameter maximum shall meet the minimum requirements of AASHTO M 294 Type C. 9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain Pipe This section including title is revised to read: 9-05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10 -inch) Perforated corrugated polyethylene underdrain pipe shall meet the requirements of AASHTO M252, Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the 34 length and circumference of the pipe. The maximum size pipe shall be 10 -inch diameter. 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe This section including title is revised to read: 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12 -inch through 60 -inch) Perforated corrugated polyethylene underdrain pipe, 12 -inch through 60 -inch diameter maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the length and circumference of the pipe. 9-05.15 Metal Castings This section is revised to read: For all metal castings the producing foundry shall provide certification stating the country of origin, the material meets the required ASTM or AASHTO specification noted in the subsections below. The producing foundry shall detail all test results from physical testing to determine compliance to the specifications. The test reports shall include physical properties of the material from each heat and shall include tensile, yield, and elongation as specified in the appropriate ASTM or AASHTO specification. For AASHTO M 306, Section 8, Certification is deleted and replaced with the above certification and testing requirements. Metal castings for drainage structures shall not be dipped, painted, welded, plugged, or repaired. Porosity in metal castings for drainage structures shall be considered a workmanship defect subject to rejection by the Engineer. Metal castings made from gray iron or ductile iron shall conform to the requirements of AASHTO M 306, and metal castings made from cast steel shall conform to the requirements of Section 9-06.8. All metal castings shall meet the proof load testing requirements of AASHTO M 306. 9-05.15(1) Manhole Ring and Cover This section is revised to read: Castings for manhole rings shall be gray iron or ductile iron and covers shall be ductile iron. All covers shall be interchangeable within the dimensions shown in the Standard Plans. All mating surfaces shall be machine finished to ensure a nonrocking fit. The inside vertical recessed face of the ring and the vertical outside edge of the cover shall be machined or manufactured to the following tolerances: Ring Cover +3/32 inch to -3/32 inch +3/32 inch to -3/32 inch All manhole rings and covers shall be identified by the name or symbol of the producing foundry and country of casting origin. This identification shall be in a plainly visible location when the ring and cover are installed. Ductile iron shall be 35 identified by the following, "DUC" or "DI." The producing foundry and material identification shall be adjacent to each other and shall be minimum %2 inch to maximum 1 inch high letters, recessed to be flush with the adjacent surfaces. 9-05.15(2) Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets The first and second paragraphs are revised to read: Castings for metal frames for catch basins and inlets shall be cast steel, gray iron, or ductile iron, and as shown in the Standard Plans. Castings for grates and solid metal covers for catch basins and inlets shall be cast steel or ductile iron and as JI IVYVII 111 the Standard Plans. Additionally, leveling pads are allowed on grates and solid metal covers with a height not to exceed 1/8 inch. The producing foundry's name and material designation shall be embossed on the top of the grate. The material shall be identified by the following: "CS" for cast steel or "DUC" or "DI" for ductile iron and shall be located near the producing foundry's name. 9-05.15(3) Cast Metal Inlets The first sentence is revised to read: The castings for cast metal inlets shall be cast steel or ductile iron, and as shown in the Standard Plans. 9-05.19 Corrugated Polyethylene Culvert Pipe The first paragraph is revised to read: Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M 294 Type S or D for pipe 12 -inch to 60 -inch diameter with silt -tight joints. SECTION 9-15, IRRIGATION SYSTEM August 7, 2007 9-15.1 Pipe, Tubing, and Fittings The second paragraph is revised to read: Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of ASTM B 88, and shall be a minimum of Type L rating. SECTION 9-16, FENCE AND GUARDRAIL April 3, 2006 9-16.1(1)A Post Material for Chain Link Fence The two references in the second paragraph to "Standard Plan L 2" are revised to "ASTM F1043". Under Roll Form Material, the reference in the third paragraph to "Standard Plan L 2" is revised to "ASTM F1043". 36 SECTION 9-22, Monument Cases August 7, 2006 9-22.1 Monument Cases, Covers, and Risers The AASHTO requirement is revised to read "AASHTO M 306". SECTION 9-28, SIGNING MATERIALS AND FABRICATION August 7, 2006 9-28.14(1) Timber Sign Posts The last sentence is revised to read: Preservative and retention shall be as shown in Section 9-16.2 for sawn posts. SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL January 3, 2006 9-29.2(1) Standard Junction Box This section including title is revised to read: 9-29.2(1) Standard Duty and Heavy Duty Junction Box Concrete junction boxes shall have a minimum compressive strength of 6000 psi when reinforced with a welded wire hoop and 4000 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, as specified in section 9-06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The box shall contain ten studs located near the centerline of the frame and box wall. The studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the box. For Standard Duty Junction boxes the steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3 or hot dip galvanized in accordance with ASTM A 111. For Heavy Duty Junction Boxes the steel frame, lid support and lid shall be painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3 Non -concrete junction boxes shall be gray in color and shall have an open bottom design with approximately the same inside dimensions as concrete junction boxes. Non -concrete junction box lids shall include a pull slot and shall be secured with two %2 inch stainless steel hex -head bolts factory coated with anti -seize compound and recessed into the cover. The tapped holes for the securing bolts shall extend completely through the box to prevent accumulation of debris. Bolts shall conform to ASTM F 593, stainless steel. This section is supplemented with the following new sections: 9-29.2(1)A Standard Duty Junction Boxes Standard Duty Junction Boxes are defined as Type 1, 2, 3, 7 and 8 concrete and non -concrete junction boxes and shall have a minimum load rating of 22,500 pounds, applied through a 10 inch. x 10 inch x 1 inch steel plate centered on the lid. 37 Type 1 non -concrete junction boxes with the same approximate interior dimensions are considered to be equivalent to any Type 1 concrete junction box. The Type 2 and 3 non -concrete junction boxes respectively are considered as equivalent to the type 2 and 3 concrete junction boxes with the approximate same interior dimensions. Currently approved Type 1, 2, and 3 junction boxes shall remain approved, unless the design is modified. Any modification to approved junction boxes will require review or retesting for acceptance. The non -concrete junction boxes require testing by an independent testing lab, as described below. Material for Type 1, 2, 3, 7 and 8 concrete junction boxes shall conform to the following: Concrete Reinforcing Steel Fihar Reinfnrr•ing Lid Frame Lid Support & Handle Anchors (studs) Section 6-02 Section 9-07 ASTM SJ 1 1 1 6, Type III ASTM A786 diamond plate steel ASTM A786 diamond plate steel or ASTM A36 flat steel ASTM A36 steel Section 9-06.15 9-29.2(1)B Heavy Duty Junction Boxes Heavy Duty Junction Boxes are defined as Type 4, 5, and 6 junction boxes and lids shall have a minimum vertical load rating of 46, 000 pounds without permanent deformation and 60,000 pounds without failure. Material for type 4, 5, and 6 concrete junction boxes shall conform to the following: Concrete Reinforcing Steel Lid Frame and stiffener plates with degrees F Handle Anchors (studs) Boats, Nuts, Washers Section 6-02 Section 9-07 ASTM A786 diamond plate steel, rolled from plate complying with ASTM A572, grade 50 or ASTM A588 with min. CVN toughness of 20 ft -Ib at 40 degrees F ASTM A572 grade 50 or ASTM A588, both min. CVN toughness of 20 ft -Ib at 40 ASTM A36 steel Section 9-06.15 ASTM F 593 or A 193, type 304 or 316 The lid stiffener plates shall bear on the frame. Mill so that there is full even contact, around the perimeter, between the bearing seat and lid stiffener plates, after fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free from burrs, dirt and other foreign debris that would prevent solid seating. Bolts and nuts shall be liberally coated with anti -seize compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter bar shall be machined to allow a minimum of 75% of the bearing areas to be seated with a tolerance of 0.0 to 0.005 38 inches measured with a feeler gage. The bearing area percentage will be measured for each side of the lid as it bears on the frame. 9-29.2(1)C Testing Requirements For fabrication approval by the Contracting Agency, junction boxes shall be tested, and a test report from an independent materials testing facility shall be provided showing compliance with the load test. The test report shall certify that the box and cover meet or exceed the loading requirements and shall document the results of the load test. Three copies of the test report shall be furnished to the Contracting Agency. The report shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 4. AH load, deflection and failure data. 5. Weight of box and cover tested. 6. A brief description of type and location of failure. 7. Upon completion of the required test(s) the box shall be loaded to failure. 8. A brief description of type and location of failure. Prior to installation of junction boxes, the contractor shall provide a certified test report, prepared by an independent testing lab which documents results of testing done by the independent testing lab for the manufacturer. The test report shall certify that the boxes meet or exceed the loading requirements and shall document the results of the load test listed below. The independent testing lab shall meet the requirements of AASHTO R 18. Representatives of the State Materials Lab shall witness the test and sign the test report. The Contractor shall give the Engineer 30 days notice prior to testing. Testing for Standard Duty Junction Boxes Standard Duty Junction Boxes shall be load tested to 22,500 pounds. At each interval the test box shall be inspected for lid deformation, failure of the lid/ frame welds, vertical and horizontal displacement of the lid/ frame, cracks, and concrete palling. The test load shall be applied uniformly through a 10 inch x 10 inch x 1 inch steel plate centered on the lid. Concrete junction boxes will be considered to have withstood the test if none of the following conditions are exhibited: 1. Permanent deformation of the lid or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012 inches that extend 12 inches or more. 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spalling of the concrete. Non concrete junction boxes will be considered to have withstood the test if none of the following conditions are exhibited: 39 1. Permanent deformation of the lid or lid frame or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Fracturing of the sidewall or lid. 4. Displacement of lid or junction box side. Testing for Heavy Duty Junction Boxes Heavy duty junction boxes shall be load tested to 46,000 pounds and then to 60,000 pounds. The test bad shall be applied in both longitudinal and transverse orientations. At each interval the test box shall be inspected for lid deformation, failure of the lid/ frame welds, vertical and horizontal displacement of the lid frame, cracks, and concrete spalling. The test load shall be applied uniformly through a 10 -inch x 20 -inch x 1 -inch steel plate centered nn the lid, Heavy duty junction boxes will be considered to have withstood the 46,000 pounds test if none of the following conditions are exhibited: 1. Permanent deformation �.f the lid ,or any impairment +e the function of Permanent e e ew e...e ed uveve e e IGLeve a of the nu ve Qe ey u impairment e e ece et, w le IG IUe 14lIVl I of the lirl 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012 -inches that extend 12 -inches or more. 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spalling of the concrete. Heavy duty junction boxes will be considered to have withstood the 60,000 pounds test if none of the following conditions are exhibited: 1. The lid is operational. 2. The lid is securely fastened. 3. The welds have not failed. 4. Permanent dishing or deformation of the lid is 1/4 inch or less. 5. No buckling or collapse of the box. 9-29.6(2) Slip Base Hardware The last sentence in the first paragraph is revised to read: Plate washers shall conform to ASTM A 36, and also shall conform to the flatness tolerances specified in AASHTO M 293 for circular washers. SECTION 9-30, WATER DISTRIBUTION MATERIALS August 7, 2006 9-30.6(3)A Copper Tubing This section is revised to read: Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of ASTM B 88, Type K rating. 40 SECTION 9-33, CONSTRUCTION GEOTEXTILE August 7, 2006 Section 9-33 including title is revised in its entirety to read: SECTION 9-33, CONSTRUCTION GEOSYNTHETIC 9-33.1 Geosynthetic Material Requirements The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and prefabricated drainage mats. Geotextiles, including geotextiles attached to prefabricated drainage core to form a prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns formed into a stable network such that the fibers or yarns retain their position relative to each other during handling, placement, and design service life. At least 95 percent by weight of the material shall be polyolefins or polyesters. The material shall be free from defects or tears. The geotextile shall also be free of any treatment or coating which might adversely alter its hydraulic or physical properties after installation. Geogrids shall consist of a regular network of integrally connected polymer tensile elements with an aperture geometry sufficient to permit mechanical interlock with the surrounding backfill. The long chain polymers in the geogrid tensile elements, not including coatings, shall consist of at least 95 percent by mass of the material of polyolefins or polyesters. The material shall be free of defects, cuts, and tears. Prefabricated drainage core shall consist of a three dimensional polymeric material with a structure that permits flow along the core laterally, and which provides support to the geotextiles attached to it. The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in Section 9-33.2, and additional tables as required in the Standard Plans and Special Provisions for each use specified in the Plans. Specifically, the geosynthetic uses included in this section and their associated tables of properties are as follows: Geotextile Geosynthetic Application Applicable Property Tables Underground Drainage, Low and Moderate Survivability, Classes A. B. and C Tables 1 and 2 Separation Table 3 Soil Stabilization Table 3 Permanent Erosion Control, Moderate and High Survivability, Classes A. B. and C Tables 4 and 5 Ditch Lining Table 4 Temporary Silt Fence Table 6 Permanent Geosynthetic Retaining Wall Table 7 and Std. Plans Temporary Geosynthetic Retaining Wall Tables 7 and 10 Prefabricated Drainage Mat Table 8 Table 10 will be included in the Special Provisions. 41 Geogrid and geotextiie reinforcement in geosynthetic retaining walls shall conform to the properties specified in the Standard Plans for permanent walls, and Table 10 for temporary walls. For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material placed at the wall face to retain the backfill material as shown in the Plans shall conform to the properties for Construction Geotextile for Underground Drainage, Moderate Survivability, Class A. Thread used for sewing geotextiles shall consist of high strength polypropylene, polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew permanent erosion control geotextiles; and to sew geotextile seams in exposed faces of temporary or permanent geosynthetic retaining walls, shall also be resistant to ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile itself. 9=33.2 Geosysiti isle''.: Properties 9=33.2(1) Geotextile Properties Table 1: Geotextile for underground drainage strength properties for survivability. 42 ASTM Test Method2 Geotextile Property Requirements' Low Survivability Moderate Survivability Geotextile Property Woven Nonwoven Woven Nonwoven Grab Tensile Strength, in machine and x -machine direction D 4632 180 Ib min. 115 Ib min. 250 Ib min. 160 Ib min. Grab Failure Strain, in machine and x -machine direction D 4632 < 50% -50% < 50% .50% Seam Breaking Strength s D 4632 160 Ib min. 100 Ib min. 220 Ib min.140 Ib min. Puncture Resistance 641 370 Ib min. 7�n Ib min 495 Ib min. �1„ lb J 0, lIJ mill. Tear Strength, in machine and x- machine direction D 4533 67 Ib min. 40 Ib min. 80 Ib min. 50 Ib min. 42 Ultraviolet (UV) Radiation Stability D 4355 50% strength retained min., after 500 hours in a xenon arc device Table 2: Geotextile for underground drainage filtration properties. Geotextile Property ASTM Test Method2 Geotextile Property Requirements' Class A Class B Class C AOS D 4751 U.S. No. 40 max. U.S. No. 60 max. U.S. No. max. U.S. No. 30 max. Water Permittivity D 4491 0.5 sec -1 min. 0.4 sec' min. 0.3 sec -1 min. Table 3: Geotextile for separation or soil stabilization. Geotextile Property ASTM Test Method2 Geotextile Property Requirements' Separation Soil Stabilization Woven Nonwoven Woven Nonwoven AOS D 4751 U.S. No. 30 max. U.S. No. 40 max. Peam ttivity D 4491Wter cn. 0.02 se' mi c' 0.10 semin. Grab Tensile Strength, in machine and x- machine direction D 4632 250 Ib min. 160 Ib min. 315 Ib min. 200 Ib min. Grab Failure Strain, in machine and x -machine direction D 4632 < 50% _50% < 50% >_50% Seam Breaking Strength D 46323 220 Ib min. 140 Ib min. 270 Ib min. 180 Ib min. Puncture Resistance D 6241 495 Ib min. 310 Ib min. 620 Ib min. 430 Ib min. Tear Strength, in machine and x -machine direction D 4533 80 lb min. 50 lb min. 112 Ib min. 79 lb min. Ultraviolet (UV) Radiation Stability D 4355 50% strength retained min., after 500 hours in xenon arc device Table 4: Geotextile for permanent erosion control and ditch lining. Geotextile Property Geotextile Property Requirements' ASTM Permanent Erosion Control Ditch Lining 43 Table 5: Filtration properties for geotextile for permanent erosion control. Test Moderate Survivability High Survivability class A Class B Method2 AOS Woven Non- woven Woven Non- woven Woven Non- woven AOS D 4751 See Table 5 See Table 5 U.S. No. 30 max. Water Permittivity D 4491 See Table 5 See Table 5 0.02 sec' min. Grab Tensile Strength, in machine and x-machine direction D 4632 250 Ib min. 160 Ib min. 315 Ib min. 200 Ib min. 250 Ib min. 160 Ib min. Grab Failure Strain, in machine and x-machine direction D 4632FO° 15/° ° - f '" X50 i° 15% - 50%>_50% < 50% >_50% Seam Breaking Strength D 4632fl 220 !b min. 140 !b min. 270 Ib min. 180 !b min. 220 Ib min. 140 Ib min. Puncture Resistance D 6241 495 Ib min. 310 Ib min. 620 Ib min. 430 Ib min. 495 Ib min. 310 Ib min. Tear Strength, in machine and x-machine direction D 4533 80 Ib min 50 Ib min 112 Ib min. 79 !b min. 80 Ib min. 50 Ib min. Ultraviolet (UV) Radiation Stability D 4355 70% strength retained min., after 500 hours in xenon arc device Table 5: Filtration properties for geotextile for permanent erosion control. Table 6: Geotextile for temporary silt fence. Geotextile Property ASTM Geotextile Property Requirements' 44 ASTM Test Method2 Geotextile Property Requirements' Geotextile Property class A Class B class C AOS D 4751 U.S. No. 40 max. U.S. No. 60 max. U.S. No. 70 max. Water Permittivity D 4491 0.7 sec' min. -10.4 semin. 0.2 sec ' min. Table 6: Geotextile for temporary silt fence. Geotextile Property ASTM Geotextile Property Requirements' 44 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes Table 7: Minimum properties required for geotextile reinforcement used in geosynthetic reinforced slopes and retaining walls. Geotextile Property Test Method2 Unsupported Between Posts Supported Between Posts with Wire or Polymeric Mesh AOS D 4751 U.S. No. 30 max. for s it wovens, U.S. No. 50 for all other geotextile types, U.S. No. 100 min. Water Permittivity D 4491 0.02 sec -1 min. Grab Tensile Strength, in machine and x -machine direction D 4632 180 Ib min. in machine direction, 100 lb min. in x -machine direction 100 lb min. Grab Failure Strain, in machine and x -machine direction D 4632 30% max. at 180 Ib or more < 50% Ultraviolet (UV) Radiation Stability D 4355 70% strength retained min., after 500 hours in xenon arc device 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes Table 7: Minimum properties required for geotextile reinforcement used in geosynthetic reinforced slopes and retaining walls. Geotextile Property ASTM Test Method2 Geotextile Property Requirements' Woven Nonwoven AOS D 4751 U.S. No. 20 max. Water Permittivity D 4491 0.02 sect min. Grab Tensile Strength, in machine and x -machine direction D 4632 200 Ib min. 120 Ib min. Grab Failure Strain, in machine and x -machine direction D 4632 < 50% >_50% Seam Breaking Strength D 46323'4 160 Ib min. 100 Ib min. Puncture Resistance D 6241 370 Ib min. 220 Ib min. Tear Strength, in machine and x -machine direction D 4533 63 Ib min. 50 Ib min. Ultraviolet (UV) Radiation Stability D 4355 70% (for polypropylene and polyethylene) and 50% (for polyester) Strength Retained min., after 500 hours in a xenon arc device 9-33.2(3) Prefabricated Drainage Mat Prefabricated drainage mat shall have a single or double dimpled polymeric core with a geotextile attached and shall meet the following requirements: Table 8: Minimum properties required for prefabricated drainage mats. 45 Geotextile Property ASTM Test Method2 Geotextile Property Requirements' AOS D 4751 U.S. No. 60 max. Water Permittivity D 4491 0.4 sec"' min. Grab Tensile Strength, in machine and x -machine direction D 4632 Nonwoven — 100 Ib min. Width Thickness D 5199 12 In. min. 0.4 In. min. Compressive Strength at Yield D 1621 100 psi min. In Plan Flow Rate Gradient = 0.1, Pressure = 5.5 psi Gradient = 1.0, Pressure = 14.5 psi D 4716 5.0 gal./min./ft. 15.0 gal/min./ft. 1 A 111 Ta 1. + h fl rut geolexllle propel /ICJ 111 I auICJ u of igl 8 are 111i1111 i lul i 1 average roll values (i.e., the test results for any sampled roil in a lot shall meet or exceed the values shown in the table). 2The test procedures used are essentially in conformance with the most recently approved ASTM geotextile test procedures, except for geotextile sampling and specimen conditioning, which are in accordance with WSDOT Test Methods T 914, Practice for Sampling of Geotextiles for Testing, and T 915, Practice for Conditioning of Geotextiles for Testing, respectively. Copies of these test methods are available at the State Materials Laboratory P.O. Box 47365, Olympia, WA 98504-7365. 3With seam located in the center of 8 -inch long specimen oriented parallel to grip faces. 4Applies only to seams perpendicular to the wall face. 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile Aggregate cushion for permanent erosion control geotextile, Class A shall meet the requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2). 9-33.4 Geosynthetic Material Approval and Acceptance 9-33.4(1) Geosynthetic Material Approval If the geosynthetic source material has not been previously evaluated, or is not listed in the current WSDOT Qualified Products List (QPL), a sample of each proposed geosynthetic shall be submitted to the State Materials Laboratory in Tumwater for evaluation. Geosynthetic material approval will be based on conformance to the applicable properties from the Tables in Section 9-33.2 or in the Standard Plans or Special Provisions. After the sample and required information for each geosynthetic type have arrived at the State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for this testing. Source approval shall not be the basis of acceptance of specific lots of material delivered to the Contractor unless the roll numbers of the lot 46 sampled can be clearly identified as the rolls tested and approved in the geosynthetic approval process. For geogrid and geotextile products proposed for use in permanent geosynthetic retaining walls or reinforced slopes that are not listed in the current QPL, the Contractor shall submit test information and the calculations used in the determination of Ta, performed in accordance with WSDOT Standard Practice T 925, Standard Practice for Determination of Long -Term Strength for Geosynthetic Reinforcement, to the State Materials Laboratory in Tumwater for evaluation. The Contracting Agency will require up to 30 calendar days after receipt of the information to complete the evaluation. The Contractor shall submit to the Engineer the following information regarding each geosynthetic material proposed for use: Manufacturer's name and current address, Full product name, Geosynthetic structure, including fiber/yarn type, Geosynthetic polymer type(s) (for temporary and permanent geosynthetic retaining walls), Proposed geosynthetic use(s), and Certified test results for minimum average roll values. 9-33.4(2) Vacant 9-33.4(3) Acceptance Samples When the quantities of geosynthetic materials proposed for use in the following geosynthetic applications are greater than the following amounts, acceptance shall be by satisfactory test report: Application Geosynthetic Quantity Underground Drainage 600 sq. yd. Temporary or Permanent Geosynthetic Retaining Walls All quantities The samples for acceptanc3 testing shall include the information about each geosynthetic roll to be used as stated in 9-33.4(4). Samples will be randomly taken by the Engineer at the job site to confirm that the geosynthetic meets the property values specified. Approval will be based on testing of samples from each lot. A "lot" shall be defined for the purposes of this specification as all geosynthetic rolls within the consignment (i.e., all rolls sent the project site) that were produced by the same manufacturer during a continuous period of production at the same manufacturing plant and have the same product name. After the samples have arrived at the State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for this testing. If the results of the testing show that a geosynthetic lot, as defined, does not meet the properties required for the specified use as indicated in Tables 1 through 8 in Section 9-33.2, and additional tables as specified in the Special Provisions, the roll or rolls which were sampled will be rejected. Geogrids and 47 geotextiles for temporary geosynthetic retaining walls shall meet the requirements of Table 7, and Table 10 in the Special Provisions. Geogrids and geotextiles for permanent geosynthetic retaining wall shall meet the requirements of Table 7, and Table 9 in the Special Provisions, and both geotextile and geogrid acceptance testing shall meet the required ultimate tensile strength Tult as provided in the current QPL for the selected product(s). If the selected product(s) are not listed in the current QPL, the result of the testing for Tult shall be greater than or equal to Tult as determined from the product data submitted and approved by the State Materials Laboratory during source material approval. Two additional rolls for each roll tested which failed from the lot previously tested will then be selected at random by the Engineer for sampling and retesting. If the retesting shows that any of the additional rolls tested do not meet the required properties, the entire lot will be rejected. If the test results from all the roils retested meet the required properties, the entire lot minus the roll(s) that failed will be accepted. All geosynthetic that has defects, deterioration, or damage, as determined by the Engineer, will also be rejected. AH rejected geosynthetic shall be replaced at no additional expense to the Contracting Agency. 9-33.4(4) Acceptance by Certificate of Compliance When the quantities of geosynthetic proposed for use in each geosynthetic application are less than or equal to the following amounts, acceptance shall be by Manufacturer's Certificate of Compliance: Application Geosynthetic Quantity Underground Drainage 600 sq. yards sq. yd. Soil Stabilization and Separation All quantities Permanent Erosion Control All quantities Temporary Silt Fence All quantities Prefabricated Drainage Mat All quantities The Manufacturer's Certificate of Compliance shall include the following information about each geosynthetic roll to be used: Manufacturer's name and current address, Full product name, Geosynthetic structure, including fiber/yarn type, Geosynthetic Polymer type (for all temporary and permanent geosynthetic retaining walls only), Geosynthetic roll number(s), Geosynthetic lot number(s), Proposed geosynthetic use(s), and Certified test results. 9-33.4(5) Approval of Seams If the geotextile seams are to be sewn in the field, the Contractor shall provide a section of sewn seam that can be sampled by the Engineer before the geotextile is installed. 48 The seam sewn for sampling shall be sewn using the same equipment and procedures as will be used to sew the production seams. If production seams will be sewn in both the machine and cross -machine directions, the Contractor must provide sewn seams for sampling which are oriented in both the machine and cross -machine directions. The seams sewn for sampling must be at least 2 yards in length in each geotextile direction. If the seams are sewn in the factory, the Engineer will obtain samples of the factory seam at random from any of the rolls to be used. The seam assembly description shall be submitted by the Contractor to the Engineer and will be included with the seam sample obtained for testing. This description shall include the seam type, stitch type, sewing thread type(s), and stitch density. SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS April 3, 2006 9-35.2 Construction Signs The first paragraph is supplemented with the following: Post mounted Class A construction signs shall conform to the requirements of this section and additionally shall conform to the requirements stated in section 9-28. The second paragraph is revised to read: Aluminum sheeting shall be used to fabricate all construction signs. The signs shall have a minimum thickness of 0.080 -inches and a maximum thickness of 0.125 - inches. The first sentence in the fourth paragraph is revised to read: The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs, and any other previously approved sign materials except aluminum is prohibited. Any sign which otherwise meets the requirements of this section and was purchased prior to July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it shall have been fabricated with Type VI reflective sheeting. 49 CONTRACT PROVISIONS General Special Provisions Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2006 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision (******) Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. (Regions' date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions' ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Project Specific Special Provisions normally appear only in the contract for which they were developed. 51 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) This contract provides for the improvement of *** River Road, from 6th Ave. to Fruitvale Blvd., by reconstructing and widening the roadway, installing curb, gutter and sidewalk, illumination, drainage, installing a new 27 -inch diameter sanitary sewer line, installing a traffic signal at River Road and N. 16th Ave., reconstructing portions of an irrigation system *** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-0103 Definitions (May 25, 2006 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. 52 Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 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 (October 1, 2005 APWA GSP) Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. 53 1-02.2 Plans and Specifications (October 1, 2005iiPVVA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 10 Furnished automatically and Contract Provisions upon award. Large plans (e.g., 22" x N/A Furnished only upon 34") and Contract request. Provisions Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Invitation to Bid. 1-02.4 Examination of Plans, Specifications and Site of Work 1-02.4(1) General This section is supplemented with the following: A pre-bid conference will be held in the Yakima City Hall CED Conference room, second floor, 129 N. 2nd Street, Yakima, WA at the time and date stated in the "Invitation to Bid." The conference will include project discussion, DBE Contractor participation, and the Affirmative Action Plan. 1-02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. 54 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 forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6 Preparation of Proposal (January 23, 2006 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit price must equal or exceed the minimum amount stated. 1-02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 55 1-02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. Public Opening Of Proposal Section 1-02.12 is supplemented with the following: Date Of Opening Bids Sealed bids are to be received at the following locations prior to the time specified: 1. At the City Clerk's Office, City of Yakima, 129 N. Second Street, Yakima, WA 98901 until 2:00 P.M of the bid opening date. The bid opening date for this project is as listed in the Invitation to Bid. Bids received will be publicly opened and read after 2:00 P.M. on this date. 1-02.13 Irregular Proposals (October 1, 2005 APWA GSP) Revise item 1 to read: 1. A proposal will be considered ed irregular and will be rejected if: a. The bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate bids, or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; e. A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1-02.6; h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; or i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. 56 1-02.14 Disqualification of Bidders (October 1, 2005 APWA GSP) Revise this section to read: A bidder may be deemed not responsible and the proposal rejected if: 1. More than one proposal is submitted for the same project from a bidder under the same or different names; 2. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; 3. The bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; 4. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; 5. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; 6. The bidder failed to settle bills for labor or materials on past or current contracts; 7. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; 8. The bidder is unable, financially or otherwise, to perform the work; 9. A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27); 10. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 57 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minirnum 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. 1-03.2 Award of Contract This section is supplemented with the following: Award of the contract will be to the lowest bidder of the two schedules combined. The City reserves the right to award any or all bid schedules to a single bidder. Some schedules may not be awarded due to budgetary constraints. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this sectio) 11 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 Fourteen (14) 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 Six (6) additional calendar 58 days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency -furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 59 5. Amendments to the Standard Specifications, 6. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT/APWA Standard Plans for Road, Bridge, and Municipal Construction. 1-04.11 Final Cleanup This section is supplemented with the following: The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall be done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is completed. CONTROL OF WORK (August 2, 2004) Plans And Working Drawings Section 1-05.3 is supplemented with the following: When submittals require review by the railroad, the Engineer will require up to 60 calendar days from the date the submittals are received until they are returned to the Contractor. If a submittal is returned unapproved and then resubmitted, then an additional review time of up to 60 calendar days will be required. If more than 60 calendar days are required for the Engineer's review of any individual submittal or resubmittal, an extension of time will be considered in accordance with Section 1-08.8. Conformity With And Deviations From Plans And Stakes Section 1-05.4 is supplemented with the following: (*****) Contractor Surveying - Roadway Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting ail alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. 60 The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10 -foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25 -foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. 61 T.. i..,.:a�.a., the a_�i:_�___._i of and � To o facilitate establishment of these lines elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances: Slope stakes Subgrade grade stakes set 0.04 feet below grade Vertical Horizontal ±0.10 feet ±0.10 feet ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal f (normal to alignment) Stationing on roadway N/A ±0.1 feet Alignment on roadway N/A ±0.04 feet Surfacing grade stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Roadway paving pins for surfacing or paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) The Contracting Agency may spot-check the Contractor's surveying. These sr ot- checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor -provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. 62 Stakes shall be marked in accordance with Standard Plan H-14. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. Payment No additional payment will be made for Contractor Surveying — Roadway. Payment will be incidental to other bid items in the contract. (*****) Licensed Surveyors The Contractor shall be responsible for reestablishing or locating legal survey markers such as GLO monuments or property corner monuments, conduct boundary surveys to determine Contracting Agency right-of-way locations, and obtain, review and analyze deeds and records as necessary to determine these boundaries. The Contracting Agency will provide "rights of entry" as needed by the Contractor to perform the work. The Contractor shall brush out or clear and stake or mark the right-of-way lines as designated by the Engineer. When required, the Contractor shall prepare and file a Record of Survey map in accordance with RCW 58.09 and provide a recorded copy to the Contracting Agency. The Contracting Agency will provide all existing base maps, existing horizontal and vertical control, and other material available with Washington State Plane Coordinate information to the Contractor. The Contracting Agency will also provide maps, plan sheets, and/or aerial photographs clearly identifying the limits of the areas to be surveyed. The Contractor shall establish Washington State Plane Coordinates on all points required in the Record of Survey and other points designated in the Contract documents. Existing right of way documentation, existing base maps, existing horizontal and vertical control descriptions, maps, plan sheets, aerial photographs and all other available material may be viewed by prospective bidders at the office of the Project Engineer. The Contractor shall perform all of the necessary calculations for the contracted survey work and shall provide copies of these calculations to the Contracting Agency. Electronic files of all survey data shall be provided and in a format acceptable to the Contracting Agency. All survey work performed by the Contractor shall conform to all applicable sections of the Revised Code of Washington and the Washington Administrative Code. The Contractor shall provide all traffic control, signing, and temporary traffic control devices in order to provide a safe work zone. Payment No additional payment will be made for Licensed Surveyors. Payment will be incidental to other bid items in the contract. 63 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 AP'VWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might rai Hca serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. 64 If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. if, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. 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 65 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 pleted 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'sgi uaranties nr warranties furnished under the terms of the contract. 1 61 V 6. 1-05.13 Superintendents, Labor and Equipment of Contractor (May 25, 2006 APWA GSP) Revise 1 evise ii iL ie seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.1, it will take these performance reports into account. 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. Add the following new section: 1-05.17 Oral Agreements (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 66 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). 67 Ballast and Crushed Surfacing 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. 68 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been 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. State Taxes Section 1-07.2 is supplemented with the following: (*****) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay State sales tax on portions of the project work and obligates the Contractor to collect State sales tax from the Contracting Agency on other portions of the project as follows: 1. The provisions of Section 1-07.2(2) apply to the following listed portions of the project: The sanitary sewer and all work included in Schedule B of the Bid Item Proposal: River Road Reconstruction and Sewer Improvements. 2. The provisions of Section 1-07.2(1) apply to all of the remaining portions of the project. 69 For bidding purposes the Contracting Agency has segregated the plan quantities which are affected by Section 1-07.2(1) from those quantities affected by Section 1- 07.2(2). These approximate quantities are shown on the Summary of Quantities sheets; however, any tax payments shall be based on actual quantities used. Environmental Regulations 1-07.5(1) General This section is supplemented with the following: The Contractor shall be liable for the payment of all fines and penalties resulting from failure to comply with the federal, state and local pollution control regulations. 1-07.5(4) Air Quality This section is supplemented with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 74-1410, Permits And Licenses Section 1-07.6 is supplemented with the following: l 1 No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. The Contractor shall have or obtain a valid City of Yakima Business License for the duration of this project. Contractor's Responsibility for Work (August 6, 2001) Repair of Damage Section 1-07.13(4) is revised to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. (February 5, 2001) Utilities And Similar Facilities Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in 70 the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Qwest Charter Cable City of Yakima Water Division City of Yakima Wastewater Division Cascade Natural Gas Corporation Pacific Power Nob Hill Water Fruitvale/Shanno Irrigation Co. Old Union Irrigation Company 8 W 2nd Ave, Room 304 Yakima, Washington 98902 509-575-7183 1005 N 16th Avenue Yakima, Washington 98902 509-575-1697 2301 Fruitvale Blvd. Yakima, Washington 98902 509-575-6154 2220 E. Viola, Yakima, Washington 98901 509-575-6077 401 N 1st Street, Yakima, Washington 98901 509-457-5905 PO Box 1729 Yakima, Washington 98907 509-575-3146 6111 Tieton Dr. Yakima, Washington 98908 509-966-0272 7777777?? 7777777 777779 77777 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1-800-553-4344, at least 72 hours prior to start of excavation so that underground utilities may be marked. It shall be the contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with plans and schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Public Liability and Property Damage Insurance (***** APWA GSP) 1-07.18(1) General Requirements The Contractor shall obtain and keep in force during the term of the contract and until 30 days after the physical completion date, unless otherwise indicated below, the following insurance with insurance companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. The insurance provided must be with an insurance company with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve the security of the 71 insurance provided, the company, terms and coverage, and the Certificate of insurance. If any policy is written on a claims made form, the retroactive date shall be prior to or coincident with 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 three years following the expiration or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. !f 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. The policies of insurance shall contain a "cross liability" endorsement substantially as follows: The inclusion of more than one insured under this policy shall not affect the rights of any insured as respects any claim, suit, or judgment made or brought by or for any other insured or by or for any employee of any other insured. This policy shall protect each insured in the same manner as though a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. The policies of insurance for general, automobile, and pollution policies shall be specifically endorsed to name the Contracting Agency and its officers, elected officials, employees, agents and volunteers, and any other entity specifically required by the Contract Provisions, as additional insured(s). In addition, Contractor's insurance shall be primary as respects the Contracting Agency, and any other insurance maintained by the Contracting Agency shall be excess and not contributing insurance with the Contractor's insurance. The Contracting Agency shall be given at least 45 days prior written notice of any cancellation, reduction in coverage, or other material change in any insurance policy. Insurance shall provide coverage to the Contractor, all subcontractors, and the Contracting Agency. The coverage shall protect against claims for personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. Contractor hereby assumes all risk of damage to its property, or injury to its officers, directors, agents, contractors, or invitees, in or about the Property from any cause, and hereby waives all claims against the Contracting Agency. The Contractor further waives, with respect to the Contracting Agency only, its immunity under RCW Title 51, Industrial Insurance. The Contractor shall forward to the Contracting Agency the original policy, or endorsement obtained, to a Contractor's policy currently in force. Including specifically, the additional insured endorsement as requested in the Evidence of Insurance Section. 72 The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the Contracting Agency may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance shall be incidental to and included in the unit contract prices of the contract and no additional payment will be made. 1-07.18(2) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1. A policy of Commercial General Liability Insurance, written on an insurance industry standard occurrence form: (CG 00 01) or equivalent, including all the usual coverage known as: Per project aggregate endorsement (CG2503) Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap or Employers Contingent Liability Explosion, Collapse, or Underground (XCU), (as applicable)* Liquor Liabi` :y/Host Liquor Liability (as applicable)* Fire Damage Legal Blasting (as applicable)* * These coverage are only required when the Contractor's work under this agreement includes exposures to which these specified coverage respond. If the contract requires working over water, the following additional coverages are required, if so stated in the Contract Provisions: a. Watercraft, owned and non -owned b. U.S. Harborworkers'/Longshoremen and Jones Act If any structures are involved in the contract, the Contractor shall provide property insurance under an "All Risk Builder's Risk" form in an amount equal to the value of the structure. The structure shall have All Risk Builders Risk Insurance inclusive of earthquake and flood subject to customary industry deductibles. 73 Other additional coverages that may be required will be listed in the Contract Provisions. Such policy(ies) must provide the following minimum limits: Bodily Injury and Property Damage $1,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury $1,000,000 Each Occurrence $ 50,000 Fire Damage Stop Gap Employers Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 2. Commercial Automobile Liability: as specified by insurance Services Office, form number CA 0001 , Symhol 1 (any auto) with an MCS 90 endorsement and a CA 8948 endorsement attached if "pollutants" as defined in exclusion 11 of the commercial auto policy are to be transported. Such policy(ies) must provide the following minimum limit: Bodily Injury and Property Damage $1,000,000 combined single limit 3. Excess or Umbrella Liability $1 millionper occurrence and aggregate 4. A Pollution Liability policy, required if so stated in the Contract Provisions, providing coverage for claims involving remediation, disposal, or other handling of pollutants arising out of: (1) Contractor's operations related to this project; (2) transportation of hazardous materials to or from any site related to this project, including, but not limited to, the project site and any other site, including those owned by the Contractor or for which the Contractor is responsible; and (3) remediation, abatement, repair, maintenance or other work with lead-based paint or materials containing asbestos. Such Pollution Liability policy shall provide the following minimum coverage for Bodily Injury and Property Damage: $1,000,000 per occurrence 5. Professional Liability: Required if design services are a part of the work, to cover damages resulting from professional errors and omissions. Such policy must provide the following minimum coverage: $1,000,000 per claim and annual aggregate. 6. A policy of Worker's Compensation, as required by the Industrial Insurance Laws of the State of Washington. As respects Workers' Compensation insurance in the state of Washington, Contractor shall secure its liability for industrial injury to its employees in accordance with the provisions of RCW Title 51. If Contractor is qualified as a self -insurer in accordance with RCW 51.14, Contractor shall so certify by letter signed by a corporate officer indicating 74 that it is a qualified self insured, and setting forth the limits of any policy of excess insurance covering its employees. 1-07.18(3) Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate evidence of insurance as stated above for each subcontractor. All coverage for subcontractors shall be subject to all the requirements stated herein and applicable to their profession. 1-07.18(4) Evidence of Insurance When the Contractor delivers the executed contract for the work to the Contracting Agency it shall be accompanied by a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth above. The certificate must conform to the following requirements: 1. An ACORD certificate Form 25-S, showing the insuring company, policy effective dates, limits of liability and the Schedule of Forms and Endorsements. 2. A copy of the endorsement naming Contracting Agency and any other entities required by the Contract Provisions as Additional Insured(s), and stating that coverage is primary and noncontributory, showing the policy number, and signed by an authorized representative of the insurance company on Form CG2010 (ISO) or equivalent. 3. The certificate(s) shall not contain the following or similar wording regarding cancellation notification to the Contracting Agency: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company." 4. The City of Yakima, its agents, employees, and elected or appointed officials shall be named as additional insureds for S. 6" Street & Nob Hill Blvd. Intersection Improvements on ACORD certificate of Insurance and any endorsements attached. 1-07.18(5) Self -Insurance Should Contractor be self-insured for any liability coverage, a letter from the Corporate Risk Manager, or appropriate Finance Officer, is acceptable—stipulating if actuarially funded and fund limits; plus any excess declaration pages to meet the contract requirements. Further, this letter shall advise how Contractoi would protect and defend the Contracting Agency as an Additional Insured in their Self -Insured layer, and include claims -handling directions in the event of a claim. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic (October 1, 2005 APWA GSP) Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the 75 Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not rerniire work nn the rnarIwav the C'.nntrartinn Anenry will he recnnncihIe for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except Nhen flow is impaired du e to the Contractor's operations. Supplement this section with the following: (April 5, 2004) The construction safety zone will be determined as follows: When the posted speed is 35 MPH or under, the safety zone will be 10 feet from the outside edge of traveled way or 2 feet beyond the outside edge of the sidewalk. When the posted speed is from 40 to 55 MPH the safety zone will be 15 feet from the outside edge of traveled way. When the posted speed is 60 MPH or over the safety zone will be 30 feet from the outside edge of traveled way. During nonworking hours equipment or materials shall not be within the safety zone unless it is protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During the actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the safety zone and only construction vehicles absolutely necessary to construction shall be allowed within the safety zone or allowed to stop or park on the shoulder of the roadway. 76 The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the safety zone at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. 1-07.23(2) Construction and Maintenance of Detours (October 1, 2005 APWA GSP) Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. 1-07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. 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. 77 Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with theVIngineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Add ti le following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (May 25, 2nn6 APV14 ( P) 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 meeting 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. 78 1-08.1 Subcontracting (October 1, 2005 APWA GSP) Revise the seventh paragraph to read: On all projects funded with Contracting Agency funds only, the Contractor shall certify to the actual amounts paid Disadvantaged, Minority, or Women's Business Enterprise firms that were used as subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the contract. This certification shall be submitted to the Engineer, on the form provided by the Engineer 20 calendar days after physical completion of the contract. This section is supplemented with the following: The Contractor shall use the Subcontractors List and Subcontractor Certification Form included within these contract documents to comply with the specifications of this section. 1-08.3 Progress Schedule The first and second paragraphs of Section 1-08.3 are replaced with the following: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The schedule shall conform to the working modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order, which substantially affects the scheduling. Copies (2 prints or 1 reproducible of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. This section is supplemented with the following: 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 this weekly activity schedule, or in a sequence differing form the which he has shown on this schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. Prosecution Of Work Revise this section to read: 1-08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting 79 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. Time For Completion (March 13, 1995) Section 1-08.5 is supplemented with the following: This project shall be physically completed within *** 140 *** working days. (October 1, 2005 APWA GSP) Revise the fourth and fifth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. The Contract Provisions may specify another starting date for contract time, in which case, time will begin on the starting date specified. Each working day shall be charged to the contract as it occurs, beginning on the day after the Notice to Proceed Date, unless otherwise provided in the Contract Provisions, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the seventh 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 80 the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal -aid Projects) e. Final Contract Voucher Certification f. Property owner releases per Section 1-07.24 1-08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, -smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. Add the following section: 1-08.11 Sequence of Work (NEW SECTION) The first orders of work to be performed on this project are: to install the traffic signal at N. 16th Avenue and River Road; and reconstruction of portions of the irrigation systems. The traffic signal shall be installed and functional by December 15, 2006. This will require realignment of a portion of 16th Avenue and realignment of River Road immediately east of 16th Ave. The complete pavement section of the realigned roadways in the vicinity of the intersection shall not be completed until after the new sanitary sewer trunkline has been constructed through the intersection. It is anticipated that the paved roadway v,'ithin this area will consist of asphalt treated base throughout the winter. The reconstructed portions of the irrigation systems shall be completed prior to April 1, 2007. 1-09 MEASUREMENT AND PAYMENT 1-09.6 Force Account (October 1, 2005 APWA GSP) Supplement this Section with the following: Owner 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, Owner does not warrant expressly or by implication, that the actual amount of work will 81 correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9 Payments (October 1, 2005 APWA GSP) Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms amount for each Lump Sum Item, or per the schedule of values for that item. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1, Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. 1-09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read: 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 82 may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. 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 1-10.1(2) Description (May 25, 2006 APWA GSP) Revise the third paragraph to read: The Contractor shall provide signs and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. Traffic Control Management General (August 2, 2004) Section 1-10.2(1) is supplemented with the following: 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 Measurement (August 2, 2004) Section 1-10.4(2) is supplemented with the following: The bid proposal does not contain the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(2) shall apply. 83 DIVISION 2 EARTHWORK CLEARING, GRUBBING, AND ROADSIDE CLEANUP Description Section 2-01.1 is supplemented with the following: (March 13, 1995) Clearing and grubbing on this project shall be performed within the following limits: From Station 10+50 to Station 75+75 on River Road and from Station 1+00 to Station 9+11 on N. 16th Avenue, between the edge of the existing pavement arid right ref 1. y 2-01.2 Disposal of Useable Material and Debris Revise the third paragraph as follows: Change the word "three" to "two." 2-01.2(1) Disposal Method No. 1 — Open Burning This section is deleted. REMOVAL OF STRUCTURES AND OBSTRUCTIONS Description Section 2-02.1 is supplemented with the following: This work also includes the removal of 130 linear feet of a brick and wrought iron fence located between Station 35+85 and Station 37+15 left. The contractor may be required to salvage and deliver materials removed to the adjacent property owner. Construction Requirements Removal of Pavement, Sidewalks and Curbs Section 2-02.3(3) is supplemented with the following: Prior to excavating for installation of the sanitary sewer between stations 66+68 and 83+35, the Contractor shall use a vertical saw to delineate the areas of pavement removal that must be removed from those areas of pavement that is to remain. Damage done to any portion of the pavement that is to remain, due to the Contractor's operation, shall be repaired by the Contractor, to the satisfaction of the Engineer, at no additional cost to the City. Measurement Section 2-02.4 is supplemented with the following: Saw Cut, Per Inch Depth will be measured by the linear foot per inch of depth. 84 Payment Section 2-02.5 is supplemented with the following: "Saw Cut, Per Inch Depth", per linear foot. ROADWAY EXCAVATION AND EMBANKMENT Construction Requirements Embankment Construction (March 13, 1995) Compacting Earth Embankments Section 2-03.3(14)C is supplemented with the following: All embankments, except waste embankments, shall be compacted using Method A. Measurement Section 2-03.4 is supplemented with the following: (March 13, 1995) 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. 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 and at the Region office. 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 Supplement this section with the following: The Contractor shall secure permission from and comply with all requirements of the water utility before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. 85 The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the contractor shall make certain that the hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant us. 'v'iolation of these requirements will result in fines and will !ay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 2-07.4 Measurement This section is revised to read: Water will be measured with the metered hydrant connection. 2-07.5 Payment This section is revised to read as follows: Water will be furnished by the water utility without charge, but the Contractor shall convey the water from the nearest convenient hydrant or other source at his expense. 2-09 STRUCTURE EXCAVATION 2-09.4 Measurement The second paragraph, Horizontal Limits, is revised to read: The horizontal limits shall be as detailed in the Plans. The second sentence of the paragraph titled, Shoring or Extra Excavation, is revised to read: Shoring or Extra Excavation Class B will be measured by the linear foot. 86 2-09.5 Payment Revise the item: "Shoring or Extra Excavation Class B", per square foot To read: "Shoring or Extra Excavation Class B", per linear foot. Revise the two paragraphs immediately following the above item as follows: Replace "per square foot", wherever it appears, with "per linear foot". DIVISION 4 BASES ASPHALT TREATED BASE 4-06.2 Materials Section 4-06.2 is supplemented with the following: (October 25, 1999) The grade of paving asphalt used in asphalt treated base shall be PG *** 64-28 *** unless otherwise ordered by the Engineer. 87 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS HOT MIX ASPHALT 5-04.3 Construction Requirements 5-04.3(5)E Pavement Repair This section is supplemented with the following: In areas not scheduled for a complete overlay where work is to be done below existing asphalt concrete pavement, the asphalt shall be repaired as follows: Six inches of crushed surfacing base course shall be placed and compacted to within three inches of the finished grade. Then, the edges of the existing pavement shall be painted with a hot asphalt tack coat, and hot mix asphalt shall 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 emultion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 5-04.3(7)A Mix Design (May 25, 2006 APWA GSP) Section is deleted and replaced with: (*****) 1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on DOT form 350-042 demonstrating the design meets the requirements of Sections 9-03.8(2) and 9-03.8(6). Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine anti -strip requirements for the HMA. The mix design will be the initial Job Mix Formula (JMF) for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 2. Non Statistical Evaluation. Non statistical acceptance will apply to all HMA not designated as Commercial HMA in the contract documents. Non statistical acceptance testing will be conducted as outlined in 5-04.3(8)A. 3. Commercial Evaluation. Where Commercial HMA is allowed it can be accepted by a Manufacturer's Certificate of Compliance stating the material meets the requirements in the contract Special Provisions. Where HMA Commercial is used for the traveled way, a minimum of one acceptance test to verify gradation, fracture, sand equivalent, and oil content is required in addition to the Manufacturer's Certificate of Compliance. 88 5-04.3(8)A, Acceptance Sampling and Testing — HMA Mixture Items 1 & 2 are deleted and replaced with: (*****) 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Sampling of HMA for nonstatistical evaluation will be as discussed in WSDOT Standard Specifications for Road, Bridge, and Municipal Construction, 2006 edition, section 5-04.3(8)A, sections 3 through 6. Commercial evaluation will be used for Commercial HMA and other classes of HMA as allowed by the contract. Commercial HMA may be used for amounts of HMA less than 2500 tons in any application. Testing beyond that specified in 5- 04.3(7)A, item 3 for Commercial HMA will be at the discretion of the engineer. Anti -strip additive, where required, will be verified and documented by the engineer. 2. Aggregates. The acceptance criteria for aggregate properties of sand equivalent, voids in mineral aggregate (VMA), fracture and gradation will be their conformance to the requirements of Section 9-03.8(2) the Standard Specification, 2006 edition. 5-04.3(8)A, Acceptance Sampling and Testing — Item 4, second paragraph is deleted. 5-04.3(8)A, Acceptance Sampling and Testing — Item 7 is deleted. HMA Mixture HMA Mixture 5-04.3(13) Surface Smoothness (January 5, 2004) The second sentence of this section 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. The last paragraph of this section is supplemented with 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. 89 The HMA shall be cut and removed to a neat circle, the diameter of which shall be L_ LL_ L.,' L t LL_ 1... L.. L__L TLS. L_n L. placed equal iu the outside diameter of 'die rim plus two feet. The new rill) Shelli ue placed on cement concrete or adjustment rings and wedged up to the desired grade. The base materials 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(15) HMA Road Approaches Add the following verbiage to the first sentence of this section: "or reconstructed" after the word "constructed". 5-03.3(17) Paving Under Traffic Revise the last ofSection 1 follows: last paragraph .�-04.30 �� as fVlll)YY moi: Change the phrase "except cost of temporary pavement markings," to "including the cost of temporary pavement markings," 5-04.5(1)A Price Adjustments for Quality of HMA Mixture Section is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor "f" All aggregate passing: 1 %2", 1", 3/4", '/2", 3/8" and No. 4 sieves 2 All aggregate passing No. 8 15 All aggregate passing No. 200 sieve 20 Asphalt binder 52 5-04.4 Measurement Add the following item to this section: Pavement Repair will be measured by the square yard for the actual amount of pavement repaired. 5-04.5 Payment Add the following item to this section: "Pavement Repair", per square yard. 90 5-04.5(1)A Price Adjustments for Quality of HMA Mixture Items 1-3 are deleted and replaced with: A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: 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. 91 DIVISION 7 DRAINAGE STRUCTURES, STORMSEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS STORM SEWERS Description Section 7-04.1 is supplemented with the following: This work includes constructing a bioinfiltration swale and an infiltration pond. Material Section 7-04.2 is supplemented with the following: Only Corrugated Polyethylene Storm Sewer Pipe shall be used on this project. 6I6/I10,61 U .,uvea Se ;tion 7-04.3 is supplemented vditi i the following: The bioinfiltration swale shall be constructed by excavating an approximately 2 -foot deep swale, 30 -feet wide by 200 -feet long, with 3:1 side slopes. The bioinfiltration swale shall be constructed at the approximate location of Station 42+50 (400' it.) The bottom and sides of the bioinfiltration swaie shall be planted with dryland grasses as detailed in Section 8-02 of these Special Provisions. The infiltration pond shall be constructed by excavating a 9 -foot deep by 36 -foot wide by 200 -foot long hole in the ground with side slopes of 2:1. Measurement Section 7-04.4 is supplemented with the following: Bioinfiltration Swale, will be measured per each, for each swale constructed. Infiltration Pond, will be measured per each, for each pond constructed. Payment Section 7-05.5 is supplemented with the following: "Bioinfiltration Swale", per each. The unit contract per each for "Bioinfiltration Swale" shall be full payment for all labor, equipment and material required for construction of the bioinfiltration swale, including all excavation and removal of excavated material and the seeding, fertilizing and mulching required for the establishment of dryland grasses on the bottom and side of the swale. "Infiltration Pond", per each. The unit contract price per each for "Infiltration Pond" shall be full payment for all labor and equipment required for the construction of the infiltration pond, including all excavation and removal of excavated material. 92 MANHOLES, INLETS, AND CATCH BASINS Materials Grate Inlets And Drop inlets Section 9-05.16 is supplemented with the following: The Contractor shall furnish and install Vaned Grates, as detailed on Standard Plan B -2b, on all grate inlets. Construction Requirements The second paragraph of Section 7-05.3 is supplemented with the following: The term drywell shall be synonymous with the term Drainage Retention Basin. The 36 -inch diameter perforated storm sewer pipe used within the drainage retention basin shall conform to Schedule A of the Storm Sewer Pipe Schedule in Section 7-04.2 of the Standard Specifications. A 12 -inch diameter pipe including a tee section shall be connected to the Type 2 Catch Basin and shall convey the storm water runoff to the 18 -inch header pipe and from the header pipe to the 36 - inch diameter perforated pipe laterals in the drainage retention basin. The gravel backfill for drywells shall meet the requirements of Section 9-03.12(5). Non -woven geotextile fabric shall be wrapped around the drainage retention basin. Six -mil plastic construction sheeting shall be placed over the top of the entire basin, and the sheeting shall extend and be anchored a minimum of 18 inches beyond the excavation limits of the basin walls. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade This section is supplemented with the following: Manholes, Catch Basins, Valve Boxes, Monument Cases and other utility castings shall be adjusted as detailed in Section 5-04.3(13) of these contract Special Provisions 7-05.4 Measurement Supplement this section with the following: Drainage retention basin w/36 In. diam. perf. pipe will be measured by the linear foot for the length of perforated pipe. 7-05.5 Payment Add the following pay items: "Drainage Retention Basin w/36 In. Diam. Perf. Pipe", per linear foot. The unit contract price per linear foot for "Drainage Retention Basin w/36 In. Diam. Perf. Pipe" shall be full pay for all labor, equipment and material required for the complete construction of the retention basin, including the perforated pipe, geotextile fabric, drain rock, plastic construction sheeting, pipe, connections, shoring or extra excavation, and all of the excavation and backfilling required to install the retention basins. This section is supplemented with the following: 93 Ail costs associated with furnishing and installing manholes and catch basins, including frame and grates and adjusting them to their final grade, as described in Section 5-04.3(13) of these Special Provisions, shall be included in the unit contract price per each for the item installed. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.2 Materials Add the following: Crushed Surfacing Top Course (for Trench Backfill) 7-08.3(1)A Trenches This section is supplemented with the following: Trench dewatering will he required for portions of the sanitary sewer pipe installation It will be the Contractor's responsibility to ensure that the sanitary sewer pipe is laid in the dry. The Contractor shall provide the Engineer with his proposed method of dewatering the trench, and shall not begin work until his method has been approved. During the non -irrigation season, the Contractor may discharge dewatering water to the irrigation canals, provided that the irrigation canals are not being worked on under this contract. 7-08.3(3) Backfilling Add the following paragraph to this section: All street crossing trenches, and other areas as designated by the Engineer, shall be backfilled to their full depth with Crushed Surfacing Top Course (for Trench Backfill). 7-08.3 Measurement The sixth paragraph of this section shall be revised to read: Shoring or extra excavation class B will be measured by the linear foot. Add the following: Crushed Surfacing Top Course (for Trench Backfill) will be measured by the Ton. 7-08.5 Payment Add the following pay items: "Crushed Surfacing Top Course (for Trench Backfill)", per ton. "Trench Dewatering", 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 "Trench Dewatering", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 94 Revise the pay Item: "Shoring or Extra Excavation Class B", per square foot To read: "Shoring or Extra Excavation Class B", per linear foot 7-09 WATER MAINS 7-09.1 Description This section is supplemented with the following: This work shall include adjusting valve boxes to the finished grade of the asphalt concrete pavement or sidewalk. 7-09.3 Construction Requirements This section is supplemented with the following: Where existing valve boxes are located in the existing or proposed asphalt roadway, they shall be adjusted as detailed in Section 5-04.3(13) of these Standard Specifications. Where existing valve boxes are located in the proposed sidewalk, they shall be adjusted to finish grade prior to placing the concrete. 7-09.4 Measurement The following item is added to this section: Adjust valve box will be measured per each, for each valve box adjusted. 7-09.5 Payment The following item is added to this section: "Adjust Valve Box", per each. The unit contract price per each for "Adjust Valve Box" shall be full pay for all labor, equipment and material required to adjust the valve box. 7-17 SANITARY SEWERS 7-17.2 Materials This section is supplemented with the following: The sanitary sewer pipe installed on this project shall be Solid Wall PVC Sanitary Sewer Pipe conforming to Section 9-05.12(1). 95 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3 Construction Requirements 8-01.3(1) General Section 8-01.3(1) is supplemented with the following: 9Afl i i^N11 Erodible Soil Eastern Washington The eighth paragraph of Section 8-01.3(1) is revised to read: 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, unless authorized by the Engineer: July 1 through September 30 October 1 through June 30 8-03 IRRIGATION SYSTEMS 8-03.1 Description This section is supplemented with the following: 30 days 15 days This work consists of removing and replacing portions of the existing Fruitvale/ Schanno Canal, and removing the box culvert bridges of the Old Union Canal located in the vicinity of River Road and 20th Avenue, and replacing them with a 30 - inch diameter culvert pipe. 8-03.2 Materials This section is supplemented with the following: The culvert pipe immediately northwest of the new 6' by 10' irrigation diversion box for the Old Union Canal shall be 36 -inch diameter Blue Seal Irrigation Culvert Pipe. The culvert pipe between the new irrigation diversion box and 6' by 8' concrete irrigation cleanout box shall be 30 -inch diameter Blue Seal Irrigation Culvert Pipe. All concrete structures shall be cast in place with Class 3000 reinforced concrete unless otherwise approved in writing by the Engineer. 8-03.3 Construction Requirements This section is supplemented with the following: The work to be completed on the Irrigation System is divided into five (5) sections relative to 5 structures. The sections are as detailed in the Plans. 8-03.4 Measurement The following item is added to this section: 96 Irrigation Structure will be measured per each, for each section of the irrigation system completed. 8-03.5 Payment The following item is added to this section: "Irrigation Structure ", per each. The unit contract price per each for "Irrigation Structure ", shall be full compensation for all labor, equipment and material required to provide a completed section of the irrigation system. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.1 Description Supplement this section with the following: The work shall include the installation of commercial driveway approaches, and adjusting utility castings within the concrete apron of the approaches. 8-06.3 Construction Requirements Supplement this section with the following: Commercial Driveway approaches. Commercial Driveway Approaches shall be constructed as shown on the City of Yakima Standard Detail for Commercial Approach. The sidewalks and the ramps shown on each side of the approach detailed on the standard detail shall be paid for under Section 8-14 of the Standard Specifications. 8-06.4 Measurement Supplement this section with the following: Commercial Driveway Approaches shall be measured per each installed at the locations shown on the plans and in accordance with the standard detail. 8-06.5 Payment Supplement this section with the following: "Commercial Driveway Approaches", per each. The unit contract price per each for "Commercial Driveway Approaches" shall be full compensation for all work, equipment, materials and all other items necessary for the complete installation of the approaches where shown on the plans and in accordance with the City of Yakima standard detail. 97 8-12 CHAIN LINK FENCE AND WIRE FENCE 8-12.1 Description This section is supplemented with the following: This work shall consist of removing and resetting existing fences of various materials from their current locations to the new right of way line where detailed in the Plans. 8-12.3 Construction Requirements This section is supplemented with the following: Any section of the existing fence scheduled to he removed and reset, nr any fencing to remain that is damaged due to the Contractor's operations shall be repaired or replaced by the Contractor at no additional cost to the City. 8-12.4 Measurement ThisThis section is supplemented with thio following: section is oI.gJ l.riGi 11 lL '..1 VVII.I a10 following: Measurement of removing and resetting fence will be by the linear foot measured along the line of fencing actually removed and reset. 8-12.5 Payment Add the following item to this section: "Removing and Resetting Fence", per linear foot. The unit contract price per linear foot for "Removing and Resetting Fence" shall include removing and resetting gates that are a part of the existing fence. 98 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description Supplement this section with the following: This work shall also include furnishing and installing new signpost sockets, at locations shown on the plans or as indicated by the Engineer. 8-14.2 Materials Add the following: Sign Post Socket VLOC Model #23-VR1-Concrete For use with 2-3/8" OD sign posts 8-14.3 Construction Requirements 8-14.3(3) Placing and Finishing Concrete. Supplement this section by with the following: All sidewalks not located in driveway approach areas shall be four (4) inches in thickness, unless otherwise noted on the Plans. All sidewalks located in a driveway approach area shall be six (6) inches in thickness. Existing sidewalks at match lines shall be removed to the nearest convenient existing joint or sawcut in a neat vertical, straight transverse line at locations approved by the Engineer. Joint filler material to form a new expansion joint shall be placed as indicated on the Standard Detail for Sidewalk. At all driveway and handicap ramp depressions, the back of the sidewalk grade shall be depressed to maintain a 2 percent transverse grade from back of curb to back of sidewalk, unless otherwise noted on the plans. Signpost Sockets shall be set 1/2 inch above the finished sidewalk so that the erected signs will be plumb when installed. The Contractor shall correct any misaligned sockets at his own expense. 8-14.4 Measurement Supplement this section with the following: Signpost Sockets will be measured per each in place. 8-14.5 Payment Supplement this section with the following: "Cement Conc. Sidewalk In. Thick", per square yard. The unit contract price per square yard for "Cement Conc. Sidewalk In. Thick" shall be full compensation for furnishing and placing the sidewalk, including furnishing, placing and compacting the crushed surfacing top course as detailed in the Plans. 99 "Signpost Sockets", per each. The unit contract price per each for "Signpost Sockets" shall be full compensation for furnishing the sockets, and for furnishing all labor, materials and equipment necessary for the installation of the sockets at the locations shown on the plans or as located by the Engineer. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.2 Materials Supplement the section with the following: All conduits below grade on this project shall be: Schedule 40 PVC Underground Conduits (electrical grade - gray color) with pull rope. Additional materials to be installed on this project include, but are not limited to: junction boxes, a pulling vault, light standards- luminaries cement concrete anchor hacac anchor hnitc conductors, and complete electrical service for a compete installation of the illumination system ready for service. The pull rope shall be 1/8 -inch braided nylon rope, 450 pound breaking strength (similar to King Cotton Products #5051-4-1/8), shall be installed in each conduit run with two (2) feet doubled back at each termination. Wiring for street lighting shall be per NEC code and shall include one #10 ground and two #6 conductors. Signal poles and luminaire arms have been preordered for this project and will be available for pick up from City Shops by November 20. 8-20.2(1) Equipment List and Drawings Revise Item 1 of the fourth paragraph to read: 1. Light standards with or without pre -approved plans. Delete the last sentence of the section. 8-20.3 Construction Requirements 8-20.3(2) Excavating and Backfilling Revise the first paragraph to read: The excavation required for the installation of conduit, cement concrete anchor bases, and pullboxes shall be performed in such a manner as to cause the least possible injury to streets, sidewalks, and other improvements. The trenches shall not be excavated wider than necessary for the proper installation of the conduit and pullboxes. Anchor base excavation shall be augered or dug by hand with proper care to avoid damage to other utilities. Excavation shall not be performed until immediately prior to installation of conduit and/or structures. The material from the excavation shall be placed to cause the least interference to vehicular and pedestrian traffic and to surface drainage. 100 8-20.3(4) Foundations Supplement this section with the following: Anchor bases shall be constructed of Portland Cement Concrete - Class 3000, poured -in-place to the depths and dimensions shown on the Plans and shall be made in one pour. The top four inches of anchor bases shall be formed and finished 24 inches square with 3/4 -inch chamfer edges and the top shall be at finish sidewalk grade or finished curb grade, depending on the location. The top four inches shall be separated from concrete surfaces by means of an expansion joint. Forms for the anchor bases shall be true to line and grade and conduit ends and anchor bolts shall be held in proper position and height by means of a temporary template. 8-20.3(5) Conduits Revise this section to read: Conduit runs are indicated on the Plans. Conduit bends, if other than factory bends, shall have no less than an 18 -inch radius. Runs terminating in pole bases shall extend five (5) inches above the foundation and shall be sloped toward the hand hole opening. Runs entering junction boxes shall terminate approximately two inches (2") above the bottom of the box and within three inches (3") of the box wall nearest its entry. Conduit entry into junction boxes shall terminate with a manufactured 90 -degree rigid metal elbow to facilitate cable pulling. PVC conduit "push-pennys" or suitable equivalent shall be used on all terminations to keep conduits clean. Trenching across the roadway is allowed. The pull rope shall be 1/8 -inch braided nylon rope, 450 pound breaking strength (similar to King Cotton Products #5051-4- 1/8), 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. Elbows may be 45 or 90 degree as needed. The ten feet of rigid conduit is not required. All conduit ends shall be reamed to remove burrs and rough edges. Field cuts shall be square and true so that ends will fit securely in PC couplings. 8-20.3(6) Junction Boxes Revise the first paragraph to read: The terms "pullbox" and "junction box" are interchangeable. Pullboxes shall be constructed as shown on the Plans and in accordance with the City of Yakima Standard Details. Pullboxes shall not be located in wheelchair ramps or landing areas. The puliboxes shall be installed true to line and grade. The Contractor shall provide a good, firm foundation for the bearing surface edges of the puliboxes. The low voltage cables and wires are separated and run through separate conduits. Do not install asphalt joint filler material between junction boxes and other concrete surfaces 8-20.3(8) Wiring 101 Supplement this section by with the following: The street lighting conductors for the lights shall each run from the adjacent light or pullbox to the appropriate pullboxes where they branch to the luminaries. Conductor sizes shall be as required or as match existing conductors. A pair of in- line fuses shall be installed in each lighting standard base. The Contractor will be required to provide all conductors needed for completing the light standard installation. Epoxy splice kits shall not be used. Wire number sleeves and cable tags are not required. Mast arms with four section signal heads are to be wired with 7 conductor cable. 8-20.3(10) Service Supplement this section as follows: The source of power to the new service shall be from a 56" x 56" x 48" transformer Vault as per U IG details, 1') vG installed JV IGCL I ILJI 11 IGQJI of LI IG service to meet rr(.XL requirements. The transformer vault shall have a locking steel cover type lid I sio. 77-2-332, '80 style as per the details to meet PP&L requirements. The service shall be a Strut -mount modified type B, single-phase 120v/240v 100 -amp service installed as per the plans and details to meet PP&L requirements. 8-20.3(11) Field Test Supplement this section as follows: The contractor will provide 24-hour notification of a signal turn on, giving information about location, date and time. Testing All signal control equipment shall be tested at the City of Yakima Signal Shop located in Yakima, prior to final delivery. The tests shall verify compliance with WSDOT standard specifications and these plans and special provisions. The test will check the operation of each individual component as well as the overall operation of the traffic control cabinet. Following final approval by the City of Yakima Signal Shop, all equipment shall be available at the City Signal Shop for pickup by the contractor. 8-20.3(13)A Light Standards Supplement this section with the following: Light Standards shall have square base flanges requiring four (4) anchor bolts for connection to the foundation. Anchor bolt nut covers shall be provided on all Light Standards. The Light Standards on this project shall be as shown on the City of Yakima Standard Details. 8-20.3(13)B Luminaires Supplement this section with the following: Luminaires to be used on this project shall be 250 -Watt, 240 Volt, GE COBRA Head Luminaires. 8-20.5 Payment Revise this section to read: 102 Payment will be made in accordance with Section 1-04.1, for the following bid item: "Illumination System", per lump sum. The lump sum contract price for "Illumination System", shall be full pay for furnishing all labor, materials, tools, and equipment necessary or incidental to the construction of the complete illumination and electrical system as shown on the Plans and herein specified. This shall include, but not be limited to, excavation, backfilling, concrete foundations, light standards, luminaires, electrical service, pullboxes, conduit, wiring, restoring facilities destroyed or damaged during construction, removing or salvaging all existing equipment, and for making all required tests. All additional materials and labor not shown on the Plans or called for herein and which are required to complete the various systems shall be considered as incidental to the construction and shall be included in the lump sum contract price, and no additional compensation shall be allowed. 8-30 REPAIR OR REPLACEMENT (New Section) 8-30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf, reconnection or realignment of side services to the new sanitary sewer trunkline, or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 8-30.5 Payment Payment will be made for the following bid items: "Repair or Replacement", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 103 DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.8 Aggregates for Asphalt Concrete 9-03.8(7) HMA Tolerances and Adjustments (May 25, 2006 APWA GSP) item 1 is deleted and repiaced with: (****) 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5- n4.3(7)A, the mnstiti ientc of tha mixt'' ire of fhe time of arreptanre Ghali conform tr the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1", 3/4", i4 , and 3/8" sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% ±8% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder •±0.5% ±0.7% These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99-100. The tolerance limits on sieves shall only apply to sieves with control points. 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.15 Metal Castings 9-05.15(1) Manhole Ring and Cover Revise this section to read: All new manhole rings and covers shall be purchased by the Contractor from Olympic Foundry, Casting NO. MH33Y, Yakima Standard Ring and Cover. The Contractor shall also provide all labor and equipment for handling the manhole rings and covers. All used castings shall become the property of the City of Yakima and shall be delivered to the Wastewater Collection -Maintenance Facility at 204 W. Pine by the Contractor. Prior arrangements must be made to assure the facility will be open for delivery. 9-05.15(2) Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets This section is supplemented with the following: Castings for the Catch Basins on this project shall be as shown on the City of Yakima Standard Detail. 104 9-22 MONUMENT CASES 9-22.1 Monument Cases, Covers and Risers This section is supplemented with the following: Monument cases for this project shall be as shown on the City of Yakima Standard Detail. SIGNING MATERIALS AND FABRICATION April 4, 2005 Sign Support Structures Section 9-28.14 is supplemented with the following: Manufacturers for Steel Sign Supports The Standard Plans lists several steel sign support types. These supports are patented devices and many are sole -source. All of the sign support types listed below are acceptable when shown in the plans. Steel Sign Support Type Type TP -A & TP -B Type PL, PL -T & PL -U Type AS Type AP Type ST 1,ST2,&ST3 Type SB -1 & SB -2 Manufacturer TransPo Industries Poz Lock, Northwest Pipe TransPo Industries TransPo Industries ItiMate, S -Square, Telespar UltiMate, Telespar 9-29 ILLUMINATION, SIGNALS, ELECTRICAL 9-29.1 Conduit Revise this section to read: Conduit shall be Schedule 40 Polyvinyl Chloride (PVC) conforming to all NEC requirements regarding electrical grade - gray color PVC conduits. 9-29.2 Junction Boxes Revise this section to read: Junction boxes shall be Type 1, 2,or 3 as shown on the plans. They shall be constructed of polymer concrete and reinforced by a heavy -weave fiberglass similar and equal to Quazite Style PG. Boxes and covers shall be concrete gray color and rated for no less than 8,000 pounds over a 10" x 10" area and designed and tested to temperatures of —50° F. Heavy-duty box covers shall have service load of not less than 15, 000 pounds over a 10" square area. The covers shall have a minimum coefficient of friction of 0.5, and shall have the logo "Traffic Signal" or "Street Lighting" as appropriate on them. Do not install felt expansion material around pull boxes when new concrete is poured. 105 9-29.3 Conductors and Cable Supplement this section with the following: Video camera coax cable shall be Beldon 8281. Video power shall be supplied by three -conductor cable. Three individual conductors, THWN #12 Stranded copper may be supplied in place of the three -conductor cable. 9-29.6 Light and Signal Standards Add the following sentence to this section: All aluminum alloys shall comply with metallurgical and mechanical properties set forth in the Aluminum Association Standards. 9-29.6(5) Foundation Hardware Revise this section to read as follows: The anchor bolts, nuts, washers, and other foundation hardware on this project shall be supplied by the ulight sstandQru manufacturer, and shall be hot-dippeddipped galvanized Over their aritire length and surface per ASTM A 1 53 IW u11 ce 1 S 1 M 153. 9-29.6(6) Aluminum Light and Signal Standards (NEW SECTION) Light standards for this project shall be as shown on the City of Yakima Standard Detail. 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-five feet (35'). 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" O.D. x .188" wall 6063 alloy extruded aluminum tube. The fixture end of each arm shall be a 2-3/8" O.D. (2" 106 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. 9-29.10 Luminaires Supplement this section with the following: Luminaires shall be GE 250 watt 240 volt, high-pressure sodium cutoff type. The luminaire shall contain a removable power module ballast assembly. The luminaire optical assembly shall contain a charcoal filter. The mogal base socket shall be adjustable and set at MCIII. Luminaires shall be fused per Section 9.29.7. 9-29.12(1) Illumination Circuit Splices Supplement the section with the following: Illumination wires shall be spliced in the pole bases or terminal compartment. 9-29.24 Service Cabinets Supplement this section as follows: The service shall be a Strut mount modified type B, single-phase 120v/240v 100 - amp service installed to meet the PP&L requirements. 9-29.24(2) Electrical Circuit Breakers and Contactors Revise this section as follows: Delete the second paragraph. STANDARD PLANS August 7, 2006 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 06-035, effective August 7, 2006 is made a part of this contract. The Standard Plans are revised as follows: All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Mix Asphalt". All references in the Standard Plans to the abbreviation "ACP" shall be revised to read "HMA". A-1 The TIE BAR length of 32" is revised to 30". In the PCCP TO ACP LONGITUDINAL JOINT, SECTION VIEW: the reference to Std. Spec. 5-04.3(11) is revised to Std. Spec. 5-04.3(12)B. C-1 Sheet 2 The SNOW LOAD RAIL WASHER dimensions are revised to 1 3/4" from 2", and to 7/8" from 1". 107 C -iib Sheets 1 and 2 In the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST -IN- PLACE FOOTING, ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is revised to CONCRETE CLASS 4000. In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld joints, and the 1/2" End Gussets have 1/2" fillet weld joints. D -la Sheet 2& D -lb Sheet 2 Reinforcing Steel Bar marked "R1" (see lower left corner): the dimension 1' - 2 1/2" is revised to 1' - 0 1/2". F -3b in SECTION "C": the dimension labeled VARIES - 3' - 0" TO "A" - TYPE 2A is revised to VARIES -. 3' - 0" TO "E" - TYPE 2A; VARIES - 2' - 6" TO "C" - TYPE 7R is revised to Vd R!ES - 2' - R" Tr) "G" TYPE 2R; V IRI Q - 6' _ 0" TO "R" �v •v �v��vv�w �v •• •• ��•�v •... v • v v • • • V L✓, and, v/71 \IMV V V I V bed is revised to VAR/ES - 6' - n" TO "F" G-8q Sheet 1 In the ELEVATION views, in the labels LOWER SIGN POST SUPPORT: the parenthetical specification "12 VALE" is revised to "7 GAGE". 1-10 In NOTE 1: the reference to Standard Specification 8-01.3(5)A is revised to Standard Specification 8-01.3(6)A. K-1 through K-27 These plans are for local agency use only. M-17.10-00 NOTE 2 is omitted. (See Standard Plan G-1 for sign mounting height) 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-1 5/13/02 A-3 5/30/02 A-6 2/24/03 A-2 5/09/02 A-5 2/24/03 A-7 10/04/05 B-5.20-00 6/01/06 B-30.50-00 6/01/06 B-75.20-00 6/01/06 B-5.40-00 6/01/06 B-30.70-00 6/01/06 B-75.50-00 6/08/06 B-5.60-00 6/01/06 B-30.80-00 6/08/06 B-75.60-00 6/08/06 B-10.20-00 6/01/06 B-30.90-00 6/08/06 B-80.20-00 6/08/06 B-10.40-00 6/01/06 B-35.20-00 6/08/06 B-80.40-00 6/01/06 B-10.60-00 6/08/06 B-35.40-00 6/08/06 B-82.20-00 6/01/06 B-15.20-00 6/01/06 B-40.20-00 6/01/06 B-85.10-00 6/01/06 B-15.40-00 6/01/06 B-40.40-00 6/01/06 B-85.20-00 6/01/06 B-15.60-00 6/01/06 B-45.20-00 6/01/06 B-85.30-00 6/01/06 B-20.20-00 6/01/06 B-45.40-00 6/01/06 B-85.40-00 6/08/06 108 B-20.40-00 6/01/06 B-50.20-00 6/01/06 B-85.50-00 6/08/06 B-20.60-00 6/01/06 B-55.20-00 6/01/06 B-90.10-00 6/08/06 B-25.20-00 6/08/06 B-60.20-00 6/08/06 B-90.20-00 6/08/06 B-25.60-00 6/01/06 B-60.40-00 6/01/06 B-90.30-00 6/08/06 B-30.10-00 6/08/06 B-65.20-00 6/01/06 B-90.40-00 6/08/06 B-30.20-00 6/08/06 B-65.40-00 6/01/06 B-90.50-00 6/08/06 B-30.30-00 6/01/06 B-70.20-00 6/01/06 B-95.20-00 6/08/06 B-30.40-00 6/01/06 B-70.60-00 6/01/06 B-95.40-00 6/08/06 C-1 10/31/03 C-3 10/04/05 C -8f 6/30/04 C -la 7/31/98 C -3a 10/04/05 C-10 7/31/98 C -lb 10/31/03 C -3b 10/04/05 C-11 5/20/04 C -lc 5/30/97 C -3c 6/21/06 C-11 a 5/20/04 C-1 d 10/31/03 C -3d 3/03/05 C-11 b 5/20/04 0-2 1/06/00 C-4 7/13/01 C-12 7/27/01 C -2a 6/21/06 C -4a 2/25/05 0-13 4/16/99 C -2b 6/21/06 C -4b 6/08/06 C -13a 4/16/99 C -2c 6/21/06 C -4e 2/20/03 C -13b 4/16/99 C -2d 6/21/06 C -4f 6/30/04 C -14a 7/26/02 C -2e 6/21/06 C-5 10/31/03 C -14b 7/26/02 C -2f 3/14/97 C-6 5/30/97 C -14c 7/26/02 C -2g 7/27/01 C -6a 3/14/97 C -14d 7/26/02 C -2h 3/28/97 C -6c 1/06/00 C -14e 7/26/02 C -2i 3/28/97 C -6d 5/30/97 C -14f 9/02/05 C -2j 6/12/98 C -6f 7/25/97 C -14g 9/02/05 C -2k 7/27/01 C-7 10/31/03 C -14h 1/11/06 C -2n 7/27/01 C -7a 10/31/03 0-141 12/02/03 C -2o 7/13/01 0-8 4/27/04 C -14j 12/02/03 C -2p 10/31/03 C -8a 7/25/97 C -14k 1/11/06 C -2q 3/03/05 C -8b 1/11/06 C -16a 11/08/05 C -2r 3/03/05 C -8c 11/08/05 C -16b 11/08/05 C -2s 3/03/05 C -8d 11/08/05 C -2t 3/03/05 C -8e 11/08/05 D -la 1123/02 D-2.30-00 11/10/05 D-2.80-00 11/10/05 D -lb 10/06/9' D-2.32-00 11/10/05 D-2.82-00 11/10/05 D -lc 10/06/99 D-2.34-00 11/10/05 D-2.84-00 11/10/05 D-1 d 10/06/99 D-2.36-00 11/10/05 D-2.86-00 11/10/05 D -le 1/23/02 D-2.38-00 11/10/05 D-2.88-00 11/10/05 D-1 f 10/06/99 D-2.40-00 11/10/05 D-2.92-00 11/10/05 D-2.02-00 11/10/05 D-2.42-00 11/10/05 D-3 7/13/05 D-2.04-00 11/10/05 D-2.44-00 11/10/05 D -3a 6/30/04 D-2.06-00 11/10/05 0-2.46-00 11/10/05 D -3b 6/30/04 D-2.08-00 11/10/05 D-2.48-00 11/10/05 D -3c 6/30/04 D-2.10-00 11/10/05 D-2.60-00 11/10/05 D-4 12/11/98 D-2.12-00 11/10/05 D-2.62-00 11/10/05 D-6 6/19/98 D-2.14-00 11/10/05 D-2.64-00 11/10/05 D-7 10/06/99 D-2.16-00 11/10/05 D-2.66-00 11/10/05 D -7a 10/06/99 D-2.18-00 11/10/05 D-2.68-00 11/10/05 D-9 12/11/98 D-2.20-00 11/10/05 0-2.78-00 11/10/05 E-1 7/25/97 E-4 8/27/03 E-5 5/29/98 E-2 5/29/98 E -4a 8/27/03 109 F-1 12/17/02 F -2c 6/23/04 F -3c 2/09/05 F -la 12/17/02 F -2d .................. 6/23/04 F -3d 2/09/05 F-2 8/27/99 F-3 1/13/03 F -3e 2/09/05 F -2a 6/23/04 F -3a 2/09/05 F-4 1/13/03 F -2b 2/09/05 F -3b 9/02/05 G-1 9/12/01 G-6 8/27/03 G -8e 8/18/04 G-2 6/04/02 G -6a 8/27/03 G -8f 11/09/05 G -2a 6/04/02 G -6b 8/27/03 G -8g 11/09/05 G-3 11/09/05 G-7 6/08/06 G -9a 6/25/02 G -3a 11/09/05 G -8a 12/15/04 G -9b 6/08/06 r, -3h 11 /09/45 G -8h 11/09/05 G -9c 11/93/04 G -4a 11/09/05 G -8c 8/18/04 G -9d 6/08/06 G -4b 6/30/04 G -8d 12/15/04 H-1 1/10/02 H-4 8/18/04 H-10 5/29/98 1-1a 4/ 14/VV 1 I -4a L/25/V5 F1-12 L/L5/V5 u -1b ainiina u AL, 2/''S�Oa u �2 ni25in� 1 1 U V/L I/VV 11-'7U L/ 5 1 I- I a L/ /05 H -lc 3/04/05 H-6 10/29/03 H -12b 2/25/05 H-ld 6/21/06 H-7 8/10/98 H-13 2/25/05 H -le 6/21/06 H-8 9/18/98 H -13a 2/25/05 H-2,,,,,,,,,,,,,,,,,,,,, 3/04/05 H-9 4/18/97 H-14,,,,,,..,,,,,,, 2/09/05 1-1 7/18/97 1-6 7/17/03 1-11 9/11/03 1-2 4/23/99 1-7 7/17/03 1-12 7/17/03 1-3 8/20/99 1-8 7/17/03 1-13 7/17/03 1-4 7/17/03 1-9 7/17/03 1-14 7/17/03 1-5 7/17/03 1-10 7/17/03 1-15 7/13/05 J -lb 10/08/99 J -6g 12/12/02 J-11 b 9/02/05 J -lc 4/24/98 J -6h 4/24/98 J-11 c 6/21/06 J-ld 1/11/06 J -7a 9/12/01 J-12 11/08/05 J -le 1/11/06 J -7c 6/19/98 J -15a 10/04/05 J-lf 6/23/00 J -7d 4/24/98 J -15b 10/04/05 J-3 8/01K 7 J -8a 5/20/04 J -16a 3/04/05 J -3b 3/04/05 J -8b 5/20/04 J -16b 9/02/05 J -3c 6/24/02 J -8c 5/20/04 J-18 9/02/05 J -3d 11/05/03 J -8d 5/20/04 J-19 9/02/05 J-5 8/01/97 J -9a 4/24/98 J-20 9/02/05 J -6c 4/24/98 J-10 7/18/97 J -6f 4/24/98 J-11 a 9/02/05 K-1 12/20/02 K-10 12/20/02 K-19 12/20/02 K-2 12/20/02 K-11 12/20/02 K-20 12/20/02 K-3 12/20/02 K-12 12/20/02 K-21 12/20/02 K-4 12/20/02 K-13 12/20/02 K-22 12/20/02 K-5 12/20/02 K-14 12/20/02 K-23 12/20/02 K-6 12/20/02 K-15 12/20/02 K-24 12/20/02 K-7 12/20/02 K-16 12/20/02 K-25 12/20/02 K-8 12/20/02 K-17 12/20/02 K-26 12/20/02 K-9 12/20/02 K-18 12/20/02 K-27 12/20/02 110 L-1 7/18/97 L-3 7/18/97 L -5a 7/31/98 L-2 7/18/97 L-5 7/31/98 L-6 7/25/97 M-1.20-00 2/25/05 M-3.30-00 12/15/04 M-20.10-00 3/04/05 M-1.40-00 2/25/05 M-3.40-00 12/15/04 M-20.20-00 3/04/05 M-1.60-00 2/25/05 M-3.50-00 12/15/04 M-20.30-00 3/04/05 M-1.80-00 2/25/05 M-5.10-00 12/15/04 M-20.40-00 3/04/05 M-2.20-00 2/25/05 M-7.50-00 3/04/05 M-20.50-00 3/04/05 M-2.40-00 2/25/05 M-9.50-00 3/04/05 M-24.20-01 5/31/06 M-2.60-00 2/25/05 M-11.10-00 3/04/05 M-24.40-01 5/31/06 M-3.10-00 12/15/04 M-15.10-00 2/25/05 M-24.60-01 5/31/06 M-3.20-00 12/15/04 M-17.10-00 3/04/05 111 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 2006, by and between the City of Yakima, hereinafter called the Owner, and Columbia Asphalt & Gravel, Inc., a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $ 5,024,187.44, for River Road Improvements Project — Fruitvale Boulevard to 6th Avenue, Project Nos. 1944 and 2128, all in accordance with, and as described in the attached plans and specifications and the 2006 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 One hundred forty (140) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. IV. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR this / 7 day of %1704l ' 2006. u��+�o�ri � :zt, t � �r� , a f''"'.nj Corporation Contractor City Manager Attest: : Aa0-66-..4 ))/ City Clerk By: Its c�L (Print Name) (President, Owner, etc.) 39 Address: UJi BOND # 8811427 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, COLUMBIA ASPHALT & GRAVEL, INC. a WASHINGTON Corporation as Principal and FIDELITY & DEPOSIT COMPANY OF MARYLAND corporation organized and existing under the laws of the State of MARYLAND as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $ 5 , 024 ,187.44for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this 1ST day of NOVEMBER 20 06 Never -the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on of the CITY OF YAKIMA has let or is about to let to the said COLUMBIA ASPHALT & GRAVEL, INC. , the above bounded Principal, a certain contract, the said contract being numbered 1944 / 212,8ind providing for RIVER ROAD IMPROVEMENTS (which contract is referred to herein and is made a part hereof as though attached hereto), and, , 20 , the City Manager and City Clerk WHEREAS, the said Principal has accepted, oris about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said COLUMBIA ASPHALT & GRAVEL, INC . shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub -contractors and material men, and all persons who shall supply said principal or sub -contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub- contractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Approved as to form: , (/ jig (City Attorney) COLUMBIA ASPHALT & GRAVEL, INC. (C. tractor) By: \__ *-- ,N . (Print Name) Its: \: P:;aCu VL\ (President, Owner, etc...) FIDELITY & DEPOSIT COMPANY OF MARYLAND (Surety) By'::-.- _.4 lam- (e..4 TRACI SULLIVAN (Print Name) Its: ATTORNEY—IN—FACT Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date e' . by nominate, constitute and appoint Don W. EMERICK, JR., Lissa M. SHIVELY, Traci S << + s y t �, + '' KEE, all of Yakima, Washington, EACH its true and lawful agent and Attorney -i. - . ?� : * ecu Mit, 'lt� - , for, and on its behalf as surety, and as its act and deed: any and all bon :. _: it + 1 . gs • : o such bonds or undertakings in ,. o f these «t.. shall be as. pursuance _- ___-_- r_______-, __-_-- -- _-- b.•. .. „ om..� : .. ply, to all intents and purposes, as if they had been duly executed and ac • .: ,,,; :+ :. °ere: � ' o 'i ers of the Company at its office in Baltimore, Md., in their own proper pe o y' J+ p. • — . f o M.r- • . ; issued on behalf of Don W. EMERICK, JR., Carol KORN, Jana PERKINS, Lis " I Fi� , /1 ' AN, Tammy R. MCKEE, dated April 10, 2003. The said Assistant esereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Ls • ' said Company, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 28th day of February, A.D. 2005. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND �, /e'er- — 4✓ By: Eric D. Barnes Assistant Secretary William J. Mills Vice President State of Maryland ss: City of Baltimore f On this 28th day of February, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. POA -F 180-3127 Maria D. Adamski Notary Public My Commission Expires: July 8, 2007 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." f'CoTICV't ATC 14.0111,1, 1 11 1%Ir111 I the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY MARYLAND, H reby certify , Secretary �' Vl the 11LLL11 1 DEPOSIT 11 V 1Y11 Al 1 OF do hereby that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 1ST day of NOVEMBER , 2006 Assistant Secretary RELEASE OF RETAINAGE BOND OF CONrRALiOR FIDELITY AND DEPOSIT COMPANY OF HARfiW2- Bond 8811428 KNOW ATT. nEN BY THESa FPRs3Nrs:COLUMBIA ASPHALT & GRAVEL, INC. (her-irafter called Principal), as Principal, and Fidelity & Deposit Company of N,ary?and a corporation organized and doing business under and by virtue of the laws of the State of Maryland, and duly licensed far the purpose of making. guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of Washington, (hereinafter call Surety), are held and firmly bound unto CITY OF YAKIMA zerreinafter called Oblige) In the jest and full sum of TWO HUNDRED FIFTY-ONE THOUSAND TWO HUNDRED NINE & 37/100 (251,298.1 ifu1 money of the United States of Arser'_ca: for the payment of which, well and truly to be made, we hereby bind ourselves. aur heirs, eecutors, administrators, successors and assigns, jointly, firmly, by these presents. THE CONDITIONS OF IBIS OBLIGATION ARE SUCH THAT, Whereas, the said Principal an the day of entered into a written contract with the said obligee for RIVER ROAD IMPROVEMENTS PROJECT - PROJECT # 1944 & 2128 , which said contract is hereby referred to and made a par; hereof by reference. WHDERBA5, the above named Principal has requested release of Retained percentage earned or which may be earned under said contract, and, NEiBRBAS, the obligee is willing to release retained percentage in advance of contract terms relating Co payment provided the principal shall filo bend to Indemnify the obligee for all lass, cast or damages which the oblige- may sustain by reason of payment of retainage to the principal. NOW, THEREFORE, the condition of this obligation is such that if the principal shall Inde.'nnify the obligee far all loss, cost of damages which the obiig-- may sustain by reason of payment of retainage percentage to the principal then this obligation shall be null and void otherwise to remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and seated this 1ST day of NOVEMBER, 2006 COLUMBIA ASPHALT & GRAVEL, INC. FIDELITT & DEPOSIT COMPANY OF MARYLAND ,./(Ae2i RACI SULLIVAN, ATTORNEY-IN-FACT Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date by nominate, constitute and appoint Don W. EMERICK, JR, Lissa M. SHIVELY, Traci S ii f� 1 i� y r;� KEE, all of Yakima, Washington, EACH its true and lawful agent as surety, and as its act and deed: any and all pursuance of these presents, shall be as b' had been duly executed and ac their own proper pe and Attorney -i bons .:01:1 0,, • Jana PERKINS, Lis The said Assistant Section 2, of the By- , for, and on its behalf o such bonds or undertakings in ply, to all intents and purposes, as if they oR'ers of the Company at its office in Baltimore, Md., in issued on behalf of Don W. EMERICK, JR., Carol KORN, AN, Tammy R. MCKEE, dated April 10, 2003. es 1e eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, s�said Company, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 28th day of February, A.D. 2005. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Eric D. Barnes Assistant Secretary William J. Mills Vice President State of Maryland ss: City of Baltimore On this 28th day of February, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. POA -F 180-3127 Maria D. Adamski Notary Public My Commission Expires: July 8, 2007 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the natureofmort ndl to theseal of the company theret^ " ......, gages,....,.. affix ., ,, company t.r P1T. r1". arr V C K 1 11'" Mr/1 1 G 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 1ST day of NOVEMBER 2006 . Assistant Secretary ACORUM CERTIFICATE OF LIABILI TY INSURANCE DATE (MMIDDIYYYY) 11/02/2006 PRODUCER (509)965-2090 Conover Insurance, Inc.(Y) 125 N. 50th Ave. IP.O. Box 10088 Yakima, WA 98909-1088 NSURED Columbia Asphalt & Gravel, Inc. Columbia Ready -Mix, Inc. P.O. Box 9337 Yakima, WA 98909 FAX (509)966-3454 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERT FICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURERA: Zurich American Ins. Co INSURER B: Zurich American Ins. Co. INSURER C: Ins. Co. of the State of PA INSURER 0: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IPOLICIES. INSR LTR ADD'L INERQDATE TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE /MMIDM/YYI POLICY EXPIRATION DAT IMM/DDIYYI LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CP03697348 04/26/2006 04/26/2007 EACH OCCURRENCE $ 1,000,000 X DAMAGE TO RENTED PRFMISFS (Fa nncuranrp) $ 300,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 PROT LOC POLICY X JEC I B I AUTOMOBILE LIABILITY I ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BAP3697349 P� /� APPROVED / i / 04/26/2006 AS TO p 04/26/2007 ORM COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X 8aaccident) ODILY INJURY (Per person) —86,81,1 —INJURY (Per accident) $ r DATE 9 PROPERTY DAMAGE ent) $ CI -Y ATT®(WF� I GARAGE LIABILITY ANY AUTO CITY OF YAKIMA AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ C EXCESS/UMBRELLA LIABILITY 47063700 04/26/2006 04/26/2007 EACH OCCURRENCE $ 2,000,000 X OCCUR CLAIMS MADE AGGREGATE $ 2,000,000 DEDUCTIBLE RETENTION $ $ $ $ A WORKERS COMPENSATION AND LIABILITY EMPLOYERS ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below CP03697348 LIAB/STOP GAP WORK COMP - STATUTORY 04/26/2006 04/26/2007 T WCLAMU-S OER TORYEMPLOYERS' E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 IIESCRIPTION OTHER OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS e Project # 1944 & 2128 - 2006 River Road Improvements Project - City of Yakima, City of nion Gap, their agents, employees and elected and appointed officials are named as additional Fnsured per form U -GL -1175-A CW 9/03 attached. 1 CERTIFICATE HOLDER CANCELLATION City of Yakima 129 N. 2nd Street Yakima, WA 98901 \CORD 25 (2001/08) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL Khlwoutoos MAIL 20 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, l60000MXDOMMXX16IONYAXiNX>XXiOXIXXXX pfd(A00416DINKi6 X 6XMXXXXMKXXKX E fD 100(XXXXXXXX AUTHORIZED REPRESENTATIVE David LaRiviere/TRACIS ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS Y YAI V ED, subject to the ter iT IS and conditions lS of the policy, certain policies may day require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) Additional Insured — Automatic - Owners, Lessees Or Contractors - Broad Form Policy No. Eff. Date of PoL Exp. Date of Pot Eff. Date of End. Producer - Add'. Prem Return Prem. $ THIS ENDORSEMENT CHANGES TH NPOLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization whom you are re- quired to add as an additional insured on this policy under a written contract or written agreement. B. The insurance provided to additional insureds applies only to "bodily injury", "property damage" or "personal and adver- tising injury" covered under Section I, Coverage A, BODILY INJURY AND PROPERTY DAMAGE LIABILITY and Coverage B, PERSONAL AND ADVERTISING INJURY LIABILITY, but only if: 1. The "bodily injury" or "property damage" results from your negligence; and 2. The "bodily injury", "property damage" or "personal and advertising injury' results directly from: a. Your ongoing operations; or b. "Your work" completed as included in the "products -completed operations hazard", performed for the additional insured, which is the subject of the written contract or written agreement. C. However, regardless of the provisions of paragraphs A. and B. above: 1. We will not extend any insurance coverage to any additional insured person or organization: a. That is not provided to you in this policy; or b. That is any broader coverage than you are required to provide to the additional insured person or organization in the written contract or written agreement; and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of: a. The Limits of Insurance provided to you in this policy; or b. The Limits of Insurance you are required to provide in the written contract or written agreement. D. The insurance provided to the additional insured person or organization does not apply to: 1. "Bodily injury', "property damage" or "personal and advertising injury" that results solely from negligence of the ad- ditional insured; or Includes copyrighted material of Insurance Services Office, Inc. with its permission. AGENT COPY U -GL -1175-A CW (9/03) Page 1of2 2. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering or failure to render any professional architectural, engineering or surveying services including: a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and b. Supervisory, inspection, architectural or engineering activities. E. The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in'a claim: 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured also has rights as an insured or additional insured. F. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance available to any additional insured person or organization unless the other insurance is provided by a con- tractor other than you for the same operations and job location. Then we will share with that other insurance by the method described in paragraph 4.c. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS. Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as written. U -GL -1175-A CW (9/03) Page 2 of 2 AGENT COPY STATE OF WASHINGTON) COUNTY OF YAKIMA ) ss MINIMUM WAGE AFFIDAVIT 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 , 200 Notary Public in and for the State of Washington residing at 121 122 PREVAILING WAGE RATES Department of Labor and Industries Statement Prevailing Wage Rates for Yakima County (with Supplemental Wage Rates & Benefit Key Code) 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 123 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. YAKIMA COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $27.81 1N 5D BOILERMAKERS JOURNEY LEVEL $46.32 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $35.37 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $32.70 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $40.99 1M 5D CARPENTER $32.70 1M 5D CREOSOTED MATERIAL $32.70 1M 5D DRYWALL APPLICATOR $32.70 1M 5D FLOOR FINISHER $32.70 1M 5D FLOOR LAYER $32.70 1M 5D FLOOR SANDER $32.70 1M 5D MILLWRIGHT $41.99 1M 50 PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $40.99 1M 5D SAWFILER $32.70 1M 5D SHINGLER $32.70 1M 5D STATIONARY POWER SAW OPERATOR $32.70 1M 5D STATIONARY WOODWORKING TOOLS $32.70 1M 5D CEMENT MASONS JOURNEY LEVEL $31.46 1N 5D DIVERS & TENDERS DIVER $85.75 1M 5D 8A DIVER TENDER $44.22 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $42.02 1T 5D 8L ASSISTANT MATE (DECKHAND) $41.51 1T 5D 8L BOATMEN $42.02 1T 5D 8L ENGINEER WELDER $42.07 1T 5D 8L LEVERMAN, HYDRAULIC $43.64 1T 5D 8L MAINTENANCE $41.51 1T 5D 8L MATES $42.02 1T 5D 8L OILER $41.64 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $28.64 1P 5A ELECTRICIANS - INSIDE JOURNEY LEVEL $43.89 1E 5A ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $52.38 4A 5A CERTIFIED LINE WELDER $47.88 4A 5A GROUNDPERSON $34.87 4A 5A HEAD GROUNDPERSON $36.75 4A 5A HEAVY LINE EQUIPMENT OPERATOR $47.88 4A 5A JACKHAMMER OPERATOR $36.75 4A 5A JOURNEY LEVEL LINEPERSON $47.88 4A 5A LINE EQUIPMENT OPERATOR $40.87 4A 5A POLE SPRAYER $47.88 4A 5A POWDERPERSON $36.75 4A 5A ELECTRONIC TECHNICIANS Page 1 YAKIMA COUNTY Effective 08-31-06 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRONIC TECHNICIANS JOURNEY LEVEL $23.40 1 ELEVATOR CONSTRUCTORS MECHANIC $55.22 4A 60 MECHANIC IN CHARGE $60.60 4A 60 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $26.09 1N 5D GLAZIERS JOURNEY LEVEL $21.51 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $28.29 1N 5D INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $43.45 10 5A LABORERS ALL CLASSIFICATIONS $18.12 1 LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $7.63 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $7.63 1 LATHERS JOURNEY LEVEL $32.70 1M 5D PAINTERS JOURNEY LEVEL $20.05 1 PLASTERERS JOURNEY LEVEL $41.23 1R 5A PLUMBERS & PIPEFITTERS JOURNEY LEVEL $51.65 10 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39.57 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $42.35 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $42.84 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $43.39 1T 5D 8L BACKHOES, (75 HP & UNDER) $41.93 1T 5D 8L BACKHOES, (OVER 75 HP) $42.35 1T 5D 8L BARRIER MACHINE (ZIPPER) $42.35 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $42.35 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $41.93 1T 5D 8L BOBCAT (SKID STEER) $39.57 1T 5D 8L BROOMS $39.57 1T 5D 8L BUMP CUTTER $42.35 1T 5D 8L CABLEWAYS $42.84 1T 5D 8L CHIPPER $42.35 1T 5D 8L COMPRESSORS $39.57 1T 50 8L CONCRETE FINISH MACHINE - LASER SCREED $39.57 1T 5D 8L CONCRETE PUMPS $41.93 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $42.35 1T 5D 8L CONVEYORS $41.93 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $41.93 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $42.35 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $42.84 1T 5D 8L JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $43.39 1T 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $43.96 1T 5D 8L Page 2 YAKIMA COUNTY Effective 08-31-06 Classification (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $39.57 1T 5D 8L CRANES, A -FRAME, OVER 10 TON $41.93 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $44.52 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $42.35 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $42.84 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $43.39 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $43.39 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $43.96 1T 5D 8L CRUSHERS $42.35 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $42.35 1T 5D 8L DERRICK, BUILDING $42.84 1T 5D 8L DOZERS, D-9 & UNDER $41.93 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $41.93 1T 5D 8L DRILLING MACHINE $42.35 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $39.57 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $41.93 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42.35 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $41.93 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $39.57 1T 5D 8L GRADE ENGINEER $41.93 1T 5D 8L GRADECHECKER AND STAKEMAN $39.57 1T 5D 8L GUARDRAIL PUNCH $42.35 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $41.93 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $41.93 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $42.35 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $39.57 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $41.93 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $42.84 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $43.39 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $42.35 1T 5D 8L LOCOMOTIVES, ALL $42.35 1T 5D 8L MECHANICS, ALL $42.84 1T 5D 8L MIXERS, ASPHALT PLANT $42.35 1T 5D 8L MOT DR PATROL GRADER (FINISHING) $42.35 1T 5D 8L MOTOR PATROL GRADER (NON -FINISHING) $41.93 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $42.84 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $39.57 1T 5D 8L OPERATOR PAVEMENT BREAKER $39.57 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $42.35 1T 5D 8L PLANT OILER (ASPHALT, CRUSHER) $41.93 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $39.57 1T 5D 8L POWER PLANT $39.57 1T 5D 8L PUMPS, WATER $39.57 1T 5D 8L QUAD 9, D-10, AND HD -41 $42.84 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42.84 1T 50 8L EQUIP RIGGER AND BELLMAN $39.57 1T 5D 8L ROLLAGON $42.84 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $39.57 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $41.93 1T 5D 8L ROTO -MILL, ROTO -GRINDER $42.35 1T 5D 8L SAWS, CONCRETE $41.93 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $42.35 1T 5D 8L OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $42.84 1T 5D 8L Page 3 YAKIMA COUNTY Effective 08-31-06 Classification (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $41.93 1T 5D SL SCREED MAN $42.35 1T 5D 8L SHOTCRETE GUNITE $39.57 1T 5D 8L SLIPFORM PAVERS $42.84 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $42.35 1T 5D 8L SUBGRADE TRIMMER $42.35 1T 5D 8L TOWER BUCKET ELEVATORS $41.93 1T 5D 8L TRACTORS, (75 HP & UNDER) $41.93 1T 5D 8L TRACTORS, (OVER 75 HP) $42.35 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $42.35 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $42.84 1T 5D 8L TRENCHING MACHINES $41.93 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $41.93 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $42.35 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $42.35 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $39.57 1T 5D 8L YO YO PAY DOZER $42.35 1T 5D 8L POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $34.75 4A 5A SPRAY PERSON $33.00 4A 5A TREE EQUIPMENT OPERATOR $33.43 4A 5A TREE TRIMMER $31.10 4A 5A TREE TRIMMER GROUNDPERSON $23.43 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $51.65 1Q 5A ROOFERS JOURNEY LEVEL $29.75 2P 51 USING IRRITABLE BITUMINOUS MATERIALS $32.75 2P 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $40.51 1B 5A SOFT FLOOR LAYERS JOURNEY LEVEL $23.11 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $7.63 1 SPRINI:LER FITTERS (FIRE PROTECTION) JO!':NEY LEVEL $40.70 1R 5Q SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20.00 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $29.89 2B 5A HOLE DIGGER/GROUND PERSON $16.81 2B 5A INSTALLER (REPAIRER) $28.68 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27.82 2B 5A SPECIAL APPARATUS INSTALLER! $29.89 2B 5A SPECIAL APPARATUS INSTALLER 11 $29.30 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $29.89 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $27.82 2B 5A TELEVISION GROUND PERSON $15.96 2B 5A TELEVISION LINEPERSON/INSTALLER $21.17 2B 5A TELEVISION SYSTEM TECHNICIAN $25.15 2B 5A TELEVISION TECHNICIAN $22.64 2B 5A TREE TRIMMER $27.82 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $27.54 2M 5A Page 4 YAKIMA COUNTY Effective 08-31-06 ***************************************************************************************************************** Classification (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code TILE, MARBLE & TERRAZZO FINISHERS FINISHER $23.59 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $34.90 1K 5A TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $30.93 2G 61 DUMP TRUCK & TRAILER $30.93 2G 61 OTHER TRUCKS $30.93 2G 61 TRANSIT MIXER $30.93 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.15 1 OILER $9.20 1 WELL DRILLER $17.68 1 Page 5 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Supplemental To Wage Rates Page 1 WSDOT's Predetermined List for Suppliers - Manufacturers - Fabricators 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 Manhole Ring & Cover - manhole type 1, 2, 3, and 4. For use with Catch Basin type 2. The casting to meet AASHTO-M-105, class 30 gray iron casting. See Std. Plan B-30.10, B-30.70, B-30.80, and E-5. X 2. Frame & Grate - frame and Grate for Catch Basin type 1, 1 L, 1 P, 2, and Concrete Inlets. Cast frame may be grade 70-36 steel, class 30 gray cast iron or grade 80-55-06 ductile iron. The cast grate may be grade 70-36 steel or grade 80-55-06 ductile iron. See Std. Plan B-25.20, B-30.20, B-30.30, B-30.40, and B-30.50. X 3. Grate Inlet & Drop Inlet Frame & Grate - Frame and Grate for Grate Inlets Type 1 or 2 or Drop Inlets Type 1 or 2. Angle iron frame to be cast into top of inlet. See Std. Plan B-35.20, B-40.20, B-40.40, and B-50.20. X 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. Supplemental To Wage Rates Page 2 X YES NO 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. X 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. X 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 Supplemental To Wage Rates Page 3 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.. Shop drawings for approval shall be provided per Section 6-05.3(3) of the Std. Spec. See Std. Plans E-4 and E -4a YES NO X 14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers and flat top slab and/or cones. See Std. Plans B-15.20, B-15.40, and B-15.60. X 15. Drywell - Drywell as specified in Section 9-12.7 . of the Std. Sec. See Std. Plan B-20.20, B-20.40, and '3-20.60. X 1 6, Catch Basin - Catch Basin type 1, 1 i , 1 P, and 2, including risers, frames maybe cast into riser. See Std. Plans B-5.20, 8-5.40, B-5.60, 8-10.20, 8-10.40, and B-10.60. X 17. Precast Concrete Inlet - Concrete Inlet with risers, X frames may be cast into risers. See Std. Plan B-25.60. 18. Drop Inlet Type 1 - Drop Inlet Type 1 with support X angles and grate. See Std. Plans B-45.20. 19. Drop Inlet Type 2 - Drop Inlet type 2 with support X angles and grate. See Std. Plans B-45.40. 20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and X top unit with bearing angles. See Std. Plans B-35.40. 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings Supplemental To Wage Rates Page 4 X YES NO are to be provided for approval prior to casting. 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. 23. Valve Vault - For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. X 25. Reinforced Earth Wall Panels - Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. X 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used. X 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder - Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. X Supplemental To Wage Rates Page 5 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)c. YES NO 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)c. X f11. 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)c. 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(26)A. X 33. Monument Case and Cover - To meet AASHTO-M-105 class X 30 gray iron casting. See Std. Plan H-7. 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans G-3, G -3a, G -3b, 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 Supplemental To Wage Rates Page 6 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans G-2, G2a, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. YES NO X 37. Steel Sign Post - Fabricated steel sign posts as detailed in Std. Plan G -8a, G -8b, G -8c, G -8d, G -8e, G -8f, and G -8g. Shop drawings for approval are to be provided prior to fabrication. X 38. Light Standard -Prestressed - Spun, prestressed, hollow, X concrete poles. 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. Plan J-1 a. See Special Provisions for pre -approved drawings. X 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans J -7a and J -7c. See Special Provisions for pre -approved drawings. X 41. Traffic Curb, Type A or C Precast - Type A or C Precast traffic curb, for use in construction of raised channelization, and other traffic delineation uses such as parking lots, rest areas, etc. NOTE: Acceptance based on inspection of Fabrication Plant and an advance sample of curb section to be submitted for approval by Engineer. X Supplemental To Wage Rates Page 7 YES NO 42. Traffic Signs - Prior to approval of a Fabricator X X of Traffic Signs, the sources of the following custom std. materials must be submitted and approved msg msg 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. . 43. Cutting & bending reinforcing steel X 44. Guardrail components X X custom standard end ciiu sect. sect. 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 piles X 50. Girder pads (elastomeric bearing) X Supplemental To Wage Rates Page 8 YES NO 51. Standard Dimension lumber X 52. Irrigation components X 53. Fencing materials X 54. Guide Posts X 55. Raised Pavement Markers X 56. Epoxy X 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 Supplemental To Wage Rates Page 9 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 08/31/06 METAL FABRICATION (IN SHOP) Classification Fitter Welder Machine Operator Painter Laborer Over PREVAILING Time Holiday Note WAGE Code Code Code Counties Covered: Adams, Asotin, Columbia, Douglas, Ferry, Franklin, Garfield Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla and Whitman Counties Covered: Benton 12.76 1 12.7RR 1 12.66 1 10.20 1 8.13 1 Welder 16.70 1 Machine Operator 10.53 1 Painter 9.76 1 Counties Covered: Chelan Fitter 15.04 1 Welder 12.24 1 Machine Operator 9.71 1 Painter 9.93 1 Laborer 9.10 1 Counties Covered: Clallam, Grays Harbor, Island, Jefferson, Lewis, Mason, Pacific, San Juan and Skagit Fitter 15.16 1 Welder 15.16 1 Machine Operator 10.66 1 Painter 11.41 1 Laborer 11.13 1 Supplemental To Wage Rates Page 10 Classification METAL FABRICATION (IN SHOP) 08/31/06 Counties Covered: Clark Over PREVAILING Time Holiday Note WAGE Code Code Code Layerout 27.16 1J 6B Fitter 26.75 1J 6B Welder 26.14 1J 6B Painter 23.24 1J 6B Machine Operator 20.32 1J 6B Laborer 19.70 1J 6B Fitter Welder Machine Operator Painter Laborer Counties Covered: Snohomish Counties Covered: Spokane 15.38 1 15.38 1 8.84 1 9.98 1 9.79 1 Fitter 12.59 1 Welder 10.80 1 Machine Operator 13.26 1 Painter 10.27 1 Laborer 7.98 1 Counties Covered: Thurston Layerout 25.98 1R 6T Fitter 23.90 1R 6T Welder 21.83 1R 6T Machine Operator 18.72 1R 6T Laborer 15.61 1R 6T Fitter/Welder Machine Operator Laborer Counties Covered: Whatcom Supplemental To Wage Rates Page 11 13.81 1 13.81 1 9.00 1 Classification Fitter Weider Machine Operator Painter Laborer METAL FABRICATION (IN SHOP) 08/31/06 Counties Covered: Yakima Counties Covered: Cowlitz Over PREVAILING Time Holiday Note WAGE Code Code Code 12.00 1 11.32 1 11.32 1 12.00 1 10.31 1 Fitter 23.65 1B 6V Welder 23.65 1B 6V Machine Operator 23.65 1B 6V Fitter Welder Painter Fitter Welder Machine Operator Painter Laborer Fitter Welder Machine Operator Laborer Counties Covered: Grant Counties Covered: King Counties Covered: Kitsap Supplemental To Wage Rates Page 12 10.79 1 10.79 1 7.63 1 15.86 1 15.48 1 13.04 1 11.10 1 9.78 1 26.96 1 13.83 1 13.83 1 7.63 1 Classification Fitter/Welder Machine Operator Painter Laborer Fitter Welder Machine Operator Laborer METAL FABRICATION (IN SHOP) 08/31/06 Over PREVAILING Time Holiday Note WAGE Code Code Code Counties Covered: Klickitat, Skamania and Wahkiakum Counties Covered: Pierce Supplemental To Wage Rates Page 13 16.99 1 17.21 1 17.03 1 10.44 1 15.25 1 13.98 1 13.98 1 9.88 1 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 08/31/06 FABRICATED PRECAST CONCRETE PRODUCTS Classification Over PREVAILING Time Holiday Note WAGE Code Code Code Counties Covered: Adams, Asotin, Benton, Columbia, Douglas, Ferry, Garfield, Grant, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla, and Whitman All Classifications 9.96 1 Counties Covered: Franklin All Classifications 11.50 1 Counties Covered: Kina All Classifications 12.30 2K 5B All Classifications All Classifications All Classifications Counties Covered: Pierce Counties Covered: Chelan, Kittitas, Klickitat and Skamania 9.28 1 8.61 1 Counties Cove, ad: Clallam, Clark, Cowlitz, Grays Harbor, Island, Jefferson, Kitsap, Lewis, Mason, Pacific, San Juan, Skagit, Snohomish, Thurston, Wahkiakum Supplemental To Wage Rates Page 14 13.50 1 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 08/31/06 FABRICATED PRECAST CONCRETE PRODUCTS Classification All Classifications Counties Covered: Spokane Counties Covered: Yakima Over PREVAILING Time Holiday Note WAGE Code Code Code 20.23 1 Craftsman 8.65 1 Laborer 7.63 1 All Classifications Counties Covered: Whatcom Supplemental To Wage Rates Page 15 13.67 1 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) The following two letters from the State Department of Labor and Industries (State L&I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy for administrating the provisions of WAC 296-127-018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS. Any firm with questions regarding the policy, these letters, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Effective September 1, 1993, minimum prevailing wages for all work covered by WAC 296-127-018 for the production and/or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc. Supplemental To Wage Rates Page 16 ESAC DIVISION - TELEPHONE (206) 586-6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 August 18, 1992 TO: All Interested Parties FROM: Jim P. Christensen Acting Industrial Statistician SUBJECT: Materials Suppliers - WAC 296-127-018 This memo is intended to provide greater clarity regarding the application of WAC 296-127-018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage. The absence of a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered. Separate Material Supplier Equipment Operator rates have been eliminated. For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found under Power Equipment Operators. PREVAILING WAGES ARE REQUIRED FOR: 1. Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. 2. Delivery of materials to a public works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. 3. The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method of delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. Supplemental To Wage Rates Page 17 STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 TO: Kerry S. Radcliff, Editor Washington State Register FROM: Gary Moore, Director Department of Labor and industries SUBJECT: Notice re WAC 296-127-018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: NOTICE Under the current material supplier regulations, WAC 296-127-018, the department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete. This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296-127-018. The department's position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504-4510, or call (360) 902-5310. Please publish the above Notice in WSR 99-13. If you have questions or need additional information, please call Selwyn Walters at 902-4206. Thank you. Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager Supplemental to Wage Rates 18 BENEFIT CODE KEY - EFFECTIVE 08-31-06 ********************************k*****************************************************kik***********kik+k********+k+k#******* OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURI: '.Y SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER =EN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1. Q. BENEFIT CODE KEY - EFFECTIVE 08-31-06 -2- THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED D ON S SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. �J.�nI�E,� SATURDAY ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHAT L BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. V. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOU. .)AY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE- -IALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 08-31-06 -3- 2. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (10). BENEFIT CODE KEY - EFFECTIVE 08-31-06 -4- 5. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. . W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) �. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY_ PRESIDENTS' DAY. T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET BENEFIT CODE KEY - EFFECTIVE 08-31-06 -5- OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: $0.50, AND LEVEL C: $0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D: $0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25. PROPOSAL Proposal Form Item Proposal Bid Sheet Bid Bond Form Non -Collusion Declaration Non -Discrimination Provision Subcontractor List Women and Minority Business Enterprise Policy Council Resolution Affirmative Action Plan Bidders Certification Materially and Responsiveness Proposal Signature Sheet Bidders Check List PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima River Road Improvements Project Fruitvale Boulevard to 6th Avenue City Project Nos. 1944 & 2128 TIB# 8-4-180(019)-1 and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 125 ITEM PROPOSAL BID SHEET City of Yakima River Road Improvements Project Fruitvale Boulevard to 6th Avenue City Project Nos. 1944 & 2128 TIB# 8-4-180(019)-1 SCHEDULE "A" (Roadwa im ITEM y p.v„IIIcIjL*J NO. PROPOSAL ITEM PAYMENT SECTION UNIT PRICE DOLLARS. AMOUNT DOLLARS 1 SPCC PLAN 1-07.15 1 LS I'',5 1 �,5.00 2 MOBILIZATION 1-09.7 1 LS WU N$C00/6C6` .Ov 60 3 TRAFFIC CONTROL SUPERVISIOR 1-10.5 1 LS 1f0)DtO.Do 0167 38,1)65,0© 4 FLAGGERS AND SPO I I'ERS (Min. bid $30 per hour) 1-10.5 2000 HR "J1 35 a -701()OD.en 5 OTHER TRAFFIC CONTROL LABOR (Min. bid $30 per hour) 1-10.5 400 HR 35,0 r' �`� 6 CONSTRUCTION SIGNS, CLASS 'A" 1-10.5 480 SF Q 5d ��.f}O 1 4Da) 7 CLEARING AND GRUBBING 2-01.5 1 LS u ` 53. 0113.00 •a 3, bQ4, fl© 8 ROADSIDE CLEANUP 2-01.5 I FA $25,000 $25,000 REMOVAL OF STRUCTURE UCTURE AND OBSTRUCTION 2-02.5 1 LS U)i5oD.Do l 110t5f 4,Do 1 10 SAW CUT, PER INCH DEPTH 2-02.5 1500 LF ;30 1 f TC s� O 0 11 REMOVING CONCRETE -LINED CANAL 2-02.5 840 LF - CJ 00 t? c�tl , t 010.00 /0 7 12 REMOVING IRRIGATION PIPE, 12 IN. DIAM 2-02.5 1120 LF 14 .So t 5 br D 00 '1 V 13 REMOVING IRRIGATION PIPE, 24 IN. DIAM 2-02.5 1110 LF 4 L o u i Q 1 3 ALL ob 14 REMOVING IRRIGATION PIPE, 36 IN. DIAM 2-02.5 100 LF )-3, so ' a, 3.wCO,.00 15 ROADWAY EXCAVATION INCL. HAUL 2-03.5 9,455 CY 5,95 C V ( ``� 16 CRUSHED SURFACING BASE COURSE 4-04.5 7,370 TON ib , A0 3,57r,)rJ 1S j i r14 OD 17 ASPHALT TREAIED BASE 4-06.5 3,890 TON 39, 30 t5,11 & 77 d a 18 PLANING BITUMINOUS PAVEMENT 5-04.5 3,120 SY 3 app ` , 3 6o ,00 19 HMA CL. 34" PG 64-28 5-04.5 4,050 TON Lig 50 . 4-15.00 20 PAVEMENT REPAIR 5-04.5 400 SY i 5. Gb 6 i obt 21 CORRUGATE POLYETHYLENE STORM SEWER PIPE, 12 IN. DIAM. 7-04.5 4,300 LF _ 1)7 5D l I Q tl`1 P.51). 00 22 CORRUGATE POLYETHYLENE STORM SEWER PIPE, 18 IN. DIAM. 7-04.5 3,350 LF 344.5o 115 515,00 23 INFILTRATION POND 7-04.5 1 EA 619 Dp, Addendum 6 Page 6 of 10 10/16/06 ITEM NO. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 PROPOSAL ITEM BIOINFILTRATION SWALE 7-04.5 CATCH BASIN TYPE 1 7-05.5 UNIT PRICE DOLLARS AMOUNT DOLLARS 1 EA CATCH BASIN TYPE 1L 7-05.5 49 EA CATCH BASIN TYPE 2, 48 IN. DIAM. 7-05.5 14 EA VANED GRATES FOR CATCH BASINS TYPE 1 7-05.5 1 EA b 390,Do tti 65.00 DRAINAGE RETENTION BASIN W/36 IN. DIAM. PERF. PIPE 7-05.5 MANHOLE 48 IN. DIAM. TYPE 1 7-05.5 MANHOLE 60 IN. DIAM. TYPE 1 7-05.5 ADJUST MANHOLE 7-05.5 63 EA (49(95.013 300 LF 7 EA CRUSHED SURFACING TOP COURSE (FOR TRENCH BACKFILL) 7-08.5 STRUCTURE EXCAVATION CL. `B' INCL. HAUL 7-08.5 SHORING OR EXTRA EXCAVATION CL. B 7-08.5 ADJUST VALVE BOX 7-09.5 2 16 EA EA 183 ,00 tD7.00 1995,M 800 TON 30D.0x 6,800 CY 13,50 1' o 7,000 LF ,50 REPLACE VALVE BOX 7-09.5 22 EA o0 PVC SANITARY SEWER PIPE 6 IN. DIAM. 7-17.5 PVC SANITARY SEWER PIPE 8 IN. DIAM. 7-17.5 5 EA ZO.00 75 LF PVC SANITARY SEWER PIPE 12 IN. DIAM. 7-17.5 PVC SANITARY SEWER PIPE 18IN. DIAM. 7-17.5 150 LF �9. oo 31.o 1456 LF aq.ao PVC SANITARY SEWER PIPE 24 IN. DIAM. 7-17.5 PVC SANITARY SEWER PIPE 27 IN. DIAM. 7-17.5 PVC SANITARY SEWER PIPE 36 IN. DIAM. 7-17.5 ESC LEAD 8-01.5 100 LF g5.ao 1755 LF 163 LF 45 LF SEEDING, FERTILIZING AND MULCHING 8-02.5 IRRIGATION STRUCTURE NO. 1 8-03.51 28 DAY q?.00 X5;00 50,60 1 ACRE IRRIGATION STRUCTURE NO. 2 8-03.5 IRRIGATION STRUCTURE NO. 3 8-03.5 IRRIGATION STRUCTURE NO. 4 8-03.5 IRRIGATION STRUCTURE NO. 5 8-03.5 1 1 EA EA EA EA 5, SOD.00 EA. Addendum 6 Page 7 of 10 5,0b() b0 k9,00WF�� 10/16/06 SatSD, oZ 43,1010,00 161170.00 oS, {poo 11, 5i. Do 3. ID©,oc 1 6,94S,aa 7, (ot51},00 g, 8C13, ao t t3,8bb,6b' 3,50o,OC , C} laQ l 1, X50.0 0 3,05.0o, 9,?a.5.00 3`4 , q qq. ov L 5DD.,60 1101565 0o 16,13?.tro 1D,1P5,ov 1, 9oo,Oo 5,5ouv 'Pi oneob 1,Ia.�. eta co ()5,t)0100 .Dt0.D I ITEM NO. 52 53 54 55 56 PROPOSAL ITEM CONNECT TO EXISTING STRUCTURE 8-03.5 UNIT PRICE DOLLARS AMOUNT DOLLARS CONNECTION FOR PRIVATE IRRIGATION LINE 8-03.5 CEMENT CONC. TRAFFIC CURB AND GUTTER 8-04.5 COMMERCIAL DRIVEWAY APPROACH 8-06.5 REMOVING AND RESETTING FENCE 8-12.5 57 CHAIN LINK FENCE TYPE 1 8-12.5 10 1 EA FA $10,000 $10,000 13,800 LF 42 EA 250 LF 7.50 115.00 IO5.ao 103,00.60 7 7 PI 00 lay 275,0c 811,b0 135.66 $15,000 31,66 290 LF 58 59 60 61 62 END, GATE, CORNER AND PULL POST FOR CHAIN LINK FENCE 8-12.5 DOUBLE 14 FT. CHAIN LINK GATE 8-12.5 REMOVING FENCE 8-12.5 8 EA 1 EA 317,56 bill OD MONUMENT CASE AND COVER 8-13.5 63 64 65 66 67 1 FA 785, DV $15,000 CEMENT CONCRETE SIDEWALK, 4" DEPTH 8-14.5 CEMENT CONCRETE SIDEWALK, 6" DEPTH 8-14.5 3 4,100 EA SY CEMENT CONC. SIDEWALK RAMP TYPE 2A 8-14.5 CEMENT CONC. SIDEWALK RAMP TYPE 4A 8-14.5 SIGNPOST SOCKET 8-14.5 540 SY 8 96 EA EA MAIL BOX SUPPORTS, TYPE 1 8-18.5 50 EA a q. 00 (95D,60 60 EA 51),60 (001co blt,00 lq,5godec 115—mixI 68 MAIL BOX SUPPORTS, TYPE 2 8-18.5 RT:AiT(IATTTTr AArrl 1)t C' rmrxTn T rsr+v . ryr r., r . rr r, r... 2 EA I O`J: VU �} df,00 I 1 J (,1)V/ u[J 5&i:6z 70 8-18.5 ILLUMINATION SYSTEM 8-20.5 8 EA 1 LS 71 SIGNALIZATION 8-20.5 1 LS 72 REPAIR OR REPLACEMENT 8-30.5 1 FA 75,66 715Ob t AD), baa,c o $90,000 (0ob.6<i 07s06,OD) ,CYD $90,000 TOTAL SCHEDULE "A" Roadway Improvements: Addendum 6 Page 8 of 10 10/16/06 SCHEDULE "B" (Sewer Trunkline ITEM NO. PROPOSAL ITEM PAYMENT SECTION UNIT PRICE DOLLARS AMOUNT DOLLAR, 1 SPCC PLAN 1-07.15 1 LS as",00 ' .95,bc 2 MOBILIZATION 1-09.7 1 LS l: co 1.0 3 TRAFFIC CONTROL SUPERVISIOR 1-10.5 1 LS % (1GC1 O /�f MVO / 3! �(!V� ry I 60 4 FLAGGERS AND SPO 1 I'1RS (Min. bid $30 per hour) 1-10.5 800 HR 3T�� -ft 5 OTHER TRAFFIC CONTROL LABOR (Min. bid $30 per hour} 1-10.5 100 HR 3,�d,`,� ,gin 6 CONSTRUCTION SIGNS, CLASS 'A" 1-10.5 120 SF �j� 3,50 1io 7 SAW CUT, PER INCH DEPTH 2-02.5 8,400 LF ,30 ,1 ` 8 CRUSHED SURFACING BASE COURSE 4-04.5 3,630 TON /o t o L r 7`&2 L / cy 9 ASPHALT TREATED BASE 4-06.5 1,914 TON 39.30 75'x, 10 C SCL. 3/4" PG 64-28 5-04.5 1,991 TON 149,-6 /9 9f�, JC5[( U 7,� 11 PAVEMENT REPAIR 5-04.5 2100 SY E541)0 3l5CD,C 12 MANHOLE 60 IN. DIAM. TYPE 1 7-05.5 7-05.5 34 3 e (1 9( _vt (19 13 MANHOLE DDITIONAL HEIGHT 60 IN. DIAM. TYPE 1 7-05.5 119 LF tEAso Q' h 1 tl S)V /�� dDit OK i 14 TRENCH DEWATERING 7-08.5q 1 FA $800,000 $800,000 15 STRUCTURE EXCAVATION CLASS B INCL. HAUL 7-08.5 36,550 CY s ,)--5 91 / e5 16 SHORING OR EXTRA EXCAVATION CLASS B 7-08.5 10 620 LF [ Q ✓ , /� Tj k J V 17 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 7-08.5 2750 TON �� 5 , 37, 'a c, I 18 PVC SANITARY SEWER PIPE 27 IN. DIAM 7-17.5 10,120 LF r%2, 5� /r% 7,111,-61 19 PVC SANITARY SEWER PIPE 10 IN. DIAM 7-17.5 520 LF ll �� �1 ►"O U �t! 20 REMOVING AND RESETTING FENCE 8-12.5 750 LF qb Q 1 011)0D ✓ WW . 21 TEMPORARY FENCING 8-12.5 750 LF ai i t 11575,c 22 REPAIR OR REPLACEMENT 8-30.5 1 FA $50,000 $50,000 SUBTOTAL SCHEDULE "B" Sewer Trunkline: aj ((f L27 e ,264, 8.2% Wash St. Sales Tax (schedule "B" only): 100 LA, so TOTAL SC H J4'DULE "B": 91 34I33 75/, 7r TOTAL ALL "A" + "B": L(' q cm i << (t. 0 SC H N;DULES Addendum 6 Page 9 of 10 10/16/06 **Contractor must submit a bid on ALL SCHEDULES or the entire bid will be rendered non-responsive** END OF ADDENDUM NO. 6 Addendum 6 Page 10 of 10 10/16/06 BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond 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: Thatwe, COLUMBIA ASPHALT & GRAVEL, INC. and FIDELITY AND DEPOSIT COMPANY OF MARYLAND are held and firmly bound unto the City of Yakima, as Obligee, in the FIVE PERCENT OF AMOUNT OF BIDDollars, for the payment of which themselves, their heirs, executors, administrators, 'successors and these presents. , as principal, , as Surety, penal sum of the Principal and the Surety bind assigns, jointly and severally, by The condition of this obligation is such that if the Obligee shall make any award to the Principal for RIVER ROAD IMPROVEMENTS PROJECT according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OFSEPT BER , 1( 2006. ASPHALT r VEL, INC. L �-�cipalv red FIDEL TY & DEPOSIT COY OF MARYLAND ,MN TRACI SULLIVAN Surety ATTORNEY-IN-FACT Received return of deposit in the sum of $ ,19 Bid Documents 4 05/10/99 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article V1, Section 2, of the By -Laws of said Company, are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date e by nominate, constitute and appoint Don W. EMERICK, JR., Lissa M. SHIVELY, Traci Slf�. i� y r , +� KEE, all of Yakima, Washington, EACH its true and lawful agent and Attorney- ' + . •1: c it+�' g g y- , ' t , for, and on its behalf as surety, and as its act and deed: any and all bon + .:. �(�� : `� gs . •4V,,,-410,_04 e'o such bonds or undertakings in pursuance of these presents, shall be as b...r�••�• . + x6+1'' o • . �� � , m" .ly, to all intents and purposes, as if they had been duly executed and ac .• 4�� ; .t e re : obi ers of the Company at its office in Baltimore, Md., in their own proper pe+ � , i p 1►. • . f .. o,.1,11.' , �i issued on behalf of Don W. EMERICK, JR., Carol KORN, Jana PERKINS, Lis ` .Y*.. 4L - • AN, Tammy R. MCKEE, dated April 10, 2003. The said Assistant eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By- s . said Company, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 28th day of February, A.D. 2005. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND lard By: Eric D. Barnes Assistant Secretary William J. Mills Vice President State of Maryland ss: City of Baltimore On this 28th day of February, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. POA -F 180-3127 Maria D. Adamski Notary Public My Commission Expires: July 8, 2007 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." C,°ERTIFICATP T, the 1Lndercigned Accictant Secretary nfthe FIDELITY ANTI DEPOSIT COMPANY OF MA YLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 29TH day of SEPTEMBER , 2006 L Assistant Secretary NON -COLLUSION DECLARATION 1, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: I -800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 133 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." 135 136 SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended (To be submitted with the Bid Proposal) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name (1lj�G LE(eod-r-ic Item Numbers —7() t "7I Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Bid Items to be performed by the Prime Contractor: ( ) Prime Contractor Name Item Numbers 137 1.38 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. 139 140 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If suchworker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically 143 g. including minority news media; and by notifying and discussing it with all subcontractors and suppliers. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. 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. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The rnntrertnr shall riaveInn nn-the-inh training npnnrtonities anri pnrticinate anri assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I 1. 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. 144 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: CkThlu,tv\b PI R raxa, �.tktc� (BIDDER) certifies that: 1. It intends to use the following listed construction trades in the work under the contract O1/4k Reda-, 01_ faA i Irt t t c T -i' C CUr`r and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this contract the Subcontractor Certification required by these Bid Conditions. (Signature of Authorized Representative of Bidder) 145 146 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 147 taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor vvashingtoni, D.C. 202I0 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditionsas shall required by the administering agency ortheOfficef Bid be „yu contracting or y v� of Federal Contractor Compliance. 148 PROPOSAL River Road Improvements Project Fruitvale Boulevard to 6th Avenue City Project Nos. 1944 & 2128 TIB# 8-4-180(019)-1 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH 0 IN THE AMOUNT OF CASHIER'S CHECK 0 DOLLARS CERTIFIED CHECK 0 ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND J20 IN THE AMOUNT OF 5% OF THE BID "Receipt is hereby acknowledged of addendum(s) No.(s) 1 d` , - '-53(3 PHONE NUMBER 3 & SIGNATURF AUT, 0 IZED OFFICIAL(s) FIRM NAME 6, . 1i1 p t. Y at 1 (ADRESS) .�- q33 ri PIttyyi4 ,W4 %WbI STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER CD—k.k- 1.L 4 »-! & FEDERAL ID No. 1611 / 1 1 31 t21 Lf &,161 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. 149 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. SUBCONTRACTOR LIST The form must be. filled in. Failure to provide this information at time of bid WILL NOT render the bid non-responsive. D. BIDDER'S CERTIFICATION E. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. F. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non-responsive. The following forms are to be executed after the contract is awarded: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his/her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1-07.18 (APWA) of the Standard Specifications and Special Provisions. D. DOT Form 420-004EF Refer to Required Contract Provisions Federal -Aid Construction Contracts FHWA- 1273. 151 PLANS & DETAILS Project Details Standard Plans Traffic Control Plan (Informational Copy) Construction Plans _LOAr0Hcl - VIAIINVA dO All0 1SVA CIV02:1 2:13A1:1 :CIEAO?:Jdci'd 01 0) R/W 30' — 40' 30' — 40' R/W 5' 20' \ 2% • 20' 5' 2% 6" (MIN) V V COMPACTED SUB GRADE 3" HMA CLASS 3/4" PG 64-28 (COMPACTED DEPTH) 3" ATB (COMPACTED DEPTH) 6" CSBC (COMPACTED DEPTH) RIVER ROAD EAST COLLECTOR - ROADWAY SECTION W/SHARED BICYCLE LANE City of Yakima — Engineering Division ,N\ 6" (MIN) 3 FRAME AND VANED GRATE 30. 6" OR 12" ONE #3 BAR HOOP FOR 6" HEIGHT TWO #3 BAR HOOPS FOR 12" HEIGHT RECTANGULAR ADJUSTMENT SECTION #3 BAR EACH CORNER #3 BAR EACH SIDE #3 BAR EACH WAY PRECAST BASE SECTION PIPE ALLOWANCES PIPE MATERIAL MAXIMUM INSIDE DIAMETER REINFORCED OR PLAIN CONCRETE 12" ALL METAL PIPE 15" CPSSP * (STD. SPEC. 9-05.20) 12" SOLID WALL PVC (STD. SPEC. 9-05.12(1)) 15" PROFILE WALL PVC (STD. SPEC. 9-05.12(2)) 15" * CORRUGATED POLYETHYLENE STORM SEWER PIPE #3 BAR EACH CORNER 18" MIN. #3 BAR HOOP NOTES 1. As acceptable altematives to the rebar shown in the PRECAST BASE SECTION, fibers (placed according to the Standard Specifications), or wire mesh having a minimum area of 0.12 square inches per foot shall be used with the minimum required rebar shown In the ALTERNATIVE PRECAST BASE SECTION. Wire mesh shall not be placed in the knockouts. 2. The knockout diameter shall not be greater than 20". Knockouts shall have a wall thickness of 2" minimum to 2.5" maximum. Provide a 1.5" minimum gap between the knockout wall and the outside of the pipe. After the pipe is installed, fill the gap with joint mortar in accordance with Standard Specification 9-04.3. 3. The maximum depth from the finished grade to the lowest pipe invert shall be 5'. 4. The frame and grate may be installed with the flange up or down. The frame may be cast into the adjustment section. 5. The Precast Base Section may have a rounded floor, and the walls may be sloped at a rate of 1:24 or steeper. 6. The opening shall be measured at the top of the precast base section. 7. All pickup holes shall be grouted full after the basin has been placed. SEE NOTE 1 ALTERNATIVE PRECAST BASE SECTION EXPIRES JULY I, 2007 CATCH BASIN TYPE 1 STANDARD PLAN B-5.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBIJCAT1ON Harold J. Peterfeso 06-01-06 STATE DEMON ENGINEER DATE W Sob D"ponmxd of Trw"pon"tlo" 3 FRAME AND VANED GRATE 30• 6" OR 12" ONE #3 BAR HOOP FOR 8" HEIGHT TWO #3 BAR HOOPS FOR 12" HEIGHT RECTANGULAR ADJUSTMENT SECTION PIPE ALLOWANCES MAXIMUM PIPE MATERIAL INSIDE DIAMETER REINFORCED OR PLAIN CONCRETE 18" ALL METAL PIPE 21" CPSSP * (STD. SPEC. 9-05.20) 18" SOLID WALL PVC (STD. SPEC. 9-05.12(1)) 21" PROFILE WALL PVC 21" (STD. SPEC. 9-05.12(2)) * CORRUGATED POLYETHYLENE STORM SEWER PIPE REDUCING SECTION #3 BAR EACH CORNER #3 BAR EACH SIDE PRECAST BASE SECTION NOTES 1. As acceptable altematives to the rebar shown in the PRECAST BASE SECTION, fibers (placed according to the Standard Specifications), or wire mesh having a minimum area of 0.12 square inches per foot shall be used with the minimum required rebar shown in the ALTERNATIVE PRECAST BASE SECTION. Wire mesh shall not be placed in the knockouts. 2. The knockout diameter shall not be greater than 26". Knockouts shall have a wall thickness of 2" minimum to 2.5" maximum. Provide a 1.5" minimum gap between the knockout wall and the outside of the pipe. After the pipe is installed, fill the gap with joint mortar in accordance with Standard Specification 9-04.3. 3. The maximum depth from the finished grade to the lowest pipe invert shall be 5'. 4. The frame and grate may be installed with the flange up or down. The frame may be cast into the adjustment section. 5. The Precast Base Section may have a rounded floor, and the walls may be sloped at a rate of 1:24 or steeper. 6. The opening shall be measured at the top of the precast base section. 7. All pickup holes shall be grouted full after the basin has been placed. #3 BAR EACH CORNER #3 BAR HOOP 18" MIN. SEE NOTE 1 ALTERNATIVE PRECAST BASE SECTION 1 EXPIRES JULY I. 2007 CATCH BASIN TYPE 7L STANDARD PLAN B -5A0-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 0601-06 /MkSTATE DEM. MOWER DATE Wo.66gem, Pato D.p"mn"M of Trompe.mtlon • 48", 54", 80", 72", 84" OR 98" 2 MORTAR FILLET e" SEPARATE BASE CAST -IN-PLACE "0" RING 8" 12" STEPS OR LADDER SEPARATE BASE PRECAST tv CATCH BASIN FRAME AND VANED GRATE OR MANHOLE RING AND COVER HANDHOLD RECTANGULAR ADJUSTMENT SECTION OR CIRCULAR ADJUSTMENT SECTION FLAT SLAB TOP MORTAR (TYP.) J REINFORCING STEEL (TYP.) GRAVEL BACKFILL FOR PIPE ZONE BEDDING 12" hr— INTEGRAL BASE PRECAST WITH RISER GRAVEL BACKFILL FOR PIPE ZONE BEDDING NOTES 1. No steps are required when height is 4' or less. 2. The bottom of the precast catch basin may be sloped to facilitate cleaning. 3. The rectangular frame and grate may be Installed with the flange up or down. The frame may be cast into the adjustment section. 4. Knockouts shall have a wall thickness of 2" minimum to 2.5" maximum. Provide a 1.5" minimum gap between the knockout wall and the outside of the pipe. After the pipe is installed, fill the gap with joint mortar in accordance with Standard Specification 9-04.3. CATCH BASIN DIMENSIONS CATCH BASINKN DIAMETER WALL THICKNESS BASE THICKNESS MAXIMUM St'.�KEOUT MINIMUM DISTANCE BETWEEN KNOCKOUTS BASE REINFORCING STEEL int/ft IN EACH DIRECTION SEPARATE BASE INTEGRAL BASE 48" 4" 6" 38" 8" 0.23 0.15 54" 4.5" 8" 42" 8" 0.19 0.19 60" 5" 8" 48" 8" 0.25 0.25 72" 6" 8" 60" 12" 0.35 0.24 84" 8" 12" 72" 12" 0.39 0.29 96" 8" 12" 84" 12" 0.39 0.29 PIPE ALLOWANCES CATCH BASINSOLID DIAMETER PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER CONCRETE ALL METAL CPSSP 0 WALL PVC® PROFILE WALL PVC® 48" 24" 30" 24" 27" 30" 54" 30" 38" 30" 27" 36" 60" 36" 42" 36" 36" 42" 72" 42" 54" 42" 36" 48" 84„ 54" 60" 54" 36" 48„ 96" 60" 72" 60" 36" 48" Corrugated Polyethylene Storm Sewer Pipe (Std. Spec. 9-05.20) ® (Std. Spec. 9-05.12(1)) ® (Std. Spec. 9-05.12(2)) I EXPIRES JULY 1, 2007 CATCH BASIN TYPE 2 STANDARD PLAN B-10.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 06-01-06 NOM !LW MOT A 1.1.1:11MWMMIGOOCUROVIKIT a LSTROMC IMPLICJIM MEMGM4aem.YMG.WmIIVO n..uMTOA QAPTONM2 1119111.0.6111..ar.nINV"ME TO!MYIau"auon Awr.wrraTAMV Ink Wo.hlnpbn Stara D.parin,.M of Transportation .TATE DEMON ENDINEEA DATE TOP 24" 7 OR 8 EQUAL SPACES DIRECTION OF FLOW SECTION O J SLOT- SEE DETAIL AND NOTE 1 SECTION O NOTES 1. When bolt -down grates are specified in the Contract, provide two slots in the grate that are vertically aligned with the holes in the frame. Location of bolt -down slots varies among different manufacturers. 2. Refer to Standard Specification 9-05.15(2) for additional requirements. 3. For Frame details, see Standard Plan B-30.10. 314" 1 1/4" ISOMETRIC BOLT -DOWN SLOT DETAIL SEE NOTE 1 EXPIRES JULY I, 2001 RECTANGULAR VANED GRATE STANDARD PLAN B-30.30-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peferfeso 06-01-06 _ ar*tE MUM ENOINEEN WOE v71 Whingtan Slab Deparhn.M or Transportation SEE DETAIL R24 FOR TRENCH PATCHING s ca I MIN PIPE COVER EXCAVATION LIMIT i 1/2" R N 5 1/2" CEMENT CONCRETE BARRIER CURB r---� 1/2" R_\ I � 1,1 18" �f CEMENT CONCRETE DEPRESSED CURB FLOW 1/2" R LINE 16" R 1 /2" RA 0 f CEMENT CONCRETE ROLLED CURB NOTES 1. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 2. EXCAVATION LIMITS ARE 6" BEHIND AND 6" IN FRONT FOR REMOVING AND REPLACING EXISTING CURB & GUTTER. 3. ROLLED CURB MAY BE PERMITTED ALONG RESIDENTIAL ROADWAYS ONLY AND MUST BE APPROVED BY THE CITY ENGINEER. 10" 2 1/2"-.-- 1/2" R 1" R 5/8" REBAR ® 10' O.C. 0 5" 2 1/2" 1/2" R 1 R+ CEMENT CONCRETE EXTRUDED CURB FLOW LINE 25" 11" 1/2" R 1/2" R • • • 9/16" CEMENT CONCRETE VALLEY GUTTER TAPER 6" R w rT ' CEMENT CONCRETE EE SIDEWALK > 0 BOND BREAKER CEMENT CONCRETE PEDESTRIAN CURB CURB TERMINAL END APPROVED: 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL CEMENT CONCRETE CURB R01 CURB & GUTTER -.6114 DISTANCE VARIES - SEE PLAN g 2" CSTC (COMPACTED DEPTH) 6" WSDOT CL 3000 CONCRETE W/ COARSE AGGREGATE GRADING NO. 5 YMC 8.64.070 CONSTRUCTION JOINT CONSTRUCTION JOINT APPROVED: 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL RESIDENTIAL DRWY APPROACH R08 CONCRETE APRON 7' MIN. OR TO R/W LINE (WHICHEVER IS GREATER) RP (MIN) PREFERRED RAMP CONFIGURATION SEE PLAN WIDTH PER YMC 8.64.070 SEE PLANS A RP SEE \)‘N ALTERNATE RAMP CONFIGURATION CONCRETE JOINT MATERIAL VALLEY GUTTER -\ SURFACING- 77...... TO FLOW LINE AJ tl FLOW LINE VALLEY GUTTER _ 3' VALLEY GUTTER SECTION A MIN. 4" COMPACTED DEPTH CRUSHED SURFACING, TOP COURSE NOTES 1. CURB & GUTTER, VALLEY GUTTER, & CONCRETE APPROACH SHALL BE SEPARATED BY 3/8" THICK, FULL DEPTH, EXPANSION JOINT MATERIAL. 2. THIS DETAIL INDICATES GENERAL CONFIGURATION REQUIREMENTS FOR COMMERCIAL DRIVEWAY APPROACHES. STYLE AND LOCATION OF HANDICAP RAMPS WILL DEPEND UPON SITE CONDITIONS AND SHALL BE CONSTRUCTED ACCORDING TO THE SPECIFIC PROJECT SITE PLAN APPROVED BY THE CITY ENGINEER. 3. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. APPROVED: 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL COMMERCIAL APPROACH R09 FOR HANDICAP RAMP SIZE AND POSITION, SEE APPLICABLE STANDARD DETAILS. THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE. NOTES 1. THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS OR MATCH EXISTING CURB JOINTS. 2. 3. 4. 1-1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE w/ "V" GROOVES AT 5' INTERVALS. ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. APPROVED: 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL SIDEWALK JOINTING R10 • • SEE PLANS S = -0.02 ` COLD JOINT • 4 . •• f ./"/`y r COMPACTED EARTH 4" WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 2" MINIMUM COMPACTED DEPTH CRUSHED SURFACING TOP COURSE 4" STANDARD SECTION SEE PLANS = -0.02 4• , .. •--- g `//jam. COMPACTED EARTH COLD JOINT 6" WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 2" MINIMUM COMPACTED DEPTH CRUSHED SURFACING TOP COURSE 6" THICKENED SECTION APPROVED: 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL CEMENT CONCRETE SIDEWALK R12 EXISTING PAVEMENT - DEPTH VARIES ASPHALT CONCRETE PATCH LIMITS EXCAVATION LINE 1'-0" APPLY CSS -1 & SAND TO SEAL THE SURFACE JOINTS. APPLY CSS -1 TO EDGES OF REPAIR SECTION AND TO SURFACE OF CONCRETE, IF OVERLAYED. ALTERNATE BACK SLOPE AT CONTRACTORS �� OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA HMA CLASS "A" 0 1.5 TIMES DEPTH OF EXISTING ASPHALT. 3" MINIMUM COMPACTED DEPTH IN 2 EQUAL LIFTS. (OR AS APPROVED BY THE CITY ENGINEER) 6" CSBC (COMPACTED DEPTH) ASPHALT CONCRETE SURFACED EXISTING SURFACE - DEPTH VARIES GRAVEL SURFACE PATCH 1'-0" LIMITS EXCAVATION LINE 1,-0" Q 1,-0" (MIN) 2" CSTC (COMPACTED DEPTH) GRAVEL SURFACED UNSURFACED AREAS PATCH r -o" LIMITS EXCAVATION LINE Q 1.-0" .rl ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA EXISTING GROUND 1,-0" ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 12" MINIMUM (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM ROCKS. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING. UNSURFACED AREAS N OTE 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK SLOPE AT TRENCH SIDES. APPROVED: 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL SURFACE REPAIR R14 RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN RAMP CENTERLINE 3/8" EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) CEMENT CONCRETE PEDESTRIAN CURB (SEE STD. PLAN F-1) SIDEWALK CURB, OR CURB AND GUTTER CEMENT CONCRETE SIDEWALK RAMP TYPE 2A CROSSWALK PLAN VIEW SIDEWALK RAMP TYPE 2A LAYOUT DETECTABLE WARNING PATTERN AREA SHALL BE YELLOW, IN COM- PLIANCE 1MTH STD. SPEC. 8.14.3(3) A RAMP A PLAN MIN. MAX. A 1 5/8" 2 318" B 518" 1 12" C 7/18" 3/4" D 7)8" 1 7/18" ELEVATION TRUNCATED DOMES (SEE NOTE 7) DETECTABLE WARNING PATTERN DETAIL SEE CONTRACT FOR CURB RETURN RADIUS DETECTABLE WARNING PATTERN (SEE DETAIL) — Gir — Ire I0 CEMENT CONCRETE SIDEWALK 8'-0"MIN. LANDING SIDEWALK RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN 3/8" EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) DETECTABLE WARNING PATTERN (TYP.) (SEE DETAIL) e..5- RAMP CENTERLINE r-8" -- CEMENT CONCRETE \ PEDESTRIAN CURB (SEE STD. PLAN F-1) 2-8" e -e CURB, OR CURB AND GUTTER CEMENT CONCRETE SIDEWALK RAMP TYPE 26 TOP OF ROADWAY CEMENT CONCRETE CURB & GUTTER (SEE NOTE 5) 2' - CEMENT CONCRETE PEDESTRIAN CURB (SEE STD. PLAN F-1) CEMENT CONCRETE SIDEWALK SECTION FLUSH VARIES - 3' - 0" TO "A" - TYPE 2A VARIES -8'- 0" TO"6" RAMP CROSSWALK CEMENT CONC. SIDEWALK RAMP TYPE 2B SEE CONTRACT FOR CURB RETURN RADIUS PLAN VIEW SIDEWALK RAMP TYPE 2B LAYOUT VARIES - r- 8" TO 'V - TYPE 2B VARIES -8'- 0" TO "13" RAMP RADIUS (AT CURB FACE) E F 0 20 FEET 4' - 5 1/4" 8' - 10 1/2" 3' - 8 1/2" 30 FEET 3'-10" T-8" 3'-21/4" 40 FEET 3'-7" T-2" 3'-0" 50 FEET 3'-51/2" 8'-103/4" 2'-101/2" 80 FEET 3'-412" 8'-83/4" 2'-91/2" 70 FEET 3'-33/4" 8'-712" 2'-8" 80 FEET 3'-31/4" 8'-812" 2'-812" 90 FEET 3'-23/4" 6'-512" 2'-81/4" 100 FEET 3'-212" 8'-5" 2'-8" INTERMEDIATE RADII CAN BE INTERPOLATED NOTES 1. The Type 2A Ramp Is used to provide access to two cross- walks only when it is infeasible to provide a separate ramp for each crosswalk. 2. The Type 2B Ramp Layout requires two (2) of this bid item: "Cement Conc. Sidewalk Ramp Type 2B". The bid Item does not include the adjacent Curb (or Curb & Gutter), the Sidewalk between Ramps, or the Cement Conc. Pedestrian Curb. 3. Ramp slopes shall not be steeper than 12H:1V. 4. Avoid placing drainage structures, junction boxes or other obstructions in front of ramp access areas. 5. Curb & Gutter is shown, see the Contract Plans for the curb design specified. See Standard Plan F-1 for curb details. 6. See Std. Plan F-3 for sidewalk joint placement and details. 7. Detectable warning pattems may be created by any method that will achieve the truncated dome dimensions and spacing shown. 3/8" EXPANSION /LANDING JOINT (TYP.) LANDING (SEE STD. PLAN F-3) TOP OF SECTION O ROADWAY 8" DEPRESSED CURB & GUTTER (SEE NOTE 5) DETECTABLE WARNING PATTERN (SEE DETAIL) ISOMETRIC VIEW EXPIRES MAX 16, 2007 SIDEWALK RAMP TYPES 2A & 2B WITH LAYOUTS STANDARD PLAN F -3b SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 09,02-05 STATE DEMOS ESNS EJI DATE wa.nlnaan Slat* c..M of T vmpatoNon EXPIRES MAY 16, 2005 } RADIUS POINT OF CURB RETURN 3/8" EXPANSION JOINT (SEE STD. PLAN F-3) SIDEWALK 140/Vs SF$.e0 rOURBa G MINOR STREET b CEMENT CONCRETE I CURB, OR CURB PEDESTRIAN CURB 1 AND GUTTER 8'-0" G5 MAJOR STREET b Y DISTANCE FROM P.C. CEMENT CONCRETE SIDEWALK RAMP TYPE 4A 3/8" EXPANSION JOINT (SEE STD. PLAN F-3) CEMENT CONCRETE SIDEWALK LANDING DETECTABLE WARNING PATTERN (SEE DETAIL) PLAN VIEW SIDEWALK RAMP TYPE 4A LAYOUT RAMP LANDING 6" DETECTABLE WARNING PATTERN (SEE DETAIL) SECTION O TOP OF ROADWAY DEPRESSED CURB & GUTTER (SEE NOTE 4) RADIUS (AT CURB FACE) X Y 20 FEET 6'-13/4" T-71/4" 30 FEET T-113/4' 4'-81/4" 40 FEET 9'-51/4" 8'-5" 50 FEET 10'-83/4" T-111/4" 60 FEET 11' - 10 1/4" 9' - 3 12" 70 FEET 12 - 10 3/4" 1D - 83/4" 80 FEET 13' -10 12" 11' - 8 3/4" 90 FEET 14' - 9 1/4" 12' - 93/4" 100 FEET 15'-712" 13'-101/4" INTERMEDIATE RADII CAN BE INTERPOLATED 6'-0" CEMENT CONCRETE SIDEWALK CEMENT CONCRETE PEDESTRIAN CURB (SEE STD. PLAN F-1) SECTION TOP OF ROADWAY CEMENT CONCRETE CURB & GUTTER (SEE NOTE 4) CEMENT CONCRETE RAMP SECTION TOP OF ROADWAY DEPRESSED CURB & GUTTER (SEE NOTE 4) NOTES 1. This layout is used to provide access to a single crosswalk parallel to the major street The bid item "Cement Conc. Sidewalk Ramp Type 4A" does not include the adjacent Curb (or Curb & Gutter), the Sidewalk, or the Cement Conc. Ped- estrian Curb. 2. Ramp slopes shall not be steeper than 12H:1V. 3. Avoid placing drainage structures, Junction boxes or other obstructions in front of ramp access areas. 4. Curb & Gutter is shown, see the Contract Plans for the curb design specified. See Standard Plan F-1 for curb details. 5. See Std. Plan F-3 for sidewalk joint placement and details. 6. Detectable waming patterns may be created by any method that will achieve the truncated dome dimensions and spacing shown. DETECTABLE WARNING PATTERN AREA SHALL BE YELLOW, IN COMPLIANCE 1MTH STD. SPEC. 8-14.3(3) MIN. MAX. A 1 5/8" 2 3/8" B 5/8" 1 12" C 7/18" 3/4" D 7/8" 1 7/16' T A RAMP PLAN ELEVATION TRUNCATED DOMES (SEE NOTE 6) DETECTABLE WARNING PATTERN DETAIL ISOMETRIC VIEW SIDEWALK RAMP TYPE 4A WITH LAYOUT STANDARD PLAN F -3d SHEET 1 OF 1 SHEET APPROVED FOR PUBUCATION Harold J. Peterfeso 02709-05 txan.wu1mr LIMPL wnoa 11111.rANMEMO.wAam E Mn: ie CM., MINGO rvneawenMONTIRwmlOenA".amNwnI•rwPLE .41,71EIVISMINSION SIAM 0,15.1.1701,61.001(1,11.1. COP IldAYMPITAINIC ITATE DEMON ENOINEER DATE v71 Wo.Mnpbn SW. Dpwbnlwe d Tromp«wNen WOOD POST FASTENERS SIZE / TYPE QUANTITY WASHERS LOCKNUTS 3/8" DIAM. x 4 3/4" BOLT 2 4 2 3/8" DIAM. x 3/4" BOLT 4 8 4 3/16" DIAM. x 1" SCREW 4 8 4 MAILBOX - SIZE 1, 1A, OR 2 (SIZE 1A SHOWN) (SEE TABLE, SHEET 2, FOR DIMENSIONS) 3/16" x 1" PHILIPS HEAD SCREW, 2 WASHERS, AND LOCKNUT WITH NYLON INSERT (TYP.) - 4 SETS MIN. PLATFORM (SEE DETAIL, SHEET 2, SEE NOTE 2) 1/2" BRACKET (TYP.) (SEE DETAIL, SHEET 2) 7/16" HOLE (TYP.) 4 x 4 WOOD POST (SEE STD. SPEC. 9-28.14(1)) WOOD POST ASSEMBLY DETAIL (SEE STEEL POST ASSEMBLY DETAIL FOR SPECIFICATIONS NOT SHOWN) ADDITIONAL WASHERS - AS REQUIRED TO FILL GAP (TYP.) 3/8" x 4 3/4' HEX HEAD BOLT, 2 WASHERS & LOCKNUT, LENGTH TO FIT (TYP.) STEEL POST FASTENERS SIZE/TYPE QUANTITY WASHERS LOCKNUTS 3/8" DIAM. x 2 3/4" BOLT 2 4 2 3/8" DIAM. x 3/4" BOLT 4 8 4 3/16" DIAM. x 1" SCREW 4 8 4 1 7/8" M -CLAMP 2 4 4 PLATFORM (SEE DETAIL, SHEET 2, SEE NOTE 2) NOTES 1. A socket and wedge anchoring system that meets the NCHRP 350 crash test criteria may be substituted in lieu of the anti -twist plate designs shown. Anti - twist plates are not required for wood post installations. 2. The platform design shown on this plan features slots that accomodate several types of mailbox supports, only those slots necessary for assembling the type being installed are required. An adjustable platform may be used in lieu of this design, but it must fit the bracket design shown on this plan. Brackets are required for all single -post installations. Field drilling may be necessary. 3. Center the mailbox on the platform to ensure space for the mailbox door to open and to allow space for installing the fasteners (See ALIGNMENT DETAIL, Sheet 2). Spacing of mailbox mounting holes varies among man- ufacturers. Attachment of the mailbox to the platform may require drilling additional holes through the mailbox to fit the platform. 4. Attach a newspaper box to a steel post with two 1 7/8" Muffler Clamps spaced 4" apart. Field drill 7/18" holes In the newspaper box to fit Use 2 1/2" x 1/4" lag bolts to attach newspaper boxes to wood posts. Newspaper boxes must not extend beyond the front of the mailbox when the mailbox door is closed. 5. A Type 2 Support (Standard Plan H -12a) is required when 2 or more mail- boxes are to be Installed on one support. 3/8" " 23/4" HEX BOLT 2 WASHERS & LOCKNUT (TYP.) BRACKET (TYP.) (SEE DETAIL SHEET 2) 3/8" x 3/4" HEX BOLT 2 WASHERS AND LOCKNUT (TYP.) HOrieTe0IE�iaeox.44.! MewAwm POR n x�m AM.INBill. O ITAT[IEPARIVINTOr 11WIWMIA11Yl. ACOPY MAY M. MTN. WON WPM,: ANTI -TWIST PLATE (SEE DETAIL SHEET 2, SEE NOTE 1) 7/16" HOLE (TYP.) 7/16" HOLE (TYP.) STEEL POST (SEE STD. SPEC. 9-32.1) ANTI -TWIST PLATE (SEE DETAIL, SHEET 2, SEE NOTE 1) 1 7/8" MUFFLER CLAMP (1 7/8" NI -CLAMP) 2 LOCKNUTS & 2 WASHERS (TYP.) STEEL POST ASSEMBLY DETAIL 3/8" x 2 3/4" HEX BOLT, NUT & 2 WASHERS (TYP.) STEEL POST ALTERNATE ANTI -TWIST PLATE DESIGN !EXPIRES JULY 24, 2006! MAILBOX SUPPORT TYPE 1 STANDARD PLAN H-12 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION Harold J. Peterfeso 02-25-05 STATE DEMON ENGINEER DATE AlMik WsMnpan Slob Department or Transportation MAILBOX & PLATFORM DIMENSIONS SIZE MAILBOX DIMENSIONS PLATFORM DIMENSIONS L W H L W H 1 19" 6 1/2" 8 1/2" 17" 6" 1" 1A 21" 8" 10 1/2" 19" 7 1/2" 1" 2 24" 11 1/2" 13 1/2" 21" 11" 1" 7 12" SYMMETRICAL ABOUT i 1.....22_...I 4" _._S"—CENTERLINE 7/18" A 1 1/4" SLOT (TYP.) 1• j 5/16" A 1 1/4" SLOT (TYP.) 0 5/8" R (TYP.) TOP SYMM. ABT I 1 I SIDE PLATFORM DETAIL 7/18" DIAM. HOLE (TYP.) FRONT 1 12" 90" SIDE SYMM. ABT 7/18" DIAM. HOLE (TYP.) END 1/4" • 5/8" SLOT (TYP.) EDGE OF SHOULDER OR TURNOUT Z� HOLE PLACEMENT FOR ALTERNATE DESIGN (TYP.) G 8" ANTI -TWIST PLATE DETAIL BRACKET DETAIL ISOMETRIC AT EDGE OF SHOULDER NEWSPAPER BOX - SEE NOTE 4 ' STEEL OR WOOD POST FACE OF CURB Z_ in 9T CURB TYPE VARIES w im FI f 4'-3"MIN. • POST TO POST • VARIABLE 0" TO 12" v 1 STEEL OR WOOD POST BEHIND CURB * UNLESS OTHERWISE SHOWN IN THE PLANS MAILBOX PLACEMENT SECTIONS )11 ANTI -TMST PLATE - SEE DETAILS SHEETS 1 & 2, SEE NOTE 1 MOTE TAIEM1ALA OWISME DJVALIYMT.W IMMONICgRUCNIC 11l DeDnV, NOMEWTI! GROMMA •Ai...W .R I.11.0.17AlA191. MIME K TTHE WASM ,DIIVIMIDSAmICRMTlMi"MRATML ACOM.'le ORM= STEEL POST BACK OF SIDEWALK Z� SIDEWALK MAILBOX VARIABLE 0" TO 12" BEHIND SIDEWALK STEEL OR WOOD POST MAILBOX, PLATFORM. & POST MAILBOX MOUNTING HOLE (TYP.) SPACE PROVIDED ON BOTH ENDS TO ALLOW ACCESS TO FASTENERS (SEE NOTE 3) MAILBOX SUPPORT TYPE 2 FOR DETAILS SEE STD. PLAN H -12a in WOOD POST POST PLACEMENT DETAIL 1 PLATFORM ALIGNMENT DETAIL EXPIRES JULY 24, 20061 MAILBOX SUPPORT TYPE 1 STANDARD PLAN H-12 SHEET 2 OF 2 SHEETS APPROVED FOR PUBUCATION Harold J. Peferfeso 02=25-05 STATE MEIN ENmNEER DATE 171 Wahinalon Sblo Dpxlm.M of TrTn.polloaon EXPIRES JULY 21, 20061 MAILBOX - SIZE 1, 1A, OR 2 (SIZE 1A SHOWN) (SEE TABLE, STD. PLAN 1412, SHEET 2, FOR DIMENSIONS) 3118" >< 1" PHILIPS HEAD SCREW, 2 WASHERS, AND LOCKNUT WITH NYLON INSERT (TYP.) - 4 SETS MIN. ADDITIONAL WASHERS - AS REQUIRED TO FILL GAP (TYP.) SNOW GUARD - WHEN REQUIRED (SEE DETAIL SHEET 2) 1 7/8" MUFFLER CLAMP (1 7/8" M -CLAMP), 2 WASHERS AND 2 LOCKNUTS (TYP.) PLATFORM - SEE NOTE 3 TYPE 2 MAILBOX SUPPORT (SEE STD. SPEC. 9-32.7) ASSEMBLY DETAIL MAILBOX NOTES 1. The anchoring system shall meet NCHRP 350 crash test criteria. Use a socket and wedge system, or the anchoring system supplied by or recommended by the Type 2 Support manufacturer. 2. A maximum of 5 mailboxes may be installed on a Type 2 Support. 3. The Platform design shown in this plan is detailed in the PLATFORM DETAIL, Standard Plan H-12, Sheet 2. This design features slots that accomodate several types of mailbox supports; only those slots necessary for assembling the type being installed are required. An adjustable platform may be used in lieu of this platform design. Adjustable platforms must fit the 1 7/8" M -Clamp. 4. Center the mailbox on the platform to ensure space for the mailbox door to open and to allow space for installing the fasteners (See ALIGNMENT DETAIL). Spacing of mailbox mounting holes varies among manufacturers. Attachment of the mailbox to the platform may require drilling additional holes through the mailbox to fit the platform. 5. Attach a newspaper box to a Type 2 Support with two 1 7/8" Muffler Clamps spaced 4" apart. Field drill 7/16" holes In the newspaper box to fit. Newspaper boxes must not extend beyond the front of the mailbox when the mailbox door is closed. MAILBOX, PLATFORM & SUPPORT MAILBOX MOUNTING HOLE (TYP.) SPACE PROVIDED ON BOTH ENDS TO ALLOW ACCESS TO FASTENERS (SEE NOTE 4) Z� PLATFORM ALIGNMENT DETAIL SEE NOTE 4 MAILBOX SUPPORT TYPE 2 STANDARD PLAN H -12a SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION Harold J. Peterfeso 02-25-05 MOIL MCIIIM,awmerneev m,Mo rwAmv[w 010112 A1,11.001010uvrwalar. my sTAINLINMrriro"TnwsaaATUN AarrwYrarArao STATE DESIGN ENGINEER DATE T %%Idnp* SW?. Doparhnsrn of Transportation EXPIRES JULY 24. 20061 V - 5" s 1/8 V (TYP.) 1" >< 1' • 1/8" ANGLE 000M0000T00000�O00000�000�0� uIs$IsIspI 00000000000000000000000000000000000000(00000000000000000000000000000000OOOOOOpI �0nOn0nOnOn0nOn0 n e�nOnOnOnOnOnOnOnOnOnOnOnOnOnOnOnOn0a0n0nOr\ n� mi 1/2" RAISED EXPANDED METAL MUFFLER CLAMP FRONT VIEW 7/18" DIAM. (TYP.) 1 1l4" 1 1/4" BOTTOM VIEW SNOW GUARD DETAIL ANGLE IRON 1/2" RAISED EXPANDED METAL 1/8 1-4 SECTION O MAILU.S. 4' - 3" MIN. EDGE OF SHOULDER OR TURNOUT AT EDGE OF SHOULDER FACE OF CURB CURB TYPE VARIES VARIABLE 0" TO 12" NAV WY V W-VIr BEHIND CURB * UNLESS OTHERWISE SHOWN IN THE PLANS MAILBOX PLACEMENT SECTIONS 4'- 3" MIN. 4 V 4 VI• Vim 1 1 fZ 5" MIN. BETWEEN MAILBOXES V US.) MAIL MAIL MAIL NEWSPAPER BOX SEE NOTE 5 BACK OF SIDEWALK Z� SIDEWALK f / MAILBOX SUPPORT TYPE 1 (WOOD POST SHOWN) FOR DETAILS SEE STD. PLAN H-12 ANCHORING SYSTEM - (SOCKET AND WEDGE SHOWN) SEE NOTE 1 MAILBOX SUPPORTS TYPE 2 SPACING DETAIL VARIABLE 0" TO 12" BEHIND SIDEWALK SNOW GUARD - WHEN REQUIRED, PLACE ON LEADING END OF SUPPORT (SEE DETAIL) MAILBOX SUPPORT TYPE 2 STANDARD PLAN H -12a SHEET 2 OF 2 SHEETS APPROVED FOR PUBUCATION Harold J. Peterfeso 02:25-05 NOTE TOM.. NOTA LEON. 0.141b0.1100“11*NrOWAN OLLYINCY. 0111NICATE uaxA+oaan.mvnAmcrwnv. OFITIMcrtdnwl ACOW MAY rOEnrs STATE DEMON ENGINEER DATE WmMnpbn Slate Deportment dhmnpoMorton 9 1/2" 8 1/8" MONUMENT CASE MONUMENT CASE 1 1/2" CLASS "G" ASPHALT (COMPACTED DEPTH) MONUMENT CASE TO BE SATHER MFG. CO. #2022 OR APPROVED EQUIVALENT 3/16" WIDE BEAD, 1/8" HIGH 6" CLASS 3000 CONCRETE CRUSHED SURFACING TO BE PLACED AFTER PLACEMENT OF MONUMENT CASE SUFFICIENT TO SECURE MONUMENT 2" ALUMINUM, BRONZE OR BRASS SURVEY CAP 5/8" REBAR - 24" LENGTH MIN. NOTES 1. MONUMENT TO BE PLACED AFTER FIRST LIFT. 2. TOP OF MONUMENT CASE SHALL BE 1" BELOW TOP OF FIRST LIFT. 3. MONUMENT CASE TO BE PLACED AFTER FINAL LIFT OF ASPHALT. 4. IN UNIMPROVED ROADS, THE MONUMENT CASE SHALL BE SET WITH THE TOP OF THE CASE 6" BELOW EXISTING GRADE. 5. WSDOT CLASS 3000 CONCRETE WITH AGGREGATE GRADING NO. 5. APPROVED: 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL SURVEY MONUMENT R15 12" MIN. DISTANCE REQUIRED TO REMOVE DOOR ADJUSTABLE FOR 1 1/4" THROUGH 2' PIPE PHOTOELECTRIC LEVELING PAD 2' NPS,SCH. 40, 2 3/8' 0.D. TENON 8' (•) OR OTHER LENGTH AS SPECIFIED AVIT ARM 6063-T6 ALUM. TAPERED 6' X 3 1/2" X .188" WALL SATIN GROUND FINISH, 80 GRIT. M400A CUTOFF POWR./DOOR LUMINAIRE USE WATTAGE 400HPS (TYPICAL) NOT TO SCALE EUMINATE ALL SLACK INSULATED GROUNDING BUSHING INSTALL COMPLETE WITH BOLT COVERS 2' NOM. GROUT PAD WITH 1/2" DRAIN HOLE FLUSH WITH � SIDEWALK HANDHOLE BOND QUICK DISCONNECTS STD. SPEC. 9-29.7) \ 1" CHAMFER ANCHOR BOLTS • 14 REBAR 1' CONDUIT R=5'-9" SUPOVER JOINT, -SHAFT INSERTED 12' INTO DAVIT ARM, (2) 5/8' X 7' LG. S/S HEX HEAD BOLTS, -NUTS, FIATS & LOCKWASHERS LOCK THE ASSEMBLY. 6063-T6 ALUM SHAFT TAPERED 8" X 6" X .250 WALL SATIN GRUOND FINISH, 80 GRIT 4" X 6' FLUSH HANDHOLE C/W S/S HARDWARE & GROUND WIRING CAST ALUM. SHOEBASE (COMPLETE) STREET UGHT BASE SHALL BE FLUSH WITH. SIDEWALK AND/OR CURB CURB`S` --� 18" (MIN.) BELOW TOP OF GRADE • PORTLAND CEMENT CONCRETE CL 3000 30' ROUND WIRING DETAIL LIGHT STANDARD (TYPICAL) NOT TO SCALE 8.5' m STREET LIGHT POLE NOT TO SCALE 0 0 in 0 APPROVED: 10-8-03 CITY OF YAKIMA -STANDARD DETAIL 30'-35' ALUMINUM STREET LIGHT El C2 TESTISWITCHI 120 V • PHOTO ELECTRICAL CONTROL • WIRING DIAGRAM FOR LIGHTING CONTROLS STEEL TRAFFIC SIGNAL POLE MYER'S HUB STREET LIGHTING n CONTACTOR ENCLOSURE ENTRANCE TO POLE FINISHED GRADE \\._ IN SERVICE EQUIPMENT 1 1/4" RIGID STEEL CONDUIT TO 3—WIRE WEATHERHEAD (3) AWG NO. 2 CU. THW PHOTO—ELECTRIC CONTROL AT APPROX. 33 FT. MOUNTING HEIGHT 3/4" RIGID STEEL CONDUIT, (3) AWG NO. 14 THW METER BASE — TYPE AS REQUIRED BY PP&L MYER'S HUB LOCKABLE SERVICE EQUIPMENT 2" RIGID STEEL CONDUIT (ALL EXPOSED CONDUIT IS RIGID STEEL) AWG NO. 6 COPPER GROUND APPROVED GROUND CLAMP 2 — 2" SCH 40 CONDUIT TO JUNCTION BOX 5/8"x10' COPPER—WELD GROUND ROD STEEL SWEEP ELBOWS Es ELECTRICAL SERVICE (120/240) w/ LIGHTING CONTROLS City of Yakima — Engineering Division APPROVED: 1.13.00 CITY OF YAKIMA - STANDARD DETAIL ELEC. SERVICE W/ LIGHTING E8 MEM I cmg'1I"'= #4 HOOPS ALL CONDUIT TO CLEAR LOWER CENTER BRACE OF CABINET BY 1/2" MIN. ANCHOR BOLTS AND DATA FOR SPACING TO BE SUPPLIED BY CABINET MANUFACTURER SHIM TO PLUMB #4 BAR EACH CORNER 3/8" DIA. PLASTIC DRAIN TUBE #4 BAR EACH CORNER CAB BASE PLUS 2" 2 1/2" to N a 6" — — 2 1/2" 18" 7BAREACH CORNER #4 HOOPS 1" MIN. 2" MAX. LOCATE CONDUITS CENTRALLY IN FOUNDATION. INSTALL ONE SPARE 2" CONDUIT AND CAP. OTHERS AS REQUIRED. PAD MOUNT 4" x 9" GALV. PIPE FLANGE 7 1/2" DIAM. BOLT CIRCLE FOR 4 (MIN.) BOLT HOLES 3/4" DIA. EACH PEDESTAL BASE DETAILS 4" SLIPFITTER 4" GALV. STEEL PIPE 3" x 5" HANDHOLE WITH COVER 5/8" x 24" x 4" GALV. STEEL ANCHOR BOLTS PEDESTAL MOUNT #4 BARS 0 1' CENTERS NOTES 1. PAD AND PEDESTAL MOUNTS SHALL BE CLASS B CONCRETE UNLESS NOTED OTHERWISE ON THE PLANS. 2. WHERE PAD OR DEDESTAL MOUNTS ARE LOCATED IN A SIDEWALK, CONSTRUCT MOUNT TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE TOP AND SIDEWALK ABUT. 3. PAD MOUNT DESIGN IS TYPICAL, CONTRACTOR SHALL UTILIZE CABINET MANUFACTURER'S SPECIFICATIONS TO ASSURE PROPER FIT OF CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW. 4. EXPANSION ANCHOR BOLTS (KWIK—BOLT, WEJ—IT, OR EQUAL), MAY BE USED TO FIT CABINETS TO EXISTING PAD MOUNTS. 5. PEDESTAL HEIGHT MAY BE REDUCED TO CONFORM WITH 7' MAX. FOR ENTIRE UNIT. CABINET FOUNDATION DETAIL City of Yakima — Engineering Division APPROVED: 1.13.00 CITY OF YAKIMA - STANDARD DETAIL CABINET FOUNDATION DETAILS E10 STEEL - TRAFFIC SIGNAL POLE _``_- METER BASE - AS REQUIRED BY PP&L ENTRANCE TO POLE FINISHED GRADEN 0 j 1-1/4" RIGID STEEL CONDUIT TO 3 -WIRE WEATHERHEAD (3) AWG NO.2 CU. THW MYER'S HUB LOCKABLE TYPE "A" SERVICE PANEL 2" RIGID STEEL CONDUIT -----"---- (ALL EXPOSED CONDUIT IS RIGID STEEL, AS PER WSDOT _ STANDARD SPECIFICATIONS) O AWG NO. 6 COPPER GROUND WIRE 3" RIGID STEEL CONDUIT FROM POWER SOURCE PER PP&L TWO -5/8" X 10' COPPER -WELD GROUND RODS SET 6 FT. OIC APPROVED GROUND CLAM CITY OF YAKIMA PROJECT DETAIL TYPE "A"- 120/240-V SIGNAL POLE -MOUNTED ELEC. SVC. Soft Surface Finished Gra 1" Mkt Y Max. Cabinet Depth 2.2" Schedule 40 PVC conduit must clear lower center brace of cabinet by 1/2" minimum. Anchor bolts and spacing requirements to be supplied by cabinet manufacturer . • Shim cabinet to plumb #4 Rebar each comer 2" Offset Typical 4• Clime, 4" Min. • 3' 2-#4 Rebar Hoops 3/8" dia. plastic drain tube #4 Rebar each comer #4 Rebar each corner 1 Proposed or Existing Sidewalk CITY OF YAKIMA PROJECT DETAIL TYPE "P" CONTROLLER CABINET FOUNDATION MOV LOAD • RIS 3 GB2 120V A 60H2 SERVICE B UNE 2 MC MERCURY CONTACTOR POWER PANEL SURGE ?yy0 0 EARTH GROUND BUS BAR P R OT. GB1 CBI CB2 1 40 AMP 15 AMPoy AC NEUTRAL BUS BAR 0 0 ALTERNATE FEED DETAIL Not to Scale 0 0 3 OI 0 NRML OFF GEN ELECTROSWITCH 1N/ NAMEPLATE f #KW402201 C6) . 0 HUBBELL FLANGED INLET W( WEATHERPROOF COVER PLAT CS6375M2) CITY OF YAKIMA PROJECT DETAIL CONTROLLER CABINET ALTERNATE FEED CONNECTOR TYPE PPB, P5, & I STANDARD DETAILS R TWO THREADS MIN 5/8" MAX L 3/4" CHAMFER UNPAVED AREA E P ANCHOR BOLT, NUT, & WASHER SIZES ITEM a z STANDARD TYPE I DIMENSIONS TYPE FB 5 TYPE PPB 8-0" 4- '/2" DIA x 12" x 2" 5 TYPE PS & I 4- Y4" DIA x 30" x 4" S TYPE FB & RM 3 - 3'y" DIA x 30" 2 4" 2" CLEARANCE PAVED AREA - a a a a 2'/2" CLEARANCE 4 i► H— E L E4 a 4 a 42 4 v 0 71-4!"- s ' -a 7 4 v. v 0 2" CLEARANCE --A H H1 (SQUARE) H2 (ROUND) FOUNDATION DETAILS SIGNAL STANDARD TYPE DESIGNATIONS TYPE PPB TYPE P5 TYPE I & RM TYPE FB PED. PUSH PED. HEAD VEHICLE HEAD FLASHING BUTTON STANDARD AND RAMP METER BEACON POST STANDARD STANDARD TYPE II MAST ARM STANDARD TYPE III TYPE IV LIGHTING AND STRAIN POLE MAST ARM STANDARD STANDARD TYPE PPB, P5, I, RM & FB STANDARD DIMENSION CHART it a a ITEM TYPE PPB TYPE P5 TYPE I TYPE RM TYPE FB A HEIGHT 4-6 8-0" 10'-0" SEE SHEET 2 SEE SHEET 2 B POLE BASE DIA 2'/2" « + C PLATE THICKNESS '/2"/2" �/2 SEE SHEET 2 SEE SHEET 2 D PLATE WIDTH 5'" 9" 9"" SEE SHEET 2 SEE SHEET 2 E HOLE DIA 5/e" 1'" 1" SEE SHEET 2 SEE SHEET 2 F BOLT CIRCLE 4'/2" 8'/2" 81/2'' SEE SHEET 2 SEE SHEET 2 G FOUNDATION DEPTH HI FOUNDATION WIDTH H2 FOUNDATION DIA J NUT & WASHER Four 1/2" 1/a 3/4" Ya" K GROUT PAD THICKNESS NONE SEE SHEET 2 SEE SHEET 2 L PLASTIC DRAIN TUBE DIA NONE M VERTICAL RE -BAR NONE Eight '4 Eight '4 Eight '4 Eight '4 N HORIZ. RE -BAR HOOP NONE Three '4 Three '4 Three '4 Three '4 P HANDHOLE SIZE NONE 3'/2" x 4" 31/2" x 4" 3'/2" x 4" 3'/2" x 4" 0 SLIPFITTER 0I4 (1.0.) NONE 4" 4"' 4" 4" R CAP DIA 2'/2" NONE NONE NONE NONE TAPERED ROUND OR OCTAGONAL SHAFT, 11 GAGE, 4" OD AT SLIPFITTER WELD. LEVELING NUT HEIGHT 1" MAXIMUM. LEVELING NUTS NOT REDUIRED FOR TYPE PPB STANDARD TAPER = 0.14 INCHES/FT. TYPE V LIGHTING AND STRAIN POLE STANDARD (EXPIRES OCTOBER 26.20021 SIGNAL STANDARD TYPE DESIGNATIONS AND TYPE PPB, PS, 1, RM, & FB DETAILS STANDARD PLAN J -7a SHEET 1 OF 2 SHEETS ""LIMMOMMINICA E MORONS. NNW ATM STMEMAND MMOVW SOT MMEASOA /I MAT W M. LnAM„aaOMSIAMMANOr ITmA,Nr. IMMON. ACOPV /MO.1Mm VOVA[11L>IT. ar APPROVED FOR PUBLICATION Harold J. Peterfeso • 09-12-01 T i01 WELDING SYMBOL SSS MHO STATE COMM U OINEER OATS T Washington State Deportment of Transportation -" 0022 REVISION BY (EXPIRES OCTOBER 26,20021 1'-3" DIA bolt circle SLIP/ANCHOR PLATES DETAIL Flashing Warning Beacon (8 -amber lens) Type 0 standard signal head mounting, Standard Plan J-Gf (drill slipfitter to seat set screws) Install 5 amp quick disconnect for load conductor and unfused quick disconnect for neutral conductor. See Std. Spec. 9-29.7 See '"FOUNDATION DETAIL l'-3" DIA bolt circle ' DIA hole KEEPER PLATE Place between pole base plote and slip plate on top of middle washers. Traffic signal head (three 12" Lenses) Type D standard signal head mounting, Standard Plan J -6f (drill slipfitter to seat set screws) slipfitter Traffic signal head (three 8" Lenses) Type K mounting. Standard Plon J -6f R10 -61M05.1 Install 5 amp quick disconnect for R. 0. & G conductors. Install unfused quick disconnec for W conductor. Tope off B conductor. See Std. Spec. 9-29.7 See "FOUNDATION DETAIL" Secure conductors with cable ties. See Std. Plan J -le. FLASHING BEACON DETAIL Shaft, slipfitter, welds and handhole ore the same as shown for Type 1 Standards, except shaft length is 14'. STOP HERE ON RE ✓D Ground level Smooth finish top, bottom & notched surfaces Toward Roadway Hole for pole shaft BASE PLATE See Slip Anchor Plate Detoil for dimensions not Shown. Match Slip Plate dimensions. Plote washer TYP (see detail) Keeper plate Paved areo Toward Roadway Secure 5c coble with cable ties. See Std. Plan J -Ie. RAMP METER DETAIL Shaft, slipfitter. welds and handhole are the same d5 shown for Type I Standards. %NAN A6 8/e VIEW A -A Shaft wall /e,. alr VIEW B -B Y4" Clamping bolts. Tighten to 50 ft -lbs. D0 NOT OVERTIGHTEN. After state inspection, burr threads to prevent nut rotation. Bose plate fl/2"'l Slip plate 113/81'1 Hardened washers (TYR) Anchor plate (11/4-i Top of concrete %a" Chamfer E Conduit 6" Hollow in center of grout pad 2" MAX Install grout pad after plumbing standard 3/4" Heavy hex nuts TYP FLASHING BEACON AND RAMP METER BASE ELEVATION See "FOUNDATION DETAIL" for other requirements. Y4DIA x30 -x4" I Anchor bolts. TYP Toward _ Roadway ANCHOR BOLT LAYOUT 2Y4- 1 1,/e,. i/e DIA hole—, (chamfered) PLATE WASHER /2, SIGNAL STANDARD TYPE DESIGNATIONS AND TYPE PPB, PS, 1, RM, & FB DETAILS STANDARD PLAN J -7a SHEET 2 OF 2 SHEETS Mawa> LoolvlmmIYr mamma mommmm .mr,a oMrar nz AT TE WARA07011.SWFA ARAIMI :rOF IT ORAIM ACCPYAMYIEMAMO mosmoLcst APPROVED FOR PUBLICATION Harold J. Peterteso • 09-12-01 TiDI CORRECTED FLASHING BEACON DETAIL MHO 411k STATE RATE DEVON DENMER DATE arhnt of Transportation T Washington Stow Dpns '— DATE REVISION 8Y EromF2xnumbc; ,o:CilN.'O YA.K;hi''. PACEFIC R CITY O YA TV,A (509)575-6238 Dear Bill Quits: Thank you. for choosing Pacific Power for your ever project a representative Will call you within two working Please find Ci"la.lfl5Cd 'd Cornynercial f lt7%1u'w?`ii: to the estimator that you meet -with. This information is serve you, so it i, `:z' : that the f©m is Note: • You may wish to itiforrnEtion t • Ct7:im=eiatt'r meriag-can the purchase and installation master metering. If your plants ca • Motors larger than 354. the phase or 5 department prior to ins'ai'tatian in order to determine 2 3 ("... 5'17P033 :::.15:17 PYTi r P.O. Brz. 4(K) :ver !grd. C} ego!: o` -See-221-7070 FAX -i52 Mat' 17, 2'05 Customer Account . 4553 329 Request 12840843 !f a field mee irsgis =egtri, of your request to set in an_a o 1` Yt rif out and provide i..ter -fa :liths 4hlt will If you would like more information or have any questic 1-888-221-7070. Arty of our customer service represen Sin .erely, Customer Ser ice 1-888-221-70701 Enclosure: Com info,rnt2c 0 "'-'5-26. ease call us an_ will be ha help you. 3'7 w repro. cntarne habie asp' Making it happen. This fax was sent with GFi FP.Xrnal:er fax server. Far more information, visit h://yw'w .cam ELECTRIC SERVICE REQUIREMENTS AGREEMENT Customer Name/LocabOrt : Q- 17-Y O- Y k t it?) Request # O., 3 gel V 3 Load Information (Ca nvercial Customer Load Sheet. redyired forcornmeral customers): Servir.:e Panel Size: Atrrp Phase:( Voltage: 1.1D ^z 5'0 Sq. FL: /9 Motor/Heat PumpiA.C. Size: 0 Ternporary service : No N Yes 0 (Fes of S wff apear on ,rnithJ . on? General Information: • Line Extension Policy Explained:0 Customer to call for locates 0 WA 0 • Customer Wit accept $250 Contract Atiministrabon Credit Yes 0 NO0 Decide Later E3 NIA 0 • Route (including poles. trench route & equipment locations) Staked out and / or explained0 Read the bank of this sheet for additiona! line extension infoimation Trenoh & Conduit (Note: customerio install nim -metallic 'poly pull rope, 60'b test minimum fore conduit instellaSons) : a Customer to install: Trenctr0 Conduit M. Vault 0 Cornoenv to Install: Trench 0 Conduit 0 Vault 0 * Primary Trench Dimensions ' deep X ' wide • No. Of ruris-Ptimary Conduit required Diameter " (Schedule 40 Gray-Elea/tat Grade PVC) • Number of primary sweeps 90° 45° Radius - Steel/Fiberglass0 PVC 0 (fectoy-made only) • SecondaryiSerVice Trench Dimensions 5 .0 • deep X Jj'. wide • No. Of runs Seconder y/Service CondUit required 1 Diaraeter t). " (Sch. 41.'i Gray Eledrice, Gmde PVC) • Na. Of secoridary/serviCe :swi3eps 97' ::-'- 46 r RadiusSfo• SteelIF:G.0 PVC 0 (faao7-made on!) -. -....„ , Riser Location .1.---.iaiiioed on pOle.I.N NIA 0 "---- --"--w -----=----"IX ' 'd 0 * Vault excavation: -X- =.7 - (ftr:, fine/grade) Vault -spec -provide--d Read the Pac.elhislereet for &!iitiona Lire o Trtatbn on trenahirgand conduifinsteli.etions_ ase to be installed by Customer Lmatiop set as ShOWn betiOW on oketottino-Arailation_withm4 eV.ir • Underground re( Overhead feTreated Customer Meter_Poie_Lengthiffrequim* • Manual Link Bypass/Safety-Socket Required fit C.T. Enclosure required0 Dimensions:- • Specation.s or d '"" ."4".' .....,- •-•,' Lh •••:' Z-, !...k 1 FittEkttheI4ck-ettti-stseiet. foreaditbrof irtforrnatton on '-' ,.., • --, - .--- ,.., I ..4 >t ervice -Can Be Providedicall us Eg 5.7 5."- '. i 3 Z to Warm us ci.r your progress c '- " . ,..,-. ' : •••• z ... , „ • Tree Trimming Reequird to be done by: Customer 0 Companyfl NIA 0 . --- , - L,-, • Bectrical inspectiOn required fteefOinerfoconfact Cily, County or State.permitfiry ori* 0 e.r‘ - ;;;: r.) F:.' - .:- • Right of Ways required &exPlained0 N/A o , 0 • Contract or Letter of Agreement -required anti explained 0 N/A 0 • Trench and conduitto be inspectedg (call '1 :5"--.3 I 3 etfar trench inspedion-24 hrs E.1 • Other information needed from customer before design can take place: Read the back of this sheet for additional information on requirements Sketch & No es 61) 34 PI AGZ I 49'7(7 z.,.? Note: Any changes to this agreement must be communicated to the Estimator. Your estimate is good for 90 days. if you request changes to the estimate, or if it must be recreated after cancellation, the Company may require a non-refundable re-engineering fee (minimum of $20 payable in advance. WMIMII77 • Ftrrn PNC000004 Power rR presenta 3-o6 Date • 1 EXPIRES NOVEMBER 23. 20031 END ROAD WORK G20 -2A CHANNELIZING DEVICE SPACING (FEET) (EXCEPT FOR FLAGGING REOUIREMENTS) MPH TAPER TANGENT 50/65 40 80 35/45 30 60 25/30 20 40 END ROAD WORK G20 -2A 2' O 0 O SIGN SPACING = X (FEET) BUFFER SPACE = B RurolRoads 45/55 MPH 500'+ - Urban Arterials & 35/40 MPH RuralRoads 350'+- Rural Roods Urban Streets 25/30 MPH Resldentlal Areas & Business Districts 200'+- All signs ore black on orange unless otherwise designated. 55 ** OPTIONAL IF 40 MPH OR LESS W20 -7A .W20 -7B W20-4 W20-1 W20 -7A *W20-70 W20-4 STOP WAIT FOR PILOT CAR W20-1 SP -1 20" X 16" 4" C R/W USE THIS SIGN IF NO FLAGGERS ARE ON DUTY. LEGEND 04 SIGN LOCATION - TRIPOD MOUNT 0 0 0 TEMPORARY TRAFFIC CONTROL DEVICES NI OA FLAGGING STATION PROTECTIVE VEHICLE (WHEN SPECIFIED IN CONTRACT) EXISTING STOP BAR END ROAD WORK G20 -2A FOR PILOT CAR OPERATIONS THE FOLLOWING SIGNS SHALL BE REQUIRED TO SUPPLEMENT THE SIGNS SHOWN ON THIS PLAN. SP -1 G20-4 20" X 16,- 36" X 18' 4" C R/W PILOT CAR FOLLOW ME (ON PILOT CAR) (FOR ROAD APPROACHES A5 NEEDED) STOP WAIT FOR PILOT CAR NOTES 1. FLAGGER STATIONS SHALL BE ILLUMINATED DURING HOURS OF DARKNESS. 2. EXTEND DEVICES TAPER ACROSS SHOULDER. 3. SIGN SEQUENCE I5 THE SAME FOR BOTH DIRECTIONS OF TRAVEL ON THE HIGHWAY. 4. RADIO COMMUNICATION RECOMMENDED BETWEEN FLAGGERS. REQUIRED IF FLAGGERS DO NOT HAVE CLEAR VISION OF EACH OTHER. BUFFER DATA BUFFER SPACE = B SPEED (MPH) 25 30 35 40 45 50 55 LENGTH (feet) 55 85 120 170 220 280 335 PROTECTIVE VEHICLE ROLL AHEAD DISTANCE = R VEHICLE TYPE TYPICAL VEHICLE LOAOED WEIGHT ILBSI POSTED SPEED (mph) STATIONARY OPERATION (feet) 4 YARD DUMP TRUCK 24.000 50-55 75 45 50 2 TON CARGO TRUCK 15.000 50-55 100 45 75 I TON CARGO TRUCK 10.000 50-55 150 45 100 ROLL AHEAD STOPPING DSTANCE ASSUMES DRY PAVEMENT. ALTERNATING ONE-WAY TRAFFIC FLAGGER CONTROLLED OR PILOT CAR CONTROLLED STANDARD PLAN K-3 SHEET 1 OF 1 SHEET APPROVED FOR PUBUCATION Harold J. Peterfeso 12-20-02 MUM 1110111A.11 NOTALEMLENOYMERIO VOLIMNIEVINIZI2.1.01.01.11VCAM. "MONONA,Ia'.B.YTEtI.ON92Irw'o P1IL....TIO.lu103,MILM1111,11M1.11=11 MR PAWNOR OFTRANYORTTIT. 001,1114.1.11.M)WWI AMU". .TATE DEMON ENONUA DATE Wmhkgbn Slate Department Ol Transportation SIGN SPACING = X (FEET) Rural Rocds 45 MPH 500'+ - Urban Arterials 35/40 MPH 350... - Urban Streets Residential Areas & 25/30 MPH Business Districts 200'+ - All signs are block On Orange unless otherwise designated. 20 END ROAD WORK G20 -2A CHANNELIZING DEVICE SPACING (FEET) MPH TAPER TANGENT 35/45 30 60 25/30 20 40 96 - min High Level Warning Device BUFFER DATA BUFFER SPACE r 8 SPEED (MPH) 25 30 35 40 45 LENGTH (feet) 55 85 120 170 220 R4-7 B/W O 0 0 N 7 a 0 a 0 0q o a 0 O x a 0 a a 0 0 u a a 0 a 0 20:1 TAPER R4-7 B/W LEGEND CI SIGN LOCATION -TRIPOD MOUNT 0 0 a TEMPORARY TRAFFIC CONTROL DEVICES O 0 O 0 0 0 0 0 0 0 0 0 O 0 0 0 a N 0 0 10 B \........ SAME TAPER FOR ALL SIDES. 500' MAX. 10' MIN TO EDGE OF PAVEMENT OR OUTSIDE EDGE OF PAVED SHOULDER G20 -2A END ROAD WORK IEXPMES NOVEMBER 23.20031 WORK IN CENTER OF LOW-VOLUME ROAD STANDARD PLAN K-23 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 12-20-02 NOM Ill FLOM NOT CIAMEIIINO C9COMMT OUT AN BARROW DUILGVE RE. ONO., 11.19.11,0.11.411.3.41.110VHIPORPOWCATMISIGEFTCIII. LNiiww TLWMTATEDIMICI.rru.nuxsD-aT.1 Am rwrramvID OY aae� RATE DEMON ThO*ER DATE WmMnpron 5101. DEpwhm.M of TnlupahNon 1 a a W20- 1 G20- 2A (SEE NOTE 4) END ,ROAD WORK 020-2A W20- 1 END ROAD WORK / afr --- X (500"MAX)t. 4 a --TYPE 3R BARR I CAGE s a—X R4-7 B/W /♦ R3-2 R/W ,(SEE NOTE 1. • X 1.1500' MAX 11 END ROAD WORK W20- 1 LEGEND END ROAD WORK G20 -2A 4- SI°GN LOCATION -PORTABLE MOUNT SIGN LOCATION -POST MOUNT 0 TEMPORARY TRAFFIC CONTROL DEVICES TYPE 3R BARRICADE aaa SEQUENTIAL ARROW SIGN PANTED TRAFFIC ARROW (OPTIONAL) a a a 0 a 0 a a • 0 W4 -2R W20 -5L W20- 1 G20-24 NOTES 1. PROHIBIT TURNS AS NECESSARY FOR TRAFFIC CONDITIONS. CLOSE LEFT TURN POCKET IF THERE IS ONE ON SIDE STREET. 2. FLASHING WARNING LIGHTS (TYPE A, MUTCD) SHOULD BE USED TO MARK BARRICADES AT NIGHT. 3. STEADY BURNING WARNING LIGHTS (TYPE C, MUTCD) SHALL BE USED TO MARK CHANNELIZING DEVICES AT NIGHT. 4. FOR LONG-TERM PROJECTS, CONFLICTING PAVEMENT MARKINGS NO LONGER APPLICABLE SHALL BE REMOVED OR OBLITERATED. TEMPORARY MARKINGS SHALL BE USED. MINIMUM TAPER LENGTH = L !feet) LANE WIDTH (feet) 10 11 12 Posted Speed mph) 25 30 35 40 45 50 55 105 150 205 270 450 500 550 25/30 20 40 115 165 225 295 495 550 605 125 180 245 320 540 600 660 SIGN SPACING = X (feet) Rural Roods 45/55 MPH 500'+ - Urban Arterials 35/40 MPH 350'+ - Urban Streets Residential Areas & 25/30 MPH Business Districts 200'+ - All signs are block on orange unless otherwise designated. CHANNELIZING DEVICE SPACING (feet) MPH TAPER TANGENT 50/70 40 80 35/45 30 60 25/30 20 40 EXPIRES NOVEMBER 23.20031 MULTIPLE LANE CLOSURES AT INTERSECTION STANDARD PLAN K-21 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 12-20-02 lm1EaaaxKw.r avLICADM /11111./... AT TY 1.4.11141WM SIM DIIIWOwrvmwsaaanm .arrwY.m no TWo hinybn Stale Deportment of T.on.porlollon EWE DEMON ENGINEER DATE BUFFER DATA BUFFER SPACE = B SPEED (MPH) 25 30 35 40 45 50 55 550 20 LENGTH (feet) 55 85 120 170 220 280 335 550 605 PROTECTIVE VEHICLE ROLL AHEAD DISTANCE R TYPICAL LOADED PROTECTIVE VEHICLE TYPICAL VEHICLE LOADED WEIGHT )LBS) POSTED SPEED (mph) STATIONARY OPERATION (feet) 245 4 YARD DUMP TRUCK 24.000 60-65 100 50-55 75 45 50 2 TON CARGO TRUCK 15.000 60-65 150 50-55 100 45 75 I TON CARGO TRUCK 10.000 60-65 200 50-55 150 45 100 ROLL AHEAD STOPPING DISTANCE ASSUMES DRY PAVEMENT END ROAD WORK G20 -2A • MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (feet) Posted Speed mph( 25 30 35 40 45 50 55 10 105 150 205 270 450 500 550 20 40 11 115 165 225 295 495 550 605 12 125 180 245 320 540 600 660 SIGN SPACING = X (FEET) Rural Roads 45/55 MPH 500'+ - Urban Arterials 35/40 MPH 350'+ - Urban Streets Residential Areas & 25/30 MPH Business Districts All signs are black on orange unless otherwise designated. ♦• OPTIONAL IF 40 MPH OR LESS *W20- 70 W4 -2L W20 -5R 620-1 CHANNELIZING DEVICE SPACING (FEET) MPH TAPER TANGENT 50/55 40 80 35/45 30 60 25/30 20 40 a aa= a -a -0- o -o- Ha- II- - • a -a -o 0 • -0 0 a•o �tp b $"ago -o_a_ 0 0 ora.a-a a—o-♦-a- a - e 7 -o-a-n .0 00U W20- 1 W20 -5R LEGEND W4 -2L N SIGN LOCATION -TRIPOD MOUNT j FLAGGING STATION o a o TEMPORARY TRAFFIC CONTROL DEVICES CCD SEQUENTIAL ARROW SIGN PROTECTIVE VEHICLE (WHEN SPECIFIED IN CONTRACT) PROTECTIVE VEHICLE WITH TRUCK MOUNTED ATTENUATOR (WHEN SPECIFIED IN CONTRACT FOR HIGH SPEED ROADWAYS) ;EINE* END ROAD WORK END ROAD WORK 020-2A NOTES 1. EXTEND TAPER ACROSS SHOULDER. 2. IF EXISTING SIGNAL IS PRESENT, SIGNAL SHALL BE SET TO ALL ""RED FLASH MODE" OR DE -ENERGIZED DURING FLAGGING OPERATIONS. I EXPIRES NOVEMBER 23.20031 INTERSECTION LANE CLOSURE FIVE LANE ROADWAY STANDARD PLAN K-16 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 12-20-02 NOM TAMANIerurA1ea¢en1mwOMAXIM rsur"wemnwvcunm le newoowW.awmerrrcew�uro,wwo" ICIMOwmta�raxru M M,t>t»><a.wm..0.,nw,.o.,.,,nL ACON _..a..,.NI WON MUM AI lin rATE CEaaN ENO* EED DATE WA? Wmh0gten Slats DopmfiiwM of Transportation 'EXPIRES NOVEMBER 23, 20031 BUFFER DATA BUFFER SPACE . B SIGN SPACING = X (FEET) RurolRoads 45/55 MPH 500'+ - Urban Arterials 35/40 MPH 350'+ - SPEED (MPH) 25 30 35 40 45 50 55 LENGTH (feet) 55 85 120 170 220 280 335 PROTECTIVE VEHICLE 801.1 AHEAD DISTANCE = R Rural Roods Urban Streets Residential Areas & Business Districts 25/30 MPH 200'+ - VEHICLE TYPE TYPICAL VEHICLE LOADED WEIGHT (LBSI POSTED SPEED (mph( STATIONARY OPERATION (feet) 4 YARD DUMP TRUCK 24,000 50-55 75 45 50 2 TON CARGO TRUCK 15.000 50-55 100 45 75 1 TON CARGO TRUCK 10,000 50-55 150 45 100 ROLL AHEAD STOPPING DISTANCE ASSUMES DRY PAVEMENT END ROAD WORK G20 -2A 500' MAX. All signs ore block on orange unless otherwise designated. CHANNELIZING DEVICE SPACING (FEET) MPH TAPER TANGENT 50/55 40 80 35/45 30 60 25/30 20 40 3 , 20:1 X X TAPER L LEGEND N SIGN LOCATION -TRIPOD MOUNT GCD SEQUENTIAL ARROW SIGN 0 0 TEMPORARY TRAFFIC CONTROL DEVICES NCO IOW PCMS CI---0---0- CI - S CI- - +71::153 MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (feet) Posted Speed (mph( 25 30 35 40 45 50 55 10 105 150 205 270 450 500 550 11 115 165 225 295 495 550 605 12 125 180 245 320 540 600 660 W20 -5L W20-1 PCMS 2 CENTER LANE CLOSED LIMITED TURNING 1.5 SEC 1.5 SEC DISPLAYS Field locate 1 mile +- 10 advance of lane closure. PROTECTIVE VEHICLE (WHEN SPECIFIED IN CONTRACT) PROTECTIVE VEHICLE WITH TRUCK MOUNTED ATTENUATOR (WHEN SPECIFIED IN CONTRACT FOR HIGH SPEED ROADWAYS) PORTABLE CHANGEABLE MESSAGE SIGN (WHEN SPECIFIED IN CONTRACT) 500' MAX. G20 -2A 48"x24" B/0 END ROAD WORK NOTES 1. MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH BUSINESS WITHIN WORK AREA LIMITS. LEFT LANE AND CENTER TURN LANE CLOSURE FIVE LANE ROADWAY STANDARD PLAN K-17 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 12-20-02 MIG' Ma RAN nNOT A NGaS-INEW®1N] WM/ NINT ELLS ONICDN.AAl[ RCOMwL.wmBYTE MOM& MOArPI.DWO n naevIOM nArprwnG STAMOINIMI NTa.TRAN.9R,ATIM ACOP wNNaa.TA. toorscousR � STATE DESIGN ENGINEER DATE Washington Stotts Deportment of Tlon.pod8Hon BUFFER DATA BUFFER SPACE = B SPEED (MPH/ 25 30 35 40 45 50 55 25/30 20 40 LENGTH (feet/ 55 85 120 170 220 280 335 605 PROTECTIVE VEHICLE ROLL AHEAD DISTANCE = R VEHICLE TYPE TYPICAL VEHICLE LOADED WEIGHT (LBS/ POSTED SPEED (mph/ STATIONARY OPERATION (feet) 320 4 YARD DUMP TRUCK 24.000 660 50 75 45 50 2 TON CARGO TRUCK 15.000 50 100 45 75 I TON :ARGO TRUCK 10.000 50 150 45 100 ROLL AHEAD STOPPING DISTANCE ASSUMES DRY PAVEMENT SIGN SPACING = X (FEET) RurolRoods 45/55 MPH 500'+ - Urban Arterials 35/40 MPH 350'+- Ruraf Roods Urban Streets 25/30 MPH Residential Areas & Business Districts 200'+ All signs are black on orange unless otherwise designated. 30 CHANNELIZING DEVICE SPACING (FEET) MPH TAPER TANGENT 50/55 40 BO 35/45 30 60 25/30 20 40 MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (feet) Posted Speed mph) 25 30 35 40 45 50 55 10 105 150 205 270 450 500 550 11 115 165 225 295 495 550 605 12 125 180 245 320 540 600 660 WI -4R END ROAD WORK R4 -7b B/W (TWO SIGNS) KEEP RIGHT G20 -2A 500' MAX. W20 -I ROAD WORK AHEAD W20-5MOD ENTER LANE 0.05E0 AHEAD 1:20 TAPER Tri L) 0 a_ 41 c--- - b--13--0--0--a--0--v--a--o- 404 o --a- a- Is -a -a - -a- -a--o- -p o • -4-a-44-0--0--0--40-43--0-43-a o IJ a--0--0--d-�-y--a 0 a-- VR/, Ai A///, ° n RL ROAD WORK AHEAD W20-1 RIGHT LANE CLOSED AHEAD W20 -5R W4 -2L LEGEND ® SIGN LOCATION -PORTABLE MOUNT 10 SIGN LOCATION -TRIPOD MOUNT CCD SEQUENTIAL ARROW SIGN 0 0 0 TEMPORARY TRAFFIC CONTROL DEVICES MIiM pCMSI PROTECTIVE VEHICLE WITH TRUCK MOUNTED ATTENUATOR (WHEN SPECIFIED IN CONTRACT) PORTABLE CHANGEABLE MESSAGE SIGN (WHEN SPECIFIED IN CONTRACT) W1 -4L PCMS DISPLAYS 1 2 CENTER LANE CLOSED LIMITED TURNING 1.5 SEC 1.5 SEC NOTES 1. EXTEND TAPER ACROSS SHOULDER. 500' MAX. 020-2A END ROAD WORK 2. MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH BUSINESS WITHIN WORK AREA LIMITS. 3. IF THE LANE SHIFT IS SHORT AND HAS SHARP CURVES (30 MPH OR LESS) USE SIGN W1-3 IN LIEU OF SIGN W1-4. Field locate after last Intersection in advance of lane closure. 'EXPIRES NOVEMBER 23,20031 RIGHT LANE CLOSURE WITH LANE SHIFT FIVE LANE ROADWAY STANDARD PLAN K-19 SHEET 1 OF 1 SHEET APPROVED FOR PUBUCATION Harold J. Peterfeso 12-20-02 NOTE DALEON a�nevcMO .. IMEIYKewroNm=lu.,cvivaNr AYMWMMO .111(0eMT1C?VOIWYO.11.4 AOOMNYYORAAp YNINAM4.1.. RAT Al.E OENON OMMER DATE Wmhingron 3roN Doporknord of Tamp Han End, gate or corner post Brace posts Line post Twisted and barbed selvage Brace pos End, gate ar corner post Twisted and barbed selvage Brace post CHAIN LINK FENCE TYPE I Brace post End, gate or corner post Brace post End, gate or corner post Pull post Knuckled selvage ruin pu>i '•.��: :;: ?'�•' '.�y::. Chain link fabric :'illi• .;SII :race roi ILFabric Fabr i c bond In' AN ••I,k^,• Sleeves Chain link fabric ;;:;III , Stretcher �, Top ro i If..:: bar It ,,,, i",. i CHAIN LINK FENCE TYPE I Brace post End, gate or corner post Brace post End, gate or corner post CHAIN LINK FENCE TYPE 4 Line post Brace post Sleeve Pull post Knuckled selvage CHAIN LINK FENCE TYPE 6 -Brace post —Twisted and barbed selvage Brace post Pull post Knuckled selvage ruin pu>i '•.��: :;: ?'�•' '.�y::. Chain link fabric :'illi• .;SII :race roi ILFabric Fabr i c bond In' -q,. Tension wire I •. Stretcher bar Brace rail ' ?:?','�•:•: t •: $I;,•: selvage Twisted and barbed 111 CHAIN LINK FENCE TYPE 4 Line post Brace post Sleeve Pull post Knuckled selvage CHAIN LINK FENCE TYPE 6 -Brace post —Twisted and barbed selvage Brace post CHAIN LINK FENCE TYPE 3 CHAIN LINK FENCE Sheet 1 of 2 Sheets ruin pu>i t•• :��t 4 Chain link fabric ---- .� '.4 Brace "IGSroil Fabric c band •'III .; Tension wire Brace rail : Stretcher bar' ;� ;•,���t J '•: y :. selvage Twisted and barbed 111 CHAIN LINK FENCE TYPE 3 CHAIN LINK FENCE Sheet 1 of 2 Sheets r END. CORNER AND PULL POST RAIL AND BRACE ROLL FORMED SECTIONS LINE POST NOTES: All concrete post bases shot! be 10" minimum diameter. All posts shall be spaced at 10" maximum intervals unless otherwise directed by the Engineer. Top or bottom tension wires shall be placed within the limits of the first full fabric weave. Details are illustrative and shall not limit hardware design or post selection of any particular fence type. TYPE MEMBER BRACE RAIL & TOP RAIL LINE & BRACE POST END, CORNER, & PULL POST GATE POST ALL POSTS ROUND H -COLUMN ROLL FORMED ROUND H -COLUMN ROLL FORMED ROUND ROLL FORMED ROUND I.D. Pipe (Inches) Weight Per Foot (Pounds) Size (Inches) Weight Per Foot (Pounds) Size (Inches) Weight Per Foot (Pounds) I.D. Pipe (Inches) Weight Per Foot (Pounds) Size (Inches) Weight Per Foot (Pounds) Size (Inches) Weight Per Foot (Pounds) 1.0. Pipe (Inches) Weight Per Foot (Pounds) Size (Inches) Weight Per Foot (Pounds) 1.0. Pipe (Inches) Weight Per Foot (Pounds) LENGTH 1 11/4 2.27 11/4 x i% 1.35 1% x I1/4 1.35 2 3.65 2'/4 4.0 i5/a x iya 2.34 21/2 5.79 31/2 x 31/2 5.14 31/2 3 1'/4 2.27 11/4 x 1% 1.35 1% x 11/4 I . 35 11/2 2.72 IT/8 2.72 15/a x 17/8 1.85 2 3.65 31/2 x 31/2 5.14 3'/2 4 11/4 2.27 11/4 x 15/e 1.35 i% x 11/4 1.35 11/2 2.72 1% 2.72 i% x 11/4 1.85 2 3.65 31/2 x 31/2 5.14 31/2 9.1 5' 6" 6 1'/4 2.27 1'/4 x 1 % 1.35 1 % x 1'/4 1.35 2 3.65 2'/4 4.0 1% x 11/4 2.34 21/2 5.79 3'/2 x 3'/2 5.19 3�/2 CHAIN LINK FENCE Sheet 2 of 2 Sheets Top Hinge (180° Swing) 14' or 20' Ak - • - s� ������������������� 4 40, Band �� Bottom Hinge (180° Swing) l � -il 1=nF 18" me ---12" Round Section 12" Round Section 12" Round Section Top Hinge (90° Swing) Bottom Hinge (90' Swing) 12" Round Section :a N A Q N v - Types 1 & 3 2' - Types 4 & 6 A M v a n a 3' - Types 1 & 3 2 - Types 4 & 6 NOTES: 1. Fence fabric shall be secured to gote frames with knuckled selvage °long top edge for Types 4 & 6 chain link fence installations. 2. Minimum post length: Types 1 & 3 8'- B" Types 4 & 6 5'- 6" CHAIN LINK GATES 6' CHAIN LINK FENCE 36' /-6' CHAIN LINK FENCE EL =1098.2± 18" CPE EL.=1069.21 46' RT. STA. 67+15 TO STA. 69+15 APPROVED: 9-7-06 CITY OF YAKIMA - ENGINEERING DIVISION DRAINAGE RETENTION POND SD2 N. 25th Ave r- 0 r ro eDcn 0 (I) L `l? t1? o NEW 18" CPE STA. 42+20 (259.5' LT.) 4' SDMH #1 (TYPE 2-48") STA. 42+20 (259.5' LT.) RIM EL. = 1118.40± I.E. 18" IN (S)=1113.50 I.E. 12" OUT (SE)=1112.25 I.E. 18" OUT (NE)=1111.75 Kort J. & Roberta Hu piker Parcel x1815 4-2;403 2401 River Road B INFILTRATION TRENCH F 17' 1 ELEV. = 1108.25 SECTION A -A NOT TO SCALE BIOINFILTRATION SWALE _7—PLANT WITH DRYUW D S — —1 20' ELEV. — 1100.00± SLOPE 0.5% TO NORTH SECTION B-8 NOT TO SCALE B 200' x 30' BIO -INFILTRATION SWALE Noel Canning Corporation Parcel x181314-214:9 cnz ea —4 _ / —\� 1f 0 1 CITY OF YAKIMA - ENGINEERING DIVISION Its APPROVED: 9-7-06 BIO -INFILTRATION DETAIL . 1 SDI]