Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2007-002 Simpson Lane Local Improvement District (LID) 1061
r . 1 ORDINANCE NO. 2007-02 AN ORDINANCE providing for the improvement of certain property by constructing an 8 -inch public sewer system, establishing a Sewer Local Improvement District, providing for the method of payment thereof, and creating a special fund. BE IT ORDAINED BY THE CITY OF YAKIMA. Section 1. The following described property situated in Yakima County, Washington, shall be improved by constructing an 8 -inch public sewer system. Yakima County parcels 191329- 32470, 191329- 32467, 191329- 32441, 191329- 32443, 191329- 32440, 191329- 32465, 191329- 33001, 191329- 33017, 191329- 33018, 191329- 33019, 191329- 33020, 191329- 33021, 191329- 33420, 191329- 33421, 191329- 33422, 191329- 33465, 191329- 33445, 191329- 33443, 191329- 33441, 191329- 33439, 191329 - 33438, 191329 - 33440, 191329 - 33442, 191329 - 33466, 191329 - 33437, 191329- 33436, 191329 - 33435, 191329 - 33434, 191329 - 33433, 191329 - 33432, 191329- 33431, 191329- 33430, 191329- 32455, 191329- 32454, 191329- 32453, 191329 - 32456, 191329- 32457, 191329 - 32458, 191329 - 32459, 191329 - 32460, 191329- 32461, 191329- 31472, 191329- 31470, 191329- 31468, 191329- 31469, 191329- 31471, 191329- 31466, 191329- 31538, 191329- 31467, 191329- 31460, 191329- 31461, 191329- 31462, 191329- 31539, 191329- 31464, 191329- 31463, 191329 - 31530, 191329 - 34436, 191329 - 34437, 191329 - 34439, 191329 - 34438, 191329- 34441, 191329- 34440, 191329- 34442, 191329- 34443, 191329- 34444, 191329 - 34513, 191329 - 34512, 191329 - 34447, 191329 - 34446, 191329 - 34448, 191329- 34449, 191329- 34451, 191329- 34450, 191329- 34453, 191329- 34452, 191329 - 34516, 191329 - 34466, 191329 - 34468, 191329 - 34476, 191329 - 34467, 191329 - 34517, 191329 -34454 Section 2. The nature and territonal extent of said proposed improvements is as follows: ROUTE OF 8 -INCH LINE. approximately 2,391 lineal feet of 8 -inch sewer pipe beginning at the existing sewer main at the beginning at the existing sewer main at the east end of Simpson Lane and South 15 Street and continuing west to South 13 Street, extending the sewer line north and south on South 13 Street, South 14 Street and South 15 Street; and Section 3. There is hereby created a Local Improvement District, to be called Simpson Lane Area "Sewer Local Improvement District No. (1061) ", which said district shall include all of the above described property Section 4. The assessments shall be made according to special benefits derived from the improvements without regard to the zone and termini method. Section 5. All costs and expenses in connection with the construction of said improvements, including the engineering, inspection, advertising, publication of notices, and all other expenses incident thereto, shall be levied and assessed against all of the property legally and properly assessable therefore as provided by law and as above described. The City Manager is hereby designated as the official representative of the City to act in connection with the project and is authorized to take such additional actions and execute documents that may be necessary and prudent to complete the project. Section 6. The work necessary to be done in connection with the making of said improvements shall be done by contract upon competitive bids according to specifications and plans as prepared by the Engineering Division of the Department of Community and Economic Development, and the City shall have the power to reject any and all bids. Section 7. There is herby created a special fund, to be known as "Sewer Local Improvement Fund, District No (1061) ", into which shall be placed all sums paid on account of the aforesaid special assessments, including all interest and penalties thereon, and in the event of the sale of local improvement bonds by the City, all premium and interest on said bonds issued for said improvement. Section 8. Bonds shall be issued in payment of the costs and expense of said improvements, which bonds shall be redeemed by the collection of special assessments to be levied and assessed upon the property within said district, which assessments, with interest, shall be payable annually under the mode of payment "payment by bonds" as defined by the statutes of the State of Washington and the ordinances of the City of Yakima; provided, this improvement may be financed the issuance of notes, under the authority of R.C.W 39.50 and Section 8 12.100 of the City of Yakima Municipal Code. The term and interest rate of bonds and special assessments contemplated by this section shall conform to provisions, terms and conditions to be specified by a subsequent ordinance of the City of Yakima. It is the intent of the City to reimburse a portion of the costs of these improvements with the proceeds of bonds (Reimbursement Bonds) to be issued by the City The interest on these bonds is excludable from gross income under Section 103 of the Internal Revenue Code of 1986, as amended. The maximum principal amount of Reimbursement Bonds expected to be issued is $339,103.22. This declaration of official intention is made pursuant to Section 1 103 -18 of the Income Tax Regulations promulgated by the U.S Department of Treasury Section 9 The actual assessments levied for this improvement may vary from the assessment estimates so long as they do not exceed a figure equal to the increased true fair value the improvement adds to the property Section 10. This ordinance is one relating to local improvements or assessments therefore, and shall become effective 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 20th day of Feb . 2007 i i d AL /�__ David Edler, Mayor ATTEST City Clerk Publication Date: _2/23/07 Effective Date: 2/23/07 y e 7 31426 S 15TH STREET lk 32405 M M 32410 32435 31648 32406 32413 LID 32424 31444 111111 N N 32407 - +, I! n 31547 03 M - N � 32408 31401 MIA EPA 1L- 31423 CV ti Yakima o Yakima City Limits 31402 t 32409 lo 32414 32415 314 12 32412 31412 mi ,'4sQ 31467 3140. 31403 LID Parcels Me _ 31424 31459 32464 31475 y . 31542 31535 31515 1495 31476 • •����� 32463 N 31473 L 3 91517 31514 31497 Ell ' 32462 d 3 47 __3 47 re .: LIIIIIIIIM 32446 I - ' u. �� N �...... 31613 .... _ .. ZZ .W� 31512 31480 . 1 32446 -____- .r7.:...: �..... r.2 • •1 �••••....rt+en.:.w.�.: MO 3 . , .................Z 3 . , .................Z 31481 32442 Mil Mill �_� .._ • 31511 32447 177∎ . 1.5-11M o a.- w�',- >��..'.�. ..�.�. �° .� ...��.° ..= .., f.. .W .. ~ 'a. _ � 31501 - �...� fix : < 7G�. N., �.,....ti.. .:. `r...I.�...,u,: 31529 31521 3 50 31482 miiiMi 2451 w r __'.. °• _ _ 3 A150A I Mal M . `��:__�.w��T .. . _ _ • 7711 31507 2 452 32444 . ._ _. - v.. ..` _ ..� •., •:� .,: 1 31483 E Viola Ave -- ' "'� 31049 .. 3156 31 660 �-_ _ _ E Viola Ave e ..: d e a d a a fl, n--------: _ II � _ ,... }G� � = -469- M M m A n i M . •� - m . 1 ••• `. . M V ` ° I e — wM 34456 co IMINIONI 15 ' . :E=2 _ _ a _ MOM .t.--_-_, ..�.. . ....ra. �� r � 34445 — == Simpson 33005 u ... .r. ....� �.�. .� +. ........,..... � 0 o „MC = RL T-- � „— ��i1 -Y a i� 34508 ' 33006 v F 33003 330.111S: = _� �� �` � v .. r.. .. n H 33062 ... �+ v n _ p � �,�� v .. .�T'LN�''. u� ` . &. ' ... v . �:� �wNYv - WA�'_•' °.e"_° 33083 33060 w �'�'�, p Y..3....- . +...MSom'yw.,•SC�1: ' MOM IIIIIIIIIIIII 5008 3060 . ...�.�nw .. .�..... �. .o��...M....�.. .'s....3 .a44 . __ .. 13,. .,._r�..;.•.1 .. tr : 7 _ � � 7 .. 34504 34503 I_ _ I .r.M... 34420 VOA w ^ 33A23 1 34514 mo 0t r n w_ N _ G /1111111/1111. NM= s ec/ IMINRI 11111=11111 �, AG 33033 33026 33025 33024 33022 33424 Mill 4. /io n 5 34473 • 33425 5 Scale —lin = 300ft -- sl4t IIIIIIIIIIII 0 150 300 CONSTRUCTION COST ESTIMATE PROPOSED SIMPSON LN SANITARY SEWER III CITY PROJECT 9/15/06 ITEM PROPOSAL ITEM QTY UNIT UNIT AMOUNT NO ITEM PAYMENT SECTION PRICE DOLLARS DOLLARS 1 SPCC PLAN 1 LS $750 00 $750 00 1 -07 15(1) 2 MOBILIZATION 1 LS $10,000 00 $10,000 00 1 -09 7 3 TRAFFIC CONTROL SUPERVISOR 280 HR $35 00 $9,800 00 1 -10 5 4 TRAFFIC CONTROL 560 HR $33 00 $18,480 00 1 -10 5 5 CONSTRUCTION SIGNS CLASS 'A' (Guesstament!) 256 SF $10 00 $2,560 00 1 -10 5 6 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS $5,000 00 $5,000 00 2 -02 5 S HORING OR EXTRA EXCAVATION CLASS B 59664 SF $0.20 $11,932 80 -09 5 8 SURFACE REPAIR (Guesstamatel) 2600 SY $15 00 $39,000 00 5 -04 5 9 MANHOLE, 48 IN DIAM TYPE 1 22 EA $2,200 00 $48,400 00 7 -05 5 10 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 4480 TON $15 00 $67,200 00 7 -08 5 11 STRUCTURE EXCAVATION CLASS B INCL. HAUL 6847 CY $3 00 $20,541 00 7 -08 5 12 PVC SANITARY SEWER PIPE 8 IN DIAM 2391 LF $28 00 $66,948 00 7 -17 5 13 PVC SANITARY SEWER PIPE 10 IN DIAM 3042 LF $30 00 $91,260 00 7 -17 5 14 PVC SANITARY SEWER PIPE 4 IN DIAM 2025 LF $25 00 $50,625 00 7 -17 5 15 REPAIR OR REPLACEMENT 1 FA $5,000 00 $5,000 00 8 -30 5 SUBTOTAL $447,496 80 SALES TAX (8.2 %) $36,694 74 III PROJECT TOTAL $484,191.54 ASSESSMENT ROLL SIMPSON LANE AREA SEWER LOCAL IMPROVEMENT DISTRICT 410 PROPERTY OWNER/ PARCEL PARCEL ADDRESS/ PRELIMINARY NUMBER LEGAL DESCRIPTION ASSESSMENT 191329 -33422 LEON & EDELMIRA A LOZA $5,969 78 1714 S 13TH STREET Legally Described as BOWDEN HOME SITES LOT 3 BLK 2 191329 -33421 HUMBERTO & MARTHA E CASTANEDA $5,969 78 1712 S 13TH STREET Legally Described as BOWDEN HOME SITES LOT 2 BLK 2 191329 -33420 BERNICE BISCONER $5,969 78 1710 S 13TH STREET Legally Described as BOWDEN HOME SITES LOT 1 BLK 2 191329 -33021 RONALD & DONNA LAWSON $5,969 78 1708 S 13TH STREET Legally Described as S 50FT OF S1/2 S1/2 OF E 2 AC OF W1/2 NE1 /4 SW1 /4 SW1 /4, EX CO RD R/W 191329 -33020 ISELA MALDONADO ARCEO $5,969 78 1703 S 13TH STREET Legally Described as S1/2 S 1/2 OF E 2 AC OF W1/2 NE1 /4 SW1 /4 SW1 /4 EX S 50 FT 191329 -33019 JANETTE 0 UPMEYER $5,969 78 1704 S 13TH STREET Legally Described as S1/2 N1/2 S1/2 OF E 2 AC OF W1/2 NE1 /4 SW1 /4 SW1 /4 78 BROADMORE 66X14 SERIAL #2338 191329 -33018 JOSE BLANCO $5,969 78 1702 S 13TH STREET Legally Described as N1/2 N1/2 S1/2 OF E 2 AC OF W1 /2 NE1 /4 SW1 /4 SW1 /4 • 191329 -33017 EDELMIRA C ET AL ESQUIVEL 1612 S 13TH STREET $5,969 78 Legally Described as S 108 FT OF S1/2 N1/2 OF E 2 AC OF W1/2 NE1 /4 SW1 /4 SW1 /4 191329 -33001 VERONICA RODRIGUEZ 1606 S 13TH STREET $5,969 78 Legally Described a§ N1/2 OF E 2 AC OF W1/2 NE1 /4 SW1 /4 SW1 /4 EX S 108 FT 191329 -32465 FRANCISCO & SANTOS OCHOA 1211 E VIOLA AVENUE $5,969 78 Legally Described as CHAS CIMPSON 5 ACRE TRS W 70 FT OF E 95 FT OF S 210 FT 191329 -32440 ANGEL & ANGELICA LOPEZ 1512 S 13TH STREET $5,969 78 Legally Described as CHAS SIMPSON 5 ACRE TRS N 64 FT OF S • 274 FT LOT 14, EX E & W 25 FT FOR RD 191329 -32443 BEN E COOLEY 1510 S 13TH STREET $5,969 78 Legally Described as CHAS SIMPSON 5 ACRE TRS SE1 /4 OF N 95 FT OF S 369 FT EX E 25 FT FOR STR 191329 -32441 EMILIO L & IMELDA MARTINEZ 1508 S 13TH STREET $5,969 78 Legally Described as CHAS SIMPSON 5 ACRE TRS NE1 /4 OF N 95 FT OF S 369 FT EX E 25 FT FOR STR 191329 -32470 DOUG LEMON 1502 S 13TH STREET $5,969 78 Legally Described as CHAS SIMPSONS FIVE ACRE TRS N 281 FT & E 20 FT OF S 369 FT, EX W 136 FT OF N 281 FT & EX N 200 FT OF E 120 FT OF TR 14 191329 -32467 DOUG LEMON • 1502 S 13TH STREET $5,969 78 Legally Described as CHAS SIMPSON 5 ACRE TRS N 200 FT OF E 120 FT TR 14 191329 -32461 DANIEL J PATTON 1507 S 13TH STREET $5,969 78 Legally Described as FAIRVIEW ADD NO 1 LOT 7 BLK 3 191329 -32460 MARTIN T & BEATRIZ A HARO $5,969 78 1508 S 14TH STREET Legally Describes as FAIRVIEW ADD #1 LOT 6 BLK 3 191329 -32459 JAMES MCCLAIN $5,969 78 1301 E VIOLA AVENUE Legally Described as FAIRVIEW ADD NO 1 LOT 5 BLK 3 191329 -32458 FRANCISCO & NORA RIOJAS JR $5,969 78 1305 E VIOLA AVENUE Legally Described as FAIRVIEW ADD #1 LOT 4 BLK 3 191329 -32457 CASA DE CARLOS LLC $5,969 78 1309 E VIOLA AVENUE Legally Described as • FAIRVIEW ADD NO 1 LOT 3 BLK 3 191329 -32456 TONY L GARCIA $5,969 78 VIOLA AVENUE E /14TH STREET Legally Described as FAIRVIEW ADD NO 1 LOT 2 BLK 3 191329 -32455 EDUARDO & VICTORIA GARCIA $5,969 78 1319 E VIOLA AVENUE Legally Described as SECTION 29 TOWNSHIP 13 RANGE 19 QUARTER SW PLAT FAIRVIEW ADD NO 1 (1 -11) BLOCK 3 LOT 1 EX N 134 FT 191329 -32454 JUAN & MARIA L MALDONADO $5,969 78 1510 S 14TH STREET Legally Described as FAIRVIEW ADD NO 1 S 70 FT OF N 134 FT OF LOT 1 BLK 3 191329 -32453 JUAN & MARIA L MALDONADO $5,969 78 1510 S 14TH STREET • Legally Described as FAIRVIEW ADD NO 1 N 60 FT LOT 1 BLK 3 191329 -33436 MANUEL BRAVO GUTIERREZ 1302 E VIOLA AVENUE $5,969 78 Legally Described as FAIRVIEW ADD NO 1 N1/2 LOT 5 BLK 2 191329 -33437 BRADLEY G & TINA J EVANS 1611 S 13TH STREET $5,969 78 Legally Described as FAIRVIEW ADD NO 1 S1/2 OF LOT 5 BLK 2 191329 -33435 GERALD E & AMELIA EVANS 1304 E VIOLA AVENUE $5,969 78 Legally Described as FAIRVIEW ADD NO 1 LOT 4 BLK 2 191329 -33438 ALVARO & SILVIA LICEA $5,969 78 1308 SIMPSON LANE Legally Described as FAIRVIEW ADD NO 1 E1/2 OF LOT 6 BLK 2 MH >REAL 1996 GUERDON 26X52 SER #GDB0104969235AB TY 2000 (TITLE ELIMINATION) 191329 -33434 GILBERT E MILLER $5,969 78 Illr 1307 SIMPSON LANE Legally Described as FAIRVIEW ADD NO 1 S1/2 LOT 3 BLK 2 191329 -33432 RUSSELL 0 MILLER $5,969 78 1307 SIMPSON LANE Legally Described as FAIRVIEW ADD NO 1 S1/2 LOT 2 BLK 2 191329 -33431 MACARIO & CATALINA MATEO CARRERA $5,969 78 1610 S 14TH STREET Legally Described as FAIRVIEW ADD #1 S1/2 LOT 1 BLK 2 191329- 33430 JOAQUIN & MARIA GUADALUPE VIDRIO $5,969 78 1314 E VIOLA AVENUE Legally Described as FAIRVIEW ADD #1 N1/2 LOT 1 BLK 2 191329 -33439 GARY & ERMA AURAND $5,969 78 1701 S 13TH STREET Legally Described as • FAIRVIEW ADD #1 W1/2 LOT 6 BLK 2 • 191329 -33441 ISELA & JAIME ARCEO 1703 S 13TH STREET $5,969 78 Legally Described as FAIRVIEW ADD NO 1 W1/2 LOT 7 BLK 2 191329 -33443 ISELA & JAIME ARCEO $5,969 78 1705 S 13TH STREET Legally Described as FAIRVIEW ADD NO 1 W1/2 LOT 8 BLK 2 191329 -33465 KENNETH L JONES $5,969 78 1620 S 14TH STREET Legally Described as PARCEL A BOOK L -0050 191329 -33445 KENNETH L JONES $5,969 78 1622 S 14TH STREET Legally Described as FAIRVIEW ADD NO 1 LOT 10 BLK 2 191329 -33466 JESUS & CONSUELA PEREZ $5,969 78 1620 S 14TH STREET Legally Described as PARCEL B BOOK L -0050 191329 -33442 ADALINO J & MARIA A MALDONADO $5,969 78 1618 S 14TH STREET Legally Described as FAIRVIEW ADD NO 1 E1/2 LOT 8 BLK 2 MH >REAL 1978 KOZY 24X32 SER #MC1097AB (RECORD CHANGE FORM TY 2003) 191329 -33440 MARIA S ETAL PADILLA $5,969 78 1616 S 14TH STREET Legally Described as FAIRVIEW ADD #1 E1/2 LOT 7 BLK 2 191329 -34453 ROBERTA SONNENTAG $5,969 78 1623 S 14TH STREET Legally Described as FAIRVIEW ADD NO 1 W1/2 LOT 10 191329 -34451 MISUEL & IRMA VERDUZCO $5,969 78 1621 S 14TH STREET • Legally Described as FAIRVIEW ADD NO 1 W1/2 LOT 9 BLK 1 PACD -85- 210162-LOZANOO>AYALA & TAVENNE 191329 -34448 LUCIO & JOSEFINA R ROBLES • 1619 S 14TH STREET $5,969 78 Legally Described as FAIRVIEW ADD NO 1 W1/2 LOT 8 BLK 1 191329 -34447 HEIDY VERDUZCO 1617 S 14TH STREET $5,969 78 Legally Described as FAIRVIW ADD NO 1 W1/2 LOT 7 BLK 1 191329 -34513 JAIME H & FLORINDA P NAVA $5,969 78 1410 SIMPSON LANE Legally Described as FAIRVIEW ADD #1, LOT 6 BLK 1, EX E 70 FT 191329 -34452 WAYNE L & ROSANNA E ERVIN $5,969 78 1622 S 15TH STREET Legally Described as FAIRVIEW ADD NO 1 E1/2 LOT 10 BLK 1 191329 -34450 WAYNE L & ROSANNA E ERVIN $5,969 78 1622 S 15TH STREET Legally Described as FAIRVIEW ADD NO 1 E1/2 LOT 9 BLK 1 191329 -34449 JAMES E RIXIE $5,969 78 1620 S 15TH STREET Legally Described as FAIRVIEW ADD NO 1 E1/2 LOT 8 BLK 1 74 IMPERIAL 42X22 SERIAL #ANH1733265 191329 -34446 DOUGLAS & CARLOS STAHL $5,969 78 1618 S 15TH STREET Legally Described as FAIRVIEW ADD NO 1 E1/2 LOT 7 BLK 1 191329 -34512 B L WYATT $5,969 78 1419 SIMPSON STREET Legally Described as FAIRVIEW ADD NO 1 E70 FT OF LOT 6 BLK 1 191329 -34437 MAYREE J BECKETT TRUSTEE $5,969 78 1609 S 14TH STREET Legally Described as FAIRVIEW ADD NO 1 S1/2 LOT 1 BLK 1 191329 -34439 LUIS PEREZ $5,969 78 • 1407 SIMPSON LANE Legally Described as FAIRVIEW ADD NO 1 S1/2 LOT 2 BLK 1 191329 -34441 CAROL WAGGONER 1411 SIMPSON LANE $5,969 78 Legally Described as FAIRVIEW ADD NO 1 S1/2 LOT 3 BLK 1 191329 -34443 CHARLES R PAGE 1413 SIMPSON LANE $5,969 78 Legally Described as FAIRVIEW ADD NO 1 S 150 FT OF LOT 4 BLK 1 191329 -34444 JOHN E & ANNIE P EVERHART 1416 E VIOLA AVENUE $5,969 78 Legally Described as FAIRVIEW ADD NO 1 LOT 5 BLK 1 191329 -34442 HENRY JOHNSON $5,969 78 1412 E VIOLA AVENUE • Legally Described as FAIRVIEW ADD NO 1 LOT 4 BLK 1 EX S 191329 -34440 CAROL WAGGONER $5,969 78 1410 E VIOLA AVENUE Legally Described as FAIRVIEW ADD NO 1 N1/2 LOT 3 BLK 1 191329 -34438 JOSE C BAEZ $5,969 78 1408 E VIOLA AVENUE Legally Described as FAIRVIEW ADD NO 1 N1/2 LOT 2 BLK 1 191329 -34436 RONNIE WILSON $5,969 78 1402 E VIOLA AVENUE Legally Described as FAIRVIEW ADD NO 1 N1/2 LOT 1 BLK 1 191329 -31460 ANITA KAY EK $5,969 78 1401 E VIOLA AVE Legally Described as FAIRVIEW ADD NO 1 LOT 1 BLK 4 • • 191329 -31461 IGNACIO CISNERROS $5,969 78 1411 E VIOLA AVENUE Legally Described as FAIRVIEW ADD NO 1 LOT 2 BLK 4 191329 -31462 EDUARDO SANCHEZ - HERNANDEZ $5,969 78 1415 E VIOLA AVE Legally Described as FAIRVIEW ADD NO 1 LOT 3 BLK 4 191329 -31463 EDUARDO OCHOA $5,969 78 1514 S 15TH STREET Legally Described as FAIRVIEW ADD NO 1 LOT 4 BLK 4 191329 -31464 WILLIAM T A RENECKER $5,969 78 1515 S 14TH STREET Legally Described as FAIRVIEW ADD NO 1 S1/2 LOT 5 191329 -31539 GEORGE WAYMAN CHAPMAN $5,969 78 1406 E BURWELL STREET #1 -2 Legally Described as FAIRVIEW ADD NO 1 N1/2 LOT 5 191329 -31467 WILLIAM T A RENECKER $5,969 78 1515 S 14TH STREET Legally Described as FAIRVIEW ADD NO 1 S1/2 LOT 5 191329 -31538 GERONIMO & MARIA G RIVERA $5,969 78 1513 S 14TH STREET Legally Described as FAIRVIEW ADD NO 1 S1/2 N1/2 LOT 6 BLK 4 191329 -31466 GABRIELA HERRERA $5,969 78 1511 S 14TH STREET Legally Described as FAIRVIEW ADD NO 1 N1/2 N1/2 LOT 6 191329 -31468 LUSIA ALMANZAR $5,969 78 1509 S 14TH STREET Legally Described as FAIRVIEW ADD NO 1 LOT 7 BLK 4 191329 -31470 LEON LOZA ^ • 1505 S 14TH STREET $5,969 78 Legally Described as FAIRVIEW ADD NO 1 W1/2 LOT 8 BLK 4 191329 -31472 SAMUEL C & JOSEFINA T RIOJAS 1503 S 14TH STREET $5,969 78 Legally Described as FAIRVIEW ADD NO 1 W1/2 LOT 9 BLK 4 191329 -31469 ALYCE E TRIPLETT 1508 S 15TH STREET $5,969 78 Legally Described as FAIRVIEW ADD NO 1 E1/2 LOT 8 BLK 4 77 BARRINGRON 66X14 SERIAL #1236 191329 -31471 ALBERTO & LIDIA RAMOS $5,969 78 1504 S 15TH STREET Legally Described as FAIRVIEW ADD NO 1 E1/2 LOT 9 BLK 4 191329 -31530 EVELYN E PLUNKETT $5,969 78 1511 S 15TH STREET • Legally Described as FAIRVIEW ADD NO 2 LOT 15 BLK 3 191329 -34516 EMILIO L & IMELDA MARTINEZ $5,969 78 1619 S 15TH STREET Legally Described as FAIRVIEW ADDITION NO 3 LOTS 7 & 8 EX E 140 6 FT 191329 -34466 GARY & ROSENA GRONAU BILLS $5,969 78 1621 S 15TH STREET Legally Described as FAIRVIEW ADD NO 3 W1/2 LOT 9 191329 -34468 GUY W & RAMONA L WATSON $5,969 78 1623 S 15TH STREET Legally Described as FAIRVIEW ADD NO 3 W1/2 LOT 10 191329 -34476 DOLORES MERAZ $5,969 78 1624 S 16TH STREET Legally Described as FAIRVIEW ADD #3 E1/2 OF LOT 10 • • 191329 -34467 MIGUEL & MARIA &CERVANTES 1620 S 16TH STREET $5,969 78 Legally Described as FAIRVIEW ADD #3 E1/2 OF LOT 9 191329 -34517 MIGUEL & MARIA B CERVANTES 1620 S 16TH STREET $5,969 78 Legally Described as FAIRVIEW ADD NO 3 E 140 6 FT OF LOT 7 & 8 191329 -34454 RUBEN S & SHARLENE S TARULA 1502 E VIOLA AVE $5,969 78 Legally Described as FAIRVIEW ADD #3 N1/2 OF LOT 1 • at' Y' _ DEPARTMENT OF (COMMUNITY AND ECONOMIC DEVELOPMENT William R Cook, Director Engineering Division L�,•�_= 129 North Second Street Yakima, Washington 98901 Phone (509) 575 -6111 • Fax (509) 576 -6305 October 12, 2006 TO Property Owners in the Simpson Lane Area FROM City of Yakima Engineering Division RE Sewer, Local Improvement District The City of Yakima has received a petition to form a Sewer Local Improvement District (L.I.D) to construct sewer expansion in the area of South 13` 14 and South 15` Street. This improvement would provide sewer service to your property A public meeting has been scheduled to discuss this proposal and answer your questions. Thursday, October 26 DATE y, 26, 2006 TIME 6 00 PM LOCATION City of Yakima Fire. Station #95 807 East Nob Hill All properties benefited by the improvement are included in the Local Improvement District and assessed for the cost of the improvement in accordance with Washington State law The estimated share cost will be discussed at the meeting. The financing process for Local Improvement Districts allows for payment of the assessment over a ten. year period. If you have any questions, please contact Patty Huff in the City Engineering Division (576 -6674) We look forward to seeing you at the meeting. Yakima Ai-Marta Oh ' 11 1! 1994 01 Y el DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT s William R Cook, Director , C. ) Engineering Division 129 North Second Street • Yakima, Washington 98901 Phone (509) 575 -6111 ' Fax (509) 576 -6305 12 de octubre, 2006 PARA Duenos de Propiedades en el area de la Simpson Lane DE Division de Ingenieria de la Ciudad de Yakima REF Distrito de Mejora Local de Alcantarillado La Ciudad de Yakima ha recibido una peticion para formar un Distrito de Mejora Local de Alcantarillado (L I D ) para construir una expansion del alcantanllado en el area al sur de las calles 13, 14 y 15 Esta mejora proveera servicio de alcantanllado a su propiedad Se ha programado una junta piiblica para discutir esta proposicion y para responder sus preguntas FECHA Jueves 26 de octubre del 2006 4 110 HORA 6 00 pm LUGAR. Estacion de Bomberos #95 de la Ciudad de Yakima 807 East Nob Hill Todas las propiedades beneficiadas por esta mejora estan incluidas en el Distnto de Mejora Local y seran tasadas por el costo de la mejora de acuerdo a la ley del Estado de Washington En la Junta se discutira el costo compartido estimado El proceso de financiamiento del Distrito de Mejora Local permite que el costo sea pagado en un periodo de hasta diez anos. Si usted tiene alguna pregunta, comuniquese con Patty Huff en la Division de Ingenieria de la Ciudad (576 -6674) Esperamos verlo en la Junta. • Yakima µtear 'Ills► 1994 PUBLIC MEETING - E. N ILLFIRE STATION • OCTOBER 26, 2006 NAME ADDRESS PHONE • 7-, ( .17-6,f, /� 7 `�7 .` 4 r�' _ C-t _ s 76 - - CDC 7 riq , /7 /lc.), r s o -- f w / B /y --S/ �ak�mn � ys z- 8 � ('`` . - - . _ c • ! 2 c0 C r '-- /, r v, it 1 A .J 1 G , G 7 s' Ilain SA) ). r0 11. 0 Y7 4 3 13( 1 ‘ 1 y S 1s S 7`)./,, -; } »,, v Zd.S._L /6 in _ ,14-- Me_ n e X703 S 13 5 T y a K1'ro6t. 12 S_LI G0 A s ex e S / 3 /.2 ./- Pie/ Al -a 11 r)-/ S 25/-5 5/2 ROu-iw �tuaAG \v Z_ �L �hta 13ik{ E ,0 0, A O c, w Cs. 9 '1 " 5 7 07 4R 9i IA - s 0-77 crlr#Fc _ o E tI. 'L y A, LA . 9r690/ y9 - 6,,c/5 \ c E 1 ,STa �Cna )7 /z S _ - A srYKA k, n-. n. wA O/ 6 - 83 I co I/I S ✓Ar C o Q Lye_'__ /62_0 5 / _y/Li cT Yk4ic Nta 4veti, y 6, q $ . y / / //) J y_.‘_e` gt_ -LJ2 — I: Vi DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT Engineering Division i ? r , 129 North Second Street Yakima, Washington 9890 1 • • r• • • g Q (509) 575 -6111 • Fax 576 -6305 K. Wendell Adams, City Engineer January 31, 2006 TO Property Owners in the Simpson Lane Area FROM City of Yakima Engineering Division RE Sewer Local Improvement District The City of Yakima has received a petition to form a Sewer Local Improvement District (L.I D) to construct sewer expansion in the area south of E. Viola Avenue, north of Iler Lane, S 13 14 and 15' Street This improvement would provide sewer service to your property A public meeting has been scheduled to discuss this proposal and answer your questions • DATE Thursday, February 16 2006 TIME 6 30 PM LOCATION City of Yakima Fire Station #95 807 East Nob Hill All properties benefited by the improvement are included in the Local Improvement District and assessed for the cost of the improvement in accordance with Washington State law The estimated share cost will be discussed at the meeting. The financing process for Local Improvement Districts allows for payment of the assessment over a ten - year period. If you have any questions, please contact Patty Huff in the City Engineering Division (576 -6674) We look forward to seeing you at the meeting Yakima tad qua '1 1994 Y DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT William R Cook, Director ♦'a �___� Engineering Division • ! = 129 North Second Street w = == ` Yakima, Washington 98901 Phone (509) 575 -6111 • Fax (509) 576 -6305 31 de enero del 2006 PARA Duenos de Propiedades en el area de la Simpson Lane DE Division de Ingenieria de la Ciudad de Yakima REF Distrito de Mejora Local de Alcantanllado La Ciudad de Yakima ha recibido una peticion para formar un Distrito de Mejora Local de Alcantarillado (L I D ) para construir una expansion del alcantanllado en el area al sur de la avenida E Viola, al norte de la calle Iler Lane, calles S 13 14th and 15 Esta mejora proveera servicto de alcantanllado a su propiedad. Se ha programado una junta publica para discutir esta proposicion y para responder sus preguntas. FECHA Jueves 16 de febrero del 2006 HORA 6 30 pm LUGAR Estacion de Bomberos #95 de la Ciudad de Yakima 807 East Nob Hill Todas las propiedades beneficiadas por esta mejora estan incluidas en el Distrito de Mejora Local y seran tasadas por el costo de la mejora de acuerdo a la ley del Estado de Washington. En la junta se discutira el costo compartido estimado El proceso de financiamiento del Distrito de Mejora Local permite que el costo sea pagado en un periodo de hasta diez anos. Si usted tiene alguna pregunta, comuniquese con Patty Huff en la Division de Ingenieria de la Ciudad (576 -6674) Esperamos verlo en la junta. • Yakima Aa�kaC11 '111 J' 1994 SIMPSOI1 NE L.I.D. PUBLIC MEETING — E. NOB HILL FIRE STATION FEBRUARY 16, 2006 NAME ADDRESS - PHONE ,7 4 , c/ Ccc' 7 - 0 ho . IIIIWNMRRMNP ZIIIIWIMMMMIMIEOIMINIIIIMIIIIIIMPAPZNIEJPZAIIIIIII S MINABEIIIMII ' r - s)- 3 e 6 i.. / 0 3 ° I9 k7 D U 9 P. 61 c) .• • '.� 1 q 3C -Q : _w,, V t_ / G IS -C6 / _ _ 'Tick 1-1 1 -- • ■ ■ ^ F /t- / r t/r‘0t /) v i' /l ', `7g5'° . 4-/ Z — 4 y • • - C_ wiramnammagimu 1 o - n-. c_ 5 - .3 J 1 1) 111=111r1111.1111111.11.11111.111111.111111111 EMI11111111111111111111111111111111111, All 4 PUBLIC MEETING SE. N ®HILL FIRE STATION FEBRUARY 16, 2006 NAME ADDRESS PHONE /L 7' 4 1P A,/4 vA H fr 7 o _ , r-575-75 72 c. 11/1 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT - 0 :\ William R Cook, Director • £ ' V 'k ) Engineering Division 129 North Second Street Yakima, Washington 98901 Phone (509) 575 -6111 • Fax (509) 576 -6305 MEMORANDUM TO S 15 Street Areas FROM City of Yakima Engineering Division RE Potential Sewer LID DATE February 20, 2006 The City of Yakima has received inquiries about providing sewer service to your neighborhood. The most common method we use for sewer expansion is the creation of a Local Improvement District (LID) by the property owners. The LID provides for construction of the improvement, with financing over a 10 -year period The actual construction costs determine the final assessment, with the cost shared by the property owners. Our recent Sewer LID on S 9 Avenue (south of Mead) had a final assessment to each lot of approximately $5,000, with no additional connection fees. Property owners are not required to connect to the sewer upon completion of the project, but the service is available if a septic failure should occur At this time, we would like to measure your interest in creating a LID in your neighborhood. If a majority of the property owners are interested in the project, our staff will schedule a neighborhood meeting to provide you with additional information and determine the scope of the project. Please indicate your preference at the bottom of the page and return it to the Engineering Division in the pre- addressed envelope We will advise you of the status of the proposed LID after we compile the results. If you have any questions, please contact Patty Huff in the Engineering Division at 576 -6674 or 575 -6111 Yes, I am interested in forming a Local Improvement District for construction of a public sewer main to serve my property No, I am not interested in forming a Local Improvement District at this time. Name Address Parcel Number Phone Number • Yakima bltd riff, 1991 • .� � '' Y.4 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT " 7 4 1111/6 " I s Engineering Division ' `' 129 William R. Cook, Director North Second Street p ,d Yakima, Washington 98901 Phone (509) 575 -6111 • Fax (509) 576 -6305 MEMORANDUM PARA Los duenos de propiedades en el area de la S 15 Street DE La Division de Ingenieria de la Ciudad Yakima REFERENTE Posibilidad de Formacion de un LID de Drenaje FECHA. 20 de febrero del 2006 La Ciudad de Yakima ha recibido preguntas acerca de la posibilidad de proveer el servicio de drenaje en su barrio El metodo mas coma que utilizamos para la expansion del drenaje es la creaclon de un Distrito Local de Mejoramiento (LID) para los duenos de las propiedades incluidas El LID provee para la construccion del mejorarnlento, con un financiamiento de hasta diez anos Los costos reales de Ia construccion determinan la tasacion final, con el costo compartido entre los duenos de esas propiedades. Nuestro reciente LID de drenaje en la avenida S 9th (al sur de Ia calle Mead) tuvo una tasacion final para cada lote de aproximadamente • $5,000 sin costos adicionales para la conexion Los duenos de las propiedades no estan obligados a conectarse al drenaje cuando termine la construccion del proyecto, pero el serviclo esta disponible si ocurre una falla en el sistema septico Por el momento, quisieramos evaluar su interes en la creacion de un LID en su barrio Si la mayoria de los duenos de las propiedades estan interesados en el proyecto, nuestro personal programara una junta del vecindario para proveerles informacion adicional y para determinar el alcance de este proyecto Por favor indique su preferencia en la parte de abajo de la pagma y devuelvala a Division de Ingenieria en el sobre proveido con la direccion ya anotada. Despues de que compilemos los resultados le informaremos la situacion de la propuesta del LID Si usted tiene alguna pregunta, por favor comuniquese con Patty Huff en la Division de Ingemeria. al telefono 576 -6674 � 575-6111 Si, estoy interesado en la formacion de un Distrito Local de Mejoramiento para la construccion de una linea principal de drenaje publico que sirva mi propiedad. No, no estoy interesado en la formacion de un Distrito Local de Mejoramiento en este momento Nombre Direccion III Numero de Parcela. T elefono Yakima trikd AHlm.lo my '111 J: 1994 ' 75/C I C/ INFORMAL PETITION FOR �rn� %O-Y1. SEWER w E a Ce wec- L L TO The City Council PETITION NO al" -i_7 Yakima, Washington The undersigned, being the owners of lots abutting upon the line of the improvement hereinafter described, hereby petition you to organize a local improvement district and cause the construction of A sanitary sewer main extension with side sewers to each parcel within the LID The cost of said improvement to be paid by special assessments levied upon the abutting property, said assessment to be divided into 10 equal installments payable annually with interest according to law Because the neighborhood is located outside the City of Yakima boundary participants will be required to sign Outside Utility Agreements The Agreements may be signed at any time, however, signed Outside Utility Agreements representing a minimum of seventy -five percent (75 %) of the assessed land 110 value must be obtained from the neighborhood before the Yakima City Council will create such district 1(1\.1 I t RI- ()I O\\ \I R .\I)DR1 01 I At_ I I I'ROPI R I 1 oc Ya./1-CAZ So y7 2-- (i/c, c f. � � M P 2 1 �t 1 ,� I s S 7 ` - 7I l (11l - (bez 1(17 - 15 ;T k i. PFTITION ivo Or —63 • • COMMENTS • L P eNd 1 4-kc inEE Ai N Q s -F tom • i I + i-h P2.EsEN- tAti WAS NO A cAliz- 2EP RE: sENL1oN o 1.eJ uu1ll V iti K A c h p 1 T I from fist D 016- ficl-wAl EIAPUtvSE5 tkat - otvgol _osk ion, to /K 1.0 Los Is o Nt j 1- - bEyu L.I --� TNIREst oN) LID. hct3L 9 f +0 house c 20 m 5 E1 a- sinop pdd _ -1- A lc COR- +hE LA. cs Vlo �l S63,3EQ tyPENsE ((-) UJ o LA (d ( J u ► b a (AR- w i f No 412 5, hoo tuQ wowld hAor +o bl ,Ink 0 11,\E t-v IESs y would b AWE fe cWond ding uPENSE fo havE i cjowE ( Srid + 4- cou 106 dui by her L owA Id n . I'LE plut mtve L -40 tI�k -Ltv . C-o2 ki 5 's s'3`414. b� tic u 2 40 w)R� P2PPtrc.l h �. �s p� A 0C LIT), 4-L 1 h ttzx. A-Q No soW ,Iguacs b u-I- bA SEd on; ?asi- Pups-Eck A tid PALSEd pr pE v4.l.u, i -c1Q4 both u,p NvimRous 4.1(nrc Al me€T T b a 2E n l- ► ST-I L p Qrs iv i-A t ,on1 cos ‘S A << 00 1 A bovE Bt b 2EP12Ec,eFVT €O ►N 6( /4‘ m oi v4 -c . 1 y coS s on. - 4- Na1( -1 10 yE11(Ls W8).31 • • aZrz-Z.:;71- 7 44# DEC 0 4 2006 / 3 r<" y zG / t<" .-/ af A„6, x'(+ -ed 11/ Aa-ffiLL • Jt 1 fr G ∎t 7t/ • 46 si (3-e-oree_.• i_ , �' ' r BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No For Meeting of February 20, 2007 ITEM TITLE Public Hearing and Consideration of an Ordinance to create a proposed sewer Local Improvement District for Simpson Lane Area SUBMITTED BY William Cook, Dept. of Community and Economic Development CONTACT PERSON/TELEPHONE. Brett Sheffield, P E. Chief Engineer, 576 -6797 Patty Huff, LID Administrator, 576 -6674 SUMMARY EXPLANATION The formation of this Sewer Local Improvement District (LID) for South 13 Street, South 14 Street & South 15 Street consists of 82 parcels as shown on the attached LID boundary map The project will consist of the construction of approximately 2,391 linear feet of 8 -inch sewer pipe The City has received signed petitions from property owners within the LID boundary representing over 59% of the property values of the property owners The attached Ordinance is to create a Sewer Local Improvement District. The estimated cost to install sewer along South 13 Street, South 14 Street and South 15 Street is $484,191 54 This project will commence upon execution of this ordinance Resolution _ Ordinance X Contract Other (Specify) Vicinity Map of Project Area Funding Source APPROVED FOR SUBMITTAL. - - - -- / 1 City Manager STAFF RECOMMENDATION Pass Ordinance BOARD /COMMISSION RECOMMENDATION COUNCIL ACTION , C 00 iry C/er rMA.Viiiigg; •t7INti,t'F-TP:7CX T ' 7P.`4 ', 7 , ",,-. .''' Ci 0 : II Yakima Engineering Division •,,,:,,yr,l-:,;s.zafromw-Awstzwqz%_ Simpson Lane. Sewer L.I.D. . L.I.D. io6i City Project No. 2215 ,... 4,00:404310 lkthlt"‘ki „"4,41,15,0: ; ..„•-t-lt-T-t,!i' . ,;;x: AF. i, ek, ,., atqi7Y;, 00,b ///' 1 0 40 . -al[! , 6 f. il itkkr "a r T;,,:mitIttill.mri!Lti:44 T idaiiiref . 'cent% IniVitiii'Vr I. F Ill my t, • 117:401r,v52120ingt14.14 1: . CIVIP , 0 47t 6 t .4kiti'Alkitainti 0 v , ,j l ,, ,:,, • ki:Ap ' ,-_ • vt -,-1::: 6 9 •:, - 1, , :St t.4 1 _ lia4LAY00 if 4 ''' , 11 - pi4''' , -;14f , ,4-t• • • *-:i..1: Lit:.4 ,,,,,,-, -,,.....----- Construction Contract Specifications & Bid Documents 129 North Second Street December, 2008 Phone (509) 575-6111 Yakima, WA 98901 Fax (509) 576-6305 T.F,:v'-'ififtZiFEEIEMEEtEififEt: -::. - -.:7,TAMit.w.e4gr!!:Affil'iile ,_ — r 4:-.); i �. , .\ P p .? 1 02- (�(i /frP![ `Y -6i:i e E -1 -, r ��,t"i �i f ' 4fjf_ ri -tc4F' i T' £ 1, f. "1 ,), i '`g. 129 'or°thf. Second Street Fafr,I/na, Wathin y ¢." on 9890T Phone: `509) 575.611' . Fax (-7n9) c76-6305 December 26, 2008 Scott's Excavating Yakima, LLC 7525 Postma Rd. Moxee, Washington 98936 Attn: Mr. Jack Luden Re: Simpson Lane Sanitary Sewer L.I.D. City Project No. 2215 L.I.D. 1061 Dear Mr. Luden: The City Manager of the City of Yakima has authorized an award of the contract for the above referenced project to your company on the basis of your low bid submitted on December 23, 2008 in the amount of $362,302.29. This letter is official notification of the award of the contract to your company by the City of Yakima. Enclosed is one copy of the Project Documents with your bid information for your surety company, and four (4) copies of the Contract form for your signature. Please sign and return all copies of the Contract Form and provide the required Certificate of Insurance and Performance Bond to this office within ten (10) calendar days. Your attention is directed to Section 1 -07.18 Public Liability and Property Damage Insurance as revise by the APWA GSP to the Standard Specifications for coverage limits, additional insurance requirements and special ACORD form wording. Please contact Bruce Floyd, Construction Supervisor, of our office within ten (10) days of this date to schedule a pre- construction conference, and to discuss various forms and documentation that must be completed and turned into him at the Pre - construction Conference. The Notice to Proceed will also be discussed at the Pre - construction Conference. Bruce's office phone is 575 -6138. For your information, we are enclosing a copy of the bid summary for this project. Sincerely, 1 )w j c-;.::: Douglas Mayo, P.E. City Engineer encl. Cc Brett Sheffield, P.E., Chief Engineer Bruce Floyd, Construction Supervisor Al Rose, Project Engineer Susie Lorance, Engineering Office Assist. City Clerk ;r; _ _ Edna Pettyjohn Finance File -g: f .ry:,.i= ;; IrrFFE t L f I f F t \ BID SUMMARY ENGINEERS P.O. BOX 838 908 •N•"' •" - MRM CONST. CO. 9930 - • - V • DAVENPORT ME • e • '• Simpson Ln. Sanitary Sewer L.I.D. ESTIMATE ELLENSBURG, WA PASCO, WA. L.I.D. 1061 98926 RICHLAND, WA 99354 CITY PROJECT NO. 2215 Bid Security • UNIT PRICE AMOUNT ®® AMOUNT • ITEM QTY UNIT UNIT PRICE AMOUNT _ • SPCC PLAN 1 LS $750.00 $750.00 $100.00 $100.00 $750.00 $750.00 $200.0 $200.00 IM MOBILIZATION! 1 LS $30,000.00 $30,000.00 $7,595.66 57,595. 60 $30,575.00 $30,575.00 $18,012.47 $18,012.47 $500.00 $500.00 $27,600.00 $27,600.00' iii PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $30,000.00 • ••• • • $6.000.00 $6,500.00 $6,500.00 •'• •• $3,090.00 $7,500.00 $7,500.00 $2,700.0C $2,700.00 6 SHORING OR EXTRA EXCAVATION CLASS B. INCL HAUL ®® $1.50 $0.01 $77,75 $0.18 $1,399.50 $0.50 $3,887.50 $0.101 7 CONTROLLED DENISITY FILL 8 CRUSHED SURFACING BASE COURSE 9 CRUSHED SURFACING TOP COURSE 10 ASPHALT EMULSION CRS-2P CY $100.00 $500.00 $97.50 $487.50 $100.00 5500.00 $113,30 $566.50 $70.001 $350.00 5144.0C $720.00 , 12 FURNISHING AND PLACING CRUSHED SCREENING 1/2 TO U.S. 231 TON $15.00 $3,465.00 $21.00 $4.851.00 $46.00 510,626.00 $46.98 510,852.38 $21.00 $4,851.00 $48.0C $11,088.0C - ® FURNISHING AND PLACING CRUSHED SCREENING 318 TO e4 ® TON $15.00 $2.475.00 $26 25 54.331.25 $46.00 $7,590.00 $47.23 $7,792.95 $26.00 $4,290.00 $48.001 $7,920.00, pgi ADDITioNA,L BROOMING 10 HR $50.00 $500.00 516 51 ,669.50 $192.00 $1,920.00 $99.74 $997.40 $160.00 $1,600.00 $200.0 $2000.00 REPAIR 15 SURFACE • • • • • 0 • 542.00 $840.00 • • • • • • • •" $47.00 $940.06 • 16 IIIII •• $500.00 •• 80000 $1.740.50 $31,329.00 • • $27,360.00 $1,217.00 $21,906.00 •• • $30,600.00: • • ' $448.00 $896.00 •• • $1,000.00. . 18 ADJUST VALVE BOX 39 EA $400.00 $15,600.00 • • • •• $775.00 •• $8,775.00 $301.171 $180.00 $7,020.00 .• • • in CRUSHED SURFACING TOP COURSE (For Trench Backfill) 80 • 00 $32,700.00 $15.20 $33,136.00 88 $11.00 20 STRUCTURE EXCAVATION CLASS B. INCL. HAUL 7470 •B $5.00 $37,350.00 $0.50 $3.735.00 $2.15 $16,060.50 $15.19 $113,469.30 $4.50 $33,615.00 $5.00 $37,350.00 Ea PVC SANITARY SEWER PIPE 8 IN. DIAM. 1 2400 ® $30.00 $72,000.00 513.45 532,260.00 $12.101 $29,040.00 $6.03 $14,472.00 $20.23 $48,552.00 $17.00 $40,800.00 3080 $32.00 $98,560.00 515.50 547,7 $13.70 $42,196.00 $5.31 $16,354.80 $22.30 $68,684.00 ' • • • N. 23 23 PVC SANITARY SEWER PIPE PVC SANITARY SEWER PIPE 4 I N. DIP.N1. ® • • • • • $10,342.50 $19.69 ' • • • • ' 24 PVC SANITARY SEWER PIPE $18.40 • • $2,530.80 $19.69 • 25 PVC PRESSURE PIPE FOR SANITARY SEWER, 4 IN. DIAM. 1 75 I LF $31.001 $2,325.00 $18.80 51 ,410.00 S33.00 $2.475.00 $17.69 $1,326.75 $19.69 $1,476.75 $28.0C $2,100.CC FA $12,000.00 • $12.000.00 $12,000.00 ••1 • $12.000.00 $12,000.00 $12,000.00 •• • $12,000.00:T 26 REPAIR OR REPLACEMENT • % • $383,499.73 $402,985.50 ;' SUBTOTAL: • • 8 .2% WASHINGTON STATE SALES TAX: __ $28, 8• 8 • • $31,446.98 f. III 8.2% $398,766.12 $414,946.71 • • , TOTAL:_ $564,354.43 � ' 1.111111111111111111111111111111.1 _ 7, . 111 11=191111111111 ' ■ • IN ■111 ■ ii K . CITY ENGINEERS REPORT COMPETATIVE BIDS WERE OPENED ON d ; " � � __ "' _ �_> °� Vi December 23 2008 r <; A .LL BIDS HAVE BEEN REVIEWED BY THIS OFFICE r% <r �' .'i AWARD MADE BY CITY MANAGER L.LD,1061 ii I RECOMMEND THE CONTRACT BE AWARDED TO: I ,, ;, �'.1; f Y'1s71iJi,�^.. �i ♦ �+.,="'- t- ^ ,yxY _ �_ --•,,,, �.."` ^', i i � i-.J i_J + 1 �3 ._�>>1. . » 4. _ _ k. 'f"a"'_, DATE: De c. 23 200 ■ ' -0'' <• _�,( ,_)--4 \' fit,; ' Z � ; ' 7 7•I_ C L' e--=' - - - ' ' " : ;,�:_ -=` =' -` ;. DATE C MANAGER SHEET j of DATE CITY ENGINEER - „"�;;;;,.- i ,_ � FILE: Project Bid Sum °yam- BID SUMMARY MAHAFFEY KRCI LLC KEN LEINGANG EXC. INC TAPANI UNDERGROUND TTC CONST. LLC ROTSCHY INC Simpson Sim Ln. Sanitary Sewer L.I.D. ENTERPRISES INC. P.O. BOX 5120 1117 N. 27th AVE. INC.- P.O. BOX 1900 P.O. BOX 365 P.O. BOX 290 p y 1213 S CLODFELTER RD WENATCHEE, WA 98807 YAKIMA, WA 98902 BATTLE GROUND, YAKIMA, WA 98907 YACOLT, WA 98675 L.LD. 1061 WA 98604 • CITY PROJECT NO. 2215 KENNEWICK, WA 99338 I TEM Bid Security NO. ITEM QTY UNIT UNIT PRICE I AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE I AMOUNT SPCC PLAN 1 LS $500.00 $500.00 $100.00 $100.00 $650.00 $650.00 $800.00 $800.00 $500.00 $500.00 $500.00 $500.00 2 MOBILIZATION 1 1 LS $35,000.001 $35,000.00 $19,538.00 $19,538.00 $25,400.00 $25,400.00 $15,000.00 $15.000.00 $23,358.84 $23,358.8• $34,000.00 $34,000.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $18,000.00 $18,000.00 $5,000.00 $5,000.00 $24,000.00 $24,000.00 $11.000.00 $11,000.00 $7,795.10 $7,795.10 $19,400.00 $19.400.00 4 CLEARING AND GRUBBING 1 LS $17,500.00 $17,500.00 $8,000.00 $8,000.00 $6,500.00 $6,500.00 $500.00 $500.00 $13.812.85 $13,812.8 $7,200.00 $7,200.00 5 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS $2,000.00 $2.000.00 $23,000.00 $23,000.00 $19.500.00 $19,500.00 $7,000.00 $7,000.00 $8,857.63 $8,857.63 $15,700.00 $15,700.00 6 SHORING OR EXTRA EXCAVATION CLASS B, INCL HAUL 7775 LF $1.50 $11,662.50 $0.201 $1,555.00 $0.75 $5,831.25 $0.50 $3,887.50 $1.21 $9,407.75 $1.00 $7,775.00 7 CONTROLLED DENSITY FILL 5 CY $80.00 $400.00 $180.001 $900.00 $150.95 $754.75 $100.00 $500.00 $1,029.571 $5,147.85 $85.00 $425.00 8 CRUSHED SURFACING BASE COURSE 540 TON $17.00 $9,180.00 $16.001 $8,640.00 $20.00 $10,800.00 $20.00 $10,800.00 $18.18L $9,817.21 $20.00 $10.800.00 9 CRUSHED SURFACING TOP COURSE 1340 TON $17.00 $22,780.00 $26.00 $34,840.00 $19.00 $25,460.00 $23.00 $30,820.00 $25.85 $34,639.0' $25.00 $33.500.00 10 ASPHALT EMULSION CRS -2P 40.7 TON 51,228.501 $49,999.95 $1,200.00 $48,840.00 $1,135.00 $46.194.50 $1,000.00 $40,700.00 $1,100.00 $44,770.0' $1,040.00 $42.328.00 11 ASPHALT FOR FOG SEAL 2.2 TON $1,000.00 $2.200.00 $1,100.00 $2,420.00 $1,025.00 $2255.00 51,000.00 $2,200.00 $995.00 $2,189.00 $1,040.00 $2,288.00 ® FURNISHING AND PLACING CRUSHED SCREENING 1/2 TO 231 TON $21.65 $5,001.15 $22.00 $5.082.00 $20.75 $4,793.25 $45.00 $10,395.00 $20.00 $4,620.00 $47.00 $10,857.00 FURNISHING AND PLACING CRUSHED SCREENING 3/8 TO 44 165 TON $27.27 $4,499.55 $27.00 $4,455.00 $25.75 $4,248.75 $45.00 $7,425.00 $25.00 $4,125.0 $47.00 $7,755.00 14 ADDITiONALBROOMING 10 HR $160.00 $1.600.00 $177.001 $1,770.00, $165.00 $1.650.00 $190.00 $1,900.00 $159.00 $1,590.0' $200.00 $2,000.00 15 SURFACE REPAIR 20 SY $47.00 $940.00 $155.001 $3.100.00 $72.00 $1.440.00 $85.00 $1,700.00 $41.00 $820.00 $100.001 $2,000.00 16 MANHOLE 48 IN DIAM. TYPE 1 18 EA $1,400.00 525,200.00 51,750.00 $31,500.00 $1,800.00 $32.400.00 $2,400.00 $43,200.00 $1,336.61 $24,058.98 51,750.00 $31,500.00 17 SANITARY SEWER CLEANOUT 2 EA $375.00 $750.00 $725.00 $1,450.00 $370.00 $740.00 $400.00 $800.00 $536.75 $1,073.50 $340.00 $680.00 18 ADJUST VALVE BOX 39 EA $200.00 $7,800.00 $130.00 $5,070.00, $110.00 $4,290.00 $115.00 $4,485.00 $188.13 $7,337.07 $200.001 $7,800.00 19 CRUSHED SURFACING TOP COURSE (For Trench Backflll) 2180 TON $12.50 $27,250.00 $13.00 $28,340.00 $10.50 $22,890.00 $7.00 515,260.00 $11.34 $24,721.2' $14.50 $31,610.00. 20 STRUCTURE EXCAVATIONI CLASS B, INCL. HAUL 7470 CY $2.00 $14,940.00 $0.50 $3,735.00 $0.75 $5,602.50 $0.50 $3,735.00 $1.46 $10,906.20 $3.00 $22,410.00 ® PVC SANITARY SEWER PIPE 8 IN. DIAM. 2400 LF $18.50 $44,400.00 $23.00 $55,200.00 $20.00 $48,000.00 $25.50 $61,200.00 $23.81 B57,144.UU $4U.UU $48,000.00 ® PVC SANITARY SEWER PIPE 10 IN DIAM. 3080 LF $21.50 $66,220.00 $26.00 $80,080.00 521.00 $64,680.00 $27.00 583,160.00 $32.36 599 $21.001 $64.680.00 ® PVC SANITARY SEWER PIPE 4 IN. DIAM. 1750 LF $15.00 $26,250.00 $19.00 $33.250.00 $30.00 _ $52,500.00 $32.00 $56,000.00 $13.01 $22,767.5 $18.00 $31,500.00 24 PVC SANITARY SEWER PIPE 6 IN. DIAM. 342 LF $17.001 $5,814.00 $20.00 $6.840.00' $19.00 $6,498.00 $32.00 $10,944.00 $14.84 $5,075.28 $17.00 $5,814.00 25 PVC PRESSURE PIPE FOR SANITARY SEWER. 4 IN. DIAM. 75 LF $15.501 $1,162.50 $26.001 $1,950.00 _ $40.00 $3,000.00 $30.00 $2,250.00 $24.071 $1,805.25 $20.001 $1,500.00 25 REPAIR OR REPLACEMENT 1 FA $12,000.00 $12,000.00 $12,000.00 $12,000.00 $100.00 $12,000.00 $12,000.00 $12,000.00 $12,000.001 $12,000.00 $12,000.00 $12,000.00 . 111111 SUBTOTAL: 5413,049.651 $426,655.00 2.0 $432,078.00 $437,661.50 $438.008.00 $454,022.00 8.2 °, WASHINGTON STATE SALES TAX: $33,870.07 $34,985.71 $35,430.40 1 $35,8882 1 $35,916.66 $37,229.80 _ TOTAL: 461,640.71 $467,508.40 1 $473,549.74 $473,924.66 $491,251.80 $446,919.72 $ _ CITY ENGINEERS REPORT 1�= - CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON ^t <?°- = „ . ; ,r December 23, 2008 ` ' i° ti ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. - X A I RECOMMEND THE CONTRACT BE AWARDED T0: L .LD. 1061 .. ?:.: - -:1 zo ' AWARD MADE BY CITY MA SCOTT'S iii s, A=; r:l is i`J IsrIAXINIA, i LC ,A 'A - , t .- s f l ,. x: . PROJECT NO. 22 � _ <, -�: _: >_i "rl DATE: DEC. 23, 2008 , ;- ? J A ? 7 --� o9 (' '-� r �� � t_. . FILE: Project Bid Sum Tab.pub ',--1 � T.L -1 l 'J �M_ ` �.. i � i 4 '•wi .:a'= .-! ice' �; _; l DATE CITY ENGINEER { I' 1 a n DATE I�FTf TANAGER SHEET 2 of 4 BID SUMMARY SI CONSTRUCTION JNJ CONST. CO. INC. CATES & ERB. INC. DURAND'S INC. WATTS CONST. CO. BELSAAS S SMITH Simpson Ln. Sanitary Sewer L.I.D. P.O. Box 188 511 MIDVALE RD. P.O. BOX 2027 5260 HWY 24 4828 SOUTHRIDGE BLVD P.O. BOX 926 L.I.D. 1061 HAYDEN, ID 83835 SUNYSIDE, WA 98944 OMAK, WA 98841 MOXEE, WA 98936 KENNEWICK, WA 99338 ELLENSBURG, WA 98926 CITY PROJECT NO. 2215 ITEM Bid Security NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE I AMOUNT UNIT PRICE AMOUNT UNIT PRICE I AMOUNT UNIT PRICE I AMOUNT 1 SPCC PLAN 1 LS $100.00 $100.00 $2,500.00 $2,500.00 $500.00 $500.00 $1,000.00 $1,000.00 $750.00 $750.00 $500.00 $500.0' 2 MOBILIZATION 1 LS $52,500.00 $52,500.00 $25,000.00 $25,000.00 $42,000.00 $42,000.00 $20,000.00 $20,000.00 $56,000.00 $56,000.00 529.500.00 $29,500.01. 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $3,800.001 $3,800.00 $70,000.00 $70,000.00 $24,000.00 $24,000.00 $10,000,001 $10,000.00 $7.625.00 $7,625.00 $13.500.00 $13,500.0V e CLEARING AND GRUBBING 1 LS $4,300.00 $4,300.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $15,000.00 $15,000.00 $5,625.00 $5,625.00 $3,850.00 $3,850.0 ti REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS $100.00 $100.00 $10.000.00 $10,000.00. $5,000.00 $5,000.00 $5,000.00 $5,000.00 $14,000.00 $14,000,00 $2,500.00 $2,500.0 6 SHORING OR EXTRA EXCAVATION CLASS 8. INCL HAUL ® LF $0.40 $3,110.00 $2.00r $15,550.00. $1.00 $7,775.00 $1.50 $11,662.50 $3.80 $29,545.00 $0.40 $3,110.01; 7 CONTROLLED DENSITY FILL 5 CY $190.00 $950.00 $150.00 $750.00 $250.00 $1,250.00 $200.00 $1,000.00 $170.00 $850.00 $300.00 $1,500.0 8 CRUSHED SURFACING BASE COURSE 540 TON $26.00 $14.040.00 $20.00 $10,800.00 $20.00 $10,800.00 $22.00 $11.880.00 $17.45 $9,423.00 $22.00 $11,880.01; 9 CRUSHED SURFACING TOP COURSE 1340 TON $30.00 $40,200.00 $23.10 $30,954.00 $30.00 $40,200.00 $22.00 $29,480.00 $24.75 $33,165.00 $22.00 $29,480.01• 10 ASPHALT EMULSION CRS -2P 40.7 TON $1,065.00 $43,345.50 $1,320.00 $53,724.00 $1,100.00 $44,770.00 $1,150.00 $46,805.00 $1,026.00 $41.758.20 $1.150.00 $46,805.01: 11 ASPHALT FOR FOG SEAL 2.2 TON $1,065.00 $2,343.00 $1,100.00 $2,420.00 $1,100.00 $2,420.00 $1,000.00 $2,200.00 $1,026.00 $2,257.20 $1,100.00 $2,420.01 Ell FURNISHING AND PLACING CRUSHED SCREENING 1/2 TO 231 TON $48.00 $11,088.00 $23.00 $5,313.00 $30.00 $6,930.00 $25.00 $5,775.00 $47.00 $10.857.00 $22.001 $5,082.O t: FURNISHING AND PLACING CRUSHED SCREENING 3/8 TO n4 165 TON $48.00 $7,920.00 $28.10 $4,636.50 $30.00 $4,950.00 $30.00 $4,950.00 $47.00 $7,755.00 $27.00 $4,455.0!• - ® ADDITIONAL BROOMING 10 HR $200.00 $2,000.00 $176.00 $1,760.00 $150.00 $1.500.00 $160.00 $1,600.00 $196.00 $1,960.00 $170.00 $1,700.01 = • 15 SURFACE REPAIR 20 SY $135.00 $2,700.00 $51.70 $1,034.00 $100.00 $2,000.00 $30,00 $600.00 $122,00 $2,440,00 $80.00 $1,600.01= 16 MANHOLE 48 IN DIAM. TYPE 1 18 EA $2.000.00 $36,000.00 $2,500.00 $45,000.00 $2,200.00 $39,600.00 52,200.00 $39,600.00 $1,400.00 $25,200.00 $2,500.00 $45.000.0' 17 SANITARYSEWERCLEANOUT 2 EA $500.001 $1,000.00 $500.00 $1,000.00 $500.00 $1,000.00 $250.00 $500.00 $475.00 5950,00 $1,000.00 $2,000.0' 18 ADJUST VALVE BOX 39 EA $240.001 $9.360.00 $250.00 $9,750.00 $125.00 $4,875.00 $200.00 $7,800.00 $234.00 $9.126.00 $350.00 $13,650.0' 19 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 2180 TON $13.00 $28.340.00 $20.00 $43,600.00. $20.00 $43.600.00 $13.00 $28,340.00 $12.501 $27,250.00 $18.00 $39,240.0t ' 20 STRUCTURE EXCAVATION CLASS B, INCL. HAUL 7470 CY $1,75 $13,072.50 $5.00 $37,350.00 $13.00 $97,110.00 $4.00 $29,880.00 $7.50 $56,025.00 $10.00 $74,700.01. ® PVC SANITARY SEWER PIPE 8 IN DIAM. 2400 LF $25.00 $60,000.00 $15.00 $36.000.00 $12.00 $28,800.00 $30.00 $72,000.00 $15.50 537,200.00 $28.00 $67,200.0V PVC SANITARY SEWER PIPE 10 IN. DIAM. 3080 LF $26.001 $80,080.00 $15.00 $46,200.00 $18.00 $55,440.00 $35.00 $107,800.00 $20.70 $63,756.00 $30.00 $92,400.o PVC SANITARY SEWER PIPE 4 IN DIAM. 1750 LF $33.00 $57,750.00 $15.00 $26,250.00 $15.00 $26,250.00 $25.00 $43,750.00 $37.00 $64,750.00 $25.00 $43,750.0 PVC SANITARY SEWER PIPE 6 IN DIAp,1. ® PVC PRESSURE PIPE FOR SANITARY SEWER, 4 IN. CIA;M. ® LF $23.00 $7,866.00 $15.00 $5,130.00 $16.00 $5,472.00 $28.00 $9,576.00 $22.30 $7,626.60 $28.00 $9,576.0 11 LF $35.00 $2,625.00 $15.00 $1,125.00 $20.00 $1,500.00 $25.00 $1.875.00 $36.15 $2,711.25 $30.00 $2,250.0 ® REPAIR OR REPLACEMENT Mall FA. $12.000.00 $12,000.00 $12,000.00 $12,000.00 $12,000.00 $12,000.00 $12,000.00 $12,000.00 $12.000.00 $12,000.00 $12,000.00 $12,000.01 I SUBTOTAL: I= $496,590.00 $507,846.50 $519,742.00 $520,073.50 5530,605.25 $559,648.01: 8.2% WASHINGTON STATE SALES TAX $40,720.38 $41,643.41: $42,618.84 - $42.646.03 $43.509.63 $45,891.1 TOTAL: EMI I $537,310.38 $549,489.91 $562,360.84 = $562,719.53 $574,114,88 1 $605,539.1 I ■ r O I CITY ENGINEERS REPORT CITY OF �i COMPETITIVE BIDS WERE OPENED ON . a' a -` m ? _ Sanitary ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. � I December 23, 2008 3 ��P__- - - - --- ,,„� ,' 1, _. -�:, ,',, L.LD, 1061 RECOMMEND THE CONTRACT BE AWARDED T0: ('�;_� '"" =' - - - . w- „. ,, ' AWARD MADE BY CITY MANAGER SCOTT' S' E:(C , . T Ii' G YAKIM A LLC i`! i•1 s ' �; - 2'= i;. ;` •,��- .+--, -.:. � :,-:�d : u1, l • ,:'7 DATE. DEC: 23, 2008 r � �"; , - `y ✓:' FILE: Project Bid Sum Tab.pub I .L. - 1' _a_ DATE CITY ENGINEER v - ' '' M ` ° s na DATE CITY MANAGER SHEET 3 of 4 • BID SUMMARY SAFCO, INC. PIPKIN CONSTRUCTION P.O. BOX 879 4801 CONTRACTORS DR. Simpson Ln. Sanitary Sewer L.I.D. HAYDEN ID. 83835 E. WENATCHEE, WA L.I.D. 1061 98802 CITY PROJECT NO. 2215 ITEM Bid Security NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE 1 AMOUNT UNIT PRICE I AMOUNT I 1 (SPCC PLAN 1 LS $549.23 $549.23 $820.00 $820.00 2 f MOBILIZATION 1 LS $55,653.22 $55,653.22 $43,000.00 $43,000.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $7,315.08 $7,315.08 $6,000.00 $6,000.00 I 4 CLEARING AND GRUBBING 1 LS $5,011.33 $5,011.33 $11,000.00 $11,000.00 - _ � 5 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS $5,100.77 $5,100.77 $5,000.00 $5,000.00" 6 SHORING OR EXTRA EXCAVATION CLASS B, INCL HAUL 7775 LF $1.17 $9,096.75 $0.40 $3,110.00 7 CONTROLLED DENSITY FILL 5 CY $80.01 $400.05 $210.00 $1,050.00. f; 8 CRUSHED SURFACING BASE COURSE 540 TON $36.97 $19,963.80 $45.00 $24,300.00 _ - 9 CRUSHED SURFACING TOP COURSE 1340 TON ' $50.27 $67,361.80 $26.00 $34,840.00 10 ASPHALT EMULSION CRS -2P 40.7 TON $1,027.18 $41,806.23 $1,050.00 $42,735.00 11 ASPHALT FOR FOG SEAL 2.2 TON $1,027.18 $2.259.80 $1,050.00 $2,310.00 12 FURNISHING AND PLACING CRUSHED SCREENING 1/2 TO 231 TON $46.46 $10,732.26 $47.00 $10,857.00 13 FURNISHING AND PLACING CRUSHED SCREENING 3/8 TO 4 165 TON $46.46 $7,665.90 $47.00 $7,755.00 14 ADDITIONALBROOMING 10 HR $196.14 $1,961.40 $200.00 52,000.00 r 15 SURFACE REPAIR 20 SY $122.25 $2,445.00 $100.00 $2,000.00 16 MANHOLE 48 IN. DIAM. TYPE 1 18 EA $1,627.01 $29,286.18 $2,250.00 $40,500.00 • 17 SANITARY SEWER CLEANOUT 2 EA $318.55 $637.10 $300.00 $600.00 18 ADJUST VALVE BOX 39 EA $96.97 $3.781.83 $300.001 $11,700.001- 1 19 CRUSHED SURFACING TOP COURSE (For Trench Bac!kfill) 2180 TON $10.83 $23,609.40 $13.00 $28,340.00 °°° 20 STRUCTURE EXCAVATION CLASS B, INCL. HA..L'L 7470 CY $33.30 $248.751.00 $5.00 $37,350.00 21 PVC SANITARY SEWER PIPE 8 IN. DIAM. 2400 LF $2.20) $5,280.00 $33.00 $79,200.00 - 4 22 PVC SANITARY SEWER PIPE 10 IN. DIAM. 3080 LF $3.42 $10,533.60 $36.00 $110.880.00 • 23 PVC SANITARY SEWER PIPE 4 IN. DIAM. 1750 LF $3.94 $6,895.00 $31.00 $54,250.00 i - 6 24 PVC SANITARY SEWER PIPE 6 IN. RAM. 342 LF $2.74 $937.08 $34.00 $11,628.00 - ; • 25 PVC PRESSURE PIPE FOR SANITARY SEWER, 4 IN. DIAM. 75 LF $9.29 $696.75 $27.00 $2,025.00 € 26 REPAIR OR REPLACEMENT 1 FA. $12.000.00 $12,000.00 $12,000.00 $12,000.00 ° SUBTOTAL: $579,730.55 $585,250.00 8.2% WASHINGTON STATE SALES T 1 $47 I $47,990.50 E I TOTAL: $627,268.46 I $633,240.50 - ¢ F ` _ - S REPORT CITY ENGINEERS CITY OF A - - - - ±i CITYLNJI LLI � COMPETITIVE BIDS WERE OPENED ON . r I °rear') +' A-17"; v:, ]. a ...nt! ' .. S,:-.:Wei' t� .� _.��- December RE 23 2008 ,w -.A ------------------ - -�� -� _ LLD, 1061 ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. ,;..p- : r --;a ,�; ' ;;;_ -'r `�f �. AWARD MAD BY CITY MANAGER I RECOMMEND THE CONTRACT BE AWARDED T0: _ : -a° . > : e ms ^ -. ° f = "".� tr u l�• : -ti ° r` ,i . , . _ ., i i�i'.� z 2 1 C y 4u ,; DATE DEC, 23, 2008 \--/ `� ^fl \ > ` ;` . FILE: Project Bid Sum Tab. pub �� - ,,, `l / , CITY MANAGER DATE CITY ENGINEER �`� `�''y,'° DATE SHEET 4 of 4 � � . . . . . . . . . . i O JJ L�• 7 i / r F.gs ` P r 'f7 3'_/ Mt 1 1' ,7 T Y? r °CO I P 4I C �xr i ,�K < ` <F � lt /1 % ' � f ■ C= L IZCI.i "C la( 0 0 t T Li treC;x ,�, e.. C. `ve±lt:: vg DiFfiisfit..'n 129 North Second Street Yaki; tea, raini: �g t 98901 hone (509 ` % � 575-6111 4`'' Fax (50$` f t 7 7w-6305 ' December 26, 2008 Scott's Excavating Yakima, LLC 7525 Postma Rd. Moxee, Washington 98936 Attn: Mr. Jack Luden • Re: Simpson Lane Sanitary Sewer L.I.D. City Project No. 2215 L.I.D. 1061 Dear Mr. Luden: The City Manager of the City of Yakima has authorized an award of the contract for the above referenced project ±o your company on the basis of your low bid submitted on December 23, 2008 in the amount of $362,302.29. This letter is official notification of the award of the contract to your company by the City of Yakima. Enclosed is one copy of the Project Documents with your bid information for your surety company, and four (4) copies of the Contract form for your signature. Please sign and return all copies of the Contract Form and provide the required Certificate of Insurance and Performance Bond to this office within ten (10) calendar days. Your attention is directed to Section 1 -07.18 Public Liability and Property Damage Insurance as revise by the APWA GSP to the Standard Specifications for coverage limits, additional insurance requirements and special ACORD form wording. Please contact Bruce Floyd, Construction Supervisor, of our office within ten (10) days of this date to schedule a pre - construction conference, and to discuss various forms and documentation that must be completed and turned into him at the Pre - construction Conference. The Notice to Proceed will also be discussed at the Pre - construction Conference. Bruce's office phone is 575 -6138. For your information, we are enclosing a copy of the bid summary for this project. Sincerely, =W i Douglas Mayo, P.E. City Engineer encl. Cc Brett Sheffield, P.E., Chief Engineer Bruce Floyd, Construction Supervisor Al Rose, Project Engineer Susie Lorance, Engineering Office Assist. City Clerk Ca, _ Edna Pettyjohn Finance File e-€ Fr Eti ,any CITY OF YAKIMA. Simpson Lane Sanitary Sewer L.I.D. City Project No. 2215 L.I.D. 1061 S 0% R 1-14 4‘144 CO I V , 39-107 .1 Q"GINTE1 30 OM I, EXPIRES 10/13/2009 1 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 2:00 PM on December 23, 2008 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA Simpson Lane Sanitary Sewer L.I.D. City Project No. 2215 L.I.D. 1061 This work shall consist of furnishing all labor, materials and equipment required to construct New Sanitary Sewer from the existing Sanitary Sewer, located in Simpson Lane, into the area bounded generally by S. 16 St. on the east, Prasch Ave. on the north, S. 13 St. on the west, and just south of Iler Lane on the south. The project includes: the installation of approximately 2,400 linear feet of 8 -inch P.V.C. Sanitary Sewer Pipe, approximately 3,080 linear feet of 10 -inch P.V.C. Sanitary Sewer Pipe, and approximately 2,167 linear feet of P.V.C. Sanitary Sewer Pipe for Side -sewer stubs together with all appurtenances, including but not limited to, New Manholes, Cleanouts, repaving the streets with Bituminous Surface Treatment Pavement, and pavement surface repair. All 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 $40.00 for each set, non refundable, or by ordering a set by phone at 509 - 575 -6111 or by FAX at 509 - 576 -6314. 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 on site beginning at the intersection of S. 14 St. and Burwell Ave. at 10:00 AM on December 17, 2008. The conference will include project discussion and an open trench investigation to help determine the approximate water table elevation. The City reserves the right to reject any or all bids and proposals. DATED this 4 day of December, 2008 (SEAL) DEBORAH MOORE CITY CLERK PUBLISH December 8, 2008 December 9, 2008 3 CONTENTS CITY OF YAKIMA Simpson Lane Sanitary Sewer L.I.D. City Project No. 2215 L.I.D. 1061 SECTION PAGE INVITATION TO BID 3 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the 2008 Standard Specifications 7 CONTRACT PROVISIONS Special Provisions 45 Project Description 45 Definitions 46 1 -02 Bid Procedures and Conditions 47 1 -03 Award and Execution of Contract 51 1 -04 Scope of the Work 52 1 -05 Control of Work 53 1 -06 Control of Material 56 1 -07 Legal Relations and Responsibilities to the Public 58 1 -08 Prosecution and Progress 65 1 -09 Measurement and Payment 67 1 -10 Temporary Traffic Control 68 2 -01 Clearing, Grubbing, and Roadside Cleanup 69 2 -02 Removal of Structures and Obstructions 69 2 -07 Watering 69 2 -09 Structure Excavation 70 5 -02 Bituminous Surface Treatment 71 5 -04 Hot Mix Asphalt (APWA) 71 7 -05 Manholes, Inlets, Catch Basins, and Drywells 73 7 -08 General Pipe Installation Requirements 73 7 -17 Sanitary Sewers 74 8 -30 Repair or Replacement (New Section) 76 9 -03 Aggregates 77 9 -05 Drainage Structures, Culverts, and Conduits 77 Contract Form 79 Performance Bond Form 81 Informational Certificate of Insurance 83 Informational Additional Insured Endorsement 85 Minimum Wage Affidavit Form 87 PREVAILING WAGE RATES Prevailing Wage Rates 89 STATE WAGE RATES 91 (Inserted) 5 PROPOSAL Proposal Form 93 Item Proposal Bid Sheet 95 Bid Bond Form 99 Non - Collusion Declaration 101 Non - Discrimination Provision 103 Subcontractor List 105 Women and Minority Business Enterprise Policy 107 Council Resolution 109 Affirmative Action Plan 111 Bidders Certification 113 Subcontractors Certificatiol lI 115 Materially and Responsive 117 Proposal Signature Sheet 119 Bidders Check List 121 PLANS & DETAILS Project Details Standard Details Construction Plans 6 STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2008 Standard Specifications INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2008 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 -03, AWARD AND EXECUTION OF CONTRACT April 7, 2008 1 -03.1 Consideration of Bids This section is supplemented with the following new sub - section. 1 03.1(1) Tied Bids After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie - breaker will be determined by drawing as described in this Section. Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful ". The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders that submitted a Bid total that is exactly equal to the lowest responsive Bid are eligible to draw. SECTION 1 -04, SCOPE OF THE WORK April 7, 2008 1- 04.4(1) Minor Changes The first sentence in the first paragraph is revised to read: Payments or credits for changes amounting to $15,000 or less may be made under the bid item "Minor Change." 1 - 04.5 Procedure and Protest by the Contractor In the second paragraph, number 2, the reference to 7 calendar days is revised to 14 calendar days. The second sentence in the fifth paragraph is revised to read: The determination will be provided within 14- calendar days after receipt of the Contractor's supplemental written statement (including any additional information requested by the Project Engineer to support a continuing protest) described in item 2 above. 7 SECTION 1 -05, CONTROL OF WORK April 7, 2008 1 -05.1 Authority of the Engineer The fourth paragraph is revised to read: At the Contractor's risk, the Project Engineer may suspend all or part of the Work according to Section 1 -08.6. 1 - 05.12 Final Acceptance The second paragraph is revised to read: The Contractor agrees that neither completion nor final acceptance shall relieve the Contractor of the responsibility to indemnify, defend, and protect the Contracting Agency against any claim or loss resulting from the failure of the Contractor (or the subcontractors or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, materialpersons, or any other person who provides labor, supplies, or provisions for carrying out the Work or for any payments required for unemployment compensation under Title. 50 RCW or for industrial insurance and medical aid required under Title 51 RCW. SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 4, 2008 1- 07.2(2) State Sales Tax: Work on State -Owned or Private Land The following new paragraph is inserted in front of the first paragraph: State Department of Revenue Rule 170 and its related rules apply for this section. 1 07.9(1) General The following new paragraph is inserted to follow the sixth paragraph: The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of RCW 39.12 because of the definition "Contractor" in WAC 296 -127- 010, complies with all the requirements of RCW 39.12. 1 07.15(1) Spill Prevention, Control and Countermeasures Plan This section is revised to read: The Contractor shall prepare a project- specific spill prevention, control, and countermeasures plan (SPCC Plan) that will be used for the duration of the project. The Contractor shall submit the plan to the Project Engineer no later than the date of the preconstruction conference. No on -site construction activities may commence until WSDOT a an SPCC Pl f th project. The term "hazardous materials ", as used in this Specification, is defined in Chapter 447 of the WSDOT Environmental Procedures Manual (M31 -11). Occupational safety and health requirements that may pertain to SPCC Plan implementation are contained in but not limit to WAC / A !� A!1!? f] /l A and J \ A I A !1 A!\/. It A �l limited to AC 296 -824 and AC 296-843. Implementation Requirements The SPCC Plan shall be updated by the Contractor throughout project construction so that the written plan reflects actual site conditions and practices. The Contractor shall update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the project site. All project employees shall be trained in spill prevention and containment, and 8 shall know where the SPCC Plan and spill response kits are located and have immediate access to them. If hazardous materials are encountered or spilled during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. The Contractor shall supply and maintain spill response kits of appropriate size within close proximity to hazardous materials and equipment. The Contractor shall implement the spill prevention measures identified in the SPCC Plan before performing any of the following: 1. Placing materials or equipment in staging or storage areas. 2. Refueling, washing, or maintaining equipment. 3. Stockpiling contaminated materials. SPCC Plan Element Requirements The SPCC Plan shall set forth the following information in the following order: 1. Responsible Personnel Identify the name(s), title(s), and contact information for the personnel responsible for implementing and updating the plan, including all spill responders. 2. Spill Reporting List the names and telephone numbers of the federal, State, and local agencies the Contractor shall notify in the event of a spill. 3. Project and Site Information Describe the following items: A. The project Work. B. The site location and boundaries. C. The drainage pathways from the site. D. Nearby waterways and sensitive areas and their distances from the site. 4. Potential Spill Sources Describe each of the following for all potentially hazardous materials brought or generated on -site (including materials used for equipment operation, refueling, maintenance, or cleaning): A. Name of material and its intended use. B. Estimated maximum amount on -site at any one time. C. Location(s) (including any equipment used below the ordinary high water line) where the material will be staged, used, and stored and the distance(s) from nearby waterways and sensitive areas. D. Decontamination location and procedure for equipment that comes into contact with the material. E. Disposal procedures. 9 5. Pre - Existing Contamination Describe any pre- existing contamination and contaminant sources (such as buried pipes or tanks) in the project area that are described in the Contract documents. Identify equipment and work practices that will be used to prevent the release of contamination. 6. Spill Prevention and Response Training Describe how and when all personnel (including refueling contractors and Subcontractors) will be trained in spill prevention, containment and response in accordance with the Plan. Describe how and when all spill responders will be trained in accordance with WAC 296 -824. 7. Spill Prevention Describe the following items: A. Spill response kit contents and location(s). B. Security measures for potential spill sources. C. Secondary containment practices and structures for hazardous materials. D. Methods used to prevent stormwater from contacting hazardous materials. E. Site inspection procedures and frequency. F. Equipment and structure maintenance practices. G. Daily inspection and cleanup procedures that ensure all equipment used below the ordinary high water line is free of all external petroleum based products. H. Refueling procedures for equipment that cannot be moved from below the ordinary high water line. 8. Spill Response Outline the response procedures the Contractor will follow for each scenario listed below. Include a description of the actions the Contractor shall take and the specific, on -site, spill response equipment that shall be used to assess the spill, secure the area, contain and eliminate the spill source, and clean up and dispose of spilled and contaminated material. A. A spill of each type of hazardous material at each location identified in 4, above. B. Stormwater that has come into contact with hazardous materials. C. A release or spill of any pre- existing contamination and contaminant source described in 5, above. D. A release or spill of any unknown pre - existing contamination and contaminant sources (such as buried pipes or tanks) encountered during project Work. 10 E. A spill occurring during Work with equipment used below the ordinary high water line. If the Contractor will use a Subcontractor for spill response, provide contact information for the Subcontractor under item 1 (above), identify when the Subcontractor will be used, and describe actions the Contractor shall take while waiting for the Subcontractor to respond. 9. Project Site Map Provide a map showing the following items: A. Site location and boundaries. B. Site access roads. C. Drainage pathways from the site. D. Nearby waterways and sensitive areas. E. Hazardous materials, equipment, and decontamination areas identified in 4, above. F. Pre - existing contamination or contaminant sources described in 5, above. G. Spill prevention and response equipment described in 7 and 8, above. 10. Spill Report Forms Provide a copy of the spill report form(s) that the Contractor will use in the event of a release or spill. Payment Payment will be made in accordance with Section 1 -04.1 for the following Bid item when it is included in the Proposal: "SPCC Plan ", lump sum. When the written SPCC is accepted by WSDOT, the Contractor shall receive 50- percent of the lump sum Contract price for the plan. The remaining 50- percent of the lump sum price will be paid after the materials and equipment called for in the plan are mobilized to the project. The lump sum payment for "SPCC Plan" shall be full pay for: 1. All costs associated with creating the accepted SPCC Plan. 2. All costs associated with providing and maintaining the on -site spill prevention equipment described in the accepted SPCC Plan. 3. All costs associated with providing and maintaining the on -site standby spill response equipment and materials described in the accepted SPCC Plan. 11 4. All costs associated with implementing the spill prevention measures identified in the accepted SPCC Plan. 5. All costs associated with updating the SPCC Plan as required by this Specification. As to other costs associated with releases or spills, the Contractor may request payment as provided for in the Contract. No payment shall be made if the release or spill was caused by or resulted from the Contractor's operations, negligence, or omissions. 1 07.16(4) Archaeological and Historical Objects This section is supplemented with the following new sub - section: 1 07.16(4)A Inadvertent Discovery of Human Skeletal Remains If human skeletal remains are encountered by the Contractor, they shall not be further disturbed. The Contractor shall immediately notify the Engineer of any such finds, and shall cease all work adjacent to the discovery, in an area adequate to provide for the total security and protection of the integrity of the skeletal remains. The Engineer may require the Contractor to suspend Work in the vicinity of the discovery until final determinations and removal of the skeletal remains is completed. If the Engineer finds that the suspension of Work in the vicinity of the discovery increases or decreases the cost or time required for performance of any part of the Work under this Contract, the Engineer will make an adjustment in payment or the time required for the performance of the Work in accordance with Sections 1 -04.4 and 1 -08.8. 1 07.17(2) Utility Construction, Removal or Relocation by Others The first sentence in the second paragraph is revised to read: If the Contract provides notice that utility work (including furnishing, adjusting, relocating, replacing, or constructing utilities) will be performed by others during the prosecution of the Work, the Special Provisions will establish the utility owners anticipated completion. The first sentence in the third paragraph is revised to read: When others delay the Work through late performance of utility work, the Contractor shall adhere to the requirements of Section 1 -04.5. SECTION 1 -08, PROSECUTION AND PROGRESS August 4, 2008 1 -08.1 Subcontracting Item (2) in the first sentence of the seventh paragraph is revised to read: (2) Delivery of these materials to the Work site in vehicles owned or operated by such plants or by recognized independent or commercial hauling companies hired by those commercial plants. 1 08.3(2)A Type A Progress Schedule This section is revised to read: The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 days after the date the contract is executed, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other 12 standard schedule format. Regardless of which format used, the schedule shall identify the critical path. 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 - 08.5 Time for Completion The third sentence in the first paragraph is revised to read: A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the Contract specifically prohibits Work on the critical path of the Contractor's approved progress schedule, 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. 1 - 08.6 Suspension of Work The first paragraph is revised to read: The Engineer may order suspension of all or any part of the Work if: 1. Unsuitable weather that prevents satisfactory and timely performance of the Work; or 2. The Contractor does not comply with the Contract: or 3. It is in the public interest. 1 - 08.7 Maintenance During Suspension The first sentence in the fourth paragraph is revised to read: If the Engineer determines that the Contractor has pursued the Work diligently before the suspension, then the Contracting Agency will maintain the temporary Roadway (and bear its cost). The fifth paragraph is revised to read: The Contractor shall protect and maintain all other Work in areas not used by traffic. All costs associated with protecting and maintaining such Work shall be the responsibility of the Contractor, except those costs associated with implementing the TESC Plan according to Section 8 -01. The seventh paragraph is revised to read: After any suspension, the Contractor shall resume all responsibilities the Contract assigns for the Work. SECTION 1 -09, MEASUREMENT AND PAYMENT April 7, 2008 1 -09.9 Payments The first paragraph is supplemented with the following: For items Bid as lump sum, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction meeting. 13 The second sentence in the third paragraph is revised to read: Unless otherwise provided in the payment clause of the applicable Specifications, partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Project Engineer's determination of the amount of Work performed, with consideration given to but not exclusively based on the Contractors lump sum breakdown. The third paragraph is supplemented with the following: The determination of payments under the contract will be final in accordance with Section 1 -05.1. 1 09.9(1) Retainage In the fourth paragraph, number 1, the reference to $20.000 is revised to read $35,000. SECTION 1 -10, TEMPORARY TRAFFIC CONTROL January 7, 2008 1- 10.5(1) Lump Sum Bid for Project (No Unit Items) This section is revised to read: "Project Temporary Traffic Control ", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Contract Work defined in Section 1 -10, except for costs compensated by Bid Proposal items inserted through Contract Provisions as described in Section 1- 10.4(3). SECTION 2 -01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP April 7, 2008 2- 01.3(1) Clearing Item 3 .is deleted. The first sentence in Item 4. is revised to read: Follow these requirements for all stumps that will be buried deeper than 5 -feet from the top, side, or end surface of the embankment or any structure: 2 01.3(2) Grubbing Item 2. e, is revised to read: Upon which embankments will be placed except stumps may be close -cut or trimmed as allowed in Section 2- 01.3(1) item 4. SECTION 2 -02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS April 7, 2008 2- 02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters The first sentence in 3. is supplemented with the following: 14 For removal of bituminous pavement, asphalt planing equipment may be used in lieu of sawcutting provided that a clean vertical edge remains. SECTION 2 -03, ROADWAY EXCAVATION AND EMBANKMENT January 7, 2008 2 -03.1 Description The first sentence in the first paragraph is revised to read: The Work described in this section, regardless of the nature or type of the materials encountered, includes excavating and grading the Roadway, excavating in borrow pits, excavating below grade, excavating channels and ditches, removing slide material, and disposing of all excavated material. 2 03.3(3) Excavation Below Grade The section title is revised to read: 2 03.3(3) Excavation Below Subgrade The first sentence in the fifth paragraph is revised to read: Compaction. If the density of the natural earth under any area of the Roadway is less than that required in Section 2- 03.3(14)C, Method B, the Engineer may order the Contractor to perform any or all of the following: 2 03.3(14)M Excavation of Channels This section including title is revised to read: 2 03.3(14)M Excavation of Channels and Ditches Channel Excavation: Open excavations 8 -feet or more wide at the bottom, but excludes channels that are part of the Roadway. Ditch Excavation: Open excavations less than 8 -feet wide at the bottom, but excludes ditches that are part of the Roadway. Before excavating channels or ditches, the Contractor shall clear and grub the area in accordance with Section 2 -01. 2 - 03.4 Measurement The first sentence in the first paragraph is revised to read: Roadway excavation, channel excavation, ditch excavation, unsuitable foundation excavation, and common borrow items will be measured by the cubic yard. The fourth sentence in the first paragraph is revised to read: For Roadway excavation, channel excavation and ditch excavation items, the original ground will be compared with the planned finished section shown in the Plans. 2 - 03.5 Payment The first paragraph is supplemented with the following: "Channel Excavation ", per cubic yard. "Channel Excavation Incl. Haul ", per cubic yard. 15 "Ditch Excavation ", per cubic yard. "Ditch Excavation Incl. Haul ", per cubic yard. The first sentence in the second paragraph is revised to read: The unit Contract price per cubic yard for "Roadway Excavation ", "Roadway Excavation Incl. Haul ", "Roadway Excavation — Area ", "Roadway Excavation Incl. Haul — Area ", "Channel Excavation ", "Channel Excavation Incl. Haul ", "Ditch Excavation" and "Ditch Excavation Incl. Haul" shall be full compensation for all costs incurred for excavating, loading, placing, or oti ery ise disposing of the material. The second paragraph is supplemented with the following: When a bid item is not included in the proposal for channel excavation or ditch excavation all costs shall be included in roadway excavation. The third paragraph is revised to read: When the Engineer orders Work according to Section 2- 03.3(3), unit Contract prices shall apply, unless the Work differs materially from the excavation above Subgrade, then payment will be in accordance with Section 1 -04.4. SECTION 2 -10, DITCH EXCAVATION January 7, 2008 This section is deleted in its entirety. The section title is revised to read: 2 -10 VACANT SECTION 5 -01, CEMENT CONCRETE PAVEMENT REHABILITATION August 4, 2008 5- 01.3(2)B Portland Cement Concrete The third sentence in the third paragraph is deleted. 5 01.3(4) Replace Portland Cement Concrete Panel The last paragraph on page 5 -5 of the Standard Specifications is revised to read: The Contractor shall place a bond breaking material such as polyethylene film, roofing paper or other material as approved by the Engineer along all existing concrete surfaces and between the bottom of the slab and treated bases prior to placing concrete. 5 01.3(5) Parti D Sp R The fifth paragraph is revised to read: When a partial depth repair is placed directly against an adjacent longitudinal joint a bond breaking material such as polyethylene film, roofing paper or other material as approved by the Engineer shall be placed between the existing concrete and the area to be patched. 16 SECTION 5 -04, HOT MIX ASPHALT August 4, 2008 5- 04.3(9) Spreading and Finishing The nominal compacted depth for HMA Class 3/4' and HMA Class 1 /2" listed under the first paragraph is revised to read: HMA Class 3 /4" and HMA Class 1 /2" wearing course 0.30 -feet other courses 0.35 -feet 5 04.3(12)B Longitudinal Joints The first two paragraphs are revised to read: The longitudinal joint in any 1 course shall be offset from the course immediately below by not more than 6- inches nor less than 2- inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. On one -lane ramps a longitudinal joint may be constructed at the center of the traffic lane, subject to approval by the Project Engineer, if: 1. The ramp must remain open to traffic, or 2. The ramp is closed to traffic and a hot -lap joint is constructed. a. If a hot -lap joint is allowed at the center of the traffic lane, 2 paving machines shall be used; a minimum compacted density in accordance with Section 5- 04.3(10)B shall be achieved throughout the traffic lane; and construction equipment other than rollers shall not operate on any uncompacted mix. The reference to Standard Plan A -1 in the third paragraph is revised to read "Standard Plan A40.10 -00." 5 04.3(21) Asphalt Binder Revision This section is revised to read: When the Contracting Agency provides a source of aggregate, the expected percentage content of asphalt binder in the resulting mix will be identified in the Contract documents. Should the percentage of asphalt binder shown in the job mix formula for Hot Mix Asphalt produced with Agency - provided aggregate vary by more than plus or minus 0.3- percent from the amount shown in the Contract documents, an adjustment in payment will be made. The adjustment in payment (plus or minus) will be based on the invoice unit cost, including shipping cost, without any markups. The quantity subject to an adjustment shall be the difference between the JMF asphalt binder percentage and the contract document asphalt binder percentage except that the first 0.3% of this difference shall not apply. No adjustment will be made when the Contractor elects not to use a Contracting Agency - provided source, or when no source is made available by the Contracting Agency. SECTION 5 -05, CEMENT CONCRETE PAVEMENT August 4, 2008 5- 05.3(3)C Finishing Equipment The second sentence in the first paragraph is revised to read: 17 On other roads and on WSDOT projects requiring less than 1000 - square yards of cement concrete pavement or requiring individual placement areas of less than 1000 - square yards, irregular areas, intersections and at locations inaccessible to slip -form paving equipment, cement concrete pavement may be placed with approved placement and finishing equipment utilizing stationary side forms. 5 05.3(4)A Acceptance of Portland Cement Concrete Pavement The third sentence in the ninth paragraph is deleted. 5 05.3(8)A Contraction Joints The fifth paragraph is revised to read: When cement concrete pavement is placed adjacent to existing cement concrete pavement, the vertical face of all existing working joints shall be covered with a bond breaking material such as polyethylene film, roofing paper or other material as approved by the Engineer. SECTION 6 -02, CONCRETE STRUCTURES August 4, 2008 6- 02.3(2)B Commercial Concrete The second paragraph is revised to read: Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging culverts, concrete pipe collars, pipe anchors, monument cases, light standard foundations, pedestals, cabinet bases, guardrail anchors, sign post foundations, fence post footings, sidewalks, curbs, and gutters, the Contractor may use commercial concrete. If commercial concrete is used for sidewalks, curbs, and gutters, it shall have a minimum cementitious • material content of 564- pounds per cubic yard of concrete, shall be air entrained, and the tolerances of Section 6- 02.3(5)C shall apply. Commercial concrete shall not be used for items such as, bridges, retaining walls, box culverts, or foundations for high mast luminaires, mast arm traffic signals, cantilever signs, and sign bridges. The Engineer may approve the use of commercial concrete for other applications not listed above. 6 02.3(10) Roadway Slabs and Bridge Approach Slabs This section's content is deleted. The section heading is revised to read: 6 02.3(10) Bridge Decks and Bridge Approach Slabs This section is supplemented with the following new sub - sections: 6= 02.3(10)A Pr ecoi istr Zuc ion Meeting A pre- concreting conference shall be held 5 to 10- working days before placing concrete to discuss construction procedures, personnel, and equipment to be used. Those attending shall include: 1. (representing the Contractor) The superintendent and ail foremen in charge of placing the concrete, finishing it; and 2. (representing the State) The Project Engineer, key inspection assistants, and the State Construction Office. 18 If the project includes more than 1 deck or slab, and if the Contractor's key personnel change between concreting operations, or at request of the Engineer, an additional conference shall be held just before each deck or slab is placed. The Contractor shall not place bridge decks until the Engineer agrees that: 1. Concrete producing and placement rates will be high enough to meet placing and finishing deadlines; 2. Finishers with enough experience have been employed; 3. Adequate finishing tools and equipment are at the site, and 4. Curing procedures consistent with the Specification requirements are employed. 6 02.3(10)B Screed Rail Supports The Contractor shall place screed rails outside the finishing area. When screed rails cannot be placed outside the finishing area as determined by the Engineer, they shall rest on adjustable supports that can be removed with the least possible disturbance to the screeded concrete. The supports shall rest on structural members or on forms rigid enough to resist deflection. Supports shall be removable to at least 2- inches below the finished surface. For staged constructed bridge decks, the finishing machine screed rails shall not be supported on the completed portion of deck and shall deflect with the portion of structure under construction. Screed rails (with their supports) shall be strong enough and stiff enough to permit the finishing machine to operate effectively on them. All screed rails shall be placed and secured for the full length of the deck/slab before the concreting begins. If the Engineer approves in advance, the Contractor may move rails ahead onto previously set supports while concreting progresses. But such movable rails and their supports shall not change the set elevation of the screed. On steel truss and girder spans, screed rails and bulkheads may be placed directly on transverse steel floorbeams, with the strike -board moving at right angles to the centerline of the Roadway. 6 02.3(10)C Finishing Equipment The finishing machine shall be self - propelled and be capable of forward and reverse movement under positive control. The finishing machine shall be equipped with a rotating cylindrical single or double drum screed not exceeding 60- inches in length. The finishing machine shall have the necessary adjustments to produce the required cross - section, line, and grade. Provisions shall be made for the raising and lowering of all screeds under positive control. The upper vertical limit of screed travel shall permit the screed to clear the finished concrete surface. For bridge deck widening of 20 -feet or less, and for bridge approach slabs, or where jobsite conditions do not allow the use of conventional configuration finishing machines described above, the Contractor may propose the use of a hand operated motorized power screed such as a "Texas" or "Bunyan" screed. This screed shall be capable of finishing the bridge deck and bridge approach slab to the same standards as the finishing machine. The Contractor shall not begin placing bridge deck or bridge approach slab concrete until receiving the Engineer's approval of this screed and the placing procedures. 19 On bridge decks the Contractor may use hand - operated strike - boards only when the Engineer approves for special conditions where self propelled or motorized hand operated screeds cannot be employed. These boards shall be sturdy and able to strike off the full placement width without intermediate supports. Strike - boards, screed rails, and any specially made auxiliary equipment shall receive the Engineer's approval before use. All finishing requirements in these Specifications apply to hand - operated finishing equipment. 6 02.3(10)D Concrete Placement, Finishing, and Texturing Before any concrete is placed, the finishing machine shall be operated over the entire length of the deck/slab to check screed deflection. Concrete placement may begin only if the Engineer approves after this test. Immediately before placing concrete, the Contractor shall check (and adjust if necessary) all falsework and wedges to minimize settlement and deflection from the added mass of the concrete deck /slab, The Contractor shall also install devices, such as telltales, by which the Engineer can readily measure settlement and deflection. The Contractor shall schedule the concrete placement so that it can be completely finished during daylight. After dark finishing is permitted if the Engineer approves and if the Contractor provides adequate lighting. The placement operation shall cover the full width of the Roadway or the full width between construction joints. The Contractor shall locate any construction joint over a beam or web that can support the deck/slab on either side of the joint. The joint shall not occur over a pier unless the Plans permit. Each joint shall be formed vertically and in true alignment. The Contractor shall not release falsework or wedges supporting pours on either side of a joint until each side has aged as these Specifications require. Placement of concrete for bridge decks and bridge approach slabs shall comply with Section 6- 02.3(6).The Engineer shall approve the placement method. In placing the concrete, the Contractor shall: 1. Place it (without segregation) against concrete placed earlier, as near as possible to its final position, approximately to grade, and in shallow, closely spaced piles; 2. Consolidate it around reinforcing steel by using vibrators before strike -off by the finishing machine; 3. Not use vibrators to move concrete; 4. Not revibrate any concrete surface areas where workers have stopped prior to screeding; 5. Remove any concrete splashed onto reinforcing steel in adjacent segments before concreting them; 6. Tamp and strike off the concrete with a template or strike board moving slowly forward at an even speed; 7. Maintain a slight excess of concrete in front of the cutting edge across the entire width of the placement operation; 20 8. Make enough passes with the strike -board (without overfinishing and bringing excessive amounts of mortar to the surface) to create a surface that is true and ready for final finish; and 9. Leave a thin, even film of mortar on the concrete surface after the last pass of the strike - board. Workers shall complete all post screeding operations without walking on the concrete. This may require work bridges spanning the full width of the slab. After removing the screed supports, the Contractor shall fill the voids with concrete (not mortar). If necessary, as determined by the Engineer, the Contractor shall float the surface left by the finishing machine to remove roughness, minor irregularities, and seal the surface of the concrete. Floating shall leave a smooth and even surface. Float finishing shall be kept to a minimum number of passes so air bubbles in the concrete are not released. The floats shall be at least 4 -feet long. Each transverse pass of the float shall overlap the previous pass by at least half the length of the float. The first floating shall be at right angles to the strike -off. The second floating shall be at right angles to the centerline of the span. A smooth riding surface shall be maintained across construction joints. Expansion joints shall be finished with a 1/2 -inch radius edger. After floating, but while the concrete remains plastic, the Contractor shall test the entire deck/slab for flatness (allowing for crown, camber, and vertical curvature). The testing shall be done with a 10 -foot straightedge held on the surface. The straightedge shall be advanced in successive positions parallel to the centerline, moving not more than 1/2 the length of the straightedge each time it advances. This procedure shall be repeated with the straightedge held perpendicular to the centerline. An acceptable surface shall be one free from deviations of more than 1/8 -inch under the 10 -foot straightedge. If the test reveals depressions, the Contractor shall fill them with freshly mixed concrete, strike off, consolidate, and refinish them. High areas shall be cut down and refinished. Retesting and refinishing shall continue until an acceptable, deviation free surface is produced. The hardened concrete shall meet all smoothness requirements of these Specifications even though the tests require corrective Work. The Contractor shall texture the bridge deck and bridge approach slab by combing the final surface perpendicular to the centerline. Made of a single row of metal tines, the comb shall leave striations in the fresh concrete approximately 3 /16 -inch deep by 1/8 -inch wide and spaced approximately 1 /2 -inch apart. The Engineer will decide actual depths at the site. (If the comb has not been approved, the Contractor shall obtain the Engineer's approval by demonstrating it on a test section.) The Contractor may operate the combs manually or mechanically, either singly or with several placed end to end. The timing and method used shall produce the required texture without displacing larger particles of aggregate. Texturing shall end 2 -feet from curb lines. This 2 -foot untextured strip shall be hand finished with a steel trowel. If the Plans call for an overlay (to be constructed under the same Contract), such as hot mix asphalt, latex modified concrete, epoxy concrete, or similar, the Contractor shall produce the final finish by dragging a strip of damp, seamless burlap lengthwise over the full width of the deck/slab or by brooming it lightly. A burlap drag shall equal the deck/slab in width. 21 Approximately 3 -feet of the drag shall contact the surface, with the least possible bow in its leading edge. It shall be kept wet and free of hardened lumps of concrete. When it fails to produce the required finish, the Contractor shall replace it. When not in use, it shall be lifted clear of the slab. After the deck/slab has cured, the surface shall not vary more than 1 /8 -inch under a 10 -foot straightedge placed parallel and perpendicular to the centerline. The Contractor shall cut high spots down with a diamond faced, saw -type cutting machine. This machine shall cut through mortar and aggregate without breaking or dislodging the aggregate or causing spalls. Low spots shall be built up utilizing a grout or concrete with a strength equal to or greater than the required 28 -day strength of the deck/slab. The method of build -up shall be submitted to the Engineer for approval. The surface texture on any area cut down or built up shall match closely that of the surrounding bridge deck or bridge approach stab area. The entire bridge deck and bridge approach slab shall provide a smooth riding surface. 6 02.3(10)E Sidewalk Concrete for sidewalk shall be well compacted, struck off with a strike - board, and floated with a wooden float to achieve a surface that does not vary more than !8 -inch under a 10- foot straightedge. An edging tool shall be used to finish all sidewalk edges and expansion joints. The final surface shall have a granular texture that will not turn slick when wet. 6 02.3(10)F Bridge Approach Slab Orientation and Anchors Bridge approach slabs shall be constructed full bridge deck width from outside usable Shoulder to outside usable Shoulder at an elevation to match the Structure. The bridge approach slabs shall be modified as shown in the Plans to accommodate the grate inlets at the bridge ends if the grate inlets are required. Bridge approach slab anchors shall be installed as detailed in the Plans and the anchor rods, couplers, and nuts shall conform to Section 9- 06.5(1). The steel plates shall conform to ASTM A 36. All metal parts shall receive 1 coat of formula A -11 -99 paint meeting the requirements of Section 9 -08.2. The pipe shall be any non - perforated PE or PVC pipe of the diameter specified in the Plans. Polystyrene shall conform to Section 9 -04.6. The anchors shall be installed parallel both to profile grade and center line of Roadway. The Contractor shall secure the anchors to ensure that they will not be misaligned during concrete placement. For Method B anchors installations, the epoxy bonding agent used to install the anchors shall be Type IV conforming to Section 9 -26.1. The compression seal shall be as noted in the Contract documents. Dowel bars shall be installed in the bridge approach slabs in accordance with the requirements of the Standard Plans and Section 5- 05.3(10). After curing bridge approach slabs in accordance with Section 6- 02.3(11), the bridge approach slabs may be opened to traffic when a minimum compressive strength of 2,500 psi is achieved. 6 02.3(17)N Removal of Falsework and Forms The fifth paragraph, beginning with "The Contractor may remove side forms, traffic barrier form, and pedestrian barrier forms" etc, is deleted. 22 6- 02.3(17)0 Early Concrete Test Cylinder Breaks The third paragraph is revised to read: The cylinders shall be cured in accordance with WSDOT FOP for AASHTO T 23. 6 02.3(20) Grout for Anchor Bolts and Bridge Bearings The title for this Section (on page 6 - 71) is revised to read: 6- 02.3(20) Grout for Anchor Bolts and Bridge Bearings 6- 02.3(25)L Handling and Storage The fifth sentence in the third paragraph is deleted. SECTION 6 -03, STEEL STRUCTURES April 7, 2008 6- 03.3(33) Bolted Connections The second paragraph is revised to read: All bolted connections are slip critical. Painted structures require either Type 1 or Type 3 bolts. Unpainted structures require Type 3 bolts. AASHTO M 253 bolts shall not be galvanized or be used in contact with galvanized metal. 6 03.3(38) Placing Superstructure This section is revised to read: The concrete in piers and crossbeams shall reach at least 80- percent of design strength before girders are placed on them. 6 - 03.4 Measurement The second paragraph is revised to read: Cast or forged metal (kind) shown in the Plans will be measured by the pound or will be paid for on a lump sum basis, whichever is shown on the Proposal. SECTION 6 -09, MODIFIED CONCRETE OVERLAYS August 4, 2008 6- 09.3(1)B Rotary Milling Machines This section is revised to read: Rotary milling machines shall have a maximum operating weight of 50,000 pounds, and conform to the requirements in Section 1 -07.7. 6 09.3(1)C Hydro - Demolition Machines This section is revised to read: Hydro - demolition machines shall consist of filtering and pumping units operating in conjunction with a remote - controlled robotic device, using high velocity water jets to remove 1 /2 -inch of sound concrete with the simultaneous removal of all deteriorated concrete. Hydro - demolition machines shall also clean any exposed reinforcing steel of all rust and corrosion products. 23 6- 09.3(1)D Shot Blasting Machines This section is revised to read: Shot blasting machines shall consist of a self contained mobile unit, using steel abrasive to remove 1/2 -inch of sound concrete. The shot blasting machine shall vacuum and store all material removed from the scarified concrete surface into a self contained unit. 6- 09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified Concrete Overlays The first sentence in the first paragraph is revised to read: The Engineer will perform slump, temperature, and entrained air tests for acceptance in accordance with Section 6- 02.3(5)D and as specified in this Section after the Contractor indicates that the concrete is ready for placement. The third paragraph is deleted. 6 09.3(8)B Quality Assurance for Latex Modified Concrete Overlays The following new sentence is inserted as the leading sentence in the second paragraph: The Engineer will perform slump, temperature, and entrained air tests for acceptance in accordance with Section 6- 02.3(5)D and as specified in this Section. The third paragraph is deleted. SECTION 6 -11, REINFORCED CONCRETE WALLS August 4, 2008 6- 11.3(3) Precast Concrete Wall Stern Panels The first sentence in the first paragraph is revised to read: The Contractor may fabricate precast concrete wall stem panels for construction of Standard Plan Retaining Walls. The first sentence in the second paragraph is revised to read: The precast concrete wall stem panels shall be designed in accordance with the following codes: The first sentence in number 1. in the second paragraph is revised to read: 1 F all loads ..+ otherwise .. +...d A A QLITC 1 RFD Bridge Design 1 . For Q11 IUGIUJ except as VU Iri1 VYIAG noted - r'.r ..71 1 1 V LI \I V Bridge VGJl I Specifications, latest edition and current interims. 6 11.3(5) Backfill, Weepholes and Gutters The first sentence in the first paragraph is revised to read: Unless the Plans specify otherwise, backfill and weepholes shall be placed in accordance with the Standard Plans and Section 6- 02.3(22). 24 SECTION 6 -15, SOIL NAIL WALLS January 7, 2008 6- 15.3(8)A Verification Testing The last sentence in the sixth paragraph is revised to read: The load -hold period shall start as soon as the load is applied and the nail movement with respect to a fixed reference shall be measured and recorded at 1 minute, 2, 3, 4, 5, 6, 10, 20, 30, 40, 50, and 60 minutes. 6 15.3(8)B Proof Testing The fifth sentence in the third paragraph is revised to read: If the load hold is extended, the nail movement shall be recorded at 20, 30, 40, 50, and 60 minutes. SECTION 6 -16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS August 4, 2008 6- 16.3(6) Installing Timber Lagging and Permanent Ground Anchors This section, including the title, is revised to read: 6- 16.3(6) Designing and Installing Lagging, and Installing Permanent Ground Anchors Lagging for soldier pile walls shall conform to one of the following two categories: Temporary lagging is defined as lagging that is in service as a structural member for a maximum of 36 months before a permanent load carrying fascia is in place, except for the following exception. Lagging for soldier pile walls in site soils conforming to an excluded soil type as defined under Section 6- 16.3(6)A will be classified as permanent lagging conforming to Section 6- 16.3(6)C, in which case this requirement will be specified in the Plans along with design details for such lagging. Permanent lagging is defined as all lagging not conforming to the definition of temporary lagging as specified above. This section is supplemented with the following new sub - sections: 6 16.3(6)A Soil Classification For the purposes of designing lagging for soldier pile walls, soils shall be categorized in the following classifications: Soil Type 1 The following shall be considered Type 1 soils: 1. Cohesive fine grained soils either CL or CH of medium consistency with yH /S� < 5. 2. Cohesive fine grained soils either CL or CH that are stiff to very stiff and non - fissured. 3. Fine grained soils either ML or SM -ML that are above the water table. 25 4. Coarse grained soils either GW, GP, GM, GC, SW, SP or SM that are medium dense to dense. Soil Type 2 The following shall be considered Type 2 soils: 1. Cohesive fine grained soils either CL or CH that are heavily over consolidated and fissured. 2. Fine grained ML soils or coarse grained SM -ML soils that are below the water table. 3. Coarse grained SC soil that is medium dense to dense and is below the water table. 4. Coarse grained soils either SW, SP or SM that are loose. Cecil Tmm 3 Soil Type ms The following shall be considered Type 3 soils: 1. Cohesive fine grained soils either CL or CH that are soft with yH /S > 5. 2. Fine grained slightly plastic ML soil that is below the water table. 3. Coarse grained SC soil that is loose and below the water table. Exclusions Regardless of whether site soils conform to one of the soil types defined above, site soils under the following conditions are excluded from the Type 1, Type 2, and Type 3 soil classifications: 1. Disturbed soils such as those in landslides or known unstable areas. 2. Layered soils dipping into the excavation steeper than 4H:1V. Lagging for soldier pile walls located in site soils excluded from the Type 1, Type 2, and Type 3 soil classifications shall be designed in accordance with the latest AASHTO LRFD Bridge Design Specifications with current interim specifications. Use of the table in Section 6- 16.3(6)B for timber lagging in these situations will not be allowed. 6- 16.3(6)B Temporary Lagging The Contractor shall design temporary lagging for all soldier pile walls. The temporary lagging design shall be based on the following: 1. The AASHTO LRFD Bridge Design Specifications, latest edition with current interim specifications, except that timber members used for temporary lagging may be selected based on the table below. 2. The soil type as specified in the Plans or as determined from the geotechnical report prepared for the project. 3. The soil pressure diagram, either as shown in the Plans or as included in the geotechnical report prepared for the project, including the surcharge for temporary construction load when shown in the Plans. 26 The Contractor shall submit the soldier pile wall lagging design working drawings and supporting design calculations to the Engineer for approval in accordance with Section 6- 01.9. The submittal shall include, but not be limited to, the following: 1. Description of the material used for the lagging, including identification of applicable material specifications. 2. Installation method and sequence. 3. If the lagging material is to be removed during or after installation of the permanent fascia, a description of how the lagging is removed without disturbing or damaging the fascia, soldier piles, and retained soil, and a description of how, and with what material, the void left by the removal of lagging is to be filled. 4. For all cases, except with timber for temporary lagging, a description with appropriate details of how subsurface drainage is to be accommodated, either in accordance with Section 6- 16.3(7) for timber lagging, Section 6- 15.3(7) for shotcrete facing, or other means appropriate for the geotechnical site conditions and approved by the Engineer for other lagging materials. Lagging materials and lagging installation methods that cause the build -up of, and prevent the relief of, pore water pressure will not be allowed. Free draining materials are defined as those materials that exhibit a greater permeability than the material being retained. Temporary lagging may be untreated timber conforming to the Section 9 -09.2 requirements specified under Structures for timber lagging, or another material selected by the Contractor. Timber for temporary lagging shall conform to the minimum actual thickness specified in the table below for the soil type, exposed wall height, and lagging clear span as shown in the Plans. Minimum Actual Thickness of Timber Used As Temporary Lagging Soil Type (1) 1 1 2 2 3 3 3 Exposed 25 and Over 25 and Over 15 Over Over Wall Height under 25 to under 25 to and 15 to 25 (feet) 60 60 under 25 Clear Span Minimum Actual Thickness of Rough Cut Timber Lagging Of Lagging (inches) (3) (feet) 5 2 3 3 3 3 3 4 6 3 3 3 3 3 4 5 7 3 3 3 4 4 5 6 8 3 4 4 4 5 6 (2) 9 4 4 4 5 (2) ( ( 10 4 5 5 5 (2) (2) ( (1) Soil Type as defined in Section 6- 16.3(6)A (2) For exposed wall heights exceeding the limits in the table above, or where minimum rough cut lagging thickness is not provided, the Contractor shall design the lagging in accordance with the latest AASHTO LRFD Bridge Design Specifications with current interim specifications. 27 (3) Table modified from FHWA document "Lateral Support Systems and Underpinning" (Report No. FHWA -RD -75 -130) Notwithstanding the requirements of Section 1 -06.1, steel materials used by the Contractor as temporary lagging may be used (second hand) provided that the use of such used (second hand) steel materials shall be subject to visual inspection and approval by the Engineer. For used (second hand) steel materials where the grade of steel cannot be positively identified, the design stresses for the steel shall conform to the Section 6- 02.3(17)B requirements for salvaged steel, regardless of whether rivets are present or not. 6 16.3(6)C Permanent Lagging Permanent lagging, including timber, shall be as shown in the Plans. The use of the table in Section 6- 16.3(6)B for the design of timber lagging for permanent lagging will not be allowed. 6 16.3(6)D Installing Lagging and Permanent Ground Anchors The excavation and removal of CDF and pumpable lean concrete for the lagging installation shall proceed in advance of the lagging, and shall not begin until the CDF and pumpable lean concrete are of sufficient strength that the material remains in place during excavation and lagging installation. if the CDF or pumpable lean concrete separates from the soldier pile, or caves or spalls from around the soldier pile, the Contractor shall discontinue excavation and lagging installation operations until the CDF and pumpable lean concrete is completely set. The bottom of the excavation in front of the wall shall be level. Excavation shall conform to Section 2 -03. For walls without permanent ground anchors, the bottom of excavation shall not be more than three feet below the bottom level of the lagging already installed, but in no case shall the depth of excavation beneath the bottom level of installed lagging be such to cause instability of the excavated face. For walls with permanent ground anchors, the bottom of excavation shall be not more than three feet below the permanent ground anchor level until all permanent ground anchors at that level are installed and stressed, but in no case shall the depth of excavation beneath the permanent ground anchor level be such to cause instability of the excavated face. Any caving that occurs during excavation shall be backfilled with free draining material as approved by the Engineer. Installing, stressing, and testing the permanent ground anchors shall be in accordance with Section 6 -17 and the construction sequence specified in the Plans. The lagging shall be installed from the top of the soldier pile proceeding downward. The lagging shall make direct contact with the soil. When and where lagging is not in full contact with the soil being retained, either the lagging shall be wedged back to create contact or the void shall be filled with a free draining material as approved by the Engineer. When utilizing lagging in fill situations, the backfiii layers shall be placed in accordance with Section 2- 03.3(14) except that all layers shall be compacted to 90 percent of maximum density. 6 - 16.4 Measurement The third paragraph is revised to read: Lagging will be measured by the square foot area of lagging installed. The quantity will be computed based on the vertical dimension from the highest lagging elevation to the lowest lagging elevation between each pair of adjacent soldier piles as the height dimension, and the center -to- center spacing of the soldier piles as the length dimension. no GO 6 -16.5 Payment The third bid item and the following paragraph is revised to read: "Lagging ", per square foot. All costs in connection with furnishing and installing lagging shall be included in the unit contract price per square foot for "Lagging ", including design of temporary lagging, and filling voids behind the lagging with a free draining material as approved by the Engineer. SECTION 6 -17, PERMANENT GROUND ANCHORS January 7, 2008 6- 17.3(8)B Performance Testing The fourth sentence in the fourth paragraph is revised to read: If the load hold is extended, the anchor movement shall be recorded at 20 minutes, 30, 40, 50, and 60 minutes. 6 17.3(8)C Proof Testing The fourth sentence in the second paragraph is revised to read: If the load hold is extended, the anchor movements shall be recorded at 20 minutes, 30, 40, 50, and 60 minutes. SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL April 7, 2008 8- 01.3(1) General The ninth paragraph is revised to read: If the Engineer, under Section 1 -08.6, orders the Work suspended, the Contractor shall continue to control erosion, pollution, and runoff during the shutdown. 8 01.3(1)C Water Management Item 2. "Process Water" is supplemented with the following new first paragraph: High pH process water or wastewater (non - stormwater) that is generated on -site, including water generated during concrete grinding, rubblizing, washout, and hydrodemolition activities, shall not be discharged to waters of the state. Water may be infiltrated upon the approval of the Engineer. Off -site disposal of concrete process water shall be in accordance with Standard Specification 5- 01.3(11). 8 01.3(6)D Wattle Check Dam The reference to Section 8 01.3(10) is revised to Section 9 14.5(5). 8 01.3(12) Compost Sock The last paragraph is deleted. 8 01.3(13) Temporary Curb The first paragraph is revised to read: 29 Temporary curbs may consist of asphalt, concrete, sand bags, compost socks, wattles, or geotextile/plastic encased berms of sand or gravel, or as approved by the Engineer. SECTION 8 -02, ROADSIDE RESTORATION April 7, 2008 8- 02.3(3) Planting Area Weed Control The second paragraph is deleted. This section is supplemented with the following: Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet square and shall be secured by a minimum of 5 staples per mat. Mats and staples shall be installed according to the manufacturer's recommendations. SECTION 8 -04, CURBS, GUTTERS, AND SPILLWAYS January 7, 2008 8 -04.5 Payment The bid items "Roundabout Truck Apron Inner Cement Conc. Curb" and "Roundabout Truck Apron Outer Cem. Conc. Curb and Gutter" are revised to read: "Roundabout Central Island Cement Concrete Curb ", per linear foot. "Roundabout Truck Apron Cem. Conc. Curb and Gutter ", per linear foot. This section is supplemented with the following new bid item: "Roundabout Truck Apron Cement Concrete Curb ", per linear foot. SECTION 8 -12, CHAIN LINK FENCES AND WIRE FENCE January 7, 2008 8- 12.3(1)A Posts All references to "Type 3 fence" in the second and third paragraphs are revised to read "Type 3 and Type 4 fences ". The first sentence in the eighth paragraph is revised to read: Gate and pull posts shall be braced to the adjacent brace, end, or corner post(s) in the manner shown in the Standard Plans. The tenth paragraph is revised to read: All posts for chain link fence Types 1 and 6 shall be fitted with an approved top cap designed to fit securely over the post to support the top rail. All round posts for chain link fence Types 3 and 4 shall have approved top caps fastened securely to the posts. The base of the top cap fitting for round posts shall feature an apron around the outside of the posts. 8 12.3(1)C Tension Wire This section including title is revised to read: 30 8- 12.3(1)C Tension Wire and Tension Cable Tension Wires shall be attached to the posts as detailed in the Standard Plans or as approved by the Engineer. Tension Cables shall be installed in accordance with Section 8- 25.3(5). 8 12.3(1)D Chain Link Fabric The following new paragraph is inserted in front of the first paragraph: Attach the chain link fabric after the cables and wires have been properly tensioned and /or the top rail has been installed. The third and fourth sentences in the third paragraph are revised to read: Fastening to posts shall be with tie wire, metal bands, or other approved method attached at 14 -inch intervals. The top and bottom edge of the fabric shall be fastened with tie wires to the top rail, and with hog rings to the tension cable or top and bottom tension wires as may be applicable, spaced at 24 -inch intervals. SECTION 8 -15, RIPRAP April 7, 2008 8- 15.3(1) Excavation for Riprap The second sentence of the first paragraph is revised to read: Excavation below the level of the intersection of the slope to be protected and the adjacent original ground or the channel floor or slope shall be classified, measured, and paid for as channel excavation or ditch excavation in accordance with Section 2 -03. 8 - 15.4 Measurement The following new paragraph is inserted to follow the fifth paragraph. Channel excavation will be measured by the cubic yard as specified in Section 2 -03. The sixth paragraph is revised to read: Ditch excavation will be measured by the cubic yard as specified in Section 2 -03. The reference to Section 2 -10 in the seventh paragraph is revised to Section 2 -03. 8 - 15.5 Payment The bid item "Filter Blanket" is supplemented with the following: The unit price for "Filter Blanket" shall be full payment for all costs incurred to perform the work in Section 8- 15.3(7). This section is supplemented with the following: "Channel Excavation ", per cubic yard. "Channel Excavation Incl. Haul ", per cubic yard. "Ditch Excavation Incl. Haul ", per cubic yard. Payment for "Channel Excavation ", "Channel Excavation Incl. Haul ", "Ditch Excavation" and "Ditch Excavation Incl. Haul" is described in Section 2 -03.5. 31 SECTION 8 -20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL April 7, 2008 8- 20.3(4) Foundations The fifth paragraph is revised to read: Where soil conditions are poor, the Engineer may order the Contractor to extend the foundations shown in the Plans to provide additional depth. Such additional Work will be paid for according to Section 1 -04.4. SECTION 8 -21, PERMANENT SIGNING April 7, 2008 8= 21.3(9)F Bases This section including title is revised to read: 8 21.3(9)F Foundations The excavation and backfill shall be in conformance with the requirements of Section 2- 09.3(1)E. Where obstructions prevent construction of planned foundations, the Contractor shall construct an effective foundation satisfactory to the Engineer. 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. Foundations shall be cast in one operation where practicable. The exposed portions shall be formed to present a neat appearance. Class 2 surface finish shall be applied to exposed surfaces of concrete in accordance with the requirements of Section 6- 02.3(14)B. Where soil conditions are poor, the Engineer may order the Contractor to extend the foundations shown in the Plans to provide additional depth. Such additional work will be paid for according to Section 1 -04.4. Forms shall be true to line and grade. Tops of foundations for roadside sign structures shall be finished to ground line, unless otherwise shown in the Plans or directed by the Engineer. Tops of foundations for sign bridges and cantilever sign structures shall be finished to the elevation shown in the Plans. 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. FVUI Idati'l lI concrete ete shall conform i m to the requirements for the specified class, be Vast -in- place concrete and be constructed in accordance with Section 6 -02.2 and 6 -02.3. Sign structures shall not be erected on concrete foundations until foundations have attained a compressive strength of 2,400 psi. 32 In addition to the basic requirements, sign bridges and cantilever sign structures shall be installed in accordance with the following: 1. Tops of foundations for sign bridges and cantilever sign structures shall be finished to the elevation shown in the Plans. 2. Steel reinforcing bars shall conform to Section 9 -07. 3. Concrete shall be Class 4000, except as otherwise specified. Where water is present in the shaft excavations for Type 1 foundations for sign bridges and cantilever sign structures, the shaft concrete shall be Class 4000P placed in accordance with Section 6- 02.3(6)B. 4. All bolts and anchor bolts shall be installed so that two class full threads extend beyond the top of the top heavy -hex nut. Anchor bolts shall be installed plumb, plus or minus 1 degree. 5. Plumbing of sign bridges and cantilever sign structures shall be accomplished by adjusting leveling nuts. Shims or other similar devices for plumbing or raking will not be permitted. 6. The top heavy -hex nuts of sign bridges and cantilever sign structures shall be tightened in accordance with Section 6- 03.3(33), and by the Turn -Of -Nut Method to a minimum rotation of 1/4 turn and a maximum of 1/3 turn past snug tight. Permanent marks shall be set on the base plate and nuts to indicate nut rotation past snug tight. In addition to the basic requirements, roadside sign structures shall be installed in accordance with the following: 1. Tops of foundations shall be finished to final ground line, unless otherwise shown in the Plans or staked by the Engineer. 2. Spiral reinforcing shall conform to AASHTO M32. All other steel reinforcement shall conform to the requirements of Section 9 -07. 3. Concrete shall be Class 3000. 4. The assembly and installation of all Type TP — A or B bases for roadside sign structures shall be supervised at all times by either a manufacturer's representative or an installer who has been trained and certified by the manufacturer of the system. If the supervision is provided by a trained installer, a copy of the installer certification shall be provided to the Engineer prior to installation. 5. For all Type — A or B bases the Contractor shall attach four female anchors to a flat rigid template following the manufacturer's recommendations. The Contractor shall lower the anchor assembly into fresh concrete foundation and vibrate into position such that the tops of the anchor washers are flush with the finished top surface of the foundation. The Contractor shall support the template such that all anchors are level and in their proper position. Slip base and hinge connection nuts of roadside sign structures shall be tightened using a torque wrench to the torque, and following the procedure, specified in the Standard Plans. 33 8- 21.3(10) Vacant This section is revised to read: 8 21.3(10) Sign Attachment Sign panels consisting of sheet aluminum or fiberglass reinforced plastic shall be attached or mounted to sign posts or sign structures as shown in the Standard Plans. Signs not conforming to the above, including all variable message sign (VMS) assemblies and other message board type assemblies, shall be attached or mounted to sign posts or sign structures by means of positive connections - defined as through - bolted connections. The use of clips or clamps to accomplish the attachment or mounting of such signs and assemblies is prohibited. 8 21.3(12) Steel Sign Posts This section is revised to read. For roadside sign structures on Type — A or B bases, the Contractor shall use the following procedures and manufacturer's recommendations: 1. The couplings, special bolts, bracket bolts, and hinge connection nuts on all Type — A or B bases shall be tightened using the Turn -Of -Nut Tightening Method to a maximum rotation of 1/2 turn past snug tight. 2. The Contractor shall shim as necessary to plumb the steel sign posts. For roadside sign structures on all Type PL and SB slip bases, the Contractor shall use the following procedures: 1. The Contractor shall assemble the steel sign post to stub post with bolts and flat washers as shown in the Standard Plans. 2. Each bolt be tightened using a torque wrench to the torque, and following the procedures specified in the Standard Plans. SECTION 8 -25, GLARE SCREEN January 7, 2008 8- 25.3(1) Glare Screen Fabric The second sentence in the second paragraph is revised to read: Fastening to end, corner, and pull posts shall be with stretcher bars and fabric bands spaced at 1 -foot intervals. The fourth sentence in the second paragraph is revised to read: Fabric shall be securely fastened to line and brace posts with tie wires, metal bands, or other approved methods, attached at 14 -inch intervals. 8 25.3(5) Tension Cables The following new paragraph is inserted in front of the first paragraph: Fasten the tension cables after the posts have been installed and those set in concrete have sufficiently cured. 34 The second sentence in the second paragraph is revised to read: The top of the pull posts shall be braced diagonally to the bottom of the end, corner, or brace posts with a short length of cable as shown in the Standard Plans. This section is supplemented with the following: Attach U -bolt wire rope clips to the cable ends by placing the base (saddle) of the clip against the live end of the cable, while the "U" of the bolt presses against the dead end. Two clips shall be used per end, spaced a minimum of six cable diameters apart with a wire rope thimble placed securely in the loop eye to prevent kinking. 8- 25.3(6) Fittings, Attachments and Hardware The first paragraph is deleted. The second paragraph is revised to read: A galvanized iron strap 1/4 -inch in thickness by 2- inches in width, formed as shown in the Standard Plans, shall be provided for the attachment of eye bolts and eye nuts to the base and top of the H column posts in order to take the strain of the cable tension off the web of the H column. The straps are required between any tension cable fitting and the H column, one per side, unless the screen post is mounted to a guardrail post, then a strap is only required on the outside (nut side) face. The straps are only required at tension cable attachment locations. SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS January 7, 2008 9- 04.1(2) Premolded Joint Filler for Expansion Joints This section is revised to read: Premolded joint filler for use in expansion (through) joints shall conform to either AASHTO M 213 Specifications for "Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction" except the requirement for water absorption is deleted, or ASTM D 7174 Specifications for "Preformed Closed -Cell Polyolefin Expansion Joint Fillers for Concrete Paving and Structural Construction." SECTION 9 -06, STRUCTURAL STEEL AND RELATED MATERIALS April 7, 2008 9- 06.5(3) High Strength Bolts Paragraphs one through four are revised to read as follows: High- strength bolts for structural steel joints shall conform to either AASHTO M 164 Type 1 or 3, or AASHTO M 253 Type 1 or 3, as specified in the Plans or Special Provisions. Galvanized AASHTO M 164 Type 1 bolts with an ultimate tensile strength above 145 ksi shall be tested for embrittlement. Embrittlement testing shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. 35 Bolts conforming to AASHTO M 253 shall not be galvanized. AASHTO M 253 Type 1 bolts shall be painted with two coats of zinc rich paint, formula A -9 -73, consisting of a minimum dry film thickness of 2 mils per coat, when specified in the Plans or Special Provisions. Bolts for unpainted and nongalvanized structures shall conform to either AASHTO M 164 Type 3 or AASHTO M 253 Type 3, as specified in the Plans or Special Provisions. Nuts for high strength bolts shall meet the following requirements: AASHTO i "vi 164 Bolts Black Type 1 AASHTO M 291 Grade C, C3, DH and DH3 AASHTO M 292 Grade 2H Black weathering Type 3 AASHTO M 291 Grade C3 and DH3 Galvanized Type 1 AASHTO M 291 Grade DH AASHTO M 292 Grade 2H AASHTO M 253 Bolts RInrk Tx.,/pg, Tx.,/p 1 AACI -IT( M 9Q1 nr-nrio nH nH' AASHTO M 292 Grade 2H Black weathering Type 3 AASHTO M 291 Grade DH3 9 - 06.13 Copper Seals This section including title is revised to read: 9 -06.13 Vacant SECTION 9 -09, TIMBER AND LUMBER January 7, 2008 9 -09.1 General Requirements This section is revised to read: All timber and lumber shall be sized as indicated in the Plans. All timber and lumber to be painted shall be surfaced on all sides. All timber and lumber to be painted shall be thoroughly air or kiln dried to an equilibrium moisture content and shall be stored in such a manner as to remain in a thoroughly dry condition until placed into the work. 9 - 09.2 Grade Requirements This section is revised to read: Timber and lumber shall conform to the grades and usage listed below. Timber and lumber shall be marked with a certified lumber grade stamp provided by one of the following agencies: West roast oast I Inspection Lumber Ins (WCI lB) v vuv.. �u�i w�.� ��w v ui...uu �rrv�� Western Wood Products Association (WWPA) Pacific Lumber Inspection Bureau (PLIB) Any lumber grading bureau certified by the American Lumber Standards Committee For structures, all material delivered to the project shall bear a grade stamp and have a grading certificate. The grade stamp and grading certificate will not constitute final 36 acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. The grading certificate shall be issued by either the grading bureau whose stamp is shown on the material, or by the lumber mill, which shall be under the supervision of one of the grading bureaus listed above. The certificate shall include the following: Name of the mill performing the grading The grading rules being used Name of the person doing the grading with current certification Signature of a responsible mill official Date the lumber was graded at the mill Grade, dimensions, and quantity of the timber or lumber For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, the material delivered to the project shall either bear a grade stamp on each piece or have a grading certificate as defined above. The grade stamp or grading certificate shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. 9 09.2(1) Surfacing and Seasoning This section including title is revised to read: 9 09.2(1) Structures All timber and lumber for structures shall be Douglas Fir -Larch unless specified otherwise in the contract, and shall conform to the following: Materials 2" to 4" nominal No. 1 and better, grade thick, 5" nominal and wider (Section 123 -b of WCLIB) or (Structural Joists and Planks) (Section 62.11 of WWPA) Materials 5" nominal and thicker No. 1 and better, grade (Beams and Stringers) (Section 130 -b of WCLIB) or (Section 70.11 of WWPA) Timber lagging for soldier pile walls shall be Douglas Fir - Larch, grade No. 2 or better or Hem -Fir No. 1. When the material is delivered to the project, the Engineer will check the order for the appropriate grade stamp. The invoice and grading certificate accompanying the order must be accurate and complete with the information listed above. The grading certificate and grade markings shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. 9 09.2(2) Vacant This section including title is revised to read: 9 09.2(2) Guardrail Posts and Blocks Timber and lumber for guardrail posts and blocks (classified as Posts and Timbers) shall conform to the species and grades listed below. Douglas Fir No. 1 and better, grade (Section 131 -b WCLIB) or (Section 80.11 WWPA) 37 Hem Fir Select Structural, grade (Section 131 -a WCLIB) or (Section 80.10 WWPA) Southern Yellow Pine No. 1 and better, grade (Southern Pine Inspection Bureau) When the material is delivered to the project, the Engineer will check the order for the appropriate grade stamp. The grade markings shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. 9 09.2(3) Inspection This section including title is revised to read: 9 09.2(3) Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts The allowable species of timber and lumber for signposts, and mileposts shall be Douglas Fir -Larch or Hem Fir. Timber and lumber for sawed fence posts and mailbox posts shall be Western Red Cedar, Douglas Fir - Larch, or Hem Fir. Sign posts, mileposts, sawed fence posts, and mailbox posts shall conform to the grades shown below. 4" x 4" Construction grade (Light Framing, Section 122 -b WCLIB) or (Section 40.11 WWPA) I 4" x 6" No. 1 and better, grade (Structural Joists and Planks, Section 123 -b WCLIB) or (Section 62.11 WWPA) 6" x 6 ", 6" x 8 ", 8" x 10" No. 1 and better, grade (Posts and Timbers, Section 131 -b WCLIB) or (Section 80.11 WWPA) 6" x 10 ", 6" x 12" No. 1 and better, grade (Beams and Stringers, Section 130 -b WCLIB) or (Section 70.11 WWPA) SECTION 9 -14, EROSION CONTROL AND ROADSIDE PLANTING April 7, 2008 9- 14.4(8) Compost This section is revised to read: Compost products shall be the result of the biological degradation and transformation of plant- derived materials under controlled conditions designed to promote aerobic decomposition. Compost shall be stable with regard to oxygen consumption and carbon dioxide generation, Compost shall be mature with regard to its suitability for serving as a soil amendment or an erosion control BMP as defined below. The compost shall have a moisture content that has no visible free water or dust produced when handling the material. ('..w.r.....+ ..r...+� ,ti .r. -1 .. a lit• s h a ll .+ r.l.� ('k.... +..r 4173-350 \A /A (' VVI I I t Jl VUUI.-LIVl1 Q I IV ..�UQIII shall �.o111fny VYltl1 VI IQ'.JIGI V VnV. Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for the Examination. of Compost and Composting (TMECC) 02.02 -B, "Sample Sieving for Aggregate Size Classification ". 38 Fine Compost shall meet the following: Min. Max. Percent passing 2" 100% Percent passing 1" 95% 100% Percent passing 5/8" 90% 100% Percent passing ' /4" 75% 100% Maximum particle length of 6 inches Coarse Compost shall meet the following: Min. Max. Percent passing 3" 100% Percent passing 1" 90% 100% Percent passing 3 /4" 70% 100% Percent passing "A" 40% 60% Maximum particle length of 6 inches 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. Composting Council TMECC 04.11 -A, "1:5 Slurry pH ". 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1.0 percent by weight as determined by U.S. Composting Council TMECC 03.08 -A "Classification of Inerts by Sieve Size ". 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S. Composting Council TMECC 05.07A "Loss -On- Ignition Organic Matter Method (LOI) ". 5. Soluble salt contents shall be less than 4.0 mmhos /cm when tested in accordance with U.S. Composting Council TMECC 04.10 "Electrical Conductivity ". 6. Maturity shall be greater than 80% in accordance with U.S. Composting Council TMECC 05.05 -A, "Germination and Root Elongation ". 7. Stability shall be 7 mg CO —C /g OM /day or below in accordance with U.S. Composting Council TMECC 05.08 -B "Carbon Dioxide Evolution Rate ". 8. The compost product must originate a minimum of 65 percent by volume from recycled plant waste as defined in WAC 173 -350 as "Type 1 Feedstocks." A maximum of 35 percent by volume of "Type 2 Feedstocks," source - separated food waste, and /or biosolids may be substituted for recycled plant waste. The manufacturer shall provide a list of feedstock sources by percentage in the final compost product. 9. The Engineer may also evaluate compost for maturity using U.S. Composting Council TMECC 05.08 -E "Solvita® Maturity Index ". Fine Compost shall score a number 6 or above on the Solvita® Compost Maturity Test. Coarse Compost shall score a 5 or above on the Solvita® Compost Maturity Test. This section is supplemented with the following new sub - sections: 39 9- 14.4(8)A Compost Approval The Contractor shall either select a compost manufacturer from the Qualified Products List, or submit the following information to the Engineer for approval: 1. A Request for Approval of Material Source. 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department as per WAC 173 -350 (Minimum Functional Standards for Solid Waste Handling). • 3. The manufacturer shall verify in writing, and provide lab analyses that the material complies with the processes, testing, and standards specified in WAC 173 -350 and these specifications. An independent Seal of Testing Assurance (STA) Program certified laboratory shall perform the analysis. 4. A copy of the manufacturer's Seal of Testing Assurance STA certification as issued by the U.S. Composting Council. 9 14.4(8)B Compost Acceptance Seven days prior to initial application of any compost the Contractor shall submit a compost sample, a STA test report dated within 90 calendar days, and the list of feedstocks by volume for each compost type to the Engineer for review. The Contractor shall use only compost that has been tested within 90 calendar days of application and meets the requirements in section 9- 14.4(8). Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall be immediately removed from the project and replaced at no cost to the Contracting Agency. SECTION 9 -16, FENCE AND GUARDRAIL January 7, 2008 9- 16.1(1)A Post Material for Chain Link Fence The first paragraph is supplemented with the following: • Round Post Material Round post material shall be Grade 1 or 2. • Roll Form Material Roll - formed post material shall be Grade 1. Roll- formed end, corner, and pull posts shall have integral fastening loops to connect to the fabric for the full length of each post. Top rails and brace rails shall be open rectangular sections with internal flanges as shown in ASTM F1043. The Round Post Material and Roll Form Material information following the third paragraph is deleted. 9 -16 1(1)P Chain I ink F F Y I V. I, I Chain ink ■ VI�VV ■ M IV The first paragraph is revised to read: Chain link fabric shall consist of 11 gage wire for chain link fence Types 3, 4, and 6, and 9 gage wire for chain link fence Type 1. The fabric shall be zinc - coated steel wire conforming to AASHTO M 181, Class C. Zinc 5- percent Aluminum - Mischmetal alloy meeting the requirements of ASTM B 750 may be substituted for zinc coating (hot- dipped) at the 40 application rate specified by ASSHTO M 181 for hot -dip zinc coating. Coating for chain link fence fabric shall meet the requirements of ASTM A 817 with minimum weight of coating of uncoated wire surface 1.0 oz/sq ft (305 g /m2). 9 16.1(1)C Tension Wire This section including title is revised to read: 9 16.1(1)C Tension Wire and Tension Cable Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall be Class 1. Tension cable shall meet the requirements of Section 9- 16.6(5). 9 16.1(1)D Fittings and Hardware This section is supplemented with the following: Fabric bands and stretcher bars shall meet the requirements of Section 9- 16.6(9). Thimbles, wire rope clips, anchor shackles, and seizing shall meet the requirements of Section 9- 16.6(6). 9 16.1(1)E Chain Link Gates The first sentence in the first paragraph is revised to read: Gate frames shall be constructed of not less that 1 1/2 -inch (I.D.) galvanized pipe conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9- 16.1(1)A. The fourth sentence in the first paragraph is revised to read: All welds shall be ground smooth and painted with an A -9 -73 galvanizing repair paint or A- 11-99 primer meeting the requirements of Section 9 -08.2. 9 16.2(1)A Steel Post Material The reference to "hot dip galvanized" in the first sentence in the second paragraph is revised to "galvanized ". The first sentence in the third paragraph is revised to read: Posts shall not be less than 7 -feet in length. 9 16.3(2) Posts and Blocks The first sentence in the second paragraph is revised to read: Timber posts and blocks shall conform to the grade specified in Section 9- 09.2(2). 9 16.3(3) Galvanizing The first sentence in the first paragraph is revised to read: W -beam or thrie beam rail elements and terminal sections shall be galvanized in accordance with AASHTO M -180, Class A, Type 2, except that the rail shall be galvanized after fabrication, with fabrication to include forming, cutting, shearing, punching, drilling, bending, welding, and riveting. 41 9- 16.3(4) Hardware This section is revised to read: Unfinished Bolts (ordinary machine bolts), nuts, and washers for High Unfinished Bolts, shall conform to 9- 06.5(1). High Strength bolts, nuts, and washers for High Strength Bolts shall conform to 9- 06.5(3). Unfinished bolts will be accepted by field verification and documentation that bolt heads are stamped 307A. The Contractor shall submit a manufacturer's certificate of compliance per 1 -06.3 for high strength bolts, nuts, and washers prior to installing any of the hardware. 9 16.3(5) Anchors The reference to "hot dip galvanized" in the tenth paragraph is revised to "galvanized ". 9 16.4(2) Wire Mesh The reference to "hot dip galvanized" in the second sentence in the third paragraph is revised to "galvanized ". 9- 16.6(2) Glare Screen Fabric • The reference to "A 491" in the second sentence in the first paragraph is revised to "ASTM A 491 ". 9 16.6(3) Posts The first paragraph is revised to read: Line posts for Type 1 glare screen shall be 1 1 /2- inches by 1 7/8- inches galvanized steel H column with a minimum weight of 2.8 pounds per linear foot. Line posts for Type 2 glare screen shall be 1 5/8- inches by 2 1/4- inches galvanized steel H column with a minimum weight of 4.0 pounds per linear foot, or 2 -inch inside diameter galvanized steel pipe with a nominal weight of 3.65 pounds per linear foot provided only one type shall be used on any one project. The first paragraph is supplemented with the following: End, corner, brace, and pull posts for Type 1 Design A shall be 1 1/2- inches by 1 7/8- inches steel H column with a minimum weight of 2.8 pounds per linear foot. The first sentence in the second paragraph is revised to read: End, corner, brace, and pull posts for Type 1 Design B and Type 2 shall be 2 -inch inside diameter galvanized steel pipe with nominal weight of 3.65 pounds per linear foot. The reference to "hot dip galvanized" in the third sentence in the second paragraph is revised to "galvanized ". v v The first two sentences in the fifth paragraph are revised to read: All posts shall be galvanized in accordance with PASHTO IVI 181, Section 32. The minimum average zinc coating is per square foot of surface area. 9 16.6(5) Cable The reference to "hot dip galvanized" is revised to "galvanized ". 42 9- 16.6(6) Cable and Tension Wire Attachments The reference to "hot dip galvanized" in the first sentence in the first paragraph is revised to "galvanized ". The third sentence in the first paragraph is deleted. 9 16.6(9) Fabric Bands and Stretcher Bars The reference to "hot dip galvanized" is revised to "galvanized ". 9 16.6(10) Tie Wire This section including title is revised to read: 9 16.6(10) Tie Wire and Hog Rings Tie wire shall be 9 gage aluminum wire complying with the ASTM B 211 for alloy 1100 H14 or 9 gage galvanized wire meeting the requirements of AASHTO M 279. Galvanizing shall be Class 1. Hog rings shall be 12 gage galvanized steel wire. 9 16.8(1) Rail and Hardware The word "Composition" following the first paragraph is deleted. SECTION 9 -19, PRESTRESSED CONCRETE GIRDERS April 7, 2008 9 -19.1 Aggregates and Proportioning The first paragraph is revised to read: The concrete for prestressed girders shall have the minimum compressive strengths as specified in the Plans. Aggregates used in the mix shall conform to the following: Coarse aggregate shall be in accordance with Section 9- 03.1(4). Fine aggregate shall be in accordance with Section 9- 03.1(2), Class 1 or Class 2. The manufacturer may revise the grading of the coarse aggregate provided that the concrete mix design is qualified with the modified gradation. An alternative combined gradation conforming to Section 9- 03.1(5) may also be used. SECTION 9 -29, ILLUMINATION, SIGNAL, ELECTRICAL April 7, 2008 9 -29.6 Light and Signal Standards This section is supplemented with the following: Materials for steel light and signal standards, and associated anchorage and fastening hardware, shall conform to Sections 9- 29.6(1), 9- 29.6(2) and 9- 29.6(5) unless otherwise specified in one of the following documents: 1. The steel light and signal standard fabricator's pre- approved plan as approved by the Washington State Department of Transportation and as identified in the Special Provisions. 43 2. The steel light and signal standard fabricator's shop drawing submittal, including supporting design calculations, as submitted in accordance with Sections 6 -01.9 and 8- 20.2(1) and the Special Provisions, and as approved by the Engineer. 44 CONTRACT PROVISIONS Special Provisions Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form CITY OF YAKIMA SPECIAL PROVISIONS for Simpson Lane Sanitary Sewer L.I.D. City Project No. 2215 L.I.D. 1061 The following Special Provisions supersede any conflicting provisions of the 2008 Standard Specifications for Road, Bridge, and Municipal Construction. DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK PROJECT DESCRIPTION This work shall consist of furnishing all labor, materials and equipment required to construct New Sanitary Sewer from the existing Sanitary Sewer, located in Simpson Lane, into the area bounded generally by S. 16 St. on the east, Prasch Ave. on the north, S. 13 St. on the west, and just south of Iler Lane on the south. The project includes: the installation of approximately 2,400 linear feet of 8 -inch P.V.C. Sanitary Sewer Pipe, approximately 3,080 linear feet of 10 -inch P.V.C. Sanitary Sewer Pipe, and approximately 2,167 linear feet of P.V.C. Sanitary Sewer Pipe for Side -sewer stubs together with all appurtenances, including but not limited to, New Manholes, Cleanouts, repaving the streets with Bituminous Surface Treatment Pavement, and pavement surface repair. All in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. 45 1 -01.3 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. Add itive A supplemental u nit o work or o bid items, identified separately i n t he p w hich m ..,.. r , r ,w� � w� gem unit v. work yr group of bid ncn �J, identified acpal atcl in the pi V�,JVJ[II, which I Illay, 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. 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. 46 Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1 -02.1 Qualifications of Bidder ( * * ** *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. Supplement this section as follows: Pre - qualification is not required for this project. 1 -02.2 Plans and Specifications ( * * * ** APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17 ") 2 Furnished automatically upon and Contract Provisions award. Large plans (e.g., 22" x 34 ") N/A Furnished only upon request. and Contract Provisions Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1 -02.4 Examination of Plans, Specification, and Site of Work 1- 02.4(1) General Supplement this section with the following: 47 A pre -bid conference will be held on site beginning at the intersection of S. 14 St. and Burwell Ave. at 10:00 AM on December 17, 2008. The conference will include project discussion and an open trench investigation to help determine the approximate water table elevation. 1 -02.5 Proposal Forms ( * * * ** 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 a pr o n 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. 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 ( * * * ** 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. Revise this section as follows: Delete the fifth and sixth paragraphs. 48 1 -02.7 Bid Deposit ( * * ** *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. 1 -02.9 Delivery of Proposal ( * * * ** 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. Supplement this section with the following: The Proposal components of the Bid Documents shall not be removed from the document booklet. The in -tact document booklet shall be submitted with all the bid information contained /included within it as the Contractor's Bid package. The Bid Bond may be firmly stapled to the Bid Bond Form page. The Contractor is warned that the Proposal Signature Sheet must be fully completed and signed for the Bid to be considered. (* * * * *) 1 -02.12 Public Opening Of Proposal Section 1 -02.12 is supplemented with the following: Date Of Opening Bids Sealed bids are to be received at one of the following locations prior to the time Specified: At the Office of the City Clerk, City of Yakima, Washington 98901 until 2:00 P.M. of the bid opening date. The bid opening date for this project is December 10, 2008. Bids received will be publicly opened and read after 2:00 P. M. on this date. In the C.E.D. Conference room on the 2 Floor of City Hall. 1 -02.13 Irregular Proposals ( * * * ** APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: 49 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. 1 -02.14 Disqualification of Bidders (September 12, 2007 APWA GSP) Revise this section to read: 1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. 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; d. 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; e. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the work; or i. There are any other reasons deemed proper by the Contracting Agency. 1 -02.15 Pre Award Information ( * * * *" 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, 50 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and /or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1 -03.3 Execution of Contract ( * * * ** APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within Ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by 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 Seven (7) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 51 1 -03.4 Contract Bond ( * * ** *APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency- furnished form; 2. Be signed by an approved surety (or sureties) that: a. is registered with the Washington State insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or •artner . If the Contractor is a corporation the bond must be signed b the .resident or vice- president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice - president). 1 -04 SCOPE OF THE WORK 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda ( * * * ** APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.11 Final Cleanup Supplement this section 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 accomplished. 52 1 -05 CONTROL OF WORK 1 -05.4 Conformity With and Deviations from Plans and Stakes Add the following two new sub - sections: 1- 05.4(1) Roadway and Utility Surveys ( * * * ** APWA GSP) The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1. Slope stakes for establishing grading; 2. Curb grade stakes; 3. Centerline finish grade stakes for pavement sections wider than 25 feet; and 4. Offset points to establish line and grade for underground utilities such as water, sewers, and storm drains. On alley construction projects with minor grade changes, the Engineer shall provide only offset hubs on one side of the alley to establish the alignment and grade. 1 -05.7 Removal of Defective and Unauthorized Work ( * * * ** APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 53 1 -05.11 Final Inspection Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially co mpl e t e and ready for its intended . th r .:u L.... written notice, notify the .,....�.......a.u� .,.,... L �GGU Ivl IL a nti I'. U use, LIlc Engineer II I yVIII U�/ WI ILLGII IIULIL..C, so notifyLI IC 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. 54 1 -05.13 Superintendents, Labor and Equipment of Contractor (May 25, 2006 APWA GSP) Revise the 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. 1 -05.16 Water and Power (New Section) ( * * * *" 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. 55 1 -06 CONTROL OF MATERIAL 1 -06.2 Acceptance of Materials Foreign Made Materials Section 1 -06 is supplemented with the following: (March 13, 1995) The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American -made materials only. The Contractor may utilize minor amounts of foreign steel and iron in this project provided the cost of the foreign material used does not exceed one -tenth of one percent of the total contract cost or $2,500.00 , whichever is greater. American -made material is defined as material having all manufacturing processes occur in the United States. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350 -109 provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350 -109. (June 8, 1998) Steel Reinforcing Bar Steel reinforcing bar manufacturers have changed the size designation stamped on their bars. The actual size of the bar remains the same, only the size designation has changed. The table below shows the new size designation for reinforcing steel referenced in the Standard Specifications and the Standard Plans. Std. New Specification Bar Size Designation Diameter Designation • #3 (0.375 inches) #10 #4 (0.500 inches) #13 #5 (0.625 inches) #16 56 #6 (0.750 inches) #19 #7 (0.875 inches) #22 #8 (1.000 inches) #25 #9 (1.128 inches) #29 #10 (1.270 inches) #32 #11 (1.410 inches) #36 #14 (1.690 inches) #43 #18 (2.260 inches) #57 Rebar stamped with either size designation may be used. 1- 06.2(1) Samples and Tests for Acceptance Supplement this section with the following: The following testing frequencies shall apply to this project. The testing frequencies may be modified to assure compliance with the 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. Trench Backfillinq Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. Compaction shall conform to Section 7- 08.3(3) or 7- 09.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. Roadway embankment compaction shall be as specified in Section 2- 03.3(14).. Subqrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2- 06.3(2). Ballast and Crushed Surfacing 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. 57 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws to be Observed ( * * * ** 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 o n the proj s it e before the Contr h es t a bli s h e d a nd mant known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1 -07.2 State Sales Tax Delete this section, including its sub- sections, in its entirety and replace it with the following: 1 -07.2 State Sales Tax ( * * * ** APWA GSP) 1- 07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1- 07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract - related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 58 1- 07.2(2) State Sales Tax — Rule 171 WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1- 07.2(3) State Sales Tax — Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1- 07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). Supplement Section 1 -07.2 (APWA GSP) with the following: Rule 170 shall apply to this project. 1- 07.5(4) Air Quality Supplement this section with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574 -1410. 1 -07.6 Permits and Licenses Supplement this section with the following: The Contractor shall have or obtain a valid City of Yakima Business license for the duration of this project. 59 1- 07.11(10)B Required Records and Retention Revise the first sentence of the first paragraph as follows: Replace "State Department of Transportation" with "the Contracting Agency" The third paragraph is revised to read as follows: The Contractor and all subcontractors on this project shall submit WSDOT Form 820 -010 to the Engineer by the Fifth of the month during the term of the Contract. 1 -07.17 Utilities And Similar Facilities (March 13, 1995) • Section 1 -07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The Contractor shall call the Utility Location Request Center (One Call Center), for field location, not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, State, or Federal holiday. The telephone number for the One Call Center for this project may be obtained from the Engineer. If no one - number locator service is available, notice shall be provided individually to those owners known to or suspected of having underground facilities within the area of proposed excavation. The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Qwest 8 W. 2 Ave., Room 304 Yakima, WA. 98902 509 - 575 -7183 Charter Communications 1005 N. l6`h Ave. Yakima, WA. 98902 509 - 575 -1697 1- 866 - 731 -5420 City of Yakima Water Division 2301 Fruitvale Blvd. Yakima, WA. 98902 509 - 575 -6196 City of Yakima Wastewater Division 2220 E. Viola Yakima, WA. 98901 509 - 575 -6077 Cascade Natural Gas Corp. 401 N. 1 St. Yakima, WA. 98901 509 - 457 -5905 Pacific Power P.O. Box 1729 Yakima, WA. 98907 509 - 575 -3146 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1- 800 - 553 -4344, at least 48 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 to 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 existing utility locations, along with familiarizing himself with plans and schedules for the installation of new, relocated, or adjusted utilities. Both public and private utility organizations, along with private contractors working for these 60 organizations, may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. 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 Insurance ( * * * ** APWA GSP) 1- 07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A- VII or higher in the A.M. Best's Key Rating Guide, which is admitted to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and /or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ( "tail ") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance polices shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non - contributory insurance as respects the Contracting Agency's insurance, self- insurance, or insurance pool coverage. • F. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 30 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew 61 such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1- 07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • the Contracting Agency and its officers, elected officials, employees, agents, volunteers, • and appointed officials. The above - listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(3) describes limits lower than those maintained by the Contractor. 1- 07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1- 07.18(5)A and 1- 07.18(5)B. Upon request of the Contracting Agency, the • Contractor shall provide evidence of such insurance. 1- 07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. Specifically the wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 30 days, to the City of Yakima. 4 Add the following text in the section entitled DESCRIPTION OF OPERATIONS / LOCATIONS / . VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISIONS. The City of Yakima, its officers, elected or appointed officials, employees, agents, and volunteers are additional insured's for Simpson Ln. Sanitary Sewer, City Project No. 2215. 1- 07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self - insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 62 1- 07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises /Operations Liability Products /Completed Operations — for a period of one year following final acceptance of the work. Personal /Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1- 07.18(5)B Automobile Liability Automobile Liability for owned, non - owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1- 07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1 -07.23 Public Convenience and Safety 1- 07.23(1) Construction Under Traffic ( * * * ** 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 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. 63 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 require work on the roadway, the Contracting Agency will be responsible 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 when flow is impaired due to the Contractor's operations. 1- 07.23(2) Construction and Maintenance of Detours ( * * ** *APWA GSP) Revise LIIC first paragraph W 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. Deto cros o f i hi and 3. Temporary approaches. 1 -07.24 Rights of Way ( * * * ** 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. 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 64 Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1 -08 PROSECUTION AND PROGRESS Add the following new section: 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1- 08.0(1) Preconstruction Conference (May 25, 2006 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction 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. Add the following new section: 1- 08.0(2) Hours of Work (May 25, 2006 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8 -hour period between 7:00 a.m. and 6:00 p.m. is not 65 required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24 -hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. 1 -08.3 Progress Schedule The first and second paragraphs are replaced with the following paragraph: 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 time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The schedule s h a ll b dr t a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. The section is supplemented by 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 his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule.. 1 -08.5 Time For Completion (March 13, 1995) Section 1 -08.5 is supplemented with the following: This project shall be physically completed within Fifty (50) working days. 66 1 -08.7 Maintenance During Suspension ( * * * ** APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1 -07.23 or the Special Provisions). This may include a temporary road or detour. 1 -09 MEASUREMENT AND PAYMENT 1 -09.6 Force Account ( * * ** *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 correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1 -09.9 Payments ( * * * ** 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. 67 • 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 -10 TEMPORARY TRAFFIC CONTROL 1- 10.1(2) Description ( * * * ** 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 timAR frnm iniiiry nr riamnna as n result of the C.nntractnr'c nnarntinnc whinh may nrniir nn 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. 1- 10.2(1) 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 Pvarrrrc ,n C r i,n 401 Pontius Ave. N. Seattle, WA 98109 1- 800 - 521 -0778 or (206) 382 -4090 1 -10.4 Measurement 1- 10.4(1) Lump Sum Bid for Project (No Unit Items) (August 2, 2004) Section 1- 10.4(1) is supplemented with the following: The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1- 10.4(1) shall apply. 68 DIVISION 2 - EARTHWORK 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2 -01.2 Disposal of Usable Material and Debris Revise the third paragraph and single sentence as follows: Change the word "three" to "two ". 2- 01.2(1) Disposal Method No. 1 -Open Burning This section is deleted. 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 -02.3 Construction Requirements Supplement this section with the following: The materials to be removed under this section shall become the property of the Contractor. The Contractor shall haul the removed materials from the project. Damage caused to that portion of the pavement, that is to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. 2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs Item 1 is revised to read: Haul all broken pieces to an off - project site to be obtained by the Contractor. Item 3 is revised by adding the following to the end of the sentence: "or remove to the nearest joint as directed." 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 City of Yakima Water Division before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the contractor shall make certain that the hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of 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. 69 The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant use. Violation of these requirements will result in fines and will lay the 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 shall be measured with the metered hydrant connection provided by City of Yakima Water Division. All costs for the use of the water shall be incidental to other related work, including but not limited to compaction, dust control etc. 2 -07.5 Payment This This section is revised +n rnnrl• O� ,l IVII is ICVIJGU to IGQU. Water will be furnished by City of Yakima Water Division in accordance with their requirements and charges. 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 shown on the City of Yakima Standard Detail. The second sentence of the paragraph, shoring or Extra Excavation, is revised to read: Shoring or Extra Excavation Class B will be measured by the linear foot. 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 ". 70 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS 5 -02 BITUMINOUS SURFACE TREATMENT 5 -02.2 Materials Supplement this section with the following: For this project CRS -2P, Polymerized Cationic Emulsified Asphalt, as specified in Section 9- 02.1(6)A shall be used. 5 -02.3 Construction Requirements 5- 02.3(2) Preparation of Roadway Surface 5- 02.3(2)A New Construction Supplement this section with the following: At locations where the new B.S.T. pavement abuts existing pavement, the existing pavement shall be trimmed and the trimmed edges shall have a tack coat applied and, following the construction of the new pavement, be sanded to provide a seal between the new pavement and the existing. The roadway edges of the new pavement shall be tapered at a rate of 10:1 to match the existing roadway edges, where necessary. Where the new B.S.T. paving will cover existing water valve boxes the location of the water valve shall be referenced with highly visible reference markers and the procedures in Section 5- 04.3(13) of these Special Provisions shall be followed. The location of each water valve shall be marked on the surface of the new pavement within 24 hours of the completion of the pavement construction for each street in the project. The new valve box castings shall be installed and adjusted to the new pavement surface within 10 days of pavement construction. Measurement and Payment for this work shall be made under Section 7 -05.4 and 7 -05.5 of these Special Provisions. 5 -04 HOT MIX ASPHALT 5 -04 HOT MIX ASPHALT 5- 04.3(5)E Pavement Repair Supplement this section with the following: The term Pavement Repair is interchangeable with Surface Repair for this project. The work included in this section shall be repair of roadway surfaces disturbed by construction of the utilities installed under the contract. The pavement repair shall be made in accordance with the City of Yakima Surface Repair Standard Detail R7. The paving material shall be HMA Cl. %2" PG 64 -28 for this work. • 5- 04.3(13) Surface Smoothness The last paragraph is revised with the following: When utility appurtenances such as manhole rings and covers, water valve boxes etc are encountered or are to be located within the asphalt 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 Castings shall not be adjusted until the pavement is completed, at which time the center of each structure and each monument shall be relocated from the references previously established by the Contractor. 71 The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus 2 feet. The new rim shall be placed on cement concrete blocks 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 " below the finished pavement surface. On the following day, the concrete, the edges of the asphalt concrete pavement and the outer edge of the casting shall be painted with hot asphalt cement. HMA Class 3/8" PG 64 -28 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. 5-04.4 Measurement Delete the following Sections of 5 -04 Hot Mix Asphalt (APWA) 5- 04.5(1) Quality Assurance Price Adjustments THROUGH 5- 04.5(1)B Price Adjustment for Quality HMA Compaction. Supplement this section with the following: "Surface Repair" shall be measured by the square yard, measured to the neat lines, complete, in place at the locations shown on the plans, and in accordance with the City of Yakima Standard Detail R7. 5 -04.5 Payment Add the following bid item: "Surface Repair ", per sq. yd. The unit contract price for "Surface Repair" shall be full compensation for the complete repair of the roadway paved surface removed due to trenching, including saw cutting and including: furnishing all materials required, and all labor and equipment needed, to place and compact the Crushed Surfacing Base Course and the H.M.A. Class %2" PG 64 -28. 72 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7 -05 MANHOLES, INLETS, AND CATCH BASINS, AND DRYWELLS 7 -05.3 Construction Requirements Supplement this section by adding the following: Sanitary Sewer Cleanouts shall be constructed in accordance with the City of Yakima Standard Detail S5. The lid and ring castings shall be adjusted in accordance with these special provisions in the same manner as for manhole rings and covers. All other construction requirements for pipe installation shall apply to the installation of the Sanitary Sewer Cleanouts. 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade Revise this section to read: Manholes and Sewer Cleanout castings, and water Valve Boxes shall be adjusted in accordance with Section 5- 04.3(13) Surface Smoothness. 7 -05.4 Measurement Add the following: Sanitary Sewer Cleanouts will be measured per each. Adjustment of valve boxes will be per each. 7 -05.5 Payment Add the following bid item to the first paragraph: "Sanitary Sewer Cleanout", per each. Add "Sanitary Sewer Cleanouts" to the list in the first paragraph. Add "Adjust Valve Box ", per each. The unit Contract price per each for "Adjust Valve Box" shall be full compensation for all costs necessary to make the adjustment including furnishing new valve boxes and restoration of adjacent areas in a manner acceptable to the Engineer. 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS 7 -08.2 Materials Add the following: Crushed Surfacing Top Course (for Trench Backfill) 9- 03.9(3) Controlled Density Fill 2- 09.3(1)E. 7- 08.3(1)A Trenches Supplement paragraph 7 with the following: To further assist in locating water valves, fire hydrants and water meters in an emergency, and to protect the existing water mains during construction, the Contractor shall provide highly visible offset markings for all existing water valves, fire hydrants and water meters before beginning construction. Fire Hydrants shall not be blocked at any time. The Contractor shall avoid locating trench excavated material, or construction materials, such as pipe and gravel etc, and equipment over any of the water valves and water meters during construction. 73 Delete paragraph 8. Supplement paragraph 10 with the following: Trench dewatering may be required for this project. The Contractor is advised that the existing water table has not been determined and may vary seasonally. The Contractor shall provide the Engineer with his proposed plan for dewatering the trench, and shall not begin work until the plan has been approved. The plan shall be in compliance with all Federal, State and Local regulations. All permits that may be required for dewatering shall be the responsibility of and be obtained by the Contractor and shall be noted in the plan. Dewatering shall be considered incidental to the work of this section. 7- 08.3(1)C Bedding the Pipe Supplement paragraph 2 with the following: All pipe shall be bedded as shown on the Typical Sewer Trench Detail S4 of the City of Yakima Stanrlarrl ncati!q. 7- 08.3(3) Backfilling Add the following paragraph: Where directed by the Engineer, mainline trenches or street - crossing trenches shall be backfiiied for the full depth of the trenches with Crushed Surfacing Top Course (for Trench Backfill). Where the new sanitary sewer crosses beneath an existing water main with a clearance less than 18- inches or when directed by the Engineer, the Contractor shall use Control Density Fill (CDF) per Section 2- 09.3(1)E to backfill the trench between the pipe bedding zone and the existing water main. 7 -08.4 Measurement Add the following: Crushed Surfacing Top Course (for Trench Backfill) shall be measured by the Ton. 7 -08.5 Payment Add the following bid items: "Crushed Surfacing Top Course (for Trench Backfill)", per ton. 7 -17 SANITARY SEWERS 7 -17.2 Materials Supplement this section with the following: Pipe used on this project shall only be one of the following: Solid Wall PVC Sanitary Sewer pipe conforming to Section 9- 05.12(1) Polyvinyl Chloride (PVC) Pipe (4- inches and Over) conforming to Section 9- 30.1(5) A (to be called PVC Pressure Pipe for Sanitary Sewer for this project). 7 -17.3 Construction Requirements 7- 17.3(2)H Television Inspection Replace the word "may" in the first sentence of the first paragraph with the word "shall ". Supplement the section with the following: 74 Television inspection shall be done by City of Yakima Wastewater forces after the trench has been backfilled and compacted to the required density and before any repaving work. Television inspection shall be done following all repairs found to be needed by the air and mandrel tests. The Contractor shall make arrangements with City of Yakima Wastewater Collection at (509)575- 6118 or (509)952 -6077 at least 24 hours in advance of the test. Revise the second paragraph by adding 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. and "PVC Pressure Pipe for Sanitary Sewer In. Diam. ", per linear foot. Delete the bid Item: "Testing Sewer Pipe ", per linear foot and the paragraph immediately following. 7 -17.5 Payment Add the following bid item: "PVC Pressure Pipe for Sanitary Sewer _ In. Diam." per linear foot. 75 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -30 REPAIR OR REPLACEMENT (New Section) 8 -30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 8 -30.5 Payment Payment will be made for the following bid items: "Repair or Replacement ", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement ", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 76 DIVISION 9 MATERIALS 9 -03 AGGREGATES 9 -03.8 Aggregates for Hot Mix Asphalt 9- 03.8(3)C Gradation -- Recycled Asphalt Pavement and Mineral Aggregate Revise the second paragraph as follows: Delete the reference to Section 9- 03.8(6)A 9- 03.8(6)A Basis of Acceptance Delete this section. 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 Blank 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. 77 78 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 5 day of uar 200', by and between the City of Yakima, hereinafter called the Owner, and Scott's Excavating Yakima,LL 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: $362,302.29, for Simpson Lane Sanitary Sewer L.I.D., City Project No. 2215, L.I.D. 1061, all in accordance with, and as described in the attached plans and specifications and the 2008 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 Fifty (50) 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 S C o S this (�� =� day of c�.vwvR.�y 200. Oakrat I Corporation /6ritr (or City Manager i" Attest: Zud n p/ � (Print Name) A City Clerk f 1114,1 tl Its ancL r "�, {)► (Presi e , Ow etc.) t r F ; r Address: l 25 T CAS Q W moYee GOA 9893 PERFORMANCE BOND Bond # 1000817037 BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Scott's Excavating Yakima, LLC a Washington Corporation as Principal and American Contractors Indemnity Company a corporation organized and existing under the laws of the State of California 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 $362,302.29 * * * * * ** for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this 6th day of January , 2009 Never - the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on December 26 , 20 , the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said Scott's Excavating Yakima, LLC , above bounded Principal, a certain contract, the said contract being numbered 2215 , and providing for Simpson ane Sanitary Sewer Project (which contract is referred to herein and is made a part hereof as though attached hereto), and, WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said Scott's Excavating Yakima, LLC shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub - contractors and material men, and all persons who shall supply said principal or sub - contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub - contractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Scott's Excavating Yakima, LLC (Contractor) By: Scott M. Smith �? f / �l % e l/ N (Print Name) Ap7 as to form: Its: President (President, Owner, etc...) American Contractors Indemnity Company UAL' Kevin P Shine (Print Name) Its: Attorney -in -Fact iivAiritritaliCinitractors Indemnity Company _ _ _ f 9841= Airport Blvd., 9 Floor Los Angeles, California 90045 = =�= __ -= I1 - - -= POWER -O� =�T � - - - KNOW ALL=MEN BY THESE PRESENTS: That American Contractors Indemnity_ Company of the State of California, a California corporation,_ does hereby appoint„,, = == e -- _ == - =-_= inP=- -Shin =___ = = =_ Michael D. Lapre,= l2ebbi�lll rlVl�cGucldn, Erin J. Brown, Ryan C. Rogers or Kev _ = t = _ e ___ _ ___ == = = = == _-_ a o#' �cottsd le, Arizona its true and lawful Attorney( -in -Fact, with - full authority to execute on its behalf bonds, undertakings, recognizance' = and contracts ofindemnity writings obligatory in the nature thereof, issued in the course = of its business and to bind the Company thereby, in_an __ Amount not to exce ed $ * * ** *1,000,000.00 * * * ** This- Power of= Attorney shall expire without further action on March adopted b = = - = This Power of Attorney is granted and is signed and sealed by facsimile under andby the authority of the following Resolution p y the Board of Directors of AMERICAN= CONTRACTORS INDEMNITY COMPANY at a meeting duly called andheld =ca the 6` day of December, 1990. = - - - - -- ====_ - to -F eereta y= yshall have the "RESOLVED that the Chief Executive ��cer, 1�resident9r =arty Vice President, Executive Vice President, Secretary or�Iss� ant � gry power and authority =_ 16= - =, _ _ = _ = Attorney(s)-in-Fact and to authorize them=to execute , on_behaf o tile Cam an , and attach the seal of the Company thereto, -_- =� = = _� =_= _ ��_ - �o- ztppoint _- - _ _ �_.� t - - __ _ _= P Y .f =_ _ - rif = = == - __ l - _ = _-__ '_ r thereof and, - - -= - - -- - - -- - -- -= fonds =and undertakings, contracts of indemnity and other x?>`atirrgs,obl�atary inthe r�atu e h f = = = ==_ ==_ = _ _ = == Attorney-in-Fact t thori= = u __ _ _ -� _�_ �o remove, at any time, any such and reuo the ive a ty_g RESOLVED FURTHER, that =the signatures of such officers and the seal of the Company may be affixed to_ any=-_ such_1?ower ofAttorrney or certificate relating thereto by facsimile Emdany such Power' Attorn0 or certificate bearing such facsimile signatures =or facsimile seal shall be- valid_and binding upon the Company and any suck powerso execufecand= cerl%ed by facsimile signatures and facsimile seal shall=be valid andbieding o he Company in the future with respect to any orundertaking to =which it is attached." [N-WITNESS- VHEREOF, American Contractors Indemnity Company has_cause_d its _seal to be affixed hereto and executed by its s s41 President on =the 2nd day of January, 2008. -_ 0 Ao okr AMERICAN CONTRACTORS INDEMNITY COMPANY stec2a,lsvo- � -= - -= §- PESEES STATE OF CALIFORNIA -- o 4/11A"C/4-1-=4-1:22E 4 COUNT Y OF LOS ANGELES § = B y : Adam S. Pessin, Pi- esrdent On this 2nd day of January, 2008, before me, Deborah Reese, a notary public, personally appeared Adam S. Pessin, President of American =_-=- Contractors= Indemni Company, who proved to me on the _ basis=- ofati-sfactory_ evidence to be the person(s) whose name(s) is /are __ RE ES ty A - subscribed i gibsedbeillaorith6Nvithin instrument and acknowledged to me thathe /sire /the-y executed the =same in his/her /their authorized capacity(ies} and That by his/he=r /their signature(s) on the instrument the person(s), of the.entity upon behalf of which the person(s) acted, executed theSE = instrument: == = _ E =R - =-ender theta vs of the State of California that the fo gin =para = ra h is rue=and correct. I certify under PENALTY 'OF P JIJR _ r o � �p g I? = WITNESS my hand and offi€iat_sea - IsssEE DE80[ttE# _ EES Commisslor5 #► 17261 - _ rnl _° Sig == ,Aer - -- (Seal) = � `-`== w' �o Angeles County 1 Jeannie J. Kim, Corporate Secretary of American Contractorsin C ompany; do hereby certify that the Power of Attorney and °the • resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney _ nor the restalutiontiay = _been revoked and they are now in full force and-effect, ___ ___ IN WITNESS HEREOF, I =have hereunto =set? y-handlhis 6th day of JANUARY 11=200 _ ti. ./4 _ dIP -___ -_ -_ _ _1 QX1817037 =- _ -- = ___ ___ _ __ Aiwa, Jeann - J. Kim, Co 'orate Secretary __ - - Bo ridN_o-- -- — -- - - _ A 6697t _ - __ 1E11 = = Rev. P0A01 /01/08 • ACORD m , CERTIFICATE OF LIABILITY INSURANCE DATE(MM /DD/YYYY) 01/05/09 PRODUCER 801384 1 -503- 274 -6511 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Fullerton & Company Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR PO Box 29018 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Portland, OR 97296 -0018 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Continental Casualty Ins Co Scott's Excavating Yakima, LLC INSURER B: Transportation Insurance Co PO Box 871028 INSURER C: Vancouver, WA 98687 - 1028 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR INSRD TYPE OF INSURANCE DATE (MM /DD/YY) DATE (MM/DD/YY) A X GENERAL LIABILITY 2078412624 08/01/08 08/01/09 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurence) $ 129,771 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 5,000 X WA Stop Gap: $1M Limit PERSONAL &ADVINJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG _ $ 2,000,000 7 POLICY X .PIECT LOC Employee Benefits 1,000,000 B AUTOMOBILE LIABILITY 2078412588 08/01/08 08/01/09 X COMBINED accident) SINGLE LIMIT $ 1, 000, 000 ANY AUTO ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ HIRED AUTOS BODILY INJURY $ NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ B EXCESS/UMBRELIALIABILITY 2077624280 08/01/08 08/01/09 EACH OCCURRENCE $ 5,000,000 X OCCUR CLAIMS MADE AGGREGATE $ 5, 0 00 , 000 $ DEDUCTIBLE $ X RETENTION $ 10,000 $ WORKERS COMPENSATION AND WC OTH- EMPLOYERS' LIABILITY TORY LIMIT MITS ER E.L. EACH ACCIDENT $ ANY PROPRIETOR /PARTNER/EXECUTIVE OFFICER /MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS RE: City Project No.: 2215; L.I.D. #1061; Simpson Lane Sanitary Sewer L.I.D. City of Yakima, their agents, employees, and elected or appointed officials are named as additional insured with regard to operations of the named insured in accordance with the policy terms, conditions and exclusions per the attached endorsement. Waiver of subrogation applies when required by written contract. CERTIFICATE HOLDER CANCELLATION RE: City Project No.: 2215; L.I.D. #1061 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Yakima DATE THEREOF, THE ISSUING INSURER WILL arg+PfgMAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, - - '•- - - - - -•_ -^ 129 N 2nd Street i • - 7{]4RC�tii1X Yakima, WA 98901 AUTHORIZED REPRESENTATIVE , USA " i 4 ; !I ACORD 25 (2001/08) ssargent , © ACORD CORPORATION 1988 10810775 Certificate Delivery by CertificatesNow - www.ConfirmNet.com - 877.669.8600 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 WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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) CNA (Ed. 01/01) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C.1. OF THIS ENDORSEMENT FOR THESE DUTIES. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS - COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Designated Project: (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. WHO IS AN INSURED (Section II) is amended to 3. The coverage provided to the additional insured include as an insured any person or organization, by this endorsement and paragraph f. of the including any person or organization shown in the definition of "insured contract" under schedule above, (called additional insured) whom you DEFINITIONS (Section V) do not apply to "bodily are required to add as an additional insured on this injury" or "property damage" arising out of the policy under a written contract or written agreement; "products- completed operations hazard" unless but the written contract or written agreement must be: required by the written contract or written a 1. Currently in effect or becoming effective during the agreement. a term of this policy; and 4. The insurance provided to the additional insured 2. Executed prior to the "bodily injury," "property does not apply to "bodily injury," "property ° damage," or "personal and advertising injury ". damage," or "personal and advertising injury" arising out of an architect's, engineer's, or B. The insurance provided to the additional insured is surveyor's rendering of or failure to render any limited as follows: professional services including: 1. That person or organization is an additional a. The preparing, approving, or failing to prepare insured solely for liability due to your negligence or approve maps, shop drawings, opinions, specifically resulting from "your work" for the reports, surveys, field orders, change orders additional insured which is the subject of the or drawings and specifications; and written contract or written agreement. No b. Supervisory, or inspection activities performed NNIMEM coverage applies to liability resulting from the sole as part of any related architectural or — negligence of the additional insured. _ engineering activities. 2. The Limits of Insurance applicable to the C. As respects the coverage provided under this additional insured are those specified in the endorsement, SECTION IV – COMMERCIAL written contract or written agreement or in the GENERAL LIABILITY CONDITIONS are amended as Declarations of this policy, whichever is less. follows: These Limits of Insurance are inclusive of, and not in addition to, the Limits of Insurance shown in the 1. The following is added to the Duties In The Event Declarations. of Occurrence, Offense, Claim or Suit Condition: G- 140331 -A Page 1 of 2 (Ed. 01/01) G- 140331 -A (Ed. 01/01) e. An additional insured under this endorsement until we receive written notice of a claim or will as soon as practicable: "suit' from the additional insured. (1) Give written notice of an occurrence or an 2. Paragraph 4.b. of the Other Insurance Condition is offense to us which may result in a claim deleted and replaced with the following: or "suit' under this insurance; 4. Other Insurance (2) Tender the defense and indemnity of any b. Excess Insurance claim or "suit" to any other insurer which also has insurance for a loss we cover This insurance is excess over any other under this Coverage Part; and insurance naming the additional insured (3) Agree to make available any other as an insured whether primary, excess, insurance which the additional insured contingent or on any other basis unless a has for a loss we cover under this written contract or written agreement Coverage Part. specifically requires that this insurance be either primary or primary and f. We have no duty to defend or indemnify an noncontributing. additional insured under this endorsement G- 140331 -A Page 2 of 2 (Ed. 01/01) POLICY NUMBER: 2078412624 COMMERCIAL GENERAL LIABILITY CG 24 04 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Yakima 129 N 2nd Street Yakima, WA 98901 USA Blanket when required by written contract (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard ". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1998 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON) ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Contractor Subscribed and sworn to before me on this day of , 200 Notary Public in and for the State of Washington residing at 87 PREVAILING WAGE RATES State Wage Rates 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 89 STATE WAGE RATES ARE INSERTED FOLLOWING THIS PAGE 91 92 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 08/31/08 *************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $30.25 1H 5D BOILERMAKERS JOURNEY LEVEL $50.33 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $37.52 2M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $36.22 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $45.46 1M 5D CARPENTER $36.22 1M 5D CREOSOTED MATERIAL $36.22 1M 5D DRYWALL APPLICATOR $36.22 1M 5D FLOOR FINISHER $36.22 1M 5D FLOOR LAYER $36.22 1M 5D FLOOR SANDER $36.22 1M 5D MILLWRIGHT $46.46 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $45.66 1M 5D SAWFILER $36.22 1M 5D SHINGLER $36.22 1M 5D STATIONARY POWER SAW OPERATOR $36.22 1M 5D STATIONARY WOODWORKING TOOLS $36.22 1M 5D CEMENT MASONS JOURNEY LEVEL $33.81 IN 5D DIVERS & TENDERS DIVER $92.31 1M 5D 8A DIVER TENDER $49.84 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $47.09 IT 5D 8L ASSISTANT MATE (DECKHAND) $46.58 IT 5D 8L BOATMEN $47.09 1T 5D 8L ENGINEER WELDER $47.14 1T 5D 8L LEVERMAN, HYDRAULIC $48.71 1T 5D 8L MAINTENANCE $46.58 1T 5D 8L MATES $47.09 IT 5D 8L OILER $46.71 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $31.66 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20.99 1 Page 1 YAKIMA COUNTY EFFECTIVE 08/31/08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE JOURNEY LEVEL $47.21 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C • ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $56.53 4A 5A CERTIFIED LINE WELDER $51.64 4A 5A GROUNDPERSON $37.15 4A 5A HEAD GROUNDPERSON $39.19 4A 5A HEAVY LINE EQUIPMENT OPERATOR 851.64 4A 5A JACKHAMMER OPERATOR $39.19 4A 5A JOURNEY LEVEL LINEPERSON $51.64 4A 5A LINE EQUIPMENT OPERATOR $43.83 4A 5A POLE SPRAYER $51.64 4A 5A POWDERPERSON $39.19 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23.40 1 ELEVATOR CONSTRUCTORS MECHANIC $60.85 4A 6Q MECHANIC IN CHARGE $66.25 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8.72 1 LABORER $8.07 1 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS _O IRNFY I FVFI 8 1H 5D GLAZIERS JOURNEY LEVEL $22.43 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13.91 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $31.16 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INSPECTION /CLEANING /SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $8.07 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $44.52 10 5A Page 2 YAKIMA COUNTY EFFECTIVE 08/31/08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS ALL CLASSIFICATIONS $18.12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $30.25 1H 5D PIPE LAYER $30.77 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $9.00 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $9.00 1 LATHERS JOURNEY LEVEL $36.22 1M 5D METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 MODULAR BUILDINGS JOURNEY LEVEL $14.11 1 PAINTERS JOURNEY LEVEL $20.05 1 PLASTERERS JOURNEY LEVEL $44.83 1R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.07 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $57.74 10 5A ' POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $44.64 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $47.42 IT 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $47.91 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $48.46 1T 5D 8L BACKHOES, (75 HP & UNDER) $47.00 1T 5D 8L BACKHOES, (OVER 75 HP) $47.42 1T 5D 8L BARRIER MACHINE (ZIPPER) $47.42 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $47.42 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $47.00 1T 5D 8L BOBCAT (SKID STEER) $44.64 1T 5D 8L BROOMS $44.64 1T 5D 8L BUMP CUTTER $47.42 1T 5D 8L CABLEWAYS $47.91 1T 5D 8L CHIPPER $47.42 1T 5D 8L COMPRESSORS $44.64 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $44.64 1T 5D 8L CONCRETE PUMPS $47.00 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $47.42 1T 5D 8L CONVEYORS $47.00 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $47.00 1T 5D 8L CRANES, 20- 44 TONS, WITH ATTACHMENTS $47.42 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $47.91 1T 5D 8L WITH ATACHMENTS) Page 3 YAKIMA COUNTY EFFECTIVE 08/31/08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $48.46 1T 5D 8L . WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $47.03 1T 5D 8L • WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $44.64 1T 5D 8L CRANES, A- FRAME, OVER 10 TON $47.00 1T 50 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $47.09 1T 5D 8L , ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $47.42 1T 5D 8L . CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $47.91 1T 5D 8L . CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $48.46 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $48.46 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $47.03 1T 5D 8L CRUSHERS $47.42 IT 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $47.42 1T 5D 8L DERRICK, BUILDING $47.91 1T 5D 8L DOZERS, D -9 & UNDER $47.00 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $47.00 1T 5D 8L DRILLING MACHINE $47.42 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $44.64 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $47.00 1T 5D 8L FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $47.42 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $47.00 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $44.64 1T 5D . 8L GRADE ENGINEER $47.00 1T 5D 8L GRADECHECKER AND STAKEMAN $44.64 1T 5D 8L GUARDRAIL PUNCH $47.42 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $47.00 1T 5D 8L . HORIZON T AUDIREC T IONAL DRILL LOCATOR $47.00 1T 50 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $47.42 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER) $44.64 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $47.00 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $47.91 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $48.46 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $47.42 1T 5D 8L LOCOMOTIVES, ALL $47.42 1T 5D 8L MECHANICS, ALL $47.91 1T 5D 8L MIXERS, ASPHALT PLANT $47.42 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $47.42 1T 50 8L MOTOR PATROL GRADER (NON- FINISHING) $47.00 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $47.91 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $44.64 1T 5D 8L OPERATOR PAVEMENT BREAKER $44.64 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $47.42 1T 5D 8L • PLANT OILER (ASPHALT, CRUSHER) $47.00 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $44.64 1T 5D 8L POWER PLANT $44.64 1T 5D 8L PUMPS, WATER $44.64 1T 5D 8L QUAD 9, D -10, AND HD-41 $47.91 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $47.91 1T 5D 8L EQUIP RIGGER AND BELLMAN $44.64 1T 5D 8L Page 4 , YAKIMA COUNTY EFFECTIVE 08/31/08 *************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ROLLAGON $47.91 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $44.64 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $47.00 1T 5D 8L ROTO -MILL, ROTO- GRINDER $47.42 1T 5D 8L SAWS, CONCRETE $47.00 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $47.42 1T 5D 8L OFF -ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $47.91 1T 5D 8L OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $47.00 1T 5D 8L SCREED MAN $47.42 1T 5D 8L SHOTCRETE GUNITE $44.64 1T 5D 8L SLIPFORM PAVERS $47.91 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $47.42 1T 5D 8L SUBGRADE TRIMMER $47.42 1T 5D 8L TOWER BUCKET ELEVATORS $47.00 1T 5D 8L TRACTORS, (75 HP & UNDER) $47.00 1T 5D 8L TRACTORS, (OVER 75 HP) $47.42 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $47.42 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $47.91 1T 5D 8L TRENCHING MACHINES $47.00 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $47.00 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $47.42 IT 5D 8L TRUCK MOUNT PORTABLE CONVEYER $47.42 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $44.64 1T 5D 8L YO YO PAY DOZER $47.42 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $37.61 4A 5A SPRAY PERSON $35.73 4A 5A TREE EQUIPMENT OPERATOR $36.19 4A 5A TREE TRIMMER $33.69 4A 5A TREE TRIMMER GROUNDPERSON $25.43 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $57.74 1Q 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29.00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11.86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19.08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21.98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $22.43 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $8.07 1 Page 5 YAKIMA COUNT Y EFFECTIVE 08/31/08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL PAINTERS JOURNEY LEVEL $13.89 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $15.56 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $32.26 1B 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17.55 1 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $17.00 1 KUUI IR JOURNEY LEVEL $31.31 2P 51 USING IRRITABLE BITUMINOUS MATERIALS $34.31 2P 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $44.78 1B 5A SIGN MAKERS & INSTALLERS (NON - ELECTRICAL) JOURNEY LEVEL $14.65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $23.11 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $8.07 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $44.35 1R 5Q STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20.00 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $31.46 2B 5A HOLE DIGGER/GROUND PERSON $17.58 2B 5A INSTALLER (REPAIRER) $30.17 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $29.26 28 5A SPECIAL APPARATUS INSTALLER I $31.46 2B 5A SPECIAL APPARATUS INSTALLER 11 $30.82 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $31.46 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $29.26 2B 5A TELEVISION GROUND PERSON $16.67 2B 5A • TELEVISION LINEPERSON/INSTALLER $22.19 2B 5A TELEVISION SYSTEM TECHNICIAN $26.42 2B 5A TELEVISION TECHNICIAN $23.76 2B 5A TREE TRIMMER $29.26 2B 5A TERRAZZO WORKERS & TILE SETTERS „IOURNFY L EVEL $29 88 2M 5A � TILE, MARBLE & TERRAZZO FINISHERS FINISHER $25.80 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $37.90 1K 5A Page 6 YAKIMA COUNTY EFFECTIVE 08/31/08 *************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $32.97 2G 61 DUMP TRUCK & TRAILER $32.97 2G 61 OTHER TRUCKS $32.97 2G 61 TRANSIT MIXER $32.97 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $25.44 1 OILER $9.20 1 WELL DRILLER $18.00 1 Page 7 BENEFIT CODE KEY - EFFECTIVE 08 -31 -08 ***************************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** 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 SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 08 -31 -08 - 2 - I. Q. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -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. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE -HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RA 1 E OF PAY . THE EMPLOYER SHALL 1YA V E THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE.. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE 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 DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE, D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 08 -31 -08 -3- 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. 2. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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. Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE 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 YEARS 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 YEARS 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). BENEFIT CODE KEY - EFFECTIVE 08 -31 -08 -4- K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY • (9). L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). M. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9). N. HOLIDAYS: NEW YEARS 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 YEARS 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 Y EAR'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). 5. 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 TI- IANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (10). U. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, 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 I.AST 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). E. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF -DAY ON CHRISTMAS EVE DAY. (9 1/2). 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). BENEFIT CODE KEY - EFFECTIVE 08 -31 -08 -5- G. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11). H. PAID HOLIDAYS: NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). J. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9). L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, 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 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. BENEFIT CODE KEY - EFFECTIVE 08 -31 -08 _6- 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 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) Below is the department's (State L &I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non- standard ". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non - standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. Supplemental to Wage Rates 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- . standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi- directional vaned grates for Catch Basin Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans I X 2. Metal circular frames (rings) and covers, circular grates, — -- and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. X 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe - for culverts and storm sewers, sizes 30 inch to 120 inches in I X diameter. May also be treated, #5. Supplemental to Wage Rates 2 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plans for size and material type. - - G 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X in accordance with Section 9- 28.14(3). 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 X boring of holes. See Contact Plans for item . description and shop drawings. 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 I X accordance with Section 9- 28.14(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.. X 14, Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. X See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 3 WSDOT's Predetermined List for Suppliers - Manufactures ® Fabricator ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans 1 X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X r 1 GU C701. v1 OLc n nci i c VV IU 1 cALcI I01v1 1 au Iu wIJ U1111.0. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X I 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of 1 various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. 1 )( 23. Valve Vault - For use with underground utilities. See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as X permanent barrier. 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. X Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 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 X to be used Supplemental to Wage Rates 4 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to X casting girders. See Std. Spec. Section 6- 02.3(25)A 29. Prestressed Concrete Girder Series 4 -14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 31. Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 33. Monument Case and Cover x See Std. Plan. Supplemental to Wage Rates 5 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with X AASHTO -M -111. 3r, Mnnn -ti alp Sinn Stri icti crag - Mnnn -ti iha Sinn Rririne fabricated to details shown in the Plans. Shop drawings for X approval are required prior to fabrication. 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to X fabrication 38. Light Standard - Prestressed - Spun, prestressed, hollow concrete poles. X 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia X Provisions for pre- approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and /or street signal systems. Standards to be fabricated X to conform with methods and material as specified on Std. Plans. See Special Provisions for pre- approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) X See Std. Plans. Supplemental to Wage Rates 6 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. X I X NOTE: * ** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed Custom Std Message Signing Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X )( Custom ? Standard End Sec :Sec 45. Aggregates /Concrete mixes Covered by WAC 296- 127 -018 46. Asphalt Covered by WAC 296 -127 -018 47. Fiber fabrics X 48. Electrical wiring /components X 49. treated or untreated timber pile x 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber x 52. Irrigation components X Supplemental to Wage Rates 7 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 53. Fencing materials I x l � 54. Guide Posts 55. Traffic Buttons X 56 . 1-! i X 57. Cribbing i x 58. Water distribution materials x 59. Steel "H" piles � — - - - -- -- X 60. Steel pipe for concrete pile casings I X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Supplemental to Wage Rates 8 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not Tess than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. METAL FABRICATION (IN SHOP) EFFECTIVE 08 -31 -2008 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 Counties Covered: BENTON MACHINE OPERATOR $10.53 1 PAINTER $9.76 1 WELDER $16.70 1 1 Counties Covered: CHELAN FITTER $15.04 1 LABORER $9.54 1 MACHINE OPERATOR $9.71 1 PAINTER $9.93 1 WELDER $12.24 1 Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC SAN JUAN AND SKAGIT FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 Supplemental to Wage Rates 9 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31 ®2008 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: CLARK FITTER $28.63 1 E 6H LABORER $20.35 1E 6H MACHINE OPERATOR $29.91 1E 6H PAINTER $26.45 1E 6H WELDER $28.03 1E 6H LAYEROUT $29.91 1E 6H Counties Covered: COWLITZ MACHINE OPERATOR $24A6 1B 6V PAINTER $24.46 1B 6V WELDER $24.46 1B 6V Counties Covered: GRANT FITTER/WELDER $10.79 1 PAINTER $8.07 1 Counties Covered: KING FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER 15.48 Counties Covered: KITSAP FITTER $26.96 1 LABORER $8.07 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 Supplemental to Wage Rates 10 METAL FABRICATION (IN SHOP) EFFECTIVE 08 -31 -2008 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: KLICKITAT, SKAMANIA, WAHKIAKUM FITTER/WELDER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 Counties Covered: PIERCE FITTER $15.25 1 LABORER $10.32 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered: SNOHOMISH FITTER/WELDER $15.38 1 LABORER $9.79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $8.07 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10.80 1 Supplemental to Wage Rates 11 METAL FABRICATION (IN SHOP) EFFECTIVE 08 -31 -2008 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code • Counties Covered: • THURSTON FITTER $24.88 1A 6T LABORER $16.61 1A 6T MACHINE OPERATOR $26.95 1A 6T LAYEROUT $26.95 1A 6T WELDER $22.81 1A 6T Counties Covered: WHATCOM FITTER/WELDER $13.81 1 LABORER $9.00 1 MACHINE OPERATOR $13.81 1 Counties Covered: YAKIMA FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 Supplemental to Wage Rates 12 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 08 -31 -2008 ********************************************************************* * ******* ********* * * * * * * * *** **** (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS $9.96 1 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA ALL CLASSIFICATIONS 8.61 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: FRANKLIN ALL CLASSIFICATIONS $11.50 1 Counties Covered: KING ALL CLASSIFICATIONS $13.15 2K 5B Counties Covered: PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered: SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered: WHATCOM ALL CLASSIFICATIONS $13.67 1 Counties Covered: YAKIMA CRAFTSMAN $8.72 1 LABORER $8.07 1 Supplemental to Wage Rates 13 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Flkctrical Fixture MaintPnancP. Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential * ** ALL ASSOCIATED RATES * ** • Sign Makers and Installers (Non - Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296 -127. Supplemental to Wage Rates 14 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 15 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 aii 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 16 t�6 STAT CS C x j. 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 17 PROPOSAL Proposal Form Item Proposal Bid Sheet Bid Bond Form Non - Collusion Declaration Non- Discrimination Provision Subcontractor List Women and Minority Business Enterprise Policy Council Resolution Affirmative Action Plan Bidders Certification Subcontractors Certification Proposal Signature Sheet Bidders Check List PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima Simpson Lane Sanitary Sewer L.I.D. City Project No. 2215 L.I.D. 1061 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. 93 94 ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS FOR THE CITY OF YAKIMA, WA. FOR SIMPSON LN. SANITARY SEWER L.I.D. L.I.D. 1061 CITY PROJECT 2215 BID OPENING: December 23, 2008 2:00 P.M. TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The following corrections are made to the Contract Documents for this project. 1) PLAN SHEET 8 OF 16 has a number of errors and shall be replaced by the attached Revised Sheet 8 of 16. 2) Project Detail P1 has an error and shall be replaced by the attached Revised Project Detail P1. 3) Section 1 -05.4 Conformity With and Deviations from Plans and Stakes (APWA GSP) of the Special Provisions, page 53, is DELETED and replaced by the attached Special Provision "Conformity With And Deviations From Plans And Stakes" Section 1 -05.4 supplement. ALSO, Section 1 -05.5 SURVEY MONUMENTS (NEW SECTION) as attached shall be added to the Special Provisions. 4) Section 1- 06.2(1) Samples and Tests for Acceptance of the Special Provisions, page 57, is DELETED and replaced by the attached Special Provision "1- 06.2(1) Samples and Tests for Acceptance" 5) The quantity for Item 9, Crushed Surfacing Top Course of the Item Proposal Bid Sheet, page 95 of the Bid Documents is in error. It should read 1340 TON. This item has been corrected by the attached REVISED ITEM PROPOSAL BID SHEET, replace page 95 only. Page 97 remains unchanged. 6) Page 49, Sec.1 -02.12 of the Special Provisions has the wrong date for Bid Opening the Bid Opening Date is December 23, 2008 as stated in the Invitation to Bid. This addendum is to be considered as much a part of the Contract Documents as if it were included in the body of the plans and specifications, and will be incorporated in and made a part of the contract when awarded and when formally executed. All Bidders shall acknowledge receipt of the Addendum on the Proposal form prior to bid opening. APPROVED: - t ✓ 1 Z I , g o Douglas ayo, P.E. Date END OF ADDENDUM NO 1 ® ZAiler ADDENDUM NO. 1 1 of 3 ` � 12/12/08 ITEM PROPOSAL BID SHEET City of Yakima Simpson Lane Sanitary Sewer LLD. City Project No, 2215 (LLD. 1061) (REVISED - ADDENDUM NO. 1) ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 1 SPCC PLAN 1 LS ` 1- 07.15(1) 2 MOBILIZATION 1 LS 1 -09.7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS n I 1 -10.5 4 CLEARING AND GRUBBING 1 LS 2 -01.5 5 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS 2 -02.5 6 SHORING OR EXTRA EXCAVATION CLASS B, Incl. Haul 7775 LF 2 -09.5 7 CONTROLLED DENSITY FILL 5 CY 2 -09.5 8 CRUSHED SURFACING BASE COURSE 540 TON 4 -04.5 9 CRUSHED SURFACING TOP COURSE 1340 TON 4- 04.5 10 ASPHALT EMULSION CRS -2P 40.7 TON 5 -02.5 11 ASPHALT FOR FOG SEAL 2.2 TON 5 -02.5 12 FURNISHING AND PLACING CRUSHED SCREENING 1/2 to U.S. #4 231 TON 5 -02.5 13 FURNISHING AND PLACING CRUSHED SCREENING 3/8 to #4 165 TON 5 -02.5 14 ADDITIONAL BROOMING 10 HR 5 -02.5 15 SURFACE REPAIR 20 SY 5 -04.5 16 MANHOLE 48 IN. DIAM. TYPE 1 18 EA 7 -05.5 17 SANITARY SEWER CLEANOUT 2 EA 7 -05.5 18 ADJUST VALVE BOX 39 EA 7 -05.5 95 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 all 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. 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 Pls) 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. To facilitate the establishment of these lines and 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: Vertical Horizontal Slope stakes ±0.10 feet ±0.10 feet Subgrade grade stakes set 0.04 feet below grade ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (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 spot - 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. 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, 1 -05.5 SURVEY MONUMENTS (NEW SECTION) The following new section shall be added to the Standard Specifications: The Contractor will reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. All Washington State Laws regarding survey monuments are applicable and contactor shall familiarize themselves with WAC statutes. 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 Backfillinq Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. Compaction shall conform to Section 7- 08.3(3) or 7- 09.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. Roadway embankment compaction shall be as specified in Section 2- 03.3(14). Subgrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2- 06.3(2). Ballast and Crushed Surfacing Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. Compaction of ballast and crushed surfacing shall be as specified in Section 4- 04.3(5). Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. Compaction of asphalt concrete pavement shall be as specified in Section 5- 04.3(10) B of these Special Provisions. Cement Concrete Curb, Gutter and Sidewalk One test shall be taken for every 500 cubic yards of concrete placed for curb, gutter or sidewalk. The concrete shall be tested for temperature, air content, slump and compressive strength. 0 ' R/W C. R/W 0 m 20' - 25' 20' - 25' -< D > 12.5' TYPICAL* 12.5' TYPICAL* * WIDTH MAY VARY. 1 1 THE ENGINEER 73 SHALL DETERMINE. 20 O q FINISHED SURFACE GRADE , L Pi I 0 Slope to drain (2% max.) slope to drain (2% max.) EXISTING SURFACE I EXISTING SURFACE \ 'i\ , v \\ \� i \�' .,.. v ' v \,/,,,;, AIMIE i:I = rJ'°e�'?�3'. 2*ireilisfrai '�. si:.y \i > r / � � %% /i` %/ ! / ` % % r `> D o ° r — 1 — o SEAL COAT Typ. P 3/8 - #4 Full Width © 0.35 gal /sy Ez ' PRIME COAT 1 #4 Full Width ® 0.40 gal /sy 7 1 2" Min. /2 Crushed Surfacing Top Course CO `, / full Width (Compacted Depth) if) \ \ Place Crushed Surfacing Base Course (Compacted) EXIST. ROAD SURFACE TO BE as directed by the Engineer. GRADED, SHAPED AND COMPACTED PRIOR TO CONSTRUCTING THE m BITUMINOUS SURFACE TREATMENT - TRENCH MAY NOT BE CENTERED WITHIN THE ROADWAY. `C) THIS DETAIL INDICATES, GENERALLY, HOW TO RECONSTRUCT C THE ROADWAY AFTER SEWER CONSTRUCTION. Z 0 , o REFER TO SECTION 5 -02 n rr ° OF THE STANDARD SPECIFICATIONS H N < z & THE SPECIAL PROVISIONS N - (I) o a o El Z K V D F.- _� • \ - :',•, :• Iu•- • / ,,- - 1 1 il/L NOTE: Refer to Sheet 13 for 141'1 191329-33438 V) ,4/1/ ,/, jn w *5 , e, - • 9 (1) '' /,/: ?%, ' A .s• E — a - 3 :. :,•':i ' • ' 19132 34512 , i''' /%'// / NEW M.N. #9 `.: w ',:' / I 7/ ' ' ' 1 , ,, ,..., . 2 1----- — ___ Z__,_ STA. 13+20.67= i ..,< ,F; ''.. cti ::•) ',,,,, .,' to // .2 ,•;%/4///, 2 >-- °- .4- co / i •.-- P. 0 44 / ' 642 C) .77 .:17 _i_ 17.._( ..1_ .B I 1 ce ..c. , :,on ocr, .,,,, I -... ---- - — - (,- --- - ,, >. 4 . __ — , I 0.0 7 i ■ I.113 I a la 1/0 :, YI . '; ;:,, \ IP — C - 0 LLI F': >- z ' _ , ;• REMOOSW9V,56 ;? ATM , ; *;,.i' k`i.:', ..,1 ' ,,,■_....- 5 86 .!;:c . .:i, '-::.,: Nr09 '1'52C: Eiip.f.'':;: % h ..,, I .d ,i,;,,;•:• :1.; . - 4„: r ,,c ,,;,..: , .,:;,,;,i, :2 .1pr ,., :,, , 4 .,, 5 ,.., , ,„ ::. ,..,,,,,! .,,,,.,:.;,,.;.,:!, h;:„.,i, ,,,';: :.,..;,%i,p1:?,d, , r 8 S 89 „,. :4,2!,',':56A167!:;,:=E:,:',1 0 ,,, ve ?, , -;: ,, /,, , ,, , I. ,,,, t4 , ..Q , .... ; ,, , , , •: , I ;:.1.J.::. ',..,:, ,.,,.,,.,,,:,,., ,.,- , ,,, 5... , 895777767.77E, ,, ,:T1 0 "..; p vc — 1 t ___,1 . x_. ,_ •-• ) / / /./ F-' 1 6.00 :., . ,. 1 1 ® . 04":2: ' • ,,, :,:!,.. ,... BEGIN LAT. G 0 --- , ., , - , , . , a4 W' ''. ' 'I' I '' inil: ■■,, EXIST. M.H. ! .i t ..---- , ;■'•,..., ::,: l '! - -4 STA. 10+00= '1 --.....)- -4- Ii ,,,,, _/•- •-• - 6' , '1: ,, STA. 10+00 ////,., '1. .:,.:.."; 191329 191329 m po ..--' 1 7 (LAT.s A & M) - 0 . = ''t. :.j, 191329 . 0 --/,/ ////',/ -f- -1- 191329-34441 P // / '/ ', 191329-34437 )--,;.,',',';'• ''.;,, (NI ,,_ -. -, - , \ 'Y,- ' /''') f /, , /4, 7/, , --7i,i.'?//,' i;. g,;;:1■ .< I \ . ' / ' ,/.%:• ..,,,,• 0 '''' i';'.;'■ \-.';.; ' 1 r '\,- / ,,,, ( f — , . fl"M' , 42: 7+72 , , ,..-. ;:.:-. .;.-! 191329-2344 ,/ / //, rg } , . "/V fti '. ...' S ,0 ...--•---• . . . . . • z ,p• : . • LATERAL G . . . • . ADDENDum: NO 1 - • ... .. . . . . . . .. .,-. 0) •E R sii. 17_- I - I -(..)*: • REVISED JM.H. #9 , . . . . . , . . , . , , , ,c r . ' I: -... . : , ,.; , . k . . . - ("I c . ... , . STA 13+20.67 , ' . . . . . . . . . . . . . . . . . RIM EL= 1015.60, EX. M.H. : ' A . ' 31,./o7 A.,'" I.E. N= 1005.301W. 1020 STA 10+00 . ...,& 4 zo,, , o , s° .e I.E. N= 1605.36 N. 1020 . ‘s,5' 'v'' RIM . EL= . 101290 . . . : ' '''' . . . . . ioilm., ''' . " ' IE. N-= 1005.36 ' S. • • • : ' - ' ' I.E. IN= 1003.79 W. I.E. OUT= 1005.20 (E.) 1 . I.E. IN= 1003.95 S. : . . 1.E: 'IN=• 1003.79' N.• Ex: Surface _ — — — — ------ — fi XPIRES 10/13/200a ......• E Surfoce . — 1010 • 1010 .. 5 - <•7 g •-,-; 1, • S= 0.0050 ft/ft • 10 —in VC 341.62 LF • . - S= 0.0044:ft/ft : La . 320.67 LF . o . . 5 1000 . -moo ..... ,s• - ' 1.0 0) 0) 0) in 0 0 r- ,r) N • co ,N a- (l) '',), Csj ,) CN CN , 0 , i" If) 1 0 in in tr) an ,_ _ , - - - „_. - ,_ _ 990 990 1 1 1 . 1 8 1 1 10+00 11+00 12+00 13+00 14+00 15+00 16 ITEM PROPOSAL BID SHEET City of Yakima :. Simpson Lane Sanitary Sewer L.I.D. City Project No. 2215 (L.I.D. 1061) (REVISED - ADDENDUM NO. 1) ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLAR S DOLLARS 1 SPCC PLAN 1 LS :'0, CO 1 s 1- 07.15(1) 2 MOBILIZATION 1 LS 15 115' 5 .100 1 -09.7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS • C OO.LX) (obDO, 00 `. ' 1 -10.5 4 CLEARING AND GRUBBING 1 LS ! 100 .00 , '70D. DO 2 -01.5 5 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS 20,500.00 12,0, Soo. 2 -02.5 6 SHORING OR EXTRA EXCAVATION CLASS B, Incl. Haul 7775 LF , '75 152)31. 25 - 2 -09.5 7 CONTROLLED DENSITY FILL 5 CY '0.5o 1 2 -09.5 8 CRUSHED SURFACING BASE COURSE 540 TON 11.10 1 (3lB.0D - 4 -04.5 9 CRUSHED SURFACING TOP COURSE 1340 TON I 2,14 .100 132 , c a 4 -04.5 10 ASPHALT EMULSION CRS -2P 40.7 TON I /I ;` ? 1- , 42tyi 5 -02.5 11 ASPHALT FOR FOG SEAL 2.2 TON I ® 9. O 2t �. 5 -02.5 12 FURNISHING AND PLACING CRUSHED SCREENING 1/2 to c±o U.S. #4 231 TON -24 1 I 5 -02.5 13 FURNISHING AND PLACING CRUSHED SCREENING 3/8 to #4 165 TON : i� - 5 -02.5 14 ADDITIONAL BROOMING 10 HR Kssie 9 5 - 1 ( g? 5 -02.5 15 SURFACE REPAIR 20 SY 4-') `a �- 5 -04.5 16 MANHOLE 48 IN. DIAM. TYPE 1 18 EA : 19 131,32q. 7 -05.5 17 SANITARY SEWER CLEANOUT 2 EA , iS5.D0 1 3 10.00 l .- 7 -05.5 18 ADJUST VALVE BOX 39 EA 220,00 6S80. Do 1 - 7 -05.5 95 ITEM PROPOSAL BID SHEET City of Yakima Simpson Lane Sanitary Sewer L.i.D. City Project No. 2215 (L.I.D. 1061) ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 1 SPCC PLAN 1 LS 1- 07.15(1) 1 2 MOBILIZATION 1 LS 1 -09.7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 1 -10.5 4 CLEARING AND GRUBBING 1 LS 2 -01.5 I. 5 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS 2 -02.5 6 SHORING OR EXTRA EXCAVATION CLASS B, Incl. Haul 7775 LF 2 -09.5 7 CONTROLLED DENSITY FILL 5 CY 2 -09.5 8 CRUSHED SURFACING BASE COURSE 540 TON 4 -04.5 9 CRUSHED SURFACING TOP COURSE 2266 TON 4 -04.5 10 ASPHALT EMULSION CRS -2P 40.7 TON 5 -02.5 11 ASPHALT FOR FOG SEAL 2.2 TON 5 -02.5 12 FURNISHING AND PLACING CRUSHED SCREENING 1/2 to U.S. #4 231 TON 5 -02.5 13 FURNISHING AND PLACING CRUSHED SCREENING 3/8 to #.I 165 TON 5 -02.5 14 ADDITIONAL BROOMING 10 HR 5 -02.5 15 SURFACE REPAIR 20 SY 5 -04.5 16 MANHOLE 48 IN. DIAM. TYPE 1 18 EA 7 -05.5 17 SANITARY SEWER CLEANOUT 2 EA 7 -05.5 18 ADJUST VALVE BOX 39 EA 7 -05.5 95 96 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 19 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 2180 TON I 11./5 25, 1015. b) 7 -08.5 I 20 STRUCTURE EXCAVATION CLASS B, INCL. HAUL 7470 CY . 50 3735. OD 7 -08.5 21 PVC SANITARY SEWER PIPE 8 IN. DIAM. 2400 LF 13.45 52. 280,0a 7 -17.5 22 PVC SANITARY SEWER PIPE 10 IN. DIAM. 3080 LF 1 .50 y7 �O 7 -17.5 23 PVC SANITARY SEWER PIPE 4 IN. DIAM. 1750 LF '4' . 25, 2$'7, 5O 7 -17.5 24 PVC SANITARY SEWER PIPE 6 IN. DIAM. 342 LF . 5 5078 30 7 -17.5 25 PVC PRESSURE PIPE FOR SANITARY SEWER, 4 IN. DIAM. 75 LF .8® ILI I®, CO 7 -17.5 26 REPAIR OR REPLACEMENT 1 FA $12,000.00 $12,000.00 8 30.5 SUB - TOTAL: 331.1 1 B45, w STATE SALES TAX (8.2 %): 2'7 4 7 . 2.9 TOTAL BID, Project _2215: , 302, 29 Y t !I k 97 98 TRANSMITTAL January 13, 2009 TO: Scott's Excavating Yakima Attn: Jack Luden FROM: Al Rose, Project Engineer SUBJECT: Simpson Lane Sanitary Sewer L.I.D. City Project No. 2215, L.I.D. 1061 Bid Bond Check Return Jack: Attached is the Bid Bond Check submitted with your successful bid for the above project on December 23, 2008. Section 1 -03.6 of the Standard Specifications specifies that once the Contract has been successfully executed the Bid Bond shall be returned to the Contractor. Thank you, Al Rose • HAPO Community Credit Union - 601 Williams Blvd. - Richland, WA 99354 - 509-943-5676 ---H-APO Check Number 686027 Community Account Number 1651500-9 CREDIT UNION/ Transaction Amount 28750.00 Withdrawal Fee 0.00 Date 22DEC2008 Teller I.D. 73519-157 New Balance 1647.27 Net Check 28750.00 CHECK PAYABLE TO: CITY OF YAKIMA Check 1 of 1 NON-NEGOTIABLE Member Copy -NAPO VOID AFTER 90 DAYS 98-8126/3251 NO. 686027 TELLER I.D. 73519-157 Community DATE NET CHECK AMOUNT CREDIT UNION./ 22DEC2008 28750.00 *$28,750.00 601 Williams Blvd. MUST EQUAL AMOUNT Richland, WA 99354 509-943-5676 PAY E TWENTY-EIGHT THOUSAND SEVEN HUNDRED FIFTY DOLLARS AND ZERO CENTS ********** Void Over$ 28 TO THE ORDER CITY OF YAKIMA OF RE:SIMPSON LANE SEWER LID -llh 6E160 2 70 0:3 2 5 La 12610:0000000 900000 il BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ 2B,150. OD which amount is not I- than five percent of the total bid. Sign Here _ / BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, , as principal, and , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for , 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 OF , 20 Principal , 20 Received return of deposit in the sum of $ 99 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. 101 102 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." 103 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 1i "t)"ier 1,I3 ® \ IC U l ,f YYl an Item Numbers Subcontractor Name 'tam®k sp ta! t Item Numbers 2. 3 lb , 11 12 , 13 ELI l • Subcontractor Name h 1 . lurtd rt d Item Numbers ()W/NJ a tkl Subcontractor Name Rem Numbers Subcontractor Name Item Numbers Bid Items to be performed by the Prime Contractor: ( ) Prime Contractor Name SU:AA EX.e.a16..41nOt a Item Numbers 1 , . L 5t q, ,� i 18 1q 202..1,2.2. , 2.3,2.1 25 2.6 105 106 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 $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans /specifications, bid forms, and invitations to bid are as widely distributed as possible. 107 108 RESOLUTION NO. D " 4 8 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with. Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. tton ADOPTED BY THE CITY COUNCIL this ._4,R$L� day of , 1983. ,,„vk Oa A m&A-t .L4 Mayor ATTEST: City Clerk 109 110 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 111 including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. J k. The contractor shall develop on -the -job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 112 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: t�J (3 r �� certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract 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: . 0 e 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. (Signatu %dfAuthorized Representative of Bidder) 113 114 SUBCONTRACTORS CERTIFICATION Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in Yakima, Washington, subject to these Bid Condition, those trades being: and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. (Signature of Authorized Representative of Subcontractor) 115 116 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 wilt 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 117 attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. 118 PROPOSAL CITY OF YAKIMA Simpson Lane Sanitary Sewer L.I.D. City Project No. 2215 L.I.D. 1061 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 ❑ IN THE AMOUNT OF CASHIER'S CHECK ❑� 2 B , 7 50.00 DOLLARS CERTIFIED CHECK ($ ) PAYABLE TO THE CITY OF YAKIMA PROPOSAL BOND ❑ IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) SIGNATURE OF AUT RIZED OFFICIAL(s) iat ?p FIRM NAME SCOTT ". "i7P36 * ►Irib t � (ADRESS) 7S25 Posny 4• ( ) 5 -c1 I I c(l0 ( 99 PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER SCOTTEN4 FEDERAL ID No. ( 2-10 1 - ) Li 1.4 1 1 313 I7 i0 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. 7Z-8— i3S3 119 120 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. PROPOSAL SIGNATURE SHEET To be filled in and MUST be signed by the bidder and acknowledge all Addenda. C. BOND ACCOMPANYING BID This bid 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. D. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information WILL NOT render the bid non - responsive. The following forms are to be executed after the contract is awarded: A. CONTRACT This agreement 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. 121 PLANS & DETAILS Project Details City Standard Details Traffic Control Plan (Informational Copy) 0 R/W q R/W O - T1 20' — 25' 20' — 25' r e D > 12.5' TYPICAL* 12.5' TYPICAL* * WIDTH MAY VARY. 1 ( THE ENGINEER - SHALL DETERMINE. O c FINISHED SURFACE GRADE n —1 s lops to drain (2% max.) slop* to drain (2% max.) EXISTING SURFACE EXISTING SURFACE �� /�, / \ /�, \, \ \ /�• ------------------------ �%� \ /,\.:\y:rtrr:ar_r:r_. / \ \\\ � /�/ D v r ► 1 ' ,.,. a ' . SEAL COAT — Typ. a, , 3/8 — #4 Full Width 0 0.35 gal /sy ° ''i l ' PRIME COAT 1/2 — #4 Full Width 0 0.40 gal /sy 1 2" Min. Crushed Surfacing Base Course CO ` / full Width (Compacted Depth) (./) \ Place Crushed Surfacing Base Course (Compacted) HI EXIST. ROAD SURFACE TO BE as directed by the Engineer. GRADED, SHAPED AND COMPACTED 73 PRIOR TO CONSTRUCTING THE m BITUMINOUS SURFACE TREATMENT TRENCH MAY NOT BE CENTERED WITHIN THE ROADWAY. THIS DETAIL INDICATES, GENERALLY, HOW TO RECONSTRUCT THE ROADWAY AFTER SEWER CONSTRUCTION. Z REFER TO SECTION 5 -02 7> OF THE STANDARD SPECIFICATIONS sn r & THE SPECIAL PROVISIONS 0 r r B PLACE MANHOLE OPENING OVER OUTLET PIPE A 4/ all NI /� A =M11 FLOW lil�ma maims ‚ IUJ ' �i / ,,'' B PLAN VIEW 24" OPENING • 111111111111111 h• ; • __ ■ CAST —IRON FRAME & COVER PER SPECIFICATIONS 6 MIN= % 6�IM65 ADJUSTMENT SECTION S M1111111•11102 %�� GROUTED OR DRY PACKED y t SMOOTH INSIDE BARREL ,o, / x SA PRECAST ECCENTRIC 12" TYP M CONE SECTION 0.1 w f- 4 o d ! 1 ° O SAND COLLAR IN ! _,. {8 a CAST BASE IN PLACE in 48" STANDARD r STEPS TO 8 r, �� � PRECAST SECTION pi, i o IMMO PRECAST SECTION BASE SLOPE SIDE .,�.� •� II 0 ACROSS MANHOLE BASE — CL 4000 CHANNELS CAST IN PLACE T ra korar4./O ®0®O®.S.S ®� 20 :10/ ® // / O ® /®/� CONCRETE 1 SECTION A -A SECTION B -B S1 SANITARY SEWER MANHOLE DETAIL NTS City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL I SEWER MANHOLE 1 51 CLASS 3000 CEMENT 1 1/2" CLASS "G" ASPHALT CONCRETE FULL DEPTH OF SECTION LESS 1 1/2" ASPHALT PAVEMENT 12" SUBGRADE 4�� 7 ` SUBGRADE BASE 0� \i DDRY PACK ALL JOINTS v o e � r SMOOTH INSIDE BARREL O S 3 MANHOLE ADJUSTMENT DETAIL NTS City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL I MANHOLE ADJUSTMENT I S3 SEE DETAIL R24 FOR TRENCH PATCHING '�� EXCAVATION t > •1 ..- PAYMENT LINE FOR PIPES 15 INCHES AND UNDER • I.D. + 30 INCHES NATIVE MATERIAL SHALL BE USED FOR • BACKFILL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. S 9r ag 6 t G t° $� CRUSHED SURFACING TOP COURSE 0 *q SHALL BE USED FOR BEDDING MATERIAL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. mss% UNSUITABLE FOUNDATION MATERIAL SHALL ,y0,0 1 1 BE REPLACED WITH GRAVEL BACKFILL FOR SUITABLE EARTH FOUNDATION FOUNDATIONS CLASS B. (SEE NOTE) S4 TYPICAL TRENCH SECTION NTS City of Yakima - Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL I TYPICAL TRENCH DETAIL I S4 . 2 A i 1 1/2" CLASS "G" ASPHALT " " " " " " "'' CLASS 3000 CEMENT CONCRETE ►, a • ,:. ~ • ' 4. 12" 0 a • ��. /�maj�yy f � . SUBGRADE • FIBER JOINT PACKING CAST IRON FRAME & COVER SEE FRAME & COVER SPECIFICATION l 1 . •.• _ SEWER MAIN CLEAN OUT 45' 1/8 BEND GRADE PAYMENT ..- / .... BEDDING MATERIAL ...... .....:• S5 8" SEWER CLEAN OUT NTS City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL I 8" SEWER CLEAN OUT I S5 NOTES SANITARY SEWER MAIN SIDE SEWER 1. TEES OR WYES SHALL BE INSTALLED IN NEW SANITARY SEWER MAINS. WHEN P , D:: g INSTALLING SIDE SEWERS IN EXISTING MAINS, C �jf CONNECTION SHALL BE MADE BY MACHINE MADE TAP AND APPROVED SADDLE. 2. WHERE DEPTH IS INSUFFICIENT TO ALLOW TEE -WYE (STD) i II CONNECTION AS SHOWN, CONNECT SERVICE AS DIRECTED BY ENGINEER. 3 ALL SIDE SEWER MATERIALS SHALL BE PVC A A (-` SEWER PIPE CONFORMING TO THE REQUIREMENTS 2 OF SECTION 7 -18.2 OF THE STD. SPECS. 4. TERMINATE SIDE SEWER AT R/W LINE UNLESS OTHERWISE DIRECTED BY THE ENGINEER OR SIDE SEWER OTHERWISE ON PLANS. 5. MI SLOPES ARE AS FOLLOWS: J Esc: 4" DIA. PIPE = 0.02 ft /ft WYE (AS REQUIRED) 6" DIA. PIPE = 0.01 ft /ft mom — 6. BACKFILL WITHIN THE RIGHT OF WAY SHALL BE CRUSHED SURFACING TOP COURSE FULL DEPTH P. AS DIRECTED BY THE ENGINEER. w PLAN v 18" #4 REBAR BURIED MIN SLOPE - SEE NOTE. 'I G9 / "'1 6 " -12" BELOW FINISH o f GRADE TIED IN MARKER ��E ' OBSTRU �E_ WYE TAPE ' IN THIS AREA I 22 1/2' OR 45' \ � -, 22 � �2 DETECTABLE MARKER TAPE BENDS AS REQUIRED ' MIN SLOPE - SEE NOTE, _, / 7 - PER STD. SPECS I IMO PLACE 12" ABOVE ENTIRE In LENGTH OF SIDE SEWER MIN SLOPE - SEE NOTE, CONNECTION AT OBSTRUCTION PLUG OR CAP 45 AS REQUIRED' �, O TEE -WYE SECTION A -A ss SIDE SEWER CONNECTION DETAIL NTS City of Yakima - Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL 1 SIDE SEWER DETAIL I S9 EXISTING PAVEMENT - DEPTH VARIES APPLY CSS-1 & SAND TO SEAL THE SURFACE JOINTS. _ ASPHALT CONCRETE PATCH APPLY CSS-1 TO EDGES OF REPAIR SECTION AND TO LIMITS _ 1.0' EXCAVATION 1.0' - q. SURFACE OF CONCRETE, IF OVERLAYED. _ 10' LINE (MIN) y�r 7? VW •WW a ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA HMA CL. 1/2" PG 64 -28 @ 1.5 TIMES DEPTH OF EXISTING ASPHALT. 0.25' MIN. (COMPACTED DEPTH in 2 EQUAL LIFTS) 0.5' CSBC (COMPACTED DEPTH) ASPHALT CONCRETE SURFACING EXISTING SURFACE - DEPTH VARIES GRAVEL SURFACE - PATCH LIMITS 1.0' EXCAVATION 1.0' 1.0' LINE (MIN) Q. 1 ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 0.17' CSTC (COMPACTED DEPTH) GRAVEL SURFACING UNSURFACED AREAS EXISTING PATCH LIMITS GROUND _ 1.0' EXCAVATION 1.0' _ 1 LINE (MIN) 'YO /�yy�yy Q. .: C + + + + + 4- + + + + + + + + + + + IWO + + + + + + + + + + + + + + + + + + + + + + + + + + + + + , + + + + + *WO vw ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 1.0' MIN. (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM ROCKS OVER 2 INCH. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING. UNSURFACED AREAS NOTES 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK SLOPE AT TRENCH SIDES. 2. CONTRACTOR SHALL BE AWARE THAT GEO- TEXTILE- FABRIC MAYBE REQUIRED BY THE ENGINEER IN CERTAIN APPLICATIONS. fop 14; City Of Yakima City of Yakima - Standard Detail b , `�), Engineering Division TYPICAL SURFACING R7 ■ t � . 129 North Second Street Y sb,.,. +°. Yakima, Washington NOT TO SCALE = Revision 11 -2008 9 -1/2" _ 8" MONUMENT CASE TO BE SATHER MFG. CO. #2022 OR 7-1/8" APPROVED EQUIVALENT -i-i 1-*-- 1 /2" } ' 1.. a \ v 4. ,NUM 1/2" 0 j 6 -5/8" 7" 3/16" WIDE BEAD, 1/8" 8 -1/8" HIGH MONUMENT CASE MONUMENT CASE 1 1/2" C T ASPHALT (COMPACTED DEPTH) 11.1.1 Aer 6" CLASS 3000 ice_ 2" ALUMINUM, CONCRETE CRUSHED SURFACING TO BE OR BRASS SURVEY CAP PLACED AFTER PLACEMENT OF MONUMENT CASE SUFFICIENT 5/8" REBAR - 24" LENGTH TO SECURE MONUMENT MIN. SECTION 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. . City Of Yakima City of Yakima - Standard Detail Engineering Division .:17/10c. SURVEY MONUMENT R8 129 North Second Street " Yakima, Washington NOT TO SCALE Revision 11 -2008 NOTES VI z LONGITUDINAL BUFFER SPACE = B VI 1. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator POSTED SPEED (MPH) 26 30 35 40 45 50 65 80 86 (TMA) is available; a work vehicle may be used. When no TMA is used, the re m LENGTH B (FEET) 155 200 250 305 380 426 495 570 846 Protective Vehicle shall be strategically located to shield workers, with no $ specific Roll -Ahead distance. BUFFER DATA 2. Night work requires additional roadway lighting at flagging stations. See WSDOT Standard Specifications for additional details. 1 END G20-2A TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) (Row woRK OR 3. Extend Channelizing Device taper across shoulder - recommended. DOWNSTREAM TAPER VEHICLE TYPE LOADED WEIOHi TO SHOW END OF WORK MINIMUM WEIGHT 15,000 Las. 4. Sign sequence is the same for both directions of travel on the roadway. AREA- SEENOTE6 4YARDDUMPTRUCK \ 4` SERVICE TRUCK, (MAXIMUM WEIGHT SHALL BE 5. Chennelizing Device spacing for the downstream taper option shall be 20' O.C. IN • ACCORDANCE FLAT BED, ETC. WITH \ FA TU CRER RECOMMMENDATIONATION + ) B. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) O ROLLAHEAD BTOPPING DISTANCE - 30 FEET MIN. and WSDOT Sign Fabrication Manual M55-05. t \ (DRY PAVEMENTA SIGN SPACING ■ X (1) �, ` O RURAL HIGHWAYS 80/85 MPH 800' 6 • \ • RURAL ROADS 45 / 55 MPH 500't RURAL. ROADS & URBAN ARTERIALS 35 / 40 MPH 360' t "" • EN RURAL ROADS, URBAN ARTERIALS. \ ,.` 26 / 30 MPH 200' t (2) �,� .9 RESIDENTIAL & BUSINESS DISTRIC • flow D �• WDRK ��� ' URBAN STREETS 25 MPH OR LESS 100' t (2) . \ ` 9 'V AU. ' % A SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTNERIMSE // / / \ 4 �{(. W20 LL .7A / O , \� + (1) A SIGN SPACING MAYBE ADJUSTED TO ACCOMMODATE INTERCHANGE / \\\ a RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. / A + W20B PTION IF P (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO AT / BE SPEE.7D 4 - O MPH O R LES5 OSTED ROADWAY CONDITIONS. + \ 4 PREPARED (' \ + TO STOP FOR LOCAL AGENCY USE ONLY W207A \ � NOT FOR USE ON STATE ROUTES + \ \ 4 ONE LANE ROAD / �' \ + AHEAD ROAD W20-1 �p � .1. p w 4414t, �A O/ + BE 4' WORK 4 .0 tp I p PREPARED + AHEAD NI //' TO STOP W20-78 - OPTIONAL IF PosTEO ° z °� ; I 0 ,/ SPEED 40 MPH OR SS . / ROAD IONA 0\AHEAD W2044 / / ROAD [EXPIRES AUGUST 9, 20071 WORK LANE CLOSURE AHEAD W20-1 LEGEND WITH FLAGGER CONTROL FLAGGING STATION STANDARD PLAN K- 20.40 -00 b SIGN LOCATION SHEET 1 OF 1 SHEET APPROVED FOR PUBUCATION D a a CHANNEUZING DEVICES Ken L Smith 02-15-07 CHOI PROTECTIVE VEHICLE - RECOMMENDED RAiEpE40N ENGINEER DATE T WmNnpbn Fah Department of iranspodalion SIGN SPACING .. X (1) - NOTES y RURAL ROADS 45 / 55 MPH 500't 1. Modify Regulatory Traffic Control Devices, as needed, for the r RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' s WORK AREA duration of the detour. ° RURAL ROADS, URBAN ARTERIALS, R11 -2 BAN ' �j/ Rom 200' t (2) 2. Two Flashing blaming Lights (Type A per MUTCD) may used to 1 RESIDENTIAL & BUSINESS DISTRICTS 26 / 30 MPH e URBAN STREETS 26 MPH OR LESS 100' 5 (2) ROAD ® WILL BE R1 +- +601 mark each barricade at night ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERI 4SE CLOSED Q 52 / CLOSED BnN 3. Trail Blazers shall be Installed throughout the detour, as appropriate. MOM. MOM =AVM 4. Signing shown for the one direction only. g (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE x � AT-GRADE INTERSECTIONS AND DRIVEWAYS. 5. Coordinate with emergency services. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD Q ROADWAY CONDITIONS. CLOSED O. For signs size refer to Manual on Uniform Traffic Control Devices AHEAD (MUTCD) and WSDOT Sign Fabrication Manual M55-05. M NORTH " = ROAD R11-3 R11.4 03 MAIN ST. x a r CLOSED W203 am env R OAD CLOSED ROAD CLOSED Mss IDETOURI c� AHEAD ROAD MILES AHEAD OR TD ( �► LOCAL TRAFFIC ONLY TRRUTRAFFIC 146-3 Il 1 ® DETOUR 164.101. --1 \::: Z � i FOR LOCAL AGENCY USE ONLY s NORTH M3-+ NOT FOR USE ON STATE ROUTES MAIN Sr. 03-101 1 1111 g DETOUR M4$ 'J� a T wIva._ tie) 0RT M8-1L f-� e d T4 G z NORTH M3-1 - 5 4 i MAIN sr. D3-101 b W J H 4 , ��m 9F STE 445) 4� 1 LDETOUR] I 1148 `a � �` J LEGEND 1661 X02 AONAL E 4 . a SIGN LOCATION Q DETOUR EXPIRES AUGUST 9, 2007 iM BARRICADE - TYPE3R AHEAD ROAD CLOSURE l� BARRICADE -TYPE 3 L x W 0-3 WITH OFF -SITE DETOUR ROAD STANDARD PLAN K- 10.40 -00 s / CLOSED SHEET 1 OF 1 SHEET AHEAD APPROVED FOR PUBLICATION Ken L. Smith 02 -15-07 MMEOEGONENOINEEN OA1E N v 71 W 1* gen SW* Departs.. azn:. wN NOTES Z • LONGITUDINAL BUFFER SPACE - B SIGN SPACING - X 1 This plan is intended for use on roadways when traffic volumes create R URAL ROADS 45!55 MPH 500' t • POSTED SPEED (MPH) 25 30 35 40 45 sufficient gaps for motor vehicles to yield. m • LENGTH B (FEET) 55 85 120 170 270 RURAL ROADS & URBAN ARTERIALS 35140 MPH 350' t , RURAL ROADS, URBAN ARTERIALS, 2. Steady Buming Warning Lights (Type C per MUTCD) shall be used to RESIDENTIAL & BUSINESS DISTRICTS 25130 MPH 200' ± mark Channelizing Devices at night w URBAN STREETS 25 MPH OR LESS 100' t 3. Adequate sight distance shall be provided for drivers to see opposing ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE traffic, otherwise use flaggers and/or Temporary Signal. t CHANNELIZING DEVICE SPACING ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE 4. Extend Channelizing Device taper across shoulder — recommended. • POSTED SPEED P4 TAPER IN TANGENT AT -GRADE INTERSECTIONS AND DRIVEWAYS. (MPH) (FEET) (FEET) 5. Post mount signs when in place for 3 days or longer. 35145 30 e0 25130 20 40 6. For speed limit 35 mph or higher replace W1 -3R with W1-4R. 7. For signs size refer to Manual on Uniform Traffic Control Devices ( MUTCD) and WSDOT Sign Fabrication Manual M55-05• • R1 -2 RAN 20.4 8. Consider using a PCMS for additional advance warning. '4' W3-2 ONELANE lir .. ROAD AHEAD m o• 1 ROAD WORK . AHEAD END R1 - 2s ONCOMING ROAD WORK 020 BAN , TRAFFIC , • B 100' MAX. 15' X X X a a a CI Cr ..__._._ o j j� p O . 5 . //, 0 ° / / / / /// " � a , ® ° FOR LOCAL AGENCY USE ONLY ® � o m Z NOT FOR USE ON STATE ROUTES z1 a u s Z.' 0 1. THE e s c$ ° isf y . I a x a x a y u` F 1� 11 of W20-1 y %d ie y 3 2 i W END G20 2A . , .t 25335 y0 W i 8 ROAD ROAD WORK) R ` ETE4 t ..,.4'' WORK W20-4 �S 'ONAL "' g lihg AHEAD ONELANE EXPIRES AUGUST 9, 20091 81X ; D LANE CLOSURE AHEAD WITHOUT FLAGGERS ^ LEGEND - LOW VOLUME ROAD STANDARD PLAN K- 20.20 -01 a SIGN LOCATION SHEET 1 OF 1 SHEET 5 e ® CHANNELRINO DEVICES APPROVED FOR PUBLICATION ® BARRICADE - TYPE 3 L Pasco Bakotch 111 10-12-07 g FLASHING WARNING LIGHT RAGE EEDIpN ENGINEER a� T W .hlngion SWN Deportment ofTrvmpptolbn • NOTES F. LONGITUDINAL BUFFER SPACE a B cq 1. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator D POSTED SPEED (MPH) 25 30 36 40 45 60 65 80 85 (TMA) is available; a work vehicle may be used. Wien no TMA is used, the m LENGTH B (FEET) 155 200 260 305 360 426 495 570 545 Protective Vehicle shall be strategically located to shield workers, with no • specific Roll -Ahead distance. w . d BUFFER DATA 2. Night work requires additional roadway lighting at flagging stations. Sea WSDOT Standard Specifications for additional details. END 020.2A TYPICAL PROTECTIVE VEHICLE W M TMA (SEE NOTE 1) ROAD WORK OR 3. Extend Channelizing Device taper across shoulder - recommended. EIGHT , 4 Sign DOWNSTREAM TAPER VEHICLE TYPE LOADED W g sequence Is the same for both directions of travel on the roadway. TO SHOW END OF WORK 4 YARD DUMP TRUCK MINIMUM WEIGHT 16,000 LBS. \ 4 AREA , . SEE NOTE 8 SERVICE TRUCK, (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU� 5 . Channelizing Device spacing for the downstream taper option shall be 20' O.C. \ FLAT BED, ETC, FACTURER RECOMMENDATION) \ 8. For signs size refer to Manuel on Uniform Traffic Control Devices (MUTCD) O ROLL AHEAD STOPPING DISTANCE • 30 FEET MIN. and WSDOT Sign Fabrication Manual M55.05. \� (DRY PAVEMENT ASSUMED) SIGN SPACING Ns X (1) �j, Al l • RURAL HIGHWAYS 60/55 MPH 600' t y y ,' II RURAL ROADS 45/55 MPH RURAL ROADS & URBAN ARTERIALS 500' ARTERIALS 351 MPH 350't RURAL ROADS, URBAN ARTERIALS 25 / 30 MPH 200' * (2) END ROAD WORK N. \ O B RESIDENTIAL 6 BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100' * (2) �� ` l - o R �g ALL SIGNS ARE SLACK ON ORANGE UNLESS DESIGNATED OTHERWISE ,� W20-7A ' O 01 6 (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE /r� '''',,,a,, RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. W20.78 OPTIONAL IF POSTED (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT p BE SPEED 40 MPH OR LESS ROADWAY CONDITIONS. O + \� ey PREPARED (' \ + TO STOP FOR LOCAL AGENCY USE ONLY W20-7A \ mw NOT FOR USE ON STATE ROUTES 0 \ ONE LANE i ROAD a 4. (' AHEAD W20-1 p & J. TR.. 0 ROAD p O F � a wASyi I e 4 S E ` WORK 5 Ill /I P PREPARED + AHEAD h U I O , /\ TO STO o ff 4 1s 1! W20-78 - OPTIONAL IF POSTED ,P / r ; P R SPEED 40 MPH OR LESS ' s ONAL < � IEXPIRES AUGUST 9. 2007 LANE CLOSURE LEGEND WITH FLAGGER CONTROL. J FLAGGING STATION STANDARD PLAN K- 20.40.80 SHEET 1 OF 1 SHEET 0/ SIGN LOCATION APPROVED FOR PUBLICATION o a to CHANNELIZING DEVICES Ken L. Smith 02 -15-07 B PROTECTIVE VEHICLE - RECOMMENDED STATE DESAM ENGINEER DATE T wal''nybn Sts* wROtmen1 of Transportation . ■ NOTES Z LONGITUDINAL BUFFER SPACE ■ B MINIMUM TAPER LENGTH • L (FEET) SIGN SPACING al X (1) POSTED SPEED (MPH) 25 30 35 40 45 50 55 80 LANE yy1DTH POSTED SPEED (MPH) RURAL HIGHWAYS 60 /85 MPH 800' t 1. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may m 50 LENGTH B (FEET) 155 200 250 305 960 425 495 570 (F ) 25 30 36 40 46 60 55 60 56 70 RURAL ROADS 45 / 55 MPH 0 t be used. When no TMA Is used, the Protective Vehicle 10 105 150 206 270 450 500 550 - - - RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 950 t shall be strategically located to shield workers, with no w 11 115 165 225 294 495 550 805 680 - - RURAL ROADS, URBAN ARTERIALS, specific Roll-Ahead Stopping Distance. BUFFER DATA RESIDENTIAL & BUSINESS DISTRICTS 25 / 30 MPH 200' t (2) 12 125 180 245 320 540 800 ee0 720 780 640 m URBAN STREETS 25 MPH OR LESS 100' t (2) 2. Extend device taper (L/3) across shoulder — recommended. TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE 3. Portable Changeable Message Sign (PCMS) VEHICLE TYPE LOADED WEIGHT CHANNELIZING DEVICE SPACING recommended. 4 YARD DUMP TRUCK MINIMUM WEIGHT 15,000 LBS. (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE POSTED SPEED IN TAPER IN TANGENT AT -GRADE INTERSECTIONS, AND DRIVEWAYS. 4. Traffic Safety Drums for all tapers on high speed roadway SERVICE TRUCK (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- (MPH) (FEET) (FEET) recommended. FLAT BED, ETC. FACTURER RECOMMENDATION) b0 / 70 q0 (2) THIS SIGN SPACING MAY BE REDUCED 1N URBAN AREAS TO FIT O ROLL AHEAD STOPPING DISTANCE . 30 FEET MIN. 35 / 45 30 ROADWAY CONDITIONS. 5. Transverse Devices In closed lane every 1000' ± (DRY PAVEMENT ASSUMED) 25/30 20 40 6. Channelizing Device spacing for the downstream taper option shall be 20' O.C. W20-5R 7. Use advanced notice for any overwidth loads prior to lane RIGHT LAN closure for afienative routes If applicable — recommended. CLOSED COMPLIANCE DATE 12/23/ 223/13 AHEAD W20-1 8. For signs size refer to Manual on Uniform Traffic Control ROAD Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. END W O FUk 020-2A OR WORK ' DOWNSTREAM TAPER TO SHOW ROAD END OF WORKAREA - SEE NOTES 1 AHEAD 100 (p) O B L X X X _ N �l SEE NOTE 2 -� 9 j j�jjj SEENiTES q q q a q j i 0 = s ® mn O 0 0 Z ���� Di a ® � _ FOR LOCAL AGENCY USE ONLY n D D D D D D D D D D D NOT FOR USE ON STATE ROUTES —_ — -- - -- — o� v. J. TA I N q q A DO *1' *1' of wA,s 9� 1 111 neenennnnnney Wl5.1 F 5 d 4 % 'f."- '"o ROAD lilt r NARROWS % ,,.,'';:y4,, t �` i D 4 � A � F or s ' 2533 4 i S S1ONAL Y' LEGEND 1EXPIRES AUGUST 9. 20071 d i LATERAL BUFFER -4' IX SIGN LOCATION SINGLE LANE CLOSURE TEMPORARY LANE -12 MIN. 1 WORK AREA D D D CHANNEUZING DEVICES WITH ENCROACHMENT EXISTING _ EXISTING LANE EXISTING LANE EXISTING NOM PROTECTIVE VEHICLE - RECOMMENDED SHOULDER STANDARD PLAN K- 24.20 -OO 2'� SHOULDER PCMS 1 PORTABLE CHANGEABLE MESSAGE SIGN SHEET 1 OF 1 SHEET A .. A s p DDD ARROW PANEL APPROVED FOR PUBLICATION V EXISTING EDGE STRIPE Ken L. Smith 02-15-07 e EXISTING LANE STRIPE RATE DEMO ENDINEM DATE SECTION 0 A TEMPORARY TRAFFIC CONTROL DEVICE 171 Womrrgan WAD D.pawnwn dirv+puuation 5' STEEL LINE POST SET AT END R/W OF CURB STOP. TOP TO BE 4 TO 6 INCHES BELOW THE SURFACE SET CURB STOP TO PERMIT INSTALL EXISTING STREET OF RISER IN PUBLIC RIGHT OF WAY SELECT BACK FILL WATER MAIN SERVICE LINE — TYPE K ; COPPER OR CROSS LINKED POLYETHYLENE BALL VALVE CURB STOP --\ att IP THREAD INLET x CTS I OUTLET 90' ELBOW CTS INLET x IP THREAD 'M OUTLET CURB STOP Y �' O ! FLOW W13 3/4" & 1" SERVICE LINE w/o METER NTS City of Yakima — Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA - STANDARD DETAIL I 3/4" & 1" SERVICE LINE I W13 CITY OF YAKIMA STANDARD METER COVER & RING FURNISHED BY THE ANGLE METER ADAPTER CITY AT CONTRACTORS EXPENSE FINISHED GROUND t 36" x 18" DIA. WHITE 1 1/2" THICK EXTRUDED 80 PIP RISER POLYSTYRENE INSULATION BOARD W/ HOLE TO READ aimmimi■r∎Awira METER ANGLE BALL VALVE IiI Sim ALL BACKFILL MATERIALS SHALL BE COMPACTED PRIOR TO SETTING THE METER TILE in N 2 "x8 "x16" PATIO BLOCK (TYP) U LJ DIELECTRIC COUPLING REQUIRED WHEN USING 16 GAUGE INSULATED SOLID METALLIC PIPE COPPER TRACING WIRE STRAPPED TO CROSS LINKED POLYETHYLENE & CONNECT TO CORP. COCK WHEN USING CROSS LINKED POLYETHYLENE, ATTACH PIPE TO 5' — 5' OUT LEG REQUIRED W/ FITTING METAL POST W/ NYLON ZIP —TIES. NOTES 1. USE CROSS LINKED POLYETHYLENE OR TYPE K COPPER 2. WHEN USING CROSS LINKED POLYETHYLENE A BENDING SUPPORT MUST BE USED AT ALL 90' BENDS 3. WHEN USING CROSS LINKED POLYETHYLENE AN INTERNAL TUBING STIFFENER MUST BE USED ON ALL FITTINGS 4. ALL BENDS TO BE MADE WITH COPPER TUBING BENDER W14 5/8 " , 3/4" & 1" METER INSTALLATION NTS City of Yakima — Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA - STANDARD DETAIL 15/8 ", 3/4" & 1" METER INSTALL I W14 SYMMETRICAL ABOUT CENTERLINE 4 OF WATER MAIN♦♦♦♦♦.. t•.♦.. ♦�.�♦�♦�.�♦�♦�.�.�♦�♦�.�♦�.�♦�, t' t t tt �t' t' t' t• �t •t•t't't't't't't•t•t't't•t•t't' t' �t t t' t t' t' t' t' t 't't't't't•t't't•t•t•tt•t•t't'/ t t' t' t t' ��t' t' t• t • t't•t't't't't't't't't't't•��t' ,t 't't �t't't t t't t �t•t't't'�t t t' ��t' t �t' t• ��t t' t• t' t• t't•t•t•�t't•t't't•t•�t't•�t•t' ►� t�� t �� �� t� t�t� tit ���� ��� �t� �t�� �� �t t �� �t �� ►� t � t t ��t t t � t � �t t t�t t t� O t t t ��t t t t t t �� t �� �� � t t t t � , ��� ♦ ♦ ♦t• ♦t��t•t•t' ♦t•t•t•��t•t't•t t•�t•t t't•�t �� *��������:� NO• EWE• • = �:���:�:�:�:���:�:�♦���:�:�• ►.�♦tt•♦t'♦t•. THIS AREA is �,, t'♦t♦t'.t'♦t'♦t'.t'♦�♦t . 4 4 : i • , \N „y ,.\ -N.Sali WATER MAIN ��♦��♦����.:/ STANDARD WATER MAI i I I I I I A ' t't'•t't't't't'•t \ PI 'NH U,SED FOR THIS AREA SEWER \ E.I.�. ' t ' t . �t•t•t't• ►t•t•�t 1 % /� . 7 .2. 4-41" \ t \ NO �W,,FR IN �t't'��'t't't 1 THIS AREA �� �������, �.t•.,♦tt SEWER / STANDARQ SpyER O t ►���� MAIN PIPE MATERIAL AREA� t't•t't't't't't't:�'t' ►t'tt THIS� t�t 't / t t t•�t't'i't't't't't t't't•t't•�t't't•t't't•t• �.�.�.�.�� I t• �t't't•t•t't'�t't't'�tv�► , � ies. t' �t��t•t•t•t•t•t•t't•t•t ^t•t•'jy �► � 47 4 vas PARALLEL WATER /SEWER SEPARATION NTS City of Yakima — Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA • STANDARD DETAIL I WATER /SEWER SEPARATION I W16 1 STANDARD PLANS 2 August 6, 2007 3 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21- 4 01 transmitted under Publications Transmittal No. PT 07 -008, effective April 2, 2007 is made 5 a part of this contract. 6 7 The Standard Plans are revised as follows: 8 9 All Standard Plans 10 All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to 11 read "Hot Mix Asphalt ". 12 13 All references in the Standard Plans to the abbreviation "ACP" shall be revised to read 14 "H MA ". 15 16 C -1 Sheet 1 17 In the TYPE 1 ALTERNATIVE, the title of the first section view is revised to INITIAL 18 INSTALLATION 19 20 C-la 21 In the TYPE 11, WOOD POST ASSEMBLY, the 18" long Button Head Bolts are revised 22 to 25" long. 23 24 C-lb 25 In the ANCHOR POST ASSEMBLY, the above ground 7 1/2" long bolt connecting the 26 Wood Breakaway Post to the Foundation Tube is revised to 10" long. 27 28 C -11 b Sheets 1 and 2 29 In the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST -IN -PLACE 30 FOOTING, ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is revised to 31 CONCRETE CLASS 4000. 32 33 In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding 34 symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld joints, 35 and the 1/2" End Gussets have 1/2" fillet weld joints. 36 37 D-la Sheet 2& D-lb Sheet 2 38 Reinforcing Steel Bar marked "R1" (see lower left corner): the dimension 1' - 2 1/2" is 39 revised to 1' - 0 1/2 ". 40 41 F- 10.62 -00 Sheet 1 42 The length of the Tangent Block is revised to: 30" MIN. to 60" MAX. 43 44 F- 10.64 -00 45 Revised to add Note: "The dual faced curb may be constructed by using two precast 46 concrete sloped mountable curbs (longitudinal halves) so long as the installation is 47 consistent with the dimensions shown in the Plan." 48 49 G -3 Sheet 1 50 In the END VIEW of the truss: the 2' - 6" width of the truss is revised to 2' — 9 ". 51 1 C -1 2/06/07 C -3b 10/04/05 C -13 4/16/99 2 C -la 7/31/98 C -3c 6/21/06 C -13a 4/16/99 3 C-lb 10/31/03 C -3d 3/03/05 C -13b 4/16/99 4 C -lc 5/30/97 C -4 2/21/07 C-14a 7/26/02 5 C-ld 10/31/03 C-4a 2/21/07 C -14b 7/26/02 6 C -2 1/06/00 C -4b 6/08/06 C -14c 7/26/02 7 C -2a 6/21/06 C -4e 2/20/03 C -14d 7/26/02 8 C -2b 6/21/06 C -4f 6/30/04 C -14e 7/26/02 9 C -2c 6/21/06 0-5 10/31/03 C -14f 9/02/05 10 C -2d 6/21/06 C -6 5/30/97 C -14g 11/21/06 11 C -2e 6/21/06 C -6a 3/14/97 C -14h 1/11/06 12 C -2f 3/14/97 C -6c 1/06/00 C -14i 12/02/03 13 C -2g 7/27/01 C -6d 5/30/97 C -14j 12/02/03 14 C -2h 3/28/97 C -6f 7/25/97 C -14k 1/11/06 15 C -2i 3/28/97 0-7 10/31/03 C -16a 11/08/05 16 C -2j 6/12/98 C -7a 10/31/03 C -16b 11/08/05 17 C -2k 7/27/01 0-8 4/27/04 0- 20.14 -00 2/06/07 18 C -2n 7/27/01 C -8a 7/25/97 0- 20.40 -00 2/06/07 19 C -2o 7/13/01 C -8b 1/11/06 C- 22.40 -00 2/06/07 20 C -2p 10/31/03 C -8e 2/21/07 C- 23.60 -00 2/06/07 21 C -2q 3/03/05 C -8f 6/30/04 0- 25.18 -00 2/06/07 22 C -2r 3/03/05 0-10 7/31/98 0- 25.20 -00 2/06/07 23 C -2s 3/03/05 C -11 5/20/04 C- 25.22 -00 2/21/07 24 C -2t 3/03/05 C -11 a 5/20/04 0- 28.40 -00 2/06/07 25 0-3 10/04/05 C -11 b 5/20/04 26 C -3a 10/04/05 C -12 7/27/01 27 28 D-la 1/23/02 D- 2.30 -00 11/10/05 D- 2.80 -00 11/10/05 29 D -lb 10/06/99 D- 2.32 -00 11/10/05 D- 2.82 -00 11/10/05 30 D -lc 10/06/99 D- 2.34 -00 11/10/05 D- 2.84 -00 11/10/05 31 D -1d 10/06/99 D- 2.36 -00 11/10/05 0- 2.86 -00 11/10/05 32 D -le 1/23/02 0- 2.38 -00 11/10/05 D- 2.88 -00 11/10/05 33 D-lf 10/06/99 D- 2.40 -00 11/10/05 D- 2.92 -00 11/10/05 34 D- 2.02 -00 11/10/05 D- 2.42 -00 11/10/05 D -3 7/13/05 35 D- 2.04 -00 11/10/05 D- 2.44 -00 11/10/05 D -3a 6/30/04 36 D- 2.06 -00 11/10/05 0- 2.46 -00 11/10/05 D -3b 6/30/04 37 D- 2.08 -00 11/10/05 D- 2.48 -00 11/10/05 D -3c 6/30/04 38 D- 2.10 -00 11/10/05 D- 2.60 -00 11/10/05 D -4 12/11/98 39 D- 2.12 -00 11/10/05 D- 2.62 -00 11/10/05 0-6 6/19/98 40 D- 2.14 -00 11/10/05 0- 2.64 -00 11/10/05 D -7 10/06/99 41 D- 2.16 -00 11/10/05 D- 2.66 -00 11/10/05 D -7a 10/06/99 42 D- 2.18 -00 11/10/05 D- 2.68 -00 11/10/05 0-9 12/11/98 43 D- 2.20 -00 11/10/05 D- 2.78 -00 11/10/05 44 45 E -1 2/21/07 E -4 8/27/03 46 E -2 5/29/98 E -4a 8/27/03 47 48 F- 10.12 -00 12/20/06 F- 10.64 -00 1/23/07 F- 40.15 -00 2/07/07 49 F- 10.16 -00 12/20/06 F- 30.10 -00 1/23/07 F- 40.16 -00 2/07/07 50 F- 10.40 -00 1/23/07 F- 40.10 -00 2/07/07 F- 40.18 -00 2/07/07 51 F- 10.42 -00 1/23/07 F- 40.12 -00 2/07/07 F- 80.10 -00 1/23/07 52 F- 10.62 -00 1/23/07 F- 40.14 -00 2/07/07 1 2 M- 1.20 -01 1/30/07 M- 3.30 -01 1/30/07 M- 20.10 -01 1/30/07 3 M- 1.40 -01 1/30/07 M- 3.40 -01 1/30/07 M- 20.20 -01 1/30/07 4 M- 1.60 -01 1/30/07 M- 3.50 -01 1/30/07 M- 20.30 -01 1/30/07 5 M- 1.80 -01 1/30/07 M- 5.10 -01 1/30/07 M- 20.40 -01 1/30/07 6 M- 2.20 -01 1/30/07 M- 7.50 -01 1/30/07 M- 20.50 -01 1/30/07 7 M- 2.40 -01 1/30/07 M- 9.50 -01 1/30/07 M- 24.20 -01 5/31/06 8 M- 2.60 -01 1/30/07 M- 11.10 -01 1/30/07 M- 24.40 -01 5/31/06 9 M- 3.10 -01 1/30/07 M- 15.10 -01 2/06/07 M- 24.60 -02 2/06/07 10 M- 3.20 -01 1/30/07 M- 17.10 -01 1/30/07 • 1 O I iu � 1 YAK C - - p G SPEEDWAY ` \ ! \ � 0 — u M M M \ \\ \V •- LEGEND o _ _ ri ; \ -s New Sanitary Sewer Pipeline }' � , a 0 '"I u \ S Exist. Sanitary Sewer /Industrial Waste Sewer Pipeline O AN+ L W N ° � MLLE ST — - W Exist. Water Pipeline /Service Line (Call Before Dig) C r 3 , .. \ ' - "' CENTRAL WASHINGTON . •� 'F' Z E 111 IR Exist. Irrigation Pipelines (Call Before Dig) C x f----- 11 lP �� STATE FAIRGROUNDS V iW w 11 1 G Exist. Cascade Gas Pipeline /Service Line (Call Before Dig) P Exist. Overhead/Buried PP &L Power Line (Call Before Dig) T Exist. Overhead/Buried Qwest Line (Call Before Dig) I r \a\ j MUM1 x SD Exist. Storm Drain ITO X X Exist. Fence w ... s::� .�:c BLVD — � = RO 0 Exist. Manhole ' °' comEta y» "u w Exist. Asphalt/B.S.T. Pavement I]iii.___.._.* 7 -1 SSMH 0 New Sewer Manhole ,:..� D ER y FHQ Exist. Fire Hydrant `� • e " i F� d N MI ,(1)\ D1 Wa Valve/Irrigation Valve y A��$ - i� � r 9 � \ , , Z cp oil -AP "' - WM Water Meter 11* +F x, rS `� 0) o Alp �t MB o Exist. Mail Box � o �, R 3 1 ° �, ' �o I d a E . _. � E�CI J E - . I EXPIRES 10/13/2009 1 O cu a Y,>7Z1'i E YEW WC 1 I U CONSTRUCTION NOTES 11 I \\ r New PVC Sanitary Sewer Pipe, size as noted. O Roadway shall be Repaired under Surface Repair. CD VICINITY MAP CI) New 48" Diam. Type 1 Sanitary Sewer Manhole GENERAL NOTES As modified by City of Yakima Standard Plan S1. (For M.H. #13, Lat. I use City of Yakima Standard Detail S2) z z 1.) Contractor shall verify and record the invert . 5.) Side sewer stubs that cross below the m o o elevations of all new pipe connections at the water main with less than 18" clearance New 4" PVC Sanitary Sewer Pipe Side Sewer Stub. d) 0 ii exist sanitary sewer manholes. or that cross over the top of the water w ` »° 11 BENCH MARK main shall be C -900 PVC pipe for the full c o 2.) The location of D.I.D. #13 pipeline is based on length of the side sewer stub. Joints shall O New 6" PVC Sanitary Sewer Pipe Side Sewer Stub. o m N 2" A.C. at S. 14th St. and E. Viola. old mapping and approximate only. The status be as far from the water main as possible. Plat Mon. of the pipeline is in question. Yakima County a. a = > Elevation: 1016.136 maintains D.I.D. pipelines and has been unable 6.) A 5' min. separation shall be maintained O New 4" PVC Pressure Pipe for Sanitary Sewer Side Sewer Stub. to provide current information regarding this between the new side sewer stubs and pipeline as to whether it is still an active pipe existing water services and meters. u) or is abandoned and out of service. 6 New Sanitary Sewer Clean Out (C.O.). 7.) A 6" min. separation shall be maintained < DISCLAIMER 3.) Upon completion of the sewer construction the between the existing water service lines z Contractor shall regrade the roadways within the and the sanitary sewer where the sanitary ' UNDERGROUND FEATURES SHOWN ON THE PLANS REPRESENT the project that have been disturbed to a smooth sewer crosses below the service line. If the 0 BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL Project Detail for B.S.T. Repaving and by direction sewer crosses above the service line the consistant grade and, in accordance with the separation cannot be maintained or if the U z RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR IS 5 w from the Engineer, pave the roadways to the width contractor shall provide a protective sleeve CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL UNDER shown on the detail. around the service line at the direction of the GROUND FACILITIES. STATE LAW REQUIRES THAT ALL EXCAVATION Engineer. 4.) All water service lines damaged by the WORK MUST BE PRECEEDED BY NOTIFICATION TO ALL OWNERS Contractor shall be replaced from the C- OF UNDERGROUND FACILITIES THROUGH A ONE NUMBER LOCATOR water main to the meter by the Contractor. 2 SERVICE: 1- 800 - 553 -4344 ... c 0 1 N N N E a N Il Tr co 0 I __. --) 'TT — 7 PRASCH AVE >. .c 7 g . \ E -rr ki I 1 .4 k 4- Tui 1 ----- M ----- 1 - „ I 20 I 1 I 4 - ) g C ' 9 F_ P ------ - - --- - -1 0 a) 0 1!-1.1 , 1 9 I 2 I g, : h I i-r- ti--- 1 ; 9 i ii ,, _____ ___ L____I I I SHEET INDEX L __ - i 7 ' 11 js ___ 3 I ii ____I____H 0 11.1 I I SH T. DESC. LOCATION 11,1,2 1= ?) '. i :=A :1 17 1 4 1 .--- ...--1 — I/ 7 ' --",-7-7--Tr—--7 11 ,71Th (rTh \____) i C 1 COVER 14 . • 4 . '14,1 1 I I 1 i I i I ,uro t, eva .i, x -,-BuR 2 AVE. - '' , : '., - 7? - 4,, ,,iiattLif 4 .. i . ii .._..,]/ _,_,,/,% C 2 INDEX ir --*- i - -1 i .L_..,LL I \ o 1 ___ ,..., .., v .--- -1 ii5 6 I 1 Lateral A S. 15th St North o, • i7 .2 ,.. '111MIN 4 1 N 1 2 Lateral A S. 15th St - Simpson North _____.7 ill --.' z 4 i - , , 1 I ______4: 3 Lateral B Burwell Ave. 15th St. West , _ i i III il 1 1 4 Lateral B Burwell Ave.—S. 15th St West 11 -- -- ik 1 , __8___ 5 Laterals C & D S. 14th St.—Burwell North & South 1 'F, '. I! 11 1 o ii 1 1 K g P \ 1 ii D in 2 3 g ; ---------1---Z---rn. u 6 Lateral E S. 13th St. North 1 i \ n 1 10 1?-:. Itg[ ' r. c 7 Lateral F S. 13th St.—Burwell South L_______1_____ Ci in ,-- L :v 'x _ , ,. 44 — 8 Lateral G Simpson Ln.—S. 15th St. West — —.1 c\i _e_____,-.A-z4 .1„ Ct C; ..„_____-_-..........-- '''' - 1 - -- 9 Lateral G Sim „, - pson Ln.-S. 15th St. West - LATERAL 1 \ LA L g , ,,'J --T--1--1 LLI Z a I I 1 I 10 Lateral H S. 13th St.—Simpson North r.) "'-'' (1) Ill 1. 1 1 I I I I 1 1 Lateral I S. 13th St.—Simpson South Cf) 'ff. 0 ,I it. , p: 12 Laterals I Cont. Lat I. Z • i 13- CU - - - -- - -- 4 , -J E = '; L r--+-4--r--- I- -1 1 13 Lateral J S. 14th St.—Simpson South 1 5 4 3 2 1 12 1 , Z co fa ' - I _ 3 4 5 f' II 3 4 2 14 Lateral K E. Viola Ave.- S. 15th St. West 0 > - 1 1 1 15 Lateral L S. 15th St.—Simpson South a Cf) 46 _ ..., _L_JI i . ,/,-----s., , 16 Lateral M S. 16th St—Simpson South 0 fm V1.-7 1 : f 1 1 r'" ,,,,..._L_, CO , r-,-,,,i, ___ -- - _ ____ __- -, , 1 -Tr' J 1 10 ili Ti I , , - lit w ,. 9 1 2 it, g II , 7 1„, , 7 , 5 i e 1 11 I ", ---- § i Ba..*K -- k. II r i 1 7-1 1 8 8 8 8 1 I 1 3 zt. uj P II 1 1 i CL cp z 1 '• = 1 "' I 1 i 1 9 1 1 1 -, 11 i i 9 1 I I I * u) V o 0 - z , , - 7 II I r- 4 ch c9 11 r ----h---1 _ - r.5 a 0 Tz ILER LANE CL C21 2 > m 1 i 1 Tx.... ■ I J - ,. .i. 39407 4 4 , 3 *ftsviv 4e, I ' V-.4' X n a: H — I i ; I 1 I 4 I 0 4 ____I t i ,_ I I I EXPIRES 10/13/2009 1 z I BLOCK 2 I I Mak 1 - 1 Li 5 it, 16 H H — - 1g :, I/ ,-- tc. 11 4 , , 1_, .,.,„..,±...,__..., 11 6 i ills 1 6 I I e ,.:. r 1 - 1- I ' 1 1 4 I 7 1 I : 2 , N (1 8 I I 13 I 8 I i 11 1 CO . O O O I 4 ,j, K i3Oti OO ., N >. , ,, < ,.. 0 0 O ;` l w i 1 4'; f D ro rah �' k,�7'q.::,..:,571,472 r'. .1012 . : , w, m . k y J° . . at "�F % yf§i � }fi P-P.0 • ' + rih +WQ •r . I _ S I M P S O (� Ll t '�+ '"�'' „"4F., 3 t Y <4zs`YF ', ^” f ii �7n7, ?n; f .06 64'4 irg i;'� • - r"ev',3"Ity.a u:: ;u +'si ri ty ?, s;i:'r:kw:y: ^`r +,"�`a •: • 1 ^ r' xp.Pli< <: ;`r. ��`�4 >>�r`r:y .q;,;.'iP:;:•', O '1012.9' • _ :` . ,��� r � ,..c !'a' ;� : ... � " < �.� x �. �_ � ,�: �E�'�:,- .�:r:: =. T f — s o�+:;,.�q�i,:; p�se;;;t ;.`Y'>dr^ 'rc�^ :??� w ,, £; � ;:e + ;.h �I+r� „.,r . . . 4. , .:r5j; ', t: . L' _' ti4�;.%� 3.�;a a +a,.: ?rt° g �'r TE ",A ' ' ' : rr i.' . S �4 , *.; , �;,, r ', yJ' >. Y �k4„ „+5;�i�, +�' :�A'1 ?G.(�/"1� (A O _ 1 -- Z P:.s:.'c,e.+#'. :.k_ - '�.F ' � ;oF' "., .•,.:�.�;,','s.,, ., dfixtri:: .x;!�':., i.., ..1 .,, F?. r', o • . 1 — _ - . : , 03 , . , I • 0 : wJ II 11 II � O � m . : > �- 'a 3 G) CO N rn ' + o s:" ° h —1 -I x 03 1 000 —'0. 3 . , yi, ' , > ` 7 q ' ' ':M • m ^ • -�s yy —I O _ ct Q 'S;S(n�^ %: e+�,"ni r — i _a V J . 1 v 0 =Z :1012. WWWN = ; _'`;~:. ,,, o • • w . 1 c+, o , . .; O O x . X > . . 0 • I : (/) Z , a co N , y ,; r'r1?> ; -1 r•r :+ o I o . 'd',-: -t ,, t e; -1 > f .,'!I1 ;0 ;, "'' to . -11 I � $, 1 101 3 1 X • t k _<-, 0 • . - : I V): . . • .1--- L , „,,,,, • • • • 1 0 • • • • 1 , y' , 'a ` O ! ;, • .W�t ry • . • o . ( (D . h lfn ni`v ^ �/� • s F 7x , t .' Co .101 n �� © „' ccoo CA • . • . • • !� >' . . I xt > -P • m -1 :: Z . . • • 1 • _ • . . N rn x ; :r.',:,. M • 1 Z D O , ; : r , % i • . • . . • r- • 1 —1 II•+ _K ,2 � Z' .i /i . . • 1 I II _ • /V , *.I' i '.: , / ,,/ / / 7 N N 101 3.1. I O r + _ 7::„,:i;:,,,4 ; :y//,' // % - 9 ./., .././, .•„,,!,....,,,,,,,,.„,,i:yi,,, • ,00 ` ,; ► . . . . o ' • . D 22 rt ., ,:;r ,, , D D MM `w�m." '�G };i ,,,,f,!,,,,;.,,?,, . W �/ . • 1 /'% / /' 7 X 8' : 101 3.3. I ;/ / / �:' ": •„ w. o 0 • . I , • • • / //,, / x; . :' . y' , N N /� // % ;r X II . . . . • • - • k.'. ? ,.;.: r- a ^ ,;9 ` LJ 3,r: n • n • I . ► s LATERAL K A --N. . • • [ + 1013.8' I��■ . S • Ex .48 " S.S. rn S.S. Z ril ��= III MMA On -. _ Ex. 48" S.S. 0 4 W s^ . '.• . . ,, S - ... O - - a s' ' 'tam . % }'ga • x a: +w. . - -6" W"- I —1 11 N S.S. M " ;7; I;"r .'�£}�.,'.if '`:,�'' ".1 ,.: s =!',Xt 2d4'+�S6,� l i'a%" &'' E;;}, . • Ex, 36' S.S. + . E x. 36" :';,..s..: $' ;�a. < ,% ..:. , :.F,,.;:u:..::. > .w• • 1 II • AbandQn.et1 . . . . . , . , . I , Q Q (Abandoned) m f g h t '" �` :. " / ,s 4 ak `' ; 0 • • :1013.9: Ex. 24" I. S. I . o c o 4 J'i U , _ 9t• . , r: ,;;.�,,. Ex. 24" I.S ; � ; .;;.. ., > .t ,, „y - S. ` =' , -P co o: • S S w r . �S r €::, s S W 00 , .. r 1 ° r 3 X--) • Qp • I • Z � O .a;. , €' , 'L':: z 0 c . o cn z 13 +75 'f . r .: . t;: � _0 : ;: x . . . 1 . v . - m 1- m n im 0 21.7 >r,. 6j9 ` > '� �^�^ �—x m. . 1 :0 „ S «. , r f ;,,;xr .hr ' _101 I cn pmo rn: .';.; i;•Q,. ' %!!/ !1 l zl: ra• 1 . . 7 m O T Afir <; ?: :7 fit;,fi I , ''';/'%,1/' o , , , a l3RFTT. m cn z 14 +35 ; ... ,r >..: ; 1 : � ' . � / %' r '0,. , O / / 1 n r . •sr !S Qo c —1 — 22 : i „ „ru si4 ? 3 .'"' } x l • W ',17//'.' • 1013, 8. II • 1 o .N.- cA ° y c "' ' 2 9' N %'i ' . . . O . 1 • t.. % o \.. ., Y k / % • O• _ ... I o 4 y , . S rn m ” < ,. ,. ( CP OD . 1 ;�.. . \� �- < F \,e` P 14 99 1 rr►� IJ n !i ',. 1 — t .w. -,F aa” ry<; % . + • 14 +95 \ vi � 0 1;',4%.1Z,' 0: : 000 ::•<' 149' '', Cri '1013.9' • I • Ca =ae,, i 111 • O • • MATCH LINE STA. 15 +00 — SEE SHEET 2 : MATCH LINE STA. 15 +00 — SEE SHEET 2 • . co _. co 0 O N 4 O O O ProjectEng. AAR SIMPSON LN. SEWER L.I.D. /47 �\ City Of Yakima Plan & Profile (LAT A) , Drawing Scales Engineering Division Sta.10 +00 _ Lateral "A ": Simpson Ln -Vic. Prasch Ave. •�� �� g g co Horizontal - 1 -40 `. ��o 0 129 North Second Street to Sta.19 +00 Vertical = 1 ° =10' City of Yakima Project No. 2215 - - --.... / Yakima, Washington 0 co 1 CO O 0 0 0 O N 0 0 0 • MATCH LINE STA. 15 +00 — SEE SHEET 1 ' MATCH LINE STA. 15 +00 — SEE SHEET 1 • O I 1 ;z'.' ;; :,I :i,r, ,,,.,. • . . . • . . . ` n , ;;;cj:� , , tr, k 15 +10 -' _' 1 22 k w} y ; y ,... ,, • , � ;• %ii /' !, • :1013.2 • o m r; t, O . . - - . k ,' t ; , W CO N X Llsfi "' y 101 4.1. o tv.flf -N, i, : i o V) , : i ii. : , r,, :,A CA W O s ., • • • < 0 – 16 - 1 4••,..,-, , ; ;< `;.. .,. i . . • . N �7�// I •: , •k r OA o 1 // / > 3 :1013.5: • / �� /,/,>;/, , '/ ; / , m :,u, ' , :; o • 1 : . 01 / /, / r -" <?; LATERAL B t^,4 A5n` , 4 ;ay; ;. " •� ' - - ' , c `:, Y' ' S ' ., 'r , � r h i tn : hTx ,�... :': j= i� ?n; ° l ,: T ' ; . . ' , • 4 • 0 y �'''' t ;T aS� I, ?�,r 7 �`t dr` s , t t t 5 � I t ? li -r f �s z � �`i�� �(� k t� ��.� 1 1 } a s<�]'�,�, } ' ) •-- .(7(j)K • t ,i iii . x , o f -s , 'f : r .„ 1 , t k . • - 'r A ,, 16 h it .S^ 1 . 1 ,46 240, ` S �1. ., W: � -.. k � '�'$ C % �''; : , - - . .O Z z I?I....& (n cn 16 +80 + 21 ,_ 0 • • • • O II II . rn f . ^.a( y t: a • -r 1013.6. r- . 0 0 0 0 0 °° - t. '' ; ; < _ < co O l O O v0 (71 }.z . G ya4k' " "?: r :;. (J / .......... . . . • . �� ),„ ,r• .y is a�`t ....._._... , . • I ' t v , '•0 ,< , v 17 + : , ,;, ; n . 20.4 : 101 4.1 ( n :.: ,E y 11 , , ,. ; d �1- 04,-;7,,,t .•.,, ,,;,,,, • Ai: 17 5 CO x • ' / pm 0 a O ✓/ ''`` ^ !r r t ; ::: , 1 r / , et• 75 o 1014.2. • ! `7 . - 1 8 +00 20 .4 ; , % :' ;; , O P e . 0 ` r i i ; 26.4 _ / ! %%i ,'-',; U1 r l @ .7///,.///,/, i , . . � � • 1 . . . " r' " is y: /, ///// / ' ' : 101 4.3. ''''41 i t it i! 4 :> /, /,'/ ti, ; © i , 4 ' , • - 0 • i fi 7 'F Y v EK v 1vr1k a ..., 4 • —1 • 1. 1 1 1 +60 ,•,..,,,.; > O' , Mir . . • . • • • . • `E 'Op( , 7' ;BO g Z � ' — 1014. –i w — o 1014. �: �g�� • h I tt i4, . ;. . • • , . • + ;, 0) f"'"' t�;°.'t': i eg Y o') - v (-1- J \ \ ( • . 0 • . . • —I • • : : : • S&•••• • BRE7. ' cv � ,, F O c a d ° y \ ^, PRASCH AVE. 0 . _ . • • • . • G 4 G , ._ o t . LA CO CD O O IV O O O ProjectEng. MR SIMPSON LN. SEWER L.I.D. /: 'Y`� City Of Yakima N Plan & Profile (LAT A) i Drawing Scales ( Engineering Division Sta.15 +00 Lateral "A ": Simpson Ln. -Vic. Prasch Ave. \o,..„,, '! ' g g a, Horizontal = 1 " =40' P \ °N'J 129 North Second Street to Sta.18 +98 Vertical = 1 " =10' City of Yakima Project No. 2215 °.,,•,n. of Yakima, Washington O --‘ .-.1 NOTE: Refer to Sheets 1 & 2 for information O 0 O 0 on Lateral A. 0 0 _ O O _.. • " ",'-' ' 7' .1 Z \ E giy . * I A A • r a a ' 5 s u c r a 1 x}ri 7 a § r > SU X -0+xka yr �4 Y a^ r -` P r ' a a , 15., 919% "� ,xk 4 P "�0 rt f e tlt Y v f t ! ru, . , 0 a lr`, _ 9d ,� ( s r J ,. E • 101.3.8 � �t 9.. r3 + i ,404,,,,k,-, �_�� "' f} S Q r S :i r mat o { , wh .�' . y y al+: r O ;,z C a •{ . {, } t " �7 0 44-4A,-,,,,0 � a.„ » ' 'F`.a? t 7, �', f S , ' S"�t* '7 r . -a-. —W — _ m (A ..a �..9`d mss. ^: , c;e - ri G!..."% , ..r..,. 2, o , • • • c • 0 3 • I • C I +W ;a .'t;an` -u -1 m��cn O 11 O ,` wz m • O I � !! r y� 101.3.9 1 rx ° r • • - = a: ,j I CA r s: ;M1„ a Y tu y + • Fri co C''./ W O :s : - ' M , : 5t)' a 4 CC „, • • ,,.., , • l• („), • •,,,,,, -:•:: . r_ + > 1 . • ,,,,,,‹:•,.::•:, • • ,e, .,. 1. 01 --I m ?l: '''''j 00 1014.4 >o›.-- I : . . ? ti r.' 0 CO Z r n I a,, s? . • : *it lart: , . _ . I. I; <- I > O 7,:,,,,,,",,,, • C c . II I .. 101:4. I • /. \ ;r .fir a . N • \ W CO N L I , , \ \\ N . X11 , � 5 }, .: 3y „S \ \\ � �\ „,...„‘,,,,.\\••\ \ �� W \J /j _. . . . . • •\ - • .• —I CO I i — ,, 1- IV 1015.5 F { , ” O ' . O t „..,.,,,:,4:, ::3, r:3 to 1 12 +30 III , „ , 2 5.6' " z ; A - W t • Vii {. //�� • 101.5.6 :I . :`\'''.\\'‘\.;\ ‘*\\\‘‘` 1c) —1—im (.‘ , . \ \ \ Via;. y „ + -I- • . -p • . 1 Cra.l :r G17 O e',;z. .� C'� 00 00- . • • • .0 • . \ . • • *., , 101.6.1 s ° + • — ,'� -: ,. ” Vi enn 14.3 ° IT7 , ,. h c .C4 $ , : s , � :c! � � , 2 .,7,i43, N+sYrt s ,. 'S3 ,4 � t, �i� y �^p ' t ,y, 7 g- 1 � E� tA C7 !RA# ss#t� . ',,,,e, 1 r i vLA11 "AL . . p ''''''$•:47'''''e*... . a : r s • ,+,ie• �,„ �' ! - c"F lv ? u • — tD rt 4a ,,,' „5: ,• ",- , c' 1, .ft ':.'1,;,:h."? ., V1 ' ' t x rY3rf! • rTr , .l m• m• 4 a tr,' b e lilt t i, .., i ,, ," g j : ; : :, ; ' k ,,,,t R; lie r s . 1,1 , ; ; ' ; n`" .f ,,arf�r:�k W - -- :.„ il R u ..:/_'. .!.yc., . . P tily:,rv. . «" dk `3' Nc " S Wu.: 101.6.3 o a , ,:�. .,..., :t - Y= . < 1 : • • � II II „ II, + -P • - v7 u,j, C 0. : : • N: • I o o 0 00 0 � 00 . \ w . m�rv • r . = • I 0) coo0 5, N) T? Cn O O'i,,, p o . \ �\, Fri I O \ \ \ 1 g- W \‘''‘\-;\\.\`, I ` \ \\� � , \` \\ : \ \ N ) + 101'6.4 • N (0 \�, \ : `\'\ \\\� -r c • . • • • • :� • • N • - ■ l s N \ • r 0 GI— --ar — — (T) U' 14 +20 0 ° 14.4' t' _. I . 101 :6. w : I ... * R�TT 14+5e col 0 N • . • i � r ✓ , � • . r 25.5' ” oo , cn CD 0 • • . • I 0 i ?`' y j + 191329 -32457 . rG4, s_ -A •\ If 14.5' • I ( \ \ • 101'7.5 � , t — �, o CTI MATCH LINE STA. 15 +00 - SEE SHEET 4 : MATCH LINE STA. 15 +00 - SEE SHEET 4 O G' 4 o co O O O o O O O Project Eng. MR SIMPSON LN. SEWER L.I.D. ® \ oa Plan & Profile (LAT. B) 7.4' - ` J_I,. 4� City Of Yakima Drawing Scales ( � : � Engineering Division Sta. = Lateral "B ": S. 15th St.-West in Burwell Ave. Horizontal 1 40 \ \� ~° `� Yakima. Washington CM to Sta. 15 +00 Vertical = 1 " =10' City of Yakima Project No. 2215 e 1 co CD 0 0 0 0 0 —.1. N 0 0 0 • : MATCH LINE STA. 15 +00 — SEE SHEET 3 : MATCH LINE STA. 15 +00 — SEE SHEET 3 + A;�� : a� 0 1 1 ' - / )i = • 191329 -32457 • o J \ N • .( • • Cf) Z 101:6.6 ••-h :� \\ 1 ,- ,...• 15+ W • -4-, � K N t; ' ; : __ Z -NP cri 1.m \ (D > N + - • 1015.3 • • w 3 0 co 0 . • 0 0 '' *. ■. „ oo - X CN1 0 • • • • 1 k ' 0 . • • 0 N . 0 of CC) 1 . • : O N CFI cn � 1 101 : : • : : • _ �0 Ex. 24" f.S. ' _ • • • o .,� ' r+ { w fi � . q; .. "K: `, :..:;u:' -. L WA T! 'SEW R (D t� 3 ' A ., r W"^- 8 't es Yl " " r �} 4 �� 3 i , , 17"p R C C yJ • o y r, a ..r' 4 N i i, �, : x - 4 z i i � Y" f 5 P tt v . r, r . . F ° dt ':u r� , ,. 101.7.6 9 bfi 4 x`: M� 1 ahf II i � F t q r u t . s. , b yc 3 .: + — O N S � A R [ > 3!" y ?; y , a r y a t ,' ,� a . ; W . �., k LA n � Y • / 0) m ( p S L ? °" r s + 5 `� 'te e ,� t \ ,M: i° rh ' � t Zi ( ® z� . .•+� " , �+,, ' �, y} d t •v, . . — • — — N (./) K • A. 1 rW ''� �` . '*' At Y $ . A ' ei ', R ^ ,, .i.! !C y .,. '� R 1 4 S ( p r 7 „' "" k u a r *t - 8fiJ x �n 9Y an a m m r -.- --1 , �. o) sn F .. � 1 , ,vy �, ,m + f u y, °a !w ;lil co 3 , s� N6 1• ti ; b � , �.II II I � co-ti � - , m © 1 II «! —4, X 0 • 0o cn t X x ov0o,1ry • o / 1 0 b Z 3 \ \\ \\ : \. \`�\ ` \\•::\\`:\:, ‘ : .. u . �\ \. . . \. \ \ \' • \\ • \ • CO . • _,.. - • _,.. . • --.). • • / ,,\‘‘,\\\ : ;� \ \\\ \` ,,‘, `•\\‘`\,‘ :■‘‘‘‘,\\ ‘‘‘,:\ x‘\\‘:, \" • "•s \ \' ` • \: . 0 • .O . • 0 • � • ; .` . \\ \• • • • • • • • • • • • , o ��.� o • w: y m• . . t.'' � "' m . • • : • (0. Cf ' doy ��� - • • Si I. . co CC) O O o O O N O O O .r Plan & Profile (LAT. B) FrojectEng. AAR SIMPSON LN. SEWER L.I.D. � �$ ®� � City Of Yakima Drawing Scales I� Engineering Division Sta.15 +00 Lateral "B ": S. 15th St.- Westin Burwell Ave. . ,� �� / o 129 North Second Street rn Horizontal = 1"=40' to Sta.16 +65.82 Vertical = 1 " =10' City of Yakima Project No. 2215 ` ° °•• °� �_.- = Yakima, Washington t ovi . ....,. , _ :1 • - .N . 1 c q 191 29-32460 191329-32461 A 11 :,-.,,. '- - , /::::.s, , , .7:-.•-;, , , -- , :-J 1 ,....., 7.: (.0 co ro in N CO d 0 4421 0 -- CO ai _ .•-,,,,,, -, c--___ 1 1 „ , , ,-- a u -; ,-, ---., ,-- - , „.......2.\ ro i :i.. l'r) I I •cl ‘`‘ s , > . , \ ,<• , •I'• .•-•:\ 4 ;-* I • *•', 0) .‘‘.\\ 0) Cr) rr) CI1 En i nit \•.\:\\-: Ell • >- .S g _ . . " '0 2 ` CD 8 ED LAT. C rr) 0 ( ° -c W ' , =1 q , . . , \ , N, • U) - e 1 I NEW C.O. #2 re);:_ .------ \\\\\‘‘‘,,.; 74:7 1"0: 0 ,--- cn c END LAT. D >, %---- 1 4-1 z E STA. +11 :,!:& : '--- BEGIN i AT. D ... - a) NEW M.N. #6 fX ■ Il 12 k * 2> ' 2.4 ' i Ii4 i T,, ;,1 . NEW M.N. >#4 . -- "! • STA. 10+00= 0 W , D :111,(,--\ (19- 11 : C 0 v) , C:-- 0 m:i . . - ct® t r • 2-0, STA. 11+80 STA. 13+48 (Lat. B) - • 'ow. ,7 .... \ •-"wv•- , . • •--,- •,...1- - ',.. A- .i .;."'... 'I': ' ,-M',.,.-, ' ,, •,T., AA _ ,fr., ,,, ,,,--5 4 iNNEUCEMP ,-- - .... ', .:.:;:, ..'5,,-: is:.-,'W ,Rilt 4 ''-'7-41. rxVJ'41Vr4 ,i R .„ si . wm ,-,_-..• .. wivi wm Sn - . ..--- :moo ma • i g "gt2OlkiAV to, : ,...... . .--„,, .* ,,,,,„, „..„: ,..„,_, g , 9 . ,,, ,, , : T. - ,..- .";,..:.-.-- ,,-, •-•,, • , _ ........7 -:: ..--.` '..1- -' .,.,,, -.. •-„,,...;-,.,,,-; n_ •, •• t3 ,..,,,,,,„,, 8 „1, IIII *- az. .4.. :, - fs :-... , ,im,f, -,0 .:- :&-iis, .2,4.....,- i.----, , ..:_i ...: A O m.L.• , ii-i-,, ,iii., ii ii--.., pi.i---5iii.4A ,i,..- . . .,,,,,_ --.-., „.4,., i... ti, ..,,,- .- ,..i. ,-,. I' ,,,„ -, .'""=',7411 wa ;,-,,,,,;,,, ,:‘, ,,:, ;;..„ - i,,,;i -4, „; -,- ; , ;: - -',. , ■ - %;;' - , i'f! Z.4 I , '4 ',MalWitj,-.A , E13 ,, : - ,:=4*, :4 - a si :Mia ,W;ii-Li':55 ' ,,, ,Y,...::1 , 4,1g- , ,,',, !: a;Z ; 1 0 74 , 4-, ,, - -: , ' 71. ;074.-s, \ '' '''' 'i l' . ^. -- " 1 7 - ' 1 1.)VaY 4' ''': 51 f* ,, SW *4 --.%' 1 ': PfjaVt:.:tSW4 ;5.,Ags,:-y: , i ......, i: •'' e'4 '',.: I , 1,,,(,),:,,, - :„.. , , , ,VI:k.s*:fitrN ,`,4, - --,,, A- ..: EvNi;-:-.: P.1., 1 '-'''' ' - ' - , ',i .0'`_ . 7-?:40 4' „.... , 4. - . I- - ..-e-, •i. , ..- g -k, ,,,,,, .1; .2Y . - , -,,,."4-Av-Z7 ' ,,,- 2 . '-g:.'="--M ''' S ''1 At t ' ''' ' f ,.., j :o .„. . - avja_ki ' kl., -,.-2.-,.., -.. .< , , ; .:: ...,w,..- ..,„,,g w. m ..- - ,- 4:3- V' la wm ■,.. _ . , HMI atatru it 6, wm . , ;:: ,--ii.:-4. -:-..--4-,-,4•.„ , • , , , 081,' -•"4 --1--r.:-.. -- me s o , ,,, e--411 * -WV ign 02 i*.," a) , ,,„ r P WM:: 1 0 11111111112,11 ). 0 an i New . l'I f ibg o 0 c,)-- .4.- N- .,.. „:4,,z, x. 1 N rA±: cif if: 4 ()i) :f co CD+ • tEt \ ,, „ ii .s TA. . ,i- 03 i zp,:t ‚t-s- CD 1 \ -_-_/ 0 ,.\\-\\\,. '- . --..,k EV" 28 LaAVI I 411 -J `-- '.- "-- \\:\\`■\\ Cfi ,.. _ , I s2,E R 8,9 ! < ! • : 453 , ,‘,••\\ 6 .g ..0 . :•-it .'.1,•E:i N -\\\ -, ,.- , . ‘‘ ,,\,.\:, ...0 .... \\ ., \\‘,;,‘ PP \ \‘‘ A ' , . 4 ;* Li i \\ ' V \ \\ I- o : I f,'. .',A so-.. .''\ \V • \,• ‘ \\ \, \ ''`:‘ \‘ \, : /..... .ct• ‘,,,' I azi ,:.•-: ,, \\.\\\\..\\\\\\\\ ‘ \ \\*\\ \ ,:‘...,\‘‘ r A \\,‘ ' \.\\\ \ \ \ \ -1 ' '• 191329-32454 1191' 329-32455 -c -ur-- ,,,,...., \ N • \ . \ ..;.,,,,, 0 cp " \ \\.s. SO -i L1J ':,.( '•• Aii•- \ . \ \ \ \ •::‘, '' •\\.,\ \\\ \ \ \ ..... ...6 39407 tvp co 6 0,4, kiiGIsiTzgsv ,..., .. -..,-, „.,,c;. _ _ ...._ 191329-31468 191329-31470 191329-31472 ° ; GIST , .__I irwirinils • • • • . • NOTE: Refer to Sheets 3 Sc 4 for : . . • t . frs NOTE: : Refer to Sheets 3 Sc 4 .for . • . . O co >- I tXPIRES 10/13/2009 I information on Lateral B. • LA. TERA.L D : • information on Lateral B. LATER..AL C:. . . . . . • . • . • . . . 0 • CL CI >, . • • M .H: #4 • . . . . . • . . • • . - . - M.H.• #4 • • • • • • • . . . . . • • • • . . • STA• 10+00 • • • • • • (1) b • . • • • • • . _ STA' 10+00 • • . • . • . • • • • • • • • • RIM •EL= 1016.60 M.N. #6 Tri - • • • RIM • EL= 1016:60 . . . . . • I.E. •IN= 1007.00. N. STA 11+80 • - a, I.E. 'IN= 1007.00 r. • • • . • • . . • • • • • • . I.E. IN= 1007.00; S. RIM EL..= 1016.00 • 3 I • . • I.E. •IN= 1007.00. S. • . • . - • • . • • I.E. •IN= 1006.95. W. I.E. OUT= 1008.04 (N.) 1020 1020 I.E. IN 1006.95' W. - • • • • • . 1 020 • • • 102 1.E: 'OUT= . 1006.85 (E.) . • . I.E. .OUT = .1006.85 (E.) • • . • . . • • • • • - • : Ex..Surface • . • • • • . o o • • . • • • . . • • --___ - -- . .------ . S ' _____. • , ____:_____.--- . . . --- __,_ ____ __.:____. ____ ___ ....., ___ • _____ -....,____ .-_. Ji 11 • • ,______ • • __---- ---------_..---: . . . . • . . . . . • • 6 . . . . • • • . . . • • . • . . . • • • • . • V) . . • ' . . . L1J . . • • . . • • • • • • • • CD c - . . • • • • . . . . • • . . ' ' . . • • • • • 1010 1010 . 1 .• ' . • ' . • • 1 • • 1010 • • . 8-n PVC S 0.Q058 ft/ft • 180.00 Lr . • 211.00 LF . . . • • • • EL 0 S > A • . . . • • . . . S- 0.0085 ft/ft t 8- . in.PVC . • . . A • . - . - • • . . . . . • . • - . . . . • • . . . • oes s • . . • c • 0 . #2 • • • . . • • . • • • • - . STA 12+11 • : . . • . . . . . • • • - . . (..) . . . . • • • . . . • • • • RIM EL= 1017.10 . • • • . . . . • • • • • • • - . • • • . . 1000 • • • • • • I.E. OUT= 1008.79 (S.) • 1000 • 1000 • . . • - • 1000 • • • • • . • • . . . • • • i;"'=" 6 .1 • • • ' . . . . . . • ' ' ' • • • • . • . • ' • - • • • ' 2 a) c•I . . . . . co. • • • - • . . • • o• • • o • • r- co- . • i-o • . . . - . - . • (NI • 71 • . 1 . . C0 . . . CO . • . 06 CO (.0 . . C.0 . CD . • • • . - ,-- ' . • 0 • ' 0 ' 0 • • • 0 • • 0 a 0 0 • • • 3 • • 0 • • 0 • . 0 - . . • 0 • ,-- • . • • ' • . . CO : . 990 5: • - • • - • 990 . • 990 • . . . . 990 ; : • . : : : • • . 1 I 1 1 1 1 5 10+00 11+00 12+00 10+00 11+00 11+80 16 I — C\1\`\‘;‘•‘ \ ; N \ \ \' " M i �\ ` 1 91329— 2470 \:‘ ___,.._[,:,:,s,,:, E o 0-.) \ \\ rn . , \ � 191329 -32467 ;�‘ \\ \. \• \ 0 ti Q) o w r CD v O� "L x © N i t i s .: N r , X > " C W E w ' Elm will ' MB Illll i min ii 1 if IN LW. M . OligliP , a'�, ``ice.:.,.- � .�s ':<% - . �.. .:�_ ; - -. �� y >;, '? �.`:_ - R "� tti :.....r.. :: -.441,,•;-:,: :\ -tLC+..WY „ : ... : :, Ut Es t. © r" :}i 1 � 0 : .40 t } w �� � � • r � : - 7:-,4, dd ., 0 i- B MB N. 0 16' 10' , = s,,,;}' -- - lag "; .4K'-A'.- .::: r;'sQ`�:;s' €�' s / „ 1,4 a \ • ®'. '�, p .. .; "::. �';.s�.. - _ ..nom INDUSTRIAL WASTE . S • \ .. X -U WM :: PP IJ � „ . II `� j• .:: -- --_. - ice. �y C —T.. PP r r."'.' V O L • BEGI LAT. E o d- '2, G s,y F,� d to d o d- aF wns E � m NEW M. ## + + 3 +N 3 NN 3 NN ^o % . a Q STA. 1 i +00= 0 � 0 � O � 0 � NEW M.H. #7 '- s STA. 13 +3 � w I STA. 16 +65.82 La; e � +1� = X o cn Lo a J LLJ O � \ ;;/ £CIST J (NI K � � W t Z v ° D (EXPIRES 10/13/2009 I W • 0 o m 9 329 -32460 191329 -32461 Q a Z ,r . . . . . . . . . . . . J E NOTE: Refe to Sheets 3 & 4 f . :information on :Lateral B. L,ATER E ° m CCI w ° MR. #7 @ v STA .10 +•00 STA 13 +30 RIM EL= 1017.60: : RIM: EL= 1018.50 . • I.E. IN= 1008.05 N. I.E. •OUT= • 1010.56 (S.} I.E. • IN= 1007.99 :( • . . . 1020 •E•x: 1020 .Surface — — — - -! `�- • I.E. OUT= 1007.89 (E.) ---P--- : • • • : . • • — • -- nrimsnw /1” 'WATER MAN • ' C C¢ • • IN 14' PVC ENCASEMENT. • J o • wfllcA..1NRUST-BLOcxs * * ** NOTE: The Contractor may tunnel under the exist.. m `— AT C cn aF . • YAKIMA TO IN B U Goxr1 wa main • as a me of constructin the ?' o II • • • WATERUNE IN BURWELL • w►aIE SEw�t rs INSTALLED 8— In ' • sewer beneath the main at this location to • . = o � a 1010 AT THIS LOCATION. * * * P k 0.0076 ft ft reduce the ' possiblit'y of disturbing , the vertical . . . . . . . . . . .. • 1010 a) 3 L • 330:00 LP thrust blocking of the existing main. 'o ;v_ o c , • • : • : If the Contractor exposes beneath the vertical a o x > 1 • : : - • • thrust blocks, the fittings and the thrust blocks ' shall be removed and following .sewer .installation . - at .the crossing the Contractor shall. install new W • • : : ver bends (8"MJ 45• bends) with Romac• grip H • • • rings and new vertical thrust blocks: • : . 1000 g ° o • 1000 . • N O a Ch . . . . . . . . . • . �•= � �• . _� . � . � . c • 0 0: : o • o' • • 0 : °. : : ° 0 • ° • o: • • : • : • : . • . : : 990 • 990 . 1 1 1 1 1 6 10 +00 11 +00 12 +00 13 +00 13 +30 16 1 0100 . • C? 1 0 C.0 -a -a -a NOTE: Refer to Sheet 6 for information r . (0 0 0 0 0 0 0 _L N on Lateral E. —i 0 0 0 -, mm — \ cn . . . . . • . . . .,,,;•, (0 . 1017..6 . • • • 1 • • • - Wit4g, 0.;: ' - BURWELL AVE 0 • 1017.6 • • • • . / _, . . • • • • • • 7:4,,d#971 . • vi/ 2!/'7',. ; 2, 2 ; /2 F. , ;*: , 0••A,i," '',•' ' •,,,,,' I -•:..v.: , t ige, -...,L. LATERAL B 0 • • . „,,/ / , /, ;;•;i: gkr; o • . . ///// /,;•// - 0,,,1,4,,,i, 7 -.---- 2 ,: ) ,) • „ . 1 hil ...„ , , ,;,,,/ ///, ,,,,,,,,,,,,,,,,,:,,,,:„., , e ., 0., 4 ',,,,,,',,, X W■i'' el : ' r ''i . . . • . '' M4 1 7 , '■;, '' : ' i:' , ' • • • 02 2 —U 1 • • • • (../4 • 11 0 r • , p , is Ry.:: .,,,, ,::- -.,,q. x 0 ' —I' 11 + • 24 6 :'' ''' ' ,'''''' 'i ux./) z . . . . co ''' - ,, 0 , , tre • • • • II •._.,..__ o • • . '4.0•*,•„.,.. 3•4p7,,,, -1--im a) • • . • • . 0 1 .0 0. 0 , _, , W W ' 5. xl 0 `' 0 _, • . .,,,,: ,, '.V:In • . . . • / 7/' i Z Aim 04 Aw•rm* `,A, -..--... K . 1017, 7 . . r . 1 8: . 2 2 • • . m • 1 1.(c) ° m• . • .(0 01 0 . • / C/4 + + . ” i'.15tiki'-1 fe, ' ,..lirS A: 0)0 r• • • . . . 00 • / /1 , N 4V 6 :::U4 ';:.-''': co II ( _Th • • • • • • 11) Z • • // //%/ //' /. I ,:t;i?,4'4, ",,:knf g LI m■...A...... . 7 // ////// / ,,, 9 i.) • . to . • • . . . ,,,,,, ,,, 1,,,,,,,,,,,,,b,„ .. - — • . . . 7 1 I — . - • • • . . . 1 . . • 0///2, , ;k, OAt . a s ,,,,, ,A, ,,y,, , -P- 10+80 ,.„, nriltnov r - in / ,.......," 24.6' 1.:Vil '1:•Vk ,i- a . . . - • • . • , x------- x 1 45k„ AI a , • - . • ' 1 . • . • 1017 • ';'t""if In co w ..1%. . . . • . . ' . 7 • • • • 1 • • - -, ,,,, , t :•(»(:)0 ,1•4•:i , , ••mlif i ;•.: f.....: ••-•••• • Ei + . ,,, 4:0' :OW 0 - • • . . . • . %' 'V4 0 • . • . . ' . , r. , -.• ,, fii -, '*,4 ki+,;o:r,; • ' . . • . 1".* '':•, ,.'it ,, • ,•, •:! •, ,, ,, ,, ,, 1". . . . . • . • • N;:g4' ;'`'1* . > . Si ih iltif %:5 'A. . '., •,A,, •P • . • . In • • . il r i l , • • . • • •Il • • f • • — . . - • . I ■ ! -:- -4.0 • • • • • 1 • -S..-- _ 0 .a' *6. '4 : (0 ', "3, rn m • . 1 x• • . .,,,i';.,,,t :.0p. ,..4,09- ' 64., (_I'1 .1 1017 • . .0 , 8 . • .0 • N • • . .u., : 1 . . . ''N'.•10Z :;i.:;•;iX CO — (J) . > illa - V4 ,..;.: ;,.0,Cp 1,:p 1 • • . . .N c• • -, --C.4 . . . . . o• • ; . i1 N . . . . . -h'-'. • I 0. • • 1" (.0 , ; , ', , ,,Mg;1'.' , -4=• . . • • • . • r-I--4' (i.1 1,„, ,, ' ^ (..n . • • • • I • • • N l. I N ,: rY'k,':,, (C) • • • • • - 1 - . • 7 1 • LC) ---"-%•• 64440 Atit • ..k•• Ai , ..•„, „, , • • • . ' • 1 A gik, 440 _I. . . . . . . • • - CA -x r\ • 1017.9 - • • . . N .4- , , ,, „*.o..:A:2. pig: •? @ 0 • . . • . • 1 • • • CT) iti OW o • . . . • • - 01 9 . A "i.;' 4.z 12+10 1 3'49, . • . . . I : . . . f':i:: :ZI':40 tr4%i •' •• ,/ / / / / . . • . • 1 . — — 12+2 6 • • • . . • • • . . • . . . . . . .i; ////-/X•e - • • • . • :::xinK . :,,,,,:,: p ..,, . . . . . m m — —4 • 4,;, • r ,"4gt..: 1017 , • • K > = - // • -7 % ' r •-• M '44 VP // 7 "/ . . • . . . , . . / , . • • . i .2 o m ,, • / / / • ; ,/ ; - / - ‘, ah.d !•A' 'i: ,/,/, //,,,,, </,'/////, • ' ' • I li Cr- C/ 44 0t • • . . --1 ll ,.1_ • y/ ////'/ / ' / //22, 1 p• .,•,_rnl!r.,K.r.•1••' 2-1%;',2 -•,- •,-/// •i/• • • • • • • • . . _%, /7// / /// // / /4/ / // i 'P,, 4, ,, vZ•,•/ -- , ,,,,,---/- --,,,, .• ,,, • • - • - 1 • •o co • ,/,•,-/- /a, „,,/,././-, //, , .-k , i. p .,,,,, . • • • - 5 . - ._,. 0 . /„ //,-/ ///// • ' . . * 1 .(13 6 -J . . 2104,Ar',: • . • . • • . -0 • < I a • • •_. cs iL...) 0 • „,, • • • • . . • 0 o • • 1 -. '.:t...ego ii6i'k: , x . • . • • 1 ----, o • • ,1 ' ,, '8 V .§70.4 _N. . . . . • .* • Ili 1 g ;), TO i 0 ._ 03 • -. • - • • • ........ Z • .. + 1 01 74 1 .- EH g K' n I . '::, ,,,g g,,,, ,,,,,, -0-0 W m . ,,..,,,4:io • ”, ..:(:•;.* Q - - • • • — . Q • . • • • : 1 • • i 4: 7 144.(4 ",,,,,„,,,,.,4;p:2e.;, S s , :';',•'.' ; ',00V;44,1' ki.iiroP!"?,,,, . . • • . _A. • - •,,r.-- 4 ,044% .,,,0 %It q f;0.,,,,••:,w I . . . . • 0) _____: • a , ,,1 .N. Lt.4"14# ' 40 ' 4 ',:: ' ,. , ^r.AR; • ijge> --■ • 1017.1 + - • ' • I : • . tbikie•oift '7'.:;•,V,A4s, • . • - ...,:. ,,•••, • ,-, , „ ';`, ,;''' ': '''■",' W CO . E. VIOLA AVm- . . . . . . • • ogioakesst s , • . . . ,, ,_ • • • . . • • . . -4-44v, :4 Effit 1:40, • (.0 • ... • ....L • • -. • ' (/) Z • (0 • • 0 • '0 • '0 • . --I M 11 1 G . ' 0 . • 0 • .- • 'N • • ?> * Z • . ' 0 • '0 . '0 • • -4 M 0 1 I • • • • • • • ' • (.4 ± 1— • . . • . - . . ' . + • > It , • • . • • • . ' . . • . . . . • . CO-ik 7 , CO • • • . • . . • . "I • • . . . . . . . • • . . • ' • . • • . • . . . • • • • . . . • • • • • . . • . . . . . . . . • . . • • • • • • • . . . . • . • • . . • . . • • ' • • . . . . . • • • • . • • • . • • • • . • . • • • • • • . • • . • • . . • . . . . . . . • • . . . • • • • • • . . . • • . • . . . , • - • • • • . • • • • . • _ . • - . . . • • r, • • - . • • . - . .,, ,..,...s. - Ri ,..,.. a,. • . . . • . • . • • w co. . . . . . • • _ . • • " . . • . • 0 '.•-• * • e c p . . . . . . . . . ■ t? , e,.. - i °-'\ 2 i rn • • • • '' t; ':. •■=4! ) o x ...., t•- r ...., . ...- • R., . . • • • • r..) te , t - ,.- 4•77 03 . • • . • • ' . • 0 • . . . . ' • - S 0 0/O - 4 i >> . . . • • • • • • 40 )> 1 a 1 1 , . \ " . . . - • • . . • T • • • . . . . . . _ ,. 0 a t . . . . . . • . • _....— • • • . • • • • • tP . Project Eng. AAR SIMPSON LN. SEWER L.I.D. „.,,,,---i7....„. Plan & Profile 7,74 cf.--4 '‘, City Of Yakima Drawing Scales g lip .,, Engineering neering Division Sta. 0+00 Lateral "C":Burwell Ave.-South in S. 13th St. ,\,,,9,,,. Horizontal = 1"=40' \ \......., - _...1', 129 North Second Street to Sta. 3+18 Vertical = 1"=10 City of Yakima Project No. 2215 Yakima, Washington - ..... .. .- ' , . (.0 ...& _. ....I NOTE: Refer to Sheet 15 for CD 0 0 0 NOTE: Refer to Sheets 1 Sc 2 for information on Lateral M. 0 0 _x IV information on Lateral A. -..,.9;;IL fg;! ',,;::;.',•:.•:;, -••• , 0 0 0 .p, ,',,, e• '& • , , . • it..:' 0 FM :;',.t.t: '':-..•, . . • • • • ' ' • ., . . .. ez 4.t„,,!:1,K.44,3're;:0":441ds.*RWC:ii ';': ''r 'r ._... 1012, 8 . . • • • - • ' fr :.'1 W.. ''•:;.1)•• ft-, 'VW:) ,•.• • t ' ,,, 4A011;' . . • - • • • - %Z ''•44.,: •:• '12,4iXi;!..;L',: Wlai0.4141 tl,N.E.';.,,,Agtak„....:A:.....4, .;:;-:1;.; 0 . 1012:9 • • • ' • • • ''-. wows*, • - - . ': - ',, 7 + P 0 • • • . • 7 " - . --7- U)rri N rAIFERAP, 1 i:iii-:: .. ,.' ''''- — ' • - ' ''- , , , , - 44 , , , ,, ,i,,,,, ,.,),,,,,-, e„,,,, ,..- CD • • • • : I rti Pi ri R• I x : • . 0 1■,, ,,,,., : ,,,o 49- 1 1.; . . . . -......x ciii' :'0 .. t,• -.• • . . . . • • ZZZrri• 'SP k• , ;`:3 1 ' . . . • CA • I 11 11 11 r7 cp ± • • - v) pi _ , : i ,,,,,, , 1 • • . • Iv H . + . • . r - X 4.0 flitiZF,"! (.0 I > » F/5 :p • • : - ;.:•:}:•. '-45'4 . . . . o • .......,....., • 0 • . .,,-,•:,,, ,,•-... . . • cn • 0 0 0 — 0 . • , 7 _i * • ;44, •',•;:"•,• :)'i"•: CA '--.1 000%-) Co -1........ • , •'::5,3(.0 ',$;4:•;; ND %'\ ' . . • • . I (r.I CA CA -A l 1\) • • > 0 0 •'• ••:.A) 0..,i;;:': y 1012, 9 . • r - • 1 1, ri 0 0 • Irn *'0 '?: 1.0 t.::::•1; \ . . • • . ( Cl (°.01 C'' .C°0•1 . . • • • • • „,) )1 , .I 1 11 • • . . Z(/):. - I ...---,....--...--,. K .; A•: 0.1,-Ifi 01 A* - . . .........• f• . ! 44, V* ,,,. .__, • - • : :..,.....<...,. •• ' ' 1 4 ( t-•% =ft,•:.; .4p •.,I• . . . . . 'f! * r;" •O'g' " N.) . . . . ._._, 1 0 ,, ,.;;;;;-, . • • . • - • • • (.0 _... rgilip;t1 ::onl.R • • . ' • • • • \ .,,, (A , " ' ';,'•;;.41 r VI: lq:::', . • ■X . . . • I M • • • • ---.T \ \,.•.‘.‘, N) • ' t.' 44A I P \,r 10129 • • - • • • _ 1 x rc.:•.7. \•• -,.;*••••,•\ .• x 2 A P:•2...• 0 . . • • r . • • • 1 ,...•,..,9-4,,,,,,s,-,4..,:;,,,,. ._, v:,,v A 0 • • . • c - . . ---\ •• s,, - \,,‘ C.A ' N'.),..,;, :J' . . -1 . . • • r" .\\. \\ \ \s ....„ ..: 1,, V , E ,• .V..b ,f.••.. .i., • • • . • . . > - P . OM • I C'C) . . 4 i Vjg, V ;',.=',?, • • . . a) • • C A ..., 4 r•r.'14• ,';,•.:.•. • (1) . . ■ \ ,\ ■ . • • . 11 I . • • . : •H " ' . • ' . - a - '‘• ••': ; ,lik 9 ,.\.‘s, . . . • _. -•,,,I;A:0,,,e,,i..1,,,.•••.t, • • . . . • • . 0 • I-T, ( _..,„. :•:.:„••••,....,•,:„,1.,,f, 11+40 \ \ , . . • - o • • • N „ $ 258 1013, 5 . . 0 . 1 : • • • 3j CA * . i,,,„ 4,''',IA '.? •--... • .....4. \\\,„ .;,,,`‘`‘ o V :A=4.• :44 , :h "----...... cA ,;,•‘;‘,\‘‘‘ • • - -1=- - 1 • • • N) 44q ;:'; ';,,''4, ..1 . • • • - -P- .• > (..0 N . ,..•,,,--;,•.. ••,•;4 - ` , ..0.1 , ----....,_ / -is •••(:, )) .f..t, rt 14 :• .,: „. j ' • ' • ,--+- • . r , (. ,:..,.„:„.. „A ..,, ,,,. ...\-:"7't• • • - • . • • • „. . • . 1 • • ••••,p- :,•?;k •p.:.:.; 0 ) . , \ ri- : • • ,„......,\ tt ' ` , . • ' • '1'•'`q i: ' ' ' .\\N •\ ,\ , , • • . • • • • ' • • • , ,.., ,k.:,„:,,,,,,,„,.. , ,,,,,i,,,r-,„4.„ . , "•4'z;$•• ,,,,ip 7_ ; , • • • • • ( • . • . . ___a VP.O.i•tit.i..:;',, -.. _. . . • . - , 1\) • : • • • 1 . • • • co c 4 , i0; i '4' •s•\\\,‘' , _ 10140 • •. =-: .R,.:. ,.•:,-.:- ••?. , ,s,::,‘, \ \ . 0 • . . . . . . . CA '.. . ( -••••••••• •••••••••• * ..g.:: 0„4 4,:: ........ .................-.., :\;,‘, c, • • - • • \ . • ' . iv . . . 4t: • • - • • . . ., „ \-,,,,,,:,,'•:::•. ‘‘ . . . . . , A 1 . .7 . : • — - • . ..... cor,„.-::..., 1 • •.. Iv ,....... .....„..„, .4- 'Y 4' P .. L • ,',', i OtPT415A C° 1 #,.. A . ',' .....A. %.1; , • N n X ... .., 0 '''' ' t ) rkpt• B RS t CA .,' , \ ‘, ...,,,,,,, \ ,,,, I ir.%.4744 0 ' • ' . . ' • 1 -r, • i I . '54 611.”` • . 1" ' "\,".; \‘';‘,. „‘. , , , •::••4.4•;; •Viii TV M • • . . . tl . \,.\ , \\\\,\‘,\•,\:\ . . • • • . . .S> 4*" il-IVV3: :'-6, 5g,'( • • • . • I -. i ti_ 1'4 (CN illi. ‘ ‘..\ ‘' • " ` s .„" s‘ \ \\ .,1\ , .• ,•• • ‘ \`‘„,. ‘ • ,:;,i;p i.;',,..::11-V-ti'ire o, .,4i 5 XI ° C:i 1 • • 14k o' '° ( 1 3 ' . ' (0 .. o . :& •14 1 •••11 CD . . . • . -'. &-, T.. At , •\ .. r - - ' :.•,,, ; 1 0 --1, . 1015, 0 . . • ut 4> ■-3 t \ ' • i g.. XI N., r" ri c ' 1• 4 Z. X 12- 1 . 2,10 1 la i APai A I > > > (a ,+ • • • • _... 1.• 71. • 1 8 'r) • $ c D * .Z, —1 0 N :4 :g• .,,, ,;a4,• > : -.-1 • • .,.; 0 • • - _, . v (.0 0 0 . i 8 • 6 4. ..44,-, • - • ,-,° /•)). .. .. >> __.%. *'; r.;.:' .4 ,,,,, .A..,., ,,9 . ' . . \ c_,. , .. , .';': 1.,•.•,• :.„'iY.,; . . . 1 . .1 • •Ci 1 S ••••." ' \ 1\.) 0 )).4 ig Y .... - 1 ,1•? -. ),„ 13 '', c;_cg).)._1 . • • • D • . I — • • 'J \ s,... ..--.. -■ (0 faki.rft-ii-,04 • 0 0 . . . 0 1 •,:, ,..„,,,,. • 1 0) •-•-• u: ( -' 4 , ' , .E%` • - • • • • • fift ,,, a) Ci 1 • • • I \\ .......... ■1 -, 0 - Al.v:. .i•: . .•.,::: - cr) 11 Li4 .4'.4 F.A 1 41 . . , ,■•• , La n - • . . • \ \ -P H :, \ _. 0 . . • • • CP "‘ \‘`\\ b ( - 4 • 1015:7 • • •1 0 (J •',, 0 : :k•, + — \ „...,, ,,,,,.1.777. 0 • • • . • . • • • """ ' \,. r. ''' ; ' i'■ Z OVA 0 • . • . • ..• . • • E MOW— 3,:, , i • fr•'. 4 ..,‘ „ S% .' • '"la r..41..■ :49‘ ,',..;.4,,T.Orgif . • . • • . • ..,:_ ,,T, KO. • '.•:::!';'1V ' ,:g ;:,i50# AVtiPV;; 01 "11 ,,, ..,(:,.%,...,;.,,,: . . • . • . . .4 : i t:' . . . . . . , - '____•_l, 7,s ...., • ',..Tigj • •••'' <, < •' ,9 • • ' ,• L'AgVgi•Z • li211.0441R4 C.$ Y ,1417frer it: 11:k4.1..k. ,.-4-* 4.- * • . • • . • • • _Th-- Tlm,:. ..;.$ ilA.:c& ,! 4,1 ' '.;`7 , • A. n SI' ,■&= 1 • • * . • ' lit!, ''' '",,,,"';, ; STAIWTH ,..'',' . .-'''. 7 17 7 Xr(,,,n K • r ;,7",AVIO,:•''f'67•01” ii ' "OltAlP4'',..■,,,•Orgq;',,A k,.:1, , !AV L••Ni;,,t,;,7;•• ,&,• A k •••:, :;•4x • • • • • • 1 M M .. _.._• . .. it, litrzillif;„„,; k ',.. lififklfi'v14.1. .:.'t. „iikkii. :•4,„,.•, . ..p. • . • • ___.„ • ' ' • ' ' '--> -1- • 5 7) c•"-- •^•••••••• •'••-•'' '•••....r,,"•••••----'-- '. '-•.•'.• ;'' -":-.-•"'' !• ).,,•;;• !..i4");TAMA P4• ... ..,. ....,. -1. CD • 4- t4 414 .* .1 e,••ii'''' 1 - • • . ,ozzzm._, 0 -. • - sl x , v =, - q,o op, di ,. :4.4 - _ - 8• . . • • -• ---------• . 1015, 5 . . CA . • 1/4-- 11 11 11 1 7. ( -A o r) - 3 • "114.,.iit ' . . - 1=• • ... . 1 11 -..,. -4 _‘ II : • '-':° • 5. .__ '-`:',,, • - . -A, • c'.■ (.0 •'.9i :'.)* :NI '•• 0) 0 0.0 .0 • • • • = 9. , 'Pr . • i• v ..& i'A•,- • . N) • I —000c'• - 0 cb (A .. .:44,1• . - ),,,,:.,., le' y: . ... - 30.. . . . . ' 8 cr.1 • . cri pi (j1:01 • = !-'.). . N.) :':.•wr -1.'1g CI `115 r . - i cyl rA c,4 cx CO ' r- ..,.. 1 • • • 7 . F..... N \\•.,• ''':.."': A \ • I ,: ,%tf,15 i,,,:g• -0 • • • • ' • • cn 01 0 0 . 1 tv a, • • • " ','',\ ,:i4 ' ' 0. r631,,(,.0,k --„„, 1 0,., . • 2 64 ' \\\\ '' ss, c„.4 , :,‘• , : iP ,a," goi4K \\ \'''‘, • • • • . • (J) Z . . _ -, ,,,\\,‘: • - . • • x 1.-V ,-g -_.:.0A',',,. ' .\:‘,•, \„-,,‘,, _, -I. • _, . . . . . • m s................, • • f- ;,\\.\\.\\-. \" ‘ N -P' '',:rri Kis, tnai \ (0 =. 1015:7 • • • 1 :_ + _____ — * . • U4 , ,-10,: , g- \;;;;;...\\‘ s _., ____ t ,, ,:•..•:: .•;'..: i•.4 -: rn . ' • -. ' , 407 :i''q 90 s,,„\\\":."\N‘,,,,:„',\, 0 • • • • . : 1 ?‹ . „, ,F.?,. ' i•''' '''''” \'`N • ':\•:, ...,\\...,\ , . . . • • (.0 %:.A ;Iirsc: ftl.;g ,,,,:;, \ „ \ , CO . . . . • • U) • • —% .,,,, '5w.: Pit V;;; ,•.w:. ,:,,%.k,,I1; •••;..\\.‘, \„ .„•: \,.. c ./..1 1 ....,..),,: , .„\\ ‘•\\-' \ ' ' CA . . . ' ' I , - . ( • ' • • • 1 • 'I r • . • • '• \,. ,\,='..\,,,"",\ .s. s, . N..) e . ,A, •:,,,.., :;,:,,. v„,11,,,:.4 \‘‘‘‘ 4 , J , ,„,..., „ . . • • W . . al . . . (A 13.8' ,'1,V44 1 41:11,4 •dik . . . • II • • • • • CA - 177 , 144 AV il'i . 1015, 8 . . • • -0.• ,,,,, *qv • . . o . : \ • • • CA a ,,. , '' ::', . ::? ' •fILF, ' . ' • 0 • . . . .1 . • • • • . • (J1 • • • • • 0 • . I • . • . • . . • , . I k.,, 1;4 •140 ! ,6,,- . ,. 191329-33434 0 • • . , . .1 • • • 14+85 • oll • • ' . • - 13.6' 1 ' • • I • ' • WNaH C r - i • 1016:2 • • • • . . - 1 ( k \V » Win'teqfe ----1- + 0 • • MATCH UNE STA. 15+00 — SEE SHEET 9 : MATCH UNE STA. 15+00 — SEE SHEET 9 o • . . • - • • • • • . . . . . . . . . . . • • • - - • • • . • • • • • • . . . . . • • . • • - • • - cD ....‘ _v (0 0 0 0 0 0 - IV 0 0 0 Plan & Profile (LAT. G) Project Eng. AAR SIMPSON LN. SEWER L.I.D. -- 4. ° -1 City Of Yakima co Drawing Scales ( IIM `g Engineering Division Horizontal = 1:40 \ 0 .,,,, _ ___17 Sta. 10+00 Lateral "G”: Simpson Ln. West of S. 15th St. \ . ■ ° / 129 North Second Street " cs) ••..„ ....„„,... , „..•• Yakima, to Sta. 15+00 Vertical = 1"=10' City of Yakima Project No. 2215 • ... . . _...„. Washington 1 co _. s CD 0 0 O O O 3 N 0 0 O • MATCH UNE STA. 15+00 — SEE SHEET 8 : MATCH UNE STA. 15+00 — SEE SHEET 8 + ;; 0k' .: : ; ; i_ II • • . , v g il: . O • . (/) CO ...}" I c —. {" ,1 55 CO Q l\.) rf : Cry 15 +45 y an d y N u • 1016..6 j. D • 13 4 . '# '""'' co .:.,;. I z w ° . • I -P Jk K,, , , :v m _ ■ ,,, CA rrlmI"!I TI - "''' c P O • 1016'.9 _— . II + O � \ \ \� �; N \ ::; k,, . .,,‘„,‘.\\‘‘,„\,,,\, o \� . .µ � h ti • �q� ,, , • \ � t;y1 s1- G,r! � s ,.;tkl a- CO \ , ` � \ \ \ \ W �\ ;\\ \ \ '"nl : �MFl rf'q ; 1:47 \ \ \ \ \. ` e� i a . :-• N o oi•v � J 0 , n � = ;, r' ' 1 < F r. \u O ��. �� T C"1 �R , q y . • C' � /i F � ,r:o rSTRE�"i'` 6 y r e t l a `�, . 1017 6 9 co W 4 fnP ` i 4 , :• i • y , x '. ' J t , A AL is ; • ■1 I! • Z L; ?14;;-4, ft:, 't 7 A �t z a ,, " `� ! r 4 WI t ai ".'% ` 1, 8 S 15 4.c ' c i . B k • y fg „ , „ + Q R° Q r' x.,:v'�s.�ri£vt �r :.: ��;1 'ui» re "li: z F' z l, ? ° A �3 " � + t+ 4 , . , ... : • : .,,,.., , ,„ r ti i t r li- • N . • T rt ; ,a z- %, s ¢ ., 3 z 4k l. f Il ..s a T T a z ','t /, 1' :,4t , w ,o ri,� LIMAri »s 'xdt rs•a.•v7 as;,,,,.0 :.hi , t r "t �'3zrr r_v .�, f�+ l.,:; tct a + �'� • m '� a�y;e #�M1' y '+„�•`,,, a : N Xs� M f ;t ' ` N r• ;', *s � - 5 ry a,. .:,,,,r,,,,,,,,;,::, .k i +y d . � D '^Yyi�'S�fy�r, � "� kcRt pv � s 7 ' 'uck> � ` 3 v � ' � r �E,y "i��+, • p t..Sd3�•Y �, Ir4 , N " 1017'. '01-1 • I 4 ��� x ;-41..4A44 , o- �¢a �� 3n k �11A1K �1 ti, (4 q ': •r� c 4r1 h t A4 * . d .t ?' 1 t w kai r yr Z . (0 • • . . - • a ,...- - - .. -Q yikipt • O O O 5 0 r x Cb . . - . • . . • : hO —.s —A 00 I i . x N co \\‘',,,�\ ` R , >yy *z co iv • . I \ \ \. C7 .. • • ( � \ \ < \ > 0 0) (A . . . C."1 --+ + =D Cry : . : . • : : : : : O I' 0 -- 1 • J NO 00 . . . • • . • • • SI, ti A, t \ , , a y� 7 I m • . • . r .4 �, 1 ; . N t C7 t0 � � G ' r, ' N �o >� _ N VI t 0 Project Eng. MR SIMPSON LN. SEWER L.I.D. 7.....t.--9.-'.! ....� co Plan & Profile (LAT. G) :.4,�� City Of Yakima Drawing Scales ( � k � Engineering Division Sta.15 +00 Lateral G . Simpson Ln. West of S. 15th St. a, Horizontal = 1 " =40� �� .. .. tl 129 North Second Street to Sta. 16+62.29 Vertical = 1 ° =10' City of Yakima Project No. 2215 �o.• Yakima, Washington t 1 • O _.a _x ..A. I> NOTE: Refer to Sheet 11 for CO 0 O O- faµ.•:: information on Lateral I. 0 0 0 � F ' 101 • e lL Ito -•.• o , , , • • O + _ 1017:9 - I • f � 4 44 F '„ ? r `*' { a,� „ z ' : r ,,,' Y E ,•ffww � M V Y. ., • . ' m m m' — --I „ -;,:. E 1 -- _........._. .. • • o 1 • o Z Z. m — - S' s / / / / //Y/, ; _ , . .: , , ; 4 {fP; 21 - ..../,/,/ j ` c • O I . —� II II •' O rt / /�// ; ` zo.r. •' i v'i4 i„ , , % /'' C,s, . II II +0. • ' / / ;. :f,N,z,,,;, Iv . // i O O , ° / / / / / x; i / 1018,0 p v o r/ r 0 , ,, :: , -;� '� F ��� GI lzs. . • a CO ////////4/ ;J 4; ,; 1 01 7: 8 // JL mom. ' ^ I j ! i { � x � o � � Y J / / /ii , 11 +10 a) o 0 1,... +f' / / / . . 1 - . F ;:i � , der''. : / ���i. �� i // iiii i \ I N x"'" , - -I ///,,,,, . . 101 1 ?1 * >_: x I t ; 10 f I TT :: F " • • . • . . 1 • • , fr :'Z° :3 „ . WI; l!ff l ov,v4 co N • 1017:5 , ' • .,,F IV 0 • 1 - , + ° ' �• `:, O I W o 77°,{.u:D 4 k it tr3i' °�vT,� , • . I N t 3Y s ° , 6. J' x W itv, Q i X $ , W . • . . .< -o I ' „,, a 12+40 - • GI IV : 1017.1 ( 24 , 0 • 1017.1 I i� • /j %, � D= • / / /;i tn Z ///////` � ' I © D *Z Cr-•/\)4 . . . o • o °° • + = D • • . ° o ° : • $ ` J � . . a m ?^ ' ` d �A, VIOLA AVE. . v ; ; figs „q • . .,. �tij. ; i., s� 2 ; ::,v , ,::4`::i; ..... s....;.f ?, ±.,��,.y „ z?;tv ' :' ' . : aE °,s3 t & pit t `l�t"r �'da'; :t ,Liz CO O O O . • .ad,' , ,',azi.'nw4a�,±'is �v.'+ �:.�:.,::uT. `� ,..;= �:'f`,'wm.�'- ..� %i�rx v "«dr. � . 0 .0 —� . IV . • • . O :O O . • 1113r , • : . • : : : : : 3o .�a4 B RE t 7i co • • • • - VI • . . . a Pr ojectEng. MR SIM PSON LN, SEWER L.I.D. � ® Y °� City Of Yakima Plan &Profile LAT Y Drawing Scales • , k `� Engineering Division Sta. 10+00 Lateral "H ": Simpson Ln. North in S. 13th St. \ �e n a, Horizontal = 1 " =40' ,:q41 129 North Second Street to Sta. 12 +50 vertical = 1 " =10' City of Yakima Project No. 2215 -.. i Yakima, Washington t ro 191329 -33441 191329 -33443 191329 -33465 191329 -33445 0 ,\,(,. ., .1.= 4.4 -;‘,:.-\;\;;: r0 \ , Ce ~r` \ N EW M.H. #12 \ x .. K:: �\ \\ 0) ;� \ \ , \\ \ STA. 13 +5 W. .- '1 V v O Lr) V O + N �{!) c O CD` _ © NN n i -- Y 0 m O X e C I � � � �' ,— __ ...__ X X FH � « - 'it <� '� a MB' WM" ' 7 .F. - . ._,. > ,. >:�: -_. s; v a s „, . s. %`C <r E 3 .k .>s 4Y S 4 W .ei: WS4 /e:' . ,. -.... ..- :,_ .... , s . - , . , . ... .. .... 4 .. >a- yd. >,..•,x E.;. ,- Z is < �i' -"t:_ s'n- x �.-� r > . , _ _ . ,n -, , > eft:'.: ...+. e %'..>' „ *.. .'K >:�-3, '�,`i`� t n:'°¢Fn,'".., a ' -0 „- ri n �s U ..6.90 � �„ � - :x: , �1 � > E ,. � ��.• _ ..._ ., -. ._ .�• .. _ _ - _ -- -,e. ..,. .. _..a ,-n s_,. . - 1. _ < ... , ., v4FZ' ti'^�F�.:1. v -,Y -` T r '} r- _ . .. .. .. .. ., -. . , , ,. - . _- } _. x .2- - :i Y'r _. �., r °uR,„ +i.. n' �_.- .''+_ _ -- _ � . . -. w,” -. :,. -� ^, ;,.- - ;>3' ^:� t � :` ... 3rx - 2.r yc -- ves "e :�: .. R, - '� - G: d , - t S 12 _, ._ f r �a It .., w f:= 0:, '4%.E. . _ >. , ,. «> s -- L TER 4 .00 _ . ▪ s ` °.:,° _ - . _fns- .<L _ w'=s ' _�,,,,- ,�- r . . . i X i WM 4M --` WM:: NB 4J {I`� ' �. :x _ w in al WM PP O � � T I to (O _ a �,_' .. + CV .. . 00.. ,, t — . ©OON Q.0 CV O +N N 1 t'''om C'z { © ■ ip li �� Ne�CV N x Z 018 \ \\ ;\ \ \ \ Z \ \ \ \ \ \\ \�� = 191329 33 �\ \ \ \\ \ \\ Q \ \\\ \ \ \ \\ \ \ \� I BEGIN LAT. I \ \‘‘.\\,,,,,:: \ \� \ \ \ \ \ \ \ , N \\ � - \ \ \ \ \\\ \ cis \\\_ NEW M.H. #10 \ \ \� \ \ \ \\ ; \`� \\‘‘\\ � ; \ �y \` \\ \\ �\ \��\ =r. a U N LL \ \ \ J N \ \ STA. 10 +0 — \ \\\\ \ \\ \\ ; \\ w \ \; \\ • �' \ \\ STA. 10 +00 (LAT. H) ,� \ � \ ,: \\ \ :\ . 1. 0 STA. 16 +62.29 (LAT. G) —I 21 LF 8 " PVC 1 CC 6 ° z — S =0.006 CAPPED ' N Lu o • 0 • \I I r) NOTE: Refer to Sheets 8, 9 & 10 for • \ .-- C U ' c ° informati1n on Laterals G & H. 191329 -33019 191329 -33020 [191329 -33021 191329 -33420 191329 - 33421 0) z c 03 L A E R A L 1 \ � e E R S i Z- � REFER TO GENERAL NOTES ON SHT = 1 • • • • • 4- Z �� � �� of wasg�NC FOR PROTECTING WATER SERVICES. CD _ 1—...---, a — O cu . y R,, �` : : : N iv • M.H. #10 . . i' is t o . U • STA 10 +00 , ( `, • • cu M.H. #12 w — RIM • EL= 1017:90 � �,� � 4 7 �w . : STA 13+50 • • W • I.E.:IN= 1007.16: N. � s ' 5 './ r E. � � • RIM EL= 1016• • 1020 I.E. •IN= 1007.10• (S. • • • I :E. IN 1 w • 1020 I.E. :OUT :1 . E) = 008 : 25 S.' EXPIRES 10/13/2009 i s E. I N = 1008:31 �W. • • _ _ _ Ex. Surface LE OUT= 1008.15 (N.) -- - - ---- --- - - - ° -- , — . : - -= -- - _ • E x. S u rf ace___ $ �, ° ii 11 - o in W m • t ft 1010 ._ • 1010 S= • 0:0030 ft /ft 10— in.PVC 210,00 LF ........ .... S 0.0030 ft/ft ......... I ... N . _ Td • 350.00 LF . • • : : : : : : : : �� • • • U) - 0 =° > w • Z ,-, 1000 : : • : • • : : : : • • : 1000 a. Lo !! o Lo . • . . • , , . , • • . CL yam.. .- o , in ro° • . O • . in . • . ,t- r7- • , O d • • a) c o - . � . a O O O O O O �° � • fl . - . , • • , . • • • , . • , . . • 990 990 • i 11 10 +00 11 +00 12 +00 13 +00 14 +00 15 +00 16 , r CO —a — � CO 0 0 0 0 0 0 , c MATCH LINE STA. 15+00 — SEE SHEET 11 - MATCH LINE ‘STA. 15+00 — SEE SHEET 11 ' -,/ ;, - 4,77 —imm , ::9 :404- , r , • . I m _b. I c:_ x . �° —I 191329 -32422 3 > „ fi :,,r ,,;F y . • ' , ', , 43,z , . ryn g f o -1 O - � r :; CA • x 15+45 '' `''< • 1014,0 �': • T .- : —n i 11 m c, 1 �.” t q L4:7% IV :, , t ; ` h ; i ' , N z 1013.5 � p : 1013,4 . • • I • • . (7 • 1 f li ( 1 1 1 1 U ,, CO • 0 • :� .N • • o ti � o VP . IV t e, t 1'.� • . . . . . 0 0 cg Project Eng. AAR SIMPSON LN. SEWER L.I.D. ®ff �� ,;, Plan &Profile (LAT. I) /� C Of Yakima ,� Engineering Division Drawing Scales i (I) Sta. 15+00 _ Lateral "I ": Simpson Ln South in S 13th St.• to (I) Sta. 16 +00 Horizontal - 1"=40' ;� 129 North Second Street Vertical = 1 " =10' City of Yakima Project No. 2215 �•��•n Yakima, Washington I 1 NOTE: Refer to Sheets 8 & 9 for 0 0 O N information on Laterals G. 1015.. :p • : p p • x — : : : q r © �e :$ ... . n �:. @�: v ,re'{ °"'v r r , { . v :t ;�.,.: s [\'a... s ' e:a;: "� :^v"�Q ?'rr �,}�, n:'<r> .f :ref "i„ > �7., >.,,:. :`' �£tk., . " L �r X 54., , ��.,." µ. . ,tY °. 4!h "�tt f < A...WY:'i.hl : , ' 2 , f:at, d,.dx,rr, ' S • • " - :'J`.,.:c'.,� } v ``.FA .rT ,:., ,. 1 .. f ., r '' ;F.,,, ab9,aN.,,.t;;;t ? ,.,.N,. bl.a+<, p • 1015.9 �. � ,. , i; r.Mi���:e r..iw.J,.,`'.r"a.�'i� , I. ;:M���II'�MLf\a; ":�'.f';' = s�e.?aL',,. Gti°sx -`:: ,. „s .+z ,,. ,4 %i [ f " t G. a. ,. :. ,i. y.,. .>" .,�>�..":c. v , ,�: • c ,.. �. ui ", i:: ,�,n'.r ^n: :.�;'. : vry:i ' . �:: "��ie " ": ^v� �:1 , + + 'nb a� :hb' "s`� ".ire'; &, .. .�.. <J,� .;�6s "� >. t t., r,' �' �r3.,,: is `'r'.:a ? >i. ".':z ".:; �3;� . � >! >' ,r :' s *r' 3x,f,a ,s_,.,, Utz %'.n, ;1�3�,1, `aa • io : ', ,�::n�`..: f t p .;� -. ,,.,r.ec r • I ti .. 7 .R? ...'�' . ,.,, ; ,x ,,.t;.., w,„,,,, K F :.l mv ,.,.r„ d V d a .rf 'f ' , l iw 'y s `r. :'.f:7 <' ^,':' - : '- , , "Gfa , . 3 , x4=! .,. rn M . m T +:nt�x b , y�}? �6 t t� � , .Y'4 'l� . R .: k' Y� • 1 1 1` 1 1' 1 1' 1 n 5%y 8 1 TQyt eq b f „ v W :' C Sr 4 f ,iu, r � L 4{ 'f 5. 1'Y' : , D M.Siffs t t qA vF,,;+r .t s ,. -, ` ? ! ro) . k ^, l sr a `1 0 '222' ' ' . x / . t; :j W • _Icr1c�Z • • 0 - - 1. 11 II + o • w , ; D D 0 000 0 191329 -33438 1o : '' " .! .4 ....A —t p° j 00 0 Q 26' ; CA w o 2 - / 26 N + + _ 1015, • • o o t ncn cn�, • ; / / %� j ', Z cn'w W W ; /// / % / r'y `;, rte!.; �p N O • rn i / /�� /�/ (('mil Y 3 %7 Jk " `.._ j qr'�3'' r,,.�, r a " AGflitv;i %:! D . 'c • . m . 3 i 2P i 1015`. I 26' .110 .,. r • + , . I . • ; ,,,,, , 4$: -•vtgi, r; 01!.:2;4,:' ' ' il;'7 , A • Q ti " o • II . ) 2 . • • > .., „ 4 ., � 'Cl*: fi 5 iu �� " • , —r + 35 1.91329 -34447 ° .1 . 191329 -3344Q ;e`. { . � • 101 P. ,., i` O > 26' ': >�= - ,` ,, 11 +60 191329 -33442 i ;: .J'P, x 'a lt % 1 W! i 1 / /i % / ' r y e - w ''::/;%././,', 1 015.1 �,, ; -' s;u + o— 1 / / `tf } ± „' 1329 -34448 ;; • • • • • D Z gt , r ' • o 191329 -33466 12 +20 1.; !Ili - , ' 191329 -34451 ---1 II + o> a ,. _., _ .' 14 , .� o // '/: / -"”" ■ aq x. t ?f;y " r1 �,' yz%: !',/// ; ',',/,',. 1014:.9 • 5 o /i/ / / / / / r % / /. • • � J ` k • p y / / / / / / / / / < I o l 0 • a . ' r " 4l 1i y ; y . I. • / / 1 x.: ' ; 1A r !/ / i / j • ''Eai''` 4 `ti y n 'i / . / / / ', / / / / i /i / i / � i ,.:',:;, s k ,,. r / %/ ii ' // /� / / // C�, '4i ",,,3, , �` %a�'�':,%a / '���� / i / / ' iii' i cs) 1014.5 I j' `..� /i /j / // , . "///2/,'„-/ /� . 444,004 ., -� „ 4 t' °'' 191329 -34453 • • • . • . . • . • . 191329 — 33445 �e ^ r . : O 0 I p :: 0 D *Z • + =D :� cp • 1!IN • • • • • • • • • m X tt • • . . - - • . . • • r. • 3 0 � Gl � , bo y �� • • • • • , . . . �� ra 1 Lit a do ProjectEng. AAR SIMPSON LN. SEWER L.I.D. j '" � ;.'' , City Of Yak G , Plan &Profile (LAT. J) //�, rlig' � Drawing Scales " Engineering Division Sta.10 +00 Horizontal = 1 " =40' Lateral "J ": Simpson Ln. South in S. 14th St. x;...:;, ,ze North Second Street ° ' to Sta. 12+90 N o 0, Vertical = 1 ° =10' City of Yakima Project No 2215 Yakima, Washington /1111111MIIM ',:-.Z26 : - , , ' '," :';,,,%:', 19132933435 - .., , I i -- - ,),.f, , ,;=, A 91329-34444 191329-34442 191329-34440 191329 38 l 9 A • ,/,//,-, ,,/,/,,/,/,,,, ......_ ' :.1 '..;Vil 91329- 33430 a • // ; .741 , -I; LtliA , • / / , 1/'/;// / /.- // / , 7 /,', // , ...• CO _.,., / BEGIN LAT. K „//)//, '','•/:,-,/';';///?,`;',;?; -r, .,,,,, .....-5, 91329 - 33433 '-'-..-=c11-- ,,,,/,,,,,,, /7 , 7 -,. , , „///, E [V,4 ' e /,/,,,/ . / //'%/4/// 4 :;:- "k' NEW M.H. #2 //-//, /////:/// rr ,,. / , ,,,„,/, ,,,,,,,/„. ...,,, NEW M.H. 341 #14 191329-4 /2/2 4' ,/,///,/ _., It/ -----,., \ 4//2/2/ •,, , //,/, „, , / ,/, , - 1 ..< _ ,..„-,-:,!•!-:,- , „„/,,/,,,„ ,„, STA. 12+75 as 1:3) t , _, .-_-R! STA. 13+00 L . T. A , :/,4 i ''////"//2/ 4 tt ',.-".'-;i:1;:;:i ' • -• '4;!!4.! • „, '/ '22 •••,, , ,/„ /4, 0 ///,,, S.. e 1 ,,..-- =.• ._ x 4 . 1 *"..•: 1 o _ ////2, 1 . ..... „ N. 89' 56' 16" M 8 PVC to_ ,c) vi co 0 0- , - ) Cti r ' i In - CD • 4a+ v) c4 — Ii.4,., 3e4 „,- ,. .•, -......,0Q,' /4422 , , , ,,y, : /7 _ • 04" in %;//'''';', C)+ ';'• 71' ' i / ' //,//< 0 // , l L; / z - 7 4 – 0) g .6 E 1 C : ; N. 89 5.' 6" W. 8 PVC _ >, "c5) ;:f,-,,-,-, :,,,';Iii-7; 4- ill• MI • A .--- — — ow — . E S S S S - , -, :) S ' S s - IIIMA it[Pflillp 0 Ill ...d.r■on.. .., x =0 ,,,:,-,-s.,1)-,,,a MIIIIIIIIIIN iiiimimai.g... A I II I Ilk :.• 1 , , ,w l :4 , Ti vik,,77.3,:n NEW 8' EASEMENT WM 8 in M n, wm-0-0 • 8 s E x . 48 S. S S M S 0 wm:: r. M wm :: Tp -o- si.nd ma s 34.35 • S •: IL vim M TP • W 8 ASEM EN T ••0- S 6' , . a _ - ' s M s vim g \ I - ,•I''''.. 5 itNI'45 ', 5, ',I-A4.-j!cit3-,V-Zi:-1-41LF4 Ex. 36" S. S. ,..N. 89* 56' 16" % 6'' 11111 S. 89' 52' 56" W. _ S ..,(' S (Abandoned) .. . . ii v:4t,,,-' I.S VIOLA AVE EW M.H. #15 "-•.- - 11 ° = ,.. .- 3 ti i<,:' .4 =` 44-- o Ex. 24" . S . STA. 15+ 5 • •- , •„•-•?, , 4-:- -„,,,, •: :,..- s s s • s • s •. s s s s •!'-e-W•cc-0% g;' -. •.. - --Vi% t 1 ri, '4:4 f...*? .. X) 4,0 lik4 ', IS .!- - 'r CD NOTE: The New 8' Easement for Lat. 1.13 „........ttL: , Sig = Tr- '..e.-.4k. **, t ... K has not been acquired as of the date %-. t CD i w 7-;;,, .- f',. of advertising for bids. The provisions 8 - . I 411"11 W.14: . F ' H x of Section 1-07.24 (APWA GSP) of the 'NI FH , U. :V;-.'' C: ' Special Provisions apply. \ 1* IA .', ,/,/ b I — ''.tt'' .1 CI' :- //%17 ''') '/, /y 7/, ;- • . -7r1 (:). . c\I Pen;e4 „. -..$ o„ x.C. .....r.'W/:,, r, // //' / 4 4/, ------4 ',04. '444 ; , %/7i /, '7/) W/, / 7 ' u..1 ._. • ,•-.. ;„.. '.., •.,•__ t-, //AY, /, -,,, V, /,/,/,/// ••-• .!----7,• •••//./ ' ':-; -- =•-•..i.. , .: . i \ . /i r / ‘ ' ,/ / / / // ININOWir■sm..-...- :',.-, ' - 34 t: 's„.1.,;,...1 i i , ',,,,k ./, / ". /,/,, , , ', /Y ,/,/,‘ z CO . . . . . . . . . . • . . . . . . . . —I E M . . . . • . . - Z NOTE: Refet to Sheets 1 8c:2 for : • : • . • • • • .,,,e.E R Sy r.Z.-S . : . : > _ca 0 • information on Laterals A. • • • . . . LATERAL K . . . v• a wAs, ...,<, . A, .s.1.• At ...-...... c.n .4– o /..... ..;t- r" CL • • . • • • • • • • • • • • • • 4./ ''' • 1, , ..„, ' 91 " fc) • • • • M >. • • • . • • • ' • . . • • cr 4 I' . I 1 "'" .... • • - • • •C..) 1030 • • • • • • • • • - • • - • • • • • • • • • • • • • • • • " .;„ • .-- ..- ( • A o : .. ,,, .4k, ,- Al,. • • • • • • • • I 1 CO . . . . . . . . . . . . . . . . . . ..*P 39407 • 44 • • • . • • • • • • • . • • • . • • • • • . • . 9k 4 ZGISTEIA •,$''' • ' C.1". • • • • • . . . . . . . . . . . . • • . . • S's• „,•%..\ • . . . . . . . . • • • • . . . • • • . . • • . / ONAL T ! . . • • : I EXPIRES • • • . • • • • • . M . H . #14 • • 10/13/2009 1 ' M . H . #15* • M . H . #2 . . • • • • . . • • • • • • • • • • STA 12+75 • • • • STA 15+50 • • ce .7=. it., 1020 STA 10+00 • • • • • • • • • • RIM EL= 1015.10 • • • • • RIM EL= • 1016.20 • 1020 .., . J. J. • RIM EL= • 1013.80 LE. IN= 1006.75 (W.) • I.E. OUT= 1008.40 (E, ) • • • • • • • • • • • • ru I.E.- IN= 1005.00 W. • - • • • • • • • • I.E. OUT= 1006.65 (E.) : • • • • 6, c., 11 i f, CD iii I I I.E.• IN= 1004.83 (N.) • • • • • • • • - . :Ex. Su:rface : . . • • . . . . . . . . • —•-• — ••-- .-.. ---• ----' -- - — — • I, E.: OUT 1004.73 (S.) Ex. Surface • • • • - • • • • 17 -- — ....._ __.._.. _ : . • . . • • • . • . . . . • • . . . . . . . • • • . • . cl... ci = > 1010 1 - - . • • • • • • • • • • • • • 0 • • - • • . 1010 0 . . . . • • • : i : : .. • • • • 2' • 275.00 . . • S= 0 8—n.PVC j 27500 S .0060 ft/ft • • . • • . = 0..0060 ft/ft . . . 8 -in P VC I— . . . . - • . . • . c::. • • • • r•. cz, + a) + Lo • . . . • . . • • . . . . • • • . . • . . cz) •‘-• • • . • • . . • • • • • • • • . • 2 • cti 1000 cz a " ( 1 ) -Eg c g : - • • . • • • • • • . . . . . . 1000 • • • • • • • • • • • - ca — in . o . CV . . . re . • di . . in N. • . • • • . rr) rr rr) • . rr) • . di- . dt • . • In • in. . • in . in in co co • - in . . • cts al . • — • • v_._ • . ,_.. • • • . • 0 • . 0 • 0 • 0 • 0 • • 0 0 • 0 0 1 I I I 1 14 10+00 11+00 12+00 13+00 14+00 15+00 16 r I 1 1 1 191329-34456 c 0 0" . ,"‘,\‘: 191329-344:6\8 . CO .._ 6 T i ,\,:•\,- \\ ,,,...„;‘, \,., -\:\s'. ;I a) 191329-34509 —i '\‘` al 3 °6.< •:.\\.\\\`-:\:-.., \\ 4 ek3 z ,,,,,,,,,..\ \- \ • ‘; \ ::\„, ..\;.\:. N\-\\ \ 5 \`'. \\\\\ N ,•\ \ \ \\• \\‘‘.\, .. C•I 1... `‘■\.`‘\\ \\\•`. ..6' 0 .,\;;. ..\\.„.. , Vf ,‘• \ . ,,,,,,,..\-;\;;,,, •...,;‘,‘,„:.: ... -\;\\' ..u.). 10- 191329 34 :•,\,:\\\, ... ,‘,,,,,,,,,, , s„,,,,, „,,,,,,,, \-‘,.\.; c STA. 10+00= 4- a) g M CD 0 0 LO 10 , \ \ .C , STA. 10+00 . : :.• n'io .4- • olo a E 5 0 VA 4 tri, (LAT.s A & G) 1 gcti cr) .. • 0= ± • -,... 0 N - -, NN (15cv I E t -k. ----4„,- ik,(S--c°4- ow t ,... j .,,,,,, t-, f.-, . --7,1•1<, fi4x4. ,.- vmeimmem ° ) al WM 4■••• 0 1111111.11111,11:ff, • .,,,, . A m .,,,, • A MO 17 -g- <4 s'gn --\ ---.7 1 1 ,.... . U.i •,,,- ••;:: • ' - , - -„.- -, -,-.- - •=- - . , W .; .." - -, ,y," Ft ,7' ; -, :;, ,', L,`',...$41,1 /1 Ca i . -■ ';1;: Di ' !" . ,: ; ',-' .' !::::: „::: '--.:.:.-: ,T4':',;,,ff:f< --T:7 : t ,--..,: '' '--'''' '-'" .- -''' 71 .:: -:- ....-':'- 5. ,VY.'-e.:--.ss I— M 4 r4- Yit 1 ;‘- .,Net 5, ,pailA4-6, t,1,4 - rtz-1 :h114 t.•=1 Vi 0 ,, ,,,,---, . -; - --',, 5 4 •-•- 'A : ' - -i- ,, A: , 4--7:-• , : , •m- , - - •••,• =•-,• '--- - - •, 1- a) 4i :,.,-- t_11. '.. .f, --Py — - ,.: ,, g •=5-: `‘- `-'': . B illie -, j;:s.,-, — f ›T • I \ i —.:„.,.. .- -,7.-,..., .,:-..:g.‘:,..w.i 5;,..;,21.i,.:--1-,,v,--:,:-.N.,-.-.;-„,, .,,,, v , 4,547savia:,, /( . . ..•\ , LATE .AL - ..,A,,- ir ....,, , ,„,,,, , , , .. - 4 ,-. „2 „ I -, :i , ,ftrats , l , :i14."1 11: -,,s.A. -- -,,s io 4*. ,.. „.. --.. :,- sq. f, 0:::-.A' ,-.1 1-1/4 ' ;' , ..."' '. Z -",';',,;,=' =:1'4, -F44 ..:` ,,i,,,,,F,17.1.;V:: ‘,,MiltiNiei:'4";,,e,:',43;:fP,I. A • • , ,g,ity, , ,, , 4„, ,.•-.---_,...ty:,- s,..:,.....,.. - - s ...,-.-- - - , it .. k Z - S / !..:.,-.., 40 ,-:,7,...• o7, Lo To T (y I '.;1 1 Lr) lri 40 ,„ , wm ..p o mB Lo 7..0 _ H e , oo 6 16ER si. 5.86 v -1 .-- -,, • 0,,F. ris 9 c t, — \ a WASIi END LAT. L —Lci W A. 4 0 — )t°1 6 41 D 4 11 ) '— -- VI :,;,F-•-•-•=c . NEW M#17 . ..-; • 4 ,,.„;,..-,. , \-5 \\ \ \ \ \ . \ .N. 4'.• 4fr.' .4 , -, •4 -,‘, : :: ft••4 i \ - \ \\‘‘ ••;i- \\\\\ \ \\,\\\ 191329-34452 ..t• ,-; ct , ..-gi =•--.1s ., 0 - ..71 ;\ ,•\\\ 9••P 3 407 r.1 I—I = I •C ) • ,,,-■-• N— -.1 '..1.: •-•'- \ " 9-34512 191329-34449 "t .,:‘; \\\ I Lu l Z 0) ExPIREs 10/13/2009 ` '.,L,.. • C \I \\\ \ ..---...: ;- •-"., 0 a) P :,,,, \ \ s \ \ \\ \\ \ \ \ • \ LU a) - — — av v,•,11 "Tt ', - :''k c) .•:•,\ \ N\ 191329-34450 . , . . • • - . . . . • . • • • • • . • ' • • Z E cu • • . • . REFER TO GENERAL NOTES ON SHT.C-1 • • • : • : • : • : • : : . . • . 0 0 >- • • • • • : LA TER A I_ I_ FOR PROTECTING WATER SERV10ES. : • . . . • . . . . . . . CO : • 4- . . . . • ra. ',..;, o • . . • . • • • • • • • • • • • • . • • . . . . . . . • • • • - 0 - 2 :•-''' - • . • . • • . • . • • • — a) (_) . • • . . . ' • . . . . . . ' . CO co • • • • • • • • • • . • • • • • . • • . . . . . • • • ....1 . . . . • • . . . . • . . • • • • • • • - • • • . . . • • • EX. M.H. . • . . . . . . . • . . • . • ' • • . . . . . . • . . • • . . • • • - • - • M.H. .#17 - • • • • • • . 1020 STA. 10+00 • • • • • • • • STA. 12+90 • • 1020. • • • - • • - • • " • R1M 'EL.= •1012:90 . • • • • • • RIM EL= 1012.40 - • - • • • " • • • • • • • I.E. •IN= 1003.79. N. • • • . . • • • • . • cc o o I.E. 'IN= 1003.95' S. : • . • • . . . . . . I.E. OUT= 1:006.00 (N.) . . • • • • • • • • • - • • • • • - • ' • -4- - • • • • I.E: .IN=• 1003.79 W. . . . . . . . . - . . . . . • : . . . . 6 o ii • • - Ex. Surface • • ._ , — — _ _ ____, _, . • • • . . . . . • . a u) -a-,- L ,_, n 1010 • 1 . r---.--. • • • ' • • 1010 • • • • • • • • . , _ —..•___ ----_.,_- — — — ... — • • • • ' • • . . . • . • • CO a . 'ff • 1 • . . . • • • . . . • • . • • . . - • . . . . . • . . • • • • • • • 8 PVC • - • • • • • • . • . • . . • • • • • . • • • • . . . . . • - - • • • • - • 290.00 LF : S= 0.0071 ft/ft . . • . :Ts . . - • • • • • • . • . • • • • • . . . . . . . . . . • • • }-: • • . • . . • • • . . . . - 1000 . . 1000 . • . . . . . • . < c, • • • • • • • - . • . • • • • • . - . • • • . • . • • • • • • • • • • • ......... „, ÷ CD + CV • • • • • • • • . • . • • . . . . . • • • • • • . • • • = 0 +- 4 :. ( 2 12.. 4si u) C6 . . . • • - . - • • • ' • • . . . . . • • . . . . . . • . • • • . . . • • . • . • . . • . • • . . r a) ' • — • — • c■I ro' ' d- • ro' oes N N . • . N . N . . . N . N • N . C. • • • . . • c CV .-- . . . . . . • IT . o . . o cp. • o • . o• . o . • 0 • . . o . . . • • • • • . • 990 –• —• • • - • • • • • • . • • • — • • • • 990 - • • • • • 1 1 1 . 16 .,.., 10+00 11+00 12+00 12+90 r % i CO CO 0 O O p O O O I ter; : :; . 1010.9 . - • • • • • ..:0'. „ , O 1011:3 ( . + "' „ %; A .. 1 ,h t, , s'ic . S £ V 4 , It� j �r q' .z f. +. L ; <, , •• a, _ s 0 — � U) m �S; ; a �.. ,r� p1C;v 't: { { %r' y��'r i; y +C -0,": �°'; L,' a<.¢` �; �''F�w�;,g`. Sc,:i�3°�,i�a. . : • . • -7.- 70 • • s1M PSO.N :O I:i .� k0 ;;; ; , Y ,, r • • 1011.1 1-1)-7,-,ii:ci.5.74::''''4:',,',,',:74, `, i . . . ` /“... :./::,�i+:•�„ .. ; " r a. I trees . ,; .:.. • „�+ • 1011 :0 . . ...,.;„ ;? ; . • : i , : . Xir 'r N� • i ' y v jt'jr o m ( ' • ' r k' 11 ' O • -5 j I ` ii h t e ; > r at: . . Q • . . � .:,; -v,,,, "�v; n O :.; ,.., O I� W 2 v r ! 17. ' 1 . . . . 1011.1 :t' ;I .> ° • :tip' i ie' S - 32.7 ; , ;f ' '` . . - - . • . . • K / /y/, -.1 . •0,A4:444;3,,,,,u7"46,,,,,,;, E,, ,/,//pli 0 , :„;,,(4, t ,,,,,,,,,,:,,,, , :.,: R,,,,,,., .p,pm , (i + — • 1011:2 0. m ay y 12 +00 7J � • m .. .:, „ ;, , 17.2 . OO ✓ ?`z`" R • • : • : 1 r- O fr7 i , i CO ti,. N 32.7 4 x II + 0 O m W i M , p; • 101 0.9 o _ , 9 • . n O m :' li ~ 1 ,,? t :: `n' 12+55 • ;ID ; I 17.2 v © tt• „ ,� o- 12 +80 j f fps r ' ">f *txti 17.2' N 12 +; ;,. ,..w r, • +— : : j W 32. .5 '', 1 . • c.0 i p • 1011.1 . I / p ` .:, ; ' z, /�% . . • • . • • : : • j - 1- ` 'A : , � ;b 3 Vii "1 II .. {. T 4 1 , -, MR O .00 .O • .NO ../••• �� D �Z . • • . - \ K � • o • • : : : : • : • °D K : : : : : : : : • 0 )3. Al RF TT " r tt CQ . . . . . . . . • W a o . ■ 0 .Z7 4 to 1, , �\� t) tri • • : • • • • : : 0 Project Eng. AAR SIMPSON LN. SEWER L.I.D. �, Plan & Profile (LAT. M) ��® `'�� City Of Yakima Drawing Scales �� ;� Engineering Division Sta. 10+00 Lateral "M ": Simpson Ln. South in S. 16th St. ,ry�� /o� 129 North Second Street a ' to Sta. Horizontal = 1"=40' � , oo•• Yakima, Washington ` Vertical = 1 ° =10' City of Yakima Project No. 2215