Loading...
HomeMy WebLinkAboutWest Coast Construction - South 64th Avenue Sanitary Sewer Extension . . Ge.ele g. ., City of a ima Engineering Division South 64th Avenue Sanitary Sewer Extension S. 64th Ave. and Occidental 4,.., ______ 1111.111.* ..._ . __. '''' , '' . - . -:-.."146"4: : :i , W Y 4 i i 1 z OP Construction Contract Specifications & Bid Documents City Project Number WW01 -10 —. 1 • ' ■ ),.... 129 North Second Street ��,, ' Phone (509) 575 -6111 Yakima, WA 98901 °` = Fax (509) 576 -6314 December 2010 BID SUMMARY ENGINEERS ESTIMATE WEST COAST BELSAAS & SMITH KEN LEINGANG CONSTRUCTION CO., IN( CONSTRUCTION, INC. EXCAVATING SOUTH 64TH AVENUE SANITARY SEWER EXTENSION WOODINVILLE, WA ELLENSBURG, WA YAKIMA, WA S. 64TH AVE. AND OCCIDENTAL CITY PROJECT NO. WW01 -10 ITEM BID SECURITY NO. ITEM OTT UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS $ 500.00 $ 500.00 $ 1.00 $ 1.00 $ 150.00 $ 150.00 $ 355.00 $ 355.00 2 MOBILIZATION 1 LS $ 3,797.60 $ 3,797.60 $ 5,200.00 $ 5,200.00 $ 5,700.00 $ 5,700.00 $ 5,300.00 $ 5,300.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $ 10,000.00 $ 10,000.00 $ 4,000.00 $ 4.000.00 $ 3,100.00 $ 3,100.00 $ 6,150.00 $ 6,150.00 4 SAW CUT, PER INCH DEPTH 410 LF $ 2.00 $ 820.00 $ 0.20 $ 82.00 $ 1.00 $ 410.00 $ 0.78 $ 319.80 5 CRUSHED SURFACING TOP COURSE (FOR TRENCH BACKFILL) 535 TON $ 20.00 $ 10,700.00 $ 1.00 $ 535.00 $ 16.00 $ 8,560.00 $ 18.50 $ 9,897.50 6 PAVEMENT REPAIR 10 CY $ 150.00 $ 1,500.00 $ 250.00 $ 2,500.00 $ 800.00 $ 8,000.00 $ 459.00 $ 4,590.00 7 CONNECT TO EXISTING MANHOLE 1 EACH $ 1,000.00 $ 1,000.00 $ 500.00 $ 500.00 $ 970.00 $ 970.00 $ 1.000.00 $ 1,000.00 8 MANHOLE, 48- INCH- DIAM., TYPE 1 1 EACH $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 3,700.00 $ 3,700.00 $ 2,850.00 $ 2,850.00 9 SHORING OR EXTRA EXCAVATION CLASS B 110 LF $ 5.00 $ 550.00 $ 5.00 $ 550.00 $ 3.00 $ 330.00 $ 3.55 $ 390.50 10 STRUCTURE EXCAVATION CLASS B, INCL. HAUL 160 CY $ 10.00 $ 1,600.00 $ 1.00 $ 160.00 $ 16.00 $ 2,560.00 $ 17.00 $ 2,720.00 11 DEWATERING 1 FA $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 12 PVC SANITARY SEWER PIPE, 8 -INCH DIAM. 105 LF $ 40.00 $ 4,200.00 $ 162.00 $ 17,010.00 $ 43.00 $ 4,515.00 $ 105.00 $ 11,025.00 13 REPAIR OR REPLACEMENT 1 FA $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 SUB TOTAL: $ 52,167.60 $ 48,038.00 $ 52,995.00 $ 59,597.80 STATE SALES TAX 8.2 %: $ 4,277.74 $ 3,939.12 $ 4,345.59 $ 4,887.02 TOTAL: $ 56,445.34 $ 51,977.12 $ 57,340.59 $ 64,484.82 CITY ENGINEERS REPORT CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON 12/6110. a' , ■ " ) ` 1 N I ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. o I RECOMMEND THE CONTRACT BE AWARDED TO: S ..� SOUTH 64TH AVENUE SANITARY SEWER EXTENSION `` 1 S. 64TH AVE. AND OCCIDENTAL WEST COAST CONSTRUCTION CO., INC. r, k .',� ., AWARD MADE BY CITY MANAGER NIIIIIIIOF PROJECT NO. WVV01 -10 f Z 1 1 C. \\... f 1 r1 _ 1 � ~ \�� \� am ` ` DATE: DECEMBER 6TH, 2010 DATE CITY ENGIN DATE CITY MANAGE FILE: uCiryengangimageslBidSummanas SHEET 1 OF 1 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT 129 North Second Street ( 9 , � i Yakima, Washington 98901 Q� L a� Phone: (509) 575 -6113 • Fax (509) 576 -6792 Michael Morales, Director ADDENDUM NO. 1 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for SOUTH 64TH AVENUE SANITARY SEWER EXTENSION SOUTH 64TH AVENUE AND OCCIDENTAL CITY OF YAKIMA PROJECT NUMBER WW01 -10 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. Proposal Item Proposal Bid Sheets: Remove the prior Item Proposal Bid Sheet and replace with the attached one (1) page of Item Proposal Bid Sheet, labeled "Addendum No. 1 ", dated December 1, 2010. The Item Bid Proposal Sheets have been modified to reflect changed bid items. Item No.9, "Shoring or Extra Excavation Class B 7- 08.5" quantity has been changed from 50 LF to 110 LF. Item No.10, "Structure Excavation Class B, Incl. Haul 7- 08.5" quantity has been changed from 100 CY to 160 CY. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: ' L - & & t -t -t0 Breeti. Sheffield, P.E. Date Chief Engineer Addendum 1 Page 1 of 2 12/1/10 SOUTH 64 AVENUE SANITARY SEWER EXTENSION SOUTH 64 AVENUE AND OCCIDENTAL CITY OF YAKIMA PROJECT NO. WW01 -10 ITEM PROPOSAL BID SHEET ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS SPCC PLAN 1 1 -07.15 1 LS MOBILIZATION 2 1 -09.7 1 LS PROJECT TEMPORARY TRAFFIC CONTROL 3 1 -10.5 1 LS SAW -CUT, PER INCH DEPTH 4 2 -02.5 410 LF CRUSHED SURFACING TOP COURSE (FOR TRENCH BACKFILL) 5 4 -04.5 535 TON PAVEMENT REPAIR 6 5 -04.5 10 CY CONNECT TO EXISTING MANHOLE 7 7 -05.5 1 EACH MANHOLE, 48- INCH - DIAM., TYPE 1 8 7 -05.4 1 EACH SHORING OR EXTRA EXCAVATION CLASS B 9 7 -08.5 110 LF STRUCTURE EXCAVATION CLASS B, INCL. HAUL 10 7 -08.5 160 CY DEWATERING 11 7 -08.5 1 FA $ 10,000.00 PVC SANITARY SEWER PIPE, 8 -INCH DIAM. 12 7 -17.5 105 LF REPAIR OR REPLACEMENT 13 8 -30.5 1 FA $ 5,000.00 SUB TOTAL: STATE SALES TAX 8.2 %: TOTAL: * END OF ADDENDUM NO. 1 • Addendum 1 Page 2 of 2 12/1/10 SOUTH 64 AVENUE SANITARY SEWER EXTENSION SOUTH 64 AVENUE AND OCCIDENTAL CITY OF YAKIMA PROJECT NO. WW01 -10 INVITATION TO QUOTE CITY OF YAKIMA ENGINEERING DIVISION Contractor: West Coast Construction Co., Inc. 129 NO. 2ND STREET YAKIMA, WASHINGTON 98901 Phone: 425 - 483 -1900 PHONE 575 -6111 Address: P.O. BOX 419 Quotations will be received by the Yakima City Clerk until: 2:00 PM, December 6 2010 Woodinville, WA 98072 PROJECT SCOPE This contract provides for the construction of an 8 -inch side service into the existing sanitary sewer line north of the 64 Avenue and Occidental Road intersection. The work shall consist of furnishing and installing 8 -inch sanitary sewer pipe and a 48 -inch manhole, as well as other related work, all in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. PROJECT DESCRIPTION This project will install a new manhole and approximately 105 feet of 8" PVC sanitary sewer pipe under South 64 Avenue extending from the existing 24" main line, and other related work, all in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. INSTRUCTIONS TO THE CONTRACTOR Please return your lowest price for the following project by 2:00 p.m., December 6 2010 to the Yakima City Clerks Office, 1 floor of City Hall. If you have any questions or would like to schedule a site visit with City Engineering, call Dana Kallevig at 576 -6605. The city reserves the right to reject any or all quotations and to accept any or all items at the price quoted. The city intends to award this contract within 10 calendar days after bid opening. Page 1 of 13 SOUTH 64 AVENUE SANITARY SEWER EXTENSION SOUTH 64 AVENUE AND OCCIDENTAL CITY OF YAKIMA PROJECT NO. WW01 -10 QUOTE ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS SPCC PLAN 1 1 -07.15 1 LS MOBILIZATION 2 1 -09.7 1 LS PROJECT TEMPORARY TRAFFIC CONTROL 3 1 -10.5 1 LS SAW -CUT, PER INCH DEPTH 4 2 -02.5 410 LF CRUSHED SURFACING TOP COURSE (FOR TRENCH BACKFILL) 5 4 -04.5 535 TON PAVEMENT REPAIR 6 5 -04.5 10 CY CONNECT TO EXISTING MANHOLE 7 7 -05.5 1 EACH MANHOLE, 48- INCH - DIAM., TYPE 1 8 7 -05.4 1 EACH SHORING OR EXTRA EXCAVATION CLASS B 9 7 -08.5 50 LF STRUCTURE EXCAVATION CLASS B, INCL. HAUL 10 7 -08.5 100 CY DEWATERING 11 7 -08.5 1 FA $ 10,000.00 PVC SANITARY SEWER PIPE, 8 -INCH DIAM. 12 7 -17.5 105 LF REPAIR OR REPLACEMENT 13 8 -30.5 1 FA $5,000.00 SUB TOTAL: STATE SALES TAX 8.2 %: TOTAL: Contractor's Signature: Date: / / Page 3 of 13 SOUTH 64 AVENUE SANITARY SEWER EXTENSION SOUTH 64 AVENUE AND OCCIDENTAL CITY OF YAKIMA PROJECT NO. WW01 -10 SPECIFICATIONS GENERAL /SPECIAL INSTRUCTIONS 1. Description of Project: This project will install a new manhole and approximately 105 feet of 8" PVC sewer pipe under South 64 Avenue extending from the existing 24" main line, and other related work, all in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. 2. Workmanship: The contractor shall furnish all labor, equipment, and materials, which are necessary to complete the work as described in these specifications. Quality of workmanship shall conform to that which is usually provided by the trade in general. Only the best and safest methods of operation in conjunction with excavation will be allowed. Any variance from the specifications or standards of quality must be clearly pointed out in writing by the bidder. A Performance Bond equal to the bid amount shall be required. 3. Regulatory Requirements: The project shall be performed in a manner that is in compliance with all applicable federal, state and local laws and regulations, including, but not limited to, vehicle regulations (WSDOT /HMTUSA/other), environmental laws and regulations (EPA/WDOE /local), and health and safety laws and regulations (OSHA/WISHA/City Safety Codes). 4. Records: The contractor shall maintain operational records at its place of business for a minimum of five years. These records shall include: point of material pick up, type of material, quantity of material. 5. Prevailing Wages: The contractor will comply with all provisions of Chapter 39.12 RCW - Prevailing Wages on Public Work. A. RCW 39.12.010 - The Prevailing Rate of Wage: Contact the Department of Labor and Industries, to confirm current prevailing wage rate for applicable workers on this particular public work project. B. RCW 39.12.040 - Statement of Intent to Pay Prevailing Wages and an Affidavit of Wages Paid: Before an awarding agency may pay any sum due on account, it must receive a statement of Intent to Pay Prevailing Wages approved by the Department of Labor and Industries. Following final acceptance of a public work project, and before any final money is disbursed, each contractor and sub - contractor must submit to the awarding agency an Affidavit of Wages Paid, certified by the Department of Labor and Industries. C. RCW 39.12.070 - Fees Authorized for Approval Certification and Arbitrations: Any fees charged by the Department of Labor and Industries for approvals or fees to cover costs of arbitration conducted shall be the responsibility of the contractor. 6. Termination - Cause: The City reserves the right to terminate this contract at any time, upon written notice, in the event that the services of the Contractor are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this agreement. In addition to the foregoing right of termination, the City may terminate this contract, with or without cause, upon thirty (30) days written notice to Contractor. 7. Right to Award: The City of Yakima reserves the right to make contract award by Schedule or on an all or none basis, whichever is in the best interest of the City. 8. Submission of Quote: Quote shall be submitted to the City Clerk's Office, Yakima City Hall, 129 North 2nd Street, Yakima, WA, 98901, by 2:00 p.m. on December 6 2010 in a sealed envelope labeled SOUTH 64 AVENUE SANITARY SEWER EXTENSION — S. 64 AVE. AND OCCIDENTAL, CITY PROJECT #WW01 -10, with the quote due date written on it. Page 5 of 13 9. No Disturbance: The contractor shall not disturb grounds or materials outside the sphere of the contracted project. 10. Review of Site: All bidders shall visit the site prior to submitting their quote and become aware of any problems, which may affect their quote. Bidders will not be allowed to adjust their quotes after submission, based on information, which could have been obtained through a site visit. Contact the persons listed below to schedule an appointment. 11. Coordination: The contractor will coordinate his work with Bruce Floyd, Construction Supervisor, at (509) 575 -6138 or (509) 728-3457. 12. Timing: Successful vendor shall coordinate with contacts listed above as to when work will be accomplished. Work shall be completed within 10 working days. Access shall be maintained at all times to local traffic. Work areas must be secured and protected by 5:00 pm each evening unless otherwise approved by the Engineer. 13. Business License: All bidders shall have a valid and current business license issued by the City of Yakima covering this type of work. It will be the contractor's responsibility to obtain any licenses or permits required, to complete the project. 14. Right to Reject: The City of Yakima reserves the right to reject any or all quotes or accept any presented which meet or exceed these specifications and which they may deem to be in the best interest of the City and will not necessarily be bound to accept the low quote. 15. No Preferences: No exceptions will be considered that may tend to give an individual bidder a distinct advantage. 16. Contractor's Liability Insurance (Sample Certificate Attached): The contractor shall obtain and maintain in full force and effect during the term of the contract, commercial general liability coverage and automobile coverage with insurance carriers admitted to do business in the State of Washington. The insurance companies must carry a Best's Rating of A- VII or better. The policies will be written on an occurrence basis subject to the following minimum limits of liability: Commercial General Liability: Combined Single Limit: $1,000,000 Per Occurrence $2,000,000 Annual Aggregate The City of Yakima, its agents, elected and appointed officials, and employees are to be listed as additional insured under the policies. The contractor will provide a Certificate of Insurance to the City as evidence of coverage. The certificate will provide 45 days notice of cancellation, and under the cancellation section, the wording "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" will be crossed out. A copy of the additional insured endorsement attached to the policy will be included with the certificate. The contract shall also maintain workers compensation through the State of Washington. If at any time during the life of the contract or any extension, the contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the contract. 13. Pavement Repair: In areas where work is to be done below existing asphalt pavement, the asphalt pavement shall be repaired by compacting six inches of crushed surfacing base course to within three inches of the finished grade. The edges of the existing pavement and manhole rings shall then be painted with a hot asphalt tack coat, and hot mix asphalt shall be placed and compacted with hand tampers and a patching roller. The completed patch shall match the grade of the existing paved surface. The joint between the patch Page 6 of 13 and existing pavement shall then be painted with hot asphalt cement or asphalt emultion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The unit contract price per square yard for "Pavement Repair" shall be full pay for performing all work as specified and approved by the Engineer. 17. Traffic Control At least one lane of traffic shall be open at all times unless otherwise approved by the City Engineer. 18. Shoring or Extra Excavation Class B Shoring or Extra Excavation Class B shall be measured by the linear foot and paid for per linear foot. 19. Repair or Replacement This 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. Payment for "Repair or Replacement" shall be made 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 and 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. 20. Dewatering Trench dewatering will be required for the sanitary sewer pipe instillation. It will be the Contractor's responsibility to ensure that the sanitary sewer pipe is laid in the dry. The Contractor shall provide the Engineer with his proposed method of dewatering the trench, and shall not begin work until his method has been approved. Payment for "Dewatering" shall be made 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 "Dewatering ", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 21. . Crushed Surfacing Top Course (for Trench Backfill) All street crossing trenches, and other areas as designated by the Engineer, shall be backfilled to their full depth with Crushed Surfacing Top Course (for Trench Backfill). Page 7 of 13 . CONTRACT. THIS AGREEMENT, made and entered into in triplicate, this day of , 2010, by and between the City of Yakima, hereinafter called the Owner, and WEST COAST CONSTRUCTION CO., INC.. a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $ 51,977.12 , for South 64th Avenue Sanitary Sewer Extension — S. 64th Ave. and Occidental, City of Yakima Project No. WW01 -10, all in accordance with, and as described in the attached plans and specifications and the 2010 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Ten (10) working days. If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11th day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non - performance of the services, duties and obligations required of it under this Agreement. IV. The Contractor forhimself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR WEST COAST CONSTRUCTION CO., int this (V d ay of 97 2.. "J , a Corporation Contractor 7 By: anager ''// Attest: / LJ.rff2 SA7740 - (Print Name) City Clerk . �yP K"q`,,, �, Its L' - P- 5 . /772 fi --5% , � 1 1, (President, Owner, etc.) : �* ∎ Address: !� v se::: x -If ? AL ' i c)coA/�'; , 7(507 e. SE , , ‚ • •• . *r' G, �o = ; h 4 SHIN Page 9 of 13 • PERFORMANCE BOND #105395424 BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, West Coast Construction Co., Inc a Corporation as Principal and Travelers Casualty and Surety Company of America, a corporation organized and existing under the laws of the State of Connecticut 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 $ 51, 977.12 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 10th day of December , 2010 . Neverless, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on December 6 , 20 10 , the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said West Coast Construction Co., Inc. , the above bounded Principal, a certain contract, the said contract being numbered , and providing for * (which contract is referred to herein and is made a part hereof as though attached hereto), and, * South 64th Avenue Sanitary Sewer Extension - s. 64th Ave. and Occidental, City of Yakima Project No. WWO1 -10 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 West Coast Construction Co. Inc. shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub - contractors and material men, and all persons who shall supply said principal or sub - contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, 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. (Contra tor) West Coast Construction Co., Inc. By: • (Print Name) Approved to form: Its: /0r 5er. /rZ6kS di1(141 (President, Owner, etc...) (City Attorney) (Surety)Travelers Casualty and Surety Company By: de. 7 C C , Jeffrey L. Stewart (Print Name) Its: Attorney -in -Fact Paec 11 of 13 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELER Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 2 19947 Certificate No. 0 0 313 8 2 5 3 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Jeffrey L. Stewart, Frank S. McAllister, and Lynette C. Grandy of the City of Kirkland . State of WashinMon , their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or. proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 21St day of July 2009 Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company " ��fv wn -,rt �y� 0.5U,4r �` - epl�.. � I`l ll� E- R1, ' �N ...SG 9 �j I NS y o t.," 4NO � YY' 4 k0 d e. ovv°ger Cr '' . Q, 1 . ...........4, . :.b.„\ � �% 4`l� r0 f, i 9n _ PI r m , P rv R � > �s I Q C ` PP0 9 i ` < mum - I m W /co - -_ rf ; ` FUIRiFO 1 1982 O E � • 0.a+ ( : 1951 < ''' a o ` w c""t�pu°Nrn° < \ 'f ¢ o- 189s n' t A SEALloI Imo:. < .. bn4Fn S...AN o.... .. r a s Ir W State of Connecticut By: Ammer City of Hartford ss. Georg id Thompson, senior ice President On this the 21st day of Jul 2009 , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. GTE In Witness Whereof, I hereunto set my hand and official seal. . 'TAR t \i\QUI(it C • My Commission expires the 30th day of June, 2011. * Ammo * Marie C. Tetreault, Notary Public arP 58440 -4 -09 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance ' ' Company, St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds. recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance. contract of indemnity, or writing obligatory in the nature of a bond. recognizance. or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on , the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary. of Farmington Casualty Company, Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters. Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies. which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of , 20 Kori M. Johann Assistant Secretary . \«. I •I GASUA ; I. t \FE 6°h AN INf "�• INS~..`'`, tV Alyp -,,( Y t P� SYgf YY''WO G` ' oPTN L r w' C gy��,,,,� ...... .... 9 P J s , !p � No n ] , trat4'.. r T �r pRPOR cl‘g I W r`p0.PORA . �'£ u < 77 Q: (� 9 0 1982 ; 19� ✓• n f : a HAFRFORD, •� ' H4RtFORD, m . S € �i :n �. 'oi CDN w N. 111 WI" in 896 " g yrt ��5'� a 1951 � � o. SE AL .14 o'•. SBAL;a W o i 4„��'A u` at- ...... a d e >e + z .: ,Ai To verify the authenticity of this Power of Attorney, call 1- 800 -421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER A�RG) CERTIFICATE OF LIABILITY INSURANCE i2�9 /2oio ) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: McDonald Insurance Group, Inc. _ IEL � No �at1' (425)827_7400 a,No)_(4zs)827-Taoz 416 6th St S ADDRESS: PRODUCER PO Box 3089 cusioRID1tP ME Kirkland WA 98083-3089 INSURER(S) AFFORDING COVERAGE NAIC# _ INSURED INSURERA:WeStern National Assurance _ INSURER B: - - -- --- --- -- --f- -- --'-- - -_ -' West Coast Construction Co., Inc. INSURER C: PO Box 419 ---- ---- -- — -- — — — INSURER D : Woodinville WA 98072 INSURERE: INSURER F : COVERAGES CERTIFICATE NUMBER:LATEST GL /SG /Auto /Umb REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF INSURANCE ADDL SUeR POLICY EFF POLICY EXP i LTR INSR WVD POLICY NUMBER IMM /DD/YYYY) (MM /DD/YYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE I $ 1,000,000 X_ COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED urr PREMISES (Ea occurrence) $ 100, 000 A r I CLAIMS -MADE [i] OCCUR CPP 1009640 01 5/1/2010 5/1/201 MEDEXP(Anyoneperson) $ 10,000 _ ' __ PERSONAL & ADV INJURY $ 1,000,000 ^� __ — _ _ _- GENERALAGGREGATE $ 2,000,000 i GEN'L AGGREGATE LIMIT APPLIES PER' PRODUCTS - COMP /OP AGG 5 2,000,000 : POLICY X PRO r LOC $ ilFCT I _ I AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident) ANY AUTO — SPP 1008319 01 5/1/2010 5/1/2011 BODILY INJURY (Per person) S - A • ALL OWNED AUTOS -- -- - i BODILY INJURY (Per accident) S SCHEDULED AUTOS I PROPERTY DAMAGE $ X i HIRED AUTOS (Per accident) X ' NON -OWNED AUTOS Underinsured motonst $ 1,000,000 Terrorism $ , 1 UMBRELLA LIAR X I OCCUR EACH OCCURRENCE S 1,000,000 I X EXCESS LIAR I CLAIMS -MADE AGGREGATE S 1,000,000 DEDUCTIBLE I $ A X RETENTION s 10, 000 11MB 1001425 01 5/1/2010 5/1/2011 $ WORKERS COMPENSATION i WC STATU- I 0TH. A AND EMPLOYERS' LIABILITY Y / N I TO LD,M1S 1 X , ER I ---. - . - x N;�- f" �-c:. "rte �,^ ^:1 .•.. :ha`f ..w a."i�:< �•-• ' . ; �f dt -.t,, - -- .,';: -/ -! ,;.::;. „-.. -; : ANY PROPRIETOR/PARTNER/EXECUTIVE I� .- ,, 7, '?. ;. ,,�.; q.,, ,E :L'r:EACH °ACCIDENT'"".•'. tS, ':%-' ,,,_,, 00.0;'000 '" OFFICER/MEMBER EXCLUDED ?' I I N / A ~- • (Mandatory In NH) CPP 1009640 01 n.. • 5%1/2010 5/1/2011 E.L. DISEASE • EA EMPLOYEES 1,000,000 II yes, describe under WASHINGTON STOP GAP DESCRIPTION OF OPERATIONS below E L DISEASE - POLICY LIMIT S 1,000,000 J Fl t DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, It more space Is required) PROJECT: So. 64th Ave. Sanitary Sewer Extension; S 64th Ave. & Occidental. City of Yakima Project No. WW01 -10 - The City of Yakima, City of Union Gap, their agents, employees, and elected and appointed officials are additional insured under General Liability on a Primary and Non Contributory basis, as respects to work performed by the named insured, and required by written contract per Forms WNGL49O109 b CG2503 attached. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Yakima ACCORDANCE WITH THE POLICY PROVISIONS. 129 N. 2nd Street — Yakima, WA 98901 AUTHORIZED REPRESENTATIVE Jeffrey Stewart /SHAWN 9 - °'` ' ACORD 25 (2009/09) © 1988 -2009 ACORD CORPORATION. All rights reserved. INS025 (200909) The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY WNGL490109 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU PRIMARY AND NONCONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to a. The preparing, approving, or failing to pre - include as an additional insured any person or or- pare or approve, maps, shop drawings, ganization for whom you are performing operations opinions, reports, surveys, field orders, when you and such person or organization have change orders or drawings and specifica- agreed in writing in a contract or agreement that tions; or such person or organization be added as an addi- b. Supervisory, inspection, architectural or tional insured on your policy. Such person or or- ganization is an additional insured only with respect engineering activities. to liability for "bodily injury", "property damage" or 2. "Bodily injury" or "property damage" occurring "personal and advertising injury" caused, in whole after: or in part, by: a. All work, including materials, parts or equip - 1. Your acts or omissions; or ment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or on behalf of the additional insured(s) at in the performance of your ongoing operations for the location of the covered operations has the additional insured. been completed; or A person's or organization's status as an additional b. That portion of "your work" out of which the insured under this endorsement ends when your injury or damage arises has been put to its operations for that additional insured are corn- intended use by any person or organization pleted. other than another contractor or subcontrac- B. The Limits of Insurance applicable to the additional tor engaged in performing operations for, a ;., insured are those specified in the written contract principal as a'partof thesameproject or written agreement or in the Declarations of this D. As respects the coverage provided under this en- policy, whichever is less. These Limits of Insur- dorsement, Paragraph 4.b. of the Other Insurance ance are inclusive of, and not in addition to Limits Condition is deleted and replaced by the following: ! i of Insurance shown in the Declarations. 4. Other Insurance C. With respect to the insurance afforded to these additional insureds, the following additional exclu- Excess Insurance sions apply: This insurance is excess over any other This insurance does not apply to: insurance naming the additional insured as an insured whether primary, excess, contin- 1. "Bodily injury", "property damage" or "personal gent or on any other basis unless the written and advertising injury" arising out of the render- contract or agreement described in A. above ing of, or the failure to render, any professional specifically requires that this insurance be architectural, engineering or surveying services, provided on either a primary basis or a pri- including: mary and noncontributory basis. WN GL 49 01 09 Includes copyrighted material of Insurance Services Office Inc. with its permission. Page 1 of 1 ❑ POLICY NUMBER: CPP 1009640 01 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(sl: COVERAGE APPLIES TO CERTIFICATES OF INSURANCE REFERENCING FORM CG2503 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes le- gate Limit for that designated construction gaily obligated to pay as damages caused by project. Such payments shall not reduce "occurrences" under Section I - Coverage A, the General Aggregate Limit shown in the and for all medical expenses caused by acci- Declarations nor shall they reduce any dents under Section I - Coverage C, which other Designated Construction Project can be attributed only to ongoing operations General Aggregate Limit for any other at a single designated construction project designated construction project shown in shown in the Schedule above: the Schedule above. 1. A separate Designated Construction Proj- 4. The limits shown in the Declarations for ect General Aggregate Limit applies to Each Occurrence, Damage To Premises each designated construction project, and Rented To You and Medical Expense that limit is equal to the amount of the continue to apply. However, instead of General Aggregate Limit shown in the being subject to the General Aggregate Declarations. Limit shown in the Declarations, such 2. The Designated Construction Project Gen- limits will be subject to the applicable era! Aggregate Limit is the most we will Designated Construction Project General pay for the sum of all damages under Aggregate Limit. Coverage A, except damages because of B. For all sums which the insured becomes "bodily injury" or "property damage" legally obligated to pay as damages caused by included in the "products - completed oper- "occurrences" under Section I - Coverage A, ations hazard ", and for medical expenses and for all medical expenses caused by under Coverage C regardless of the accidentsuiider '':Sectian °�k ? ,. r .. k number of ' w hich ca of be' attributed my to o going : `" m j a. Insureds; operations "at a 'single designated construction b. Claims made or "suits" brought; or project shown in the Schedule above: � •l 1. Any payments made under Coverage A c. Persons or organizations making for damages or under Coverage C for claims or bringing "suits ". medical expenses shall reduce the amount 3. Any payments made under Coverage A available under the General Aggregate for damages or under Coverage C for Limit or the Products - completed Opera - medical expenses shall reduce the Desig- tions Aggregate Limit, whichever is ap- nated Construction Project General Aggre- plicable; and CG 25 03 05 09 e Insurance Services Office, Inc., 2008 Page 1 of 2 Wolters Kluwer Financial Services I Uniform Forms TM • • 2. Such payments shall not reduce any Des- D. If the applicable designated construction proj- ignated Construction Project General ect has been abandoned, delayed, or aban- Aggregate Limit. doned and then restarted, or if the authorized C. When coverage for liability arising out of the contracting parties deviate from plans, blue "products- completed operations hazard" is prints, designs, specifications or timetables, provided, any payments for damages because the project will still be deemed to be the same of "bodily injury or "property damage" in construction project. cluded in the "products- completed operations E. The provisions of Section III — Limits Of In- hazard" will reduce the Products- completed surance not otherwise modified by this Operations Aggregate Limit, and not reduce endorsement shall continue to apply as the General Aggregate Limit nor the Desig- stipulated. nated Construction Project General Aggregate Limit. Page 2 of 2 © Insurance Services Office, Inc., 2008 CG 25 03 05 09 B PLACE MANHOLE OPENING A ' OVER OUTLET PIPE 1 ' � I A = FLOW =mil MET 11 1 1� ma � I� B PLAN VIEW 24" OPENING CAST —IRON FRAME & • ■■I • COVER PER SPECIFICATIONS %_X P ∎ ∎% ADJUSTMENT SECTION S ■1IIIII% %MIMI % GROUTED OR DRY PACKED a MY- SMOOTH INSIDE BARREL PRECAST ECCENTRIC 12" TYP M m CONE S / f �� ilit 0 SA ND COLLAR IN P o �� CAST IN PLACE - � ' STEPS BASE 0 ID / 4 STANDARD � • e. PRECAST SECTION p PRECAST SECTION BASE A SLOPE SLOPE up CAST IN PLACE 1 �•�/� ACRODS MANHOLE BASE — CL 4000 %J / / / / / / / / / / / / / A ` / / / / / / ////A CONCRETE kw— 6" T-1:-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 Si SEE DETAIL R24 FOR TRENCH PATCHING '<< EXCAVATION 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. G CRUSHED SURFACING TOP COURSE X 0 0 F, • SHALL BE USED FOR BEDDING MATERIAL UNLESS OTHERWISE DIRECTED BY 0 1- THE ENGINEER. °°tea, • i UNSUITABLE FOUNDATION MATERIAL SHALL . /�, /.`G..�' 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 1 TYPICAL TRENCH DETAIL I S4 1 - NOTES • LONGITUDINAL BUFFER SPACE = B SIGN SPACING = X 1. This plan is intended for use on roadways when traffic volumes create i POSTED SPEED (MPH) 25 30 35 40 45 RURAL ROADS 45 / 55 MPH 500' t sufficient gaps for motor vehicles to yield. ¢ LENGTH B (FEET) 55 B5 120 170 270 RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' 5 SS Q RURAL ROADS, URBAN ARTERIALS, y Burnin g Warning 2 Steady Lights (Type shall be used to g 9 hts Cryp C per MUTCD) RESIDENTIAL & BUSINESS DISTRICTS 25 / 30 MPH 200' t mark Channelizing Devices at night. :.1, URBAN STREETS 25 MPH OR LESS 100' t 3. Adequate sight distance shall be provided for drivers to see opposing m ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE traffic, otherwise use flaggers and /or Temporary Signal. CHANNELIZING DEVICE SPACING ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE 4. Extend Channelizing Device taper across shoulder - recommended. o POSTED SPEED IN TAPER IN TANGENT AT -GRADE INTERSECTIONS AND DRIVEWAYS. (MPH) (FEET) (FEET) 5. Post mount signs when in place for 3 days or longer. 35/45 30 80 25 / 30 20 40 6. For speed limit 35 mph or higher replace W1 -3R with WI-4R. 7. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55 -05. • R1 W20 8. Consider using a PCMS for additional advance warning. RNV R W3 ONE LANE lir _ ROAD ■ AHEAD W20 ROAD v WORK ■ TO AHEAD R1 -2a ONCOMING ROAD WORK,, G20-2A BUN , TRAFFIC ` B 100' MAX. i 15' X X _ X _ T N N N N N ®D j /i / / / / ///� ® ® ®® . o D / / / /// ` a a FOR LOCAL AGENCY USE ONLY • Z P a Z NOT FOR USE ON STATE ROUTES Z �E J• T2 , g � Q Q ® E OF B'ASp, 1; 11 11 11 (...: ,,, • ,., ifilg , x x � i , W 20-1 W1 -3R END G20 -2A '? �� 9� ;Z a b i ROAD ROAD WORK, co SISTE � \ • s /OiN. E � $ WORK X AHEAD ONE LANE IEXPIRES AUGUST 9, 20091 2 W. k I ROAD LANE CLOSURE AHEAD WITHOUT FLAGGERS LOW VOLUME ROAD LEGEND STANDARD PLAN K- 20.20 -01 N SIGN LOCATION SHEET 1 OF 1 SHEET ® ® ® CHANNELIZING DEVICES APPROVED FOR PUBLICATION �L/_ BARRICADE - TYPE 3 L Pasco Bakotich III 10 -12-07 Cj FLASHING WARNING LIGHT STATE DESIGN ENGINEER OATH WI Washington State Doparlmonf of Transportation • NOTES S LONGITUDINAL BUFFER SPACE = B MINIMUM TAPER LENGTH = L (FEET) SIGN SPACING = X (1) 1. A Protective Vehicle is recommended regardless if a Truck i POSTED SPEED (MPH) 25 30 35 40 45 50 55 60 LANE WIDTH POSTED SPEED (MPH) RURAL HIGHWAYS 60 / 65 MPH 800' t Mounted Attenuator (TMA) is available; a work vehicle may 1 LENGTH B (FEET) 155 200 250 305 360 425 495 570 (FEET) 25 1 30 1 35 1 40 1 45 1 50 1 55 160 1 65 1 70 RURAL ROADS 45 / 55 MPH 500' ± be used. When no TMA is used, the Protective Vehicle m shall be strategically located to shield workers, with no 10 105 150 205 270 450 500 550 - - - RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350 A w specific Roll - Ahead Stopping Distance. 11 115 165 225 284 495 550 605 660 - - RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH 200' t (2) w BUFFER DATA 12 125 1 180 245 320 540 600 660 720 780 840 RESIDENTIAL & BUSINESS DISTRICTS 2. Extend device taper (L/3) across shoulder - recommended. L' URBAN STREETS 25 MPH OR LESS 100' t (2) TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERIMSE 3. Portable Changeable Message Sign (PCMS) VEHICLE TYPE LOADED WEIGHT CHANNELIZING DEVICE SPACING - recommended. (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE 4 YARD DUMP TRUCK MINIMUM WEIGHT 15,000 LBS. 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 (MPH) (FEET) (FEET) - recommended. FLAT BED, ETC. IN ACCORDANCE WITH MANU- (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT FACTURER RECOMMENDATION) 50 / 70 40 80 ROADWAY CONDITIONS. 5. Transverse Devices in closed lane every 1000' ± 1 ROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. 35 / 45 30 60 - recommended. (DRY PAVEMENT ASSUMED) 25 / 30 20 40 6. Channelizing Device spacing for the downstream taper option shall be 20' O.C. W20 7. Use advanced notice for any overwidth loads prior to lane RIGHT LANE closure for altenative routes if applicable - recommended. W4 2L CLOSED W20 8. For signs size refer to Manual on Uniform Traffic Control - COMPLIANCE DATE 12/23/13 AHEAD ROAD Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. G20-2A OR I WORK END DOWNSTREAM TAPER TO SHOW ROAD WORK END OF WORK AREA - SEE NOTE B r AHEAD 100' / A I_O B L X X _ X Y SEE NOTE 2 b � 6 I b b u 1 j 9 SEE NOTES o ® I a ® ® O 0 , p VV RK AREA —__ ® j tl ¢ MI b N ® o ° 6 FOR LOCAL AGENCY USE ONLY D a a a a a a D a © a a a D NOT FOR USE ON STATE ROUTES . - s 0J. T R' oO 5ASy /. A y , . S ° bg A w w w w51 N N N I Z � ��� / '61' i 11 TT PI FA f1 J , Wig ] ,a ROAD 4 NARROWS o q zi �o iitiii ''',R[. %f ST �� \ ' `c3g '' 62` 6 30`2n LEGEND [EXPIRES AUGUST 9, 20071 8 LATERAL BUFFER - 4' TEMPORARY LANE - 12' MIN. � WORK AREA IX SIGN LOCATION SINGLE LANE CLOSURE ® a a CHANNELIZING DEVICES WITH ENCROACHMENT _ EXISTING EXISTING LANE EXISTING LANE _ EXISTING _ ICIM SHOULDER I SHOULDER PROTECTIVE VEHICLE - RECOMMENDED STANDARD PLAN K- 24.20 -00 A ? I PCMS I PORTABLE CHANGEABLE MESSAGE SIGN ARROW PANEL i SHEET 1 OF 1 SHEET n v 4 I%� APPROVED FOR PUBLICATION V EXISTING EDGE STRIPE Ken L. Smith 02 -15-07 ' EXISTING LANE STRIPE 401. STATE DESIGN ENGINEER DATE O Ti Washington State D.pannwwt or Transportation SECTION A TEMPORARY TRAFFIC CONTROL DEVICE • NOTES P) PROTECTIVE VEHICLE ROLL AHEAD DISTANCE = R 1. In those situations where multiple work locations within a limited distance make it i practical to place stationary signs, the distance between the advance Warning n TYPICAL PROTECTIVE VEHICLE WITH TMA Sign and the Work Area should not exceed 5 miles. m z VEHICLE TYPE LOADED WEIGHT STATIONARY w OPERATION 2. In those situations where the distance between the advance signs and the Work MINIMUM WEIGHT 15,000 LBS Area is 2 to 5 miles, a Supplemental Distance plaque should be used with the , 4 YARD DUMP TRUCK ROAD WORK AHEAD sign. O SERVICE TRUCK, (MAXIMUM WEIGHT SHALL BE 30 FEET IN FLAT BED, ETC. FACTURER RECOMMENDATION) ACCORDANCE WITH MA I 3. No encroachment into traffic lane is permitted with this plan. ON ROLL AHEAD DISTANCES VARY AND SHALL BE DETERMINED IN FIELD 4. Work vehicle and Shadow vehicle shall use Warning Beacons. BASED ON WORK OPERATION AND SITE SPECIFIC CONDITIONS * PROTECTIVE VEHICLE MOUNTED 5. Shadow vehicle shall maintain 500' to 1000' of sight distance to approaching traffic. 6. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55 -05. W21-5 W20-1 ROAD SHOULDER WORK WORK AHEAD R _ _ SEE NOTES 1 AND 2 ' r WORK VEHICLE N j AREA SHADOW VEHICLE Z FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES 00 J. Tian W „,_ OF WAS{/ /, . 1, i ;; Q E _ tG), y� 2P” ' ' F 1 � 9l. ✓ t A 4 .$�r`m �O , 9, ,,,0 :L g g . g p Gr' orsTL.' �V - s LEGEND 03.. [EXPIRES AUGUST 9, 20011 81 IA SIGN LOCATION SHOULDER CLOSURE -- SHORT DURATION 1 -7- PROTECTIVE VEHICLE STANDARD PLAN K- 40.60 -00 7 TRUCK MOUNTED ATTENUATOR - RECOMMENDED SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION SEQUENTIAL ARROW PANEL TYPE "B" Ken L. Smith 02-15 -07 - CAUTION MODE STATE oeswx EAcwE. DATE T --C)- WARNING BEACON - REQUIRED Wo.hI.,g 0 0« a s. D.paOn or T.onsporrwo - • • • • z SIGN SPACING = X (1) NOTES RURAL ROADS 45 / 55 MPH 500' t 1. The sign shown is not required in the following cases: the work space is behind a barrier, or more than 2' behind the curb, or more than 15' z RURAL ROADS 8 URBAN ARTERIALS 35 / 40 MPH 350' t from the edge of a roadway. RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH 200' t (2) = RESIDENTIAL & BUSINESS DISTRICTS 2. For sign size, refer to Manual on Uniform Traffic Control Devices URBAN STREETS 25 MPH OR LESS 100' t (2) (MUTCD) and WSDOT Sign Fabrication Manual M55 -05 ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE 0 AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. FOR LOCAL AGENCY USE ONLY L NOT FOR USE ON STATE ROUTES X WORK AREA 8 v 0 of R'4U SEE NOTE 1 O <, _ ,1 , 1 Id ROAD W20-1 � y �e WORK Il r� AHEAD j $:m .1 , n y i ' /ON,AL b' $4;§ L ,55.c EXPIRES AUGUST 9. 20071 R LEGEND WORK BEYOND q SIGN LOCATION THE SHOULDER STANDARD PLAN K- 40.80 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02 -15-07 STATE DESIGN ENGINEER SATE 7 Washington Slat. D.panm.ra At Transportation • NOTES 4' - 0" MIN. - 8' - 0" MAX. 1. All fasteners may be zinc plated, galvanized or stainless steel. All steel angle and tubular steel shall be hot - rolled, high carbon steel, USE ATTACHMENT DETAIL AO V al A 45 I 6" (TYR) L 2' - 8" J painted or galvanized. OR 1`M £ $ 1 2. Install one lightweight Type A Low - Intensity flashing warning light O ATTACHMENT DETAIL a ``� \� I ; traffic on the trac side of the barricade. Install two Type A Low-Intensity sV O 1 /' o I_> I flashing warning lights per barricade when the barricades are used to close a roadway. Attach the light to the barricade according to 0 I I 0 the light manufacturer's recommendations or use the details shown I on this plan. 0 0 TOP OF BARRICADE I I En 3. Stripes on barricade rails shall be alternating orange and white LL O 4Q . -® 0 [ SUPPORT ANGLE n i retroreflective stripes (sloping downward at an angle of 45 degrees �0 m in the direction traffic is to pass). P //�/ ffi •0 Q o 4. The Type 3 barricade design shown on this plan meets the crash r� �/ 0 -, ' I I '� j � test requirements of NCHRP 350. Alternative designs may be ap- 5 -\_/*''' ® A rl � IJ _ proved if they conform to the NCHRP 350 crash test criteria and b, } ° the MUTCD. 4a �f/ \q \ § — 5. When a sign is mounted on the barricade, it shall be securely bolted � to at least two plywood panels. The top of the sign shall not be ELEVATION SIDE higher than the top panel of the barricade. WARNING LIGHT ATTACHMENT DETAIL TYPE 3 BARRICADE 6. When sandbags are used in freezing weather, Urea fertilizer shall be mixed with the sand in a quantity to prevent the sand from freezing. 1 WARNING LIGHT S" • 1 I • 1 12" • 1/8" STEEL ANGLE ---\ ATTACHMENT ANGLE STEEL ANGLE SEE NOTE 2 h�tij FRONT OF 11 / TOP BARRICADE BARRICADE al �� 31 B'x2 "x2 "•1/8' I - TUBULAR STEEL DRILL TWO 12" DIAM. HOLES THROUGH DRILL THREE _ / _ --1-4- SUPPOO RT ANGLE EDE 'S;p BARRICADE SUPPORT ANGLE (1) 3/8" - 16 • 1 3/4" ORANGE AND WHITE I/# II 1/2" DIAM. HOLES : -I _ REFLECTIVE SHEETING 1 STEEL HEX BOLT II 11 ! (1) 3/8" - 16 x 1" ASTM D4956 - TYPEIII ANGLE RESTS ON II I I (1) 3/8" - 16 x 3" BB �� — —' IC (2) r FLAT WASHERS I ® ( 3) TOP OF BOLT � II N STEEL HEX BOLT OR 7S SEE NOTE 3 \ (1) LOCKWASHER I STEEL HEX BOLT - 31 \ } (2) 1" FLAT WASHERS (1) 3/8" - 16 STEEL Ii II (2) 1" FLAT WASHERS / 1 12' x 1 12' x 1/8" IE ' ji (1) 3/8" - 16 STEEL HEX NUT �� _ (1) 3/8' - 16 STEEL HEX NUT (TYP.) STEEL ANGLE II - — I — � : HEX NUT SI _I , 4' - 11" LONG (TYP.) 11 = --\ - -0111 I= PLC. j. Tk 8 A c gg -° li -``�- O 3/4" ACX PLYWOOD PANEL ,l' ' li I� cp ,, aASy � � 2 8 7, ATTACHMENT DETAIL A I „�\' / ” ;,*. c ''o / , - : w �i X E �a 411M). DET AIL F O b - I M 1 � �r sa IS WARNING LIGHT 6" x 2" • 2" x 1/8" TUBULAR SANDBAGS AS REQUIRED I � I I 0� '''.1' 9E C1 S `+ k 3 STEEL WITH PRE - DRILLED I 111 ' v a 6 6 ATTACHMENT TO STABILIZE BASE II HOLES ALL LEGS / ONAI. F' I�€g - TOP OF BARRICADE W 3 `` . SUPPORT ANGLE ' I 2 " EXPIRES AUGUST 9, 20071 fF m - —. J 1 1/2" x 1 1 x i /8" _I. _ 1 • r STEEL ANGLE aO DRILL TWO 12" DIAM. HOLES THROUGH {pp - ' / er BARRICADE SUPPORT ANGLE • � 5' - 0" LONG (TYP ) I TYPE 3 BARRICADE - ®U —C- --r 1, lliine^^ (1) 3/8" - 16 x 3" I STANDARD PLAN K- 80.20 -00 U STEEL HEX BOLT \ Q } (2) 1" FLAT WASHERS / (1) 3/8" - 16 STEEL 8' • 2" x 2" x 1/8" TUBULAR STEEL -� SHEET 1 OF 2 SHEETS - 01 _ "L -0I " " 11 ^ HEX NUT APPROVED FOR PUBLICATION _,,L ISOMETRIC VIEW B (TYP) Kevin J. Dayton 12 A TTACHMENT DETAIL O • 7 I4 Washington Stet. Department Al Transportation 47 AREA i use) / (ice) t' f USEABLE TRAFFIC LANE 1 7 2' MIN., AREA CLOSED TO TRAFFIC KW ' M` a KW I o I I ,, TYPE 3L BARRICADE R TYPE 3R BARRICADE i "� �' // N I I I I O 0 TYPE 3L BARRICADE ----) r STRIPES ON THE BARRICADES SHALL SLOPE DOWNWARD IN THE DIRECTION TRAFFIC IS TO PASS ROAD CLOSURE AT INTERSECTION L. AREA CLOSED TO TRAFFIC ..--, 2' MIN. USEABLE TRAFFIC LANE VREA j '0°' J• T�� ,..,. c; z -_ I I l el El 1 LI Kel II 1%1 - ` � I :W/ O , , ,,5 33 0 'V g $ g I -I I -I F� 1 u ISTF !. hlSbMb„\qtell 'VV. R i�3'., I I I I I I I EXPIRES AUGUST 9, 20D7I 8� ¢ I I TYPE 3R BARRICADE / TYPE 3L BARRICADE TYPE 3R BARRICADE \ \\ / �______Y TYPE 3 BARRICADE STANDARD PLAN K- 80.20 -00 ROAD CLOSURE AT OTHER LOCATIONS SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Kevin J. Dayton 12 -20 -06 BARRICADE PLACEMENT Washington . Deportment wiE wil Waahinglen S.. D�parlmwrt of Transportation I!IIII • . .. ,. CITY - - �� fi r ° - _ 1 I� O W - E �- - SOUTH 64TH AVENUE S \_ 1 — 1111 1 -li ' – SANITARY S E W E R EXTENSIONI — 0 .( 1 .7-/ ►�•� 1��. = ; =��` � \ \.\ m c� i S.64TH AVE. AND OCCIDENTAL _ L ` \ "�m '�m �'� d �"� � _, I ` , i � � ii1'� ��� iiillL " pmmmm \\ }' � m t i �� ��il� � - -� ,�!!!� �mmm \ \ \om \\ •off 4-- a r ,�� 1 ...1� r ■ I a \\m \ \• mm� O � 3 CITY _ '' ° tee I�t a = = ���0��9- , \ \\ �y� - OF YAKIMA JOB NO. WW01 10 1 " .lk .„`�'•' = 9 �' e \ W � � , � � °% "% W 1 ° W � > _ Il rnl ► IIII I _ ,._ _ �,. gym 0 _ _ � , % I ' - - 1 r I1111 1 � 11� r71,� Ir � I 1J1 1 � _ II nl Tlll�ll \\ _ 1 ' \\\ 00 ° - 8 E R S ..� 1 �'� � '�� , II � nm� m °,� �\ \mmmnll • ! ( -2 - !0 1 L ri gruillll.i■w 11 11111 i IIIIIIIIIuun\!`mmm \ 0, I ui . ,e �` was y F, c� . V \ � i� nm� l . 61 I,1�; ''" � I II IIII III IIIII"I�IIh��mmllll a m l' ® J o H,� ■ n gl. C r ! � � I : iiiiiiiiii� i ii° ml IIIIlm \ nil ?% '� P� 0 j '�` t- 1 � l Io l fond u:�� mil„„ `Q 1L U ➢ ° '` o / � � � ` �I�I�II�I.I��II,I uluill - [I I Ilmmllini L■ ;; , 2 .' = �_ 1 1 1 ' 1 ! 1' 11' P i ll lW1Y1111r 1 1!IIIIhL':1�I IM1,1 � ■III' U�, !� M r� : :X ilr- ■'i P 'VI l �IIr�1l3T l 1' I ■ `- ° ! J �,� �1��;� I w� l l l —� l 11 � 11'll lll!1�1111111 ` � �� 1 -- 111 , -A 39407 .V '- I 1 I It l imil 11 11111 °., Recisnlo tv ,� j 1 F = j 111 11,111 II I z �ssl �� = _ I ' — °1 11711. 1 0111111111111_111 p ° ONAL h 0® i i�� ®1�w�f1E® �t , 1 -_ 1 �� nun _ z Q = +a 1 1�1 I W z '`��'�` i I �� - o Qo o 111 tGl 11111111'1' w x o • MB _- In11111 > w z WORK SITE —� 0 mi11m Q 0 .� U Z O JI cfl W w I, _ _ I-- 1 >- ¢ E 1 z U wm Z x o Q¢ �, Z Z n n O Q7 U x x x x g SHEET INDEX " Q — 7 0 s�— s - -rte < - C — z N S S S S S S s Q s s 3 ° s— PR OJECT OVERVIEW 1 ' o @ L7 r w PLAN AND PROFILE 2 ID F ° ° _ � w - - - WORK AREA k w SI � 10 +00 w \W 11 +0 5 , mow -+ 1 4 � 4 ;4TH AVE. 1+0 , PLAN DISCLAIMER > w � W X o UNDERGROUND FEATURES SHOWN HEREON REPRESENT O BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL w \ H ,- RECORDS AND VISIBLE SURF EVID ENCE. THE CONTRACTOR w w w w . w w . w w w O - —... 0 ._ - -. . - IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OFALL UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT ALL a_ EXCAVATION WORK M BE PROCEEDED BY NOTIFICATION TO ® x x x - x ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE 1 . DECEMBER 2010 NUMBER LOCATOR SERVICE: 1- 800 - 553 -4344 2 ■ ' . • ^� • - ��� �� 1 / | � c �� _~� un "�. ' or � ~ �~ ^40' LEGEND �� » ��r �� EXIST. �w w~� '— - c� -- x 0 , : * f�- ( \�� PROPOSED �� c� | ` '�� [l ° ' r- / 0 \ EX|ST|NGSAN|TARYSEVVER�ANHOLE �� | �� - --_ `—/ � - _ - , , x , c� �P " � - `' ------»------ PROPOSED 8^ SANITARY SEYYER o� �~_C� � _ Z EX�SSK�H - < 11, ^ ' S EX|ST|NG24^SAN|TARYSEVYER �W H14yy84 *— �U � o v o x � - n--- �� 0 � I > v ° , ° < �|GHTOFV�� -/ ' �� �; ~` �� | _-_� ---�--� }� � --' « E XSTNGFENCE - - - --� m ' _ �� � '' . x - . � i » 0 U� -� CO w EXISTING 12^ NOB H|LLVVAT m " .� 1 - ,� ° w u�/ 4 ::: UT|L |TYpOLE x x SGK�H �z1TH �\ �� 1�fOO TELE PHONE8OX "���^ ^- ~~ * _� ' . . AVE. '~ ~- ' - �� [WH14AVV84 ^="=`"="°^ _l_ ' -+ � � + EX|S T|NGF|REHYDRANT � EX. SSK4H ' � " `W ��H14VV84 ! " S ° --'- } ~-~ BS EXISTING WATER METER CAP END OF PIPE � . | m / | ' o EXISTING � w co , c^/ w w w w _�_-- | � - - - - - -------o-- �� CCOO (` 11 t=, EXISTING MAILBOX \ ``�-�` ' � ~— c, fr� f �� x— ' / y u ~� | `— � x x / � x x_ uJ 111 .� M ° . � --- /' * [ CAP END OF PIPE ~ \ x a d NEW SSMH , > uJ Z S ` yNH14AVVO4 ` < �� o | | p- � 2 ' o' CO LLI Li i uo > < 1 175 E....`�SS ..... 1NHY 4yyQ4 __________________________________________________________________. :______________________ 11�� � �� NEVVSSK�H��H14AVy84 vo nj o �� STA. 12+28.09 (31.85 RT.) < -c3 NE��S����K4H14��G4 RHN�EL.=11 uJ RIM EL. I 1171.90 I.E. = ^ ---- - STA. 12+28.0Q(31.85RTj iE.=1160.8! (LT.ANDRTj \_ ' ^ RIM EL = 1170.60 1170 ------- � 1 17� ' ~ |.E..74.1480J66 -• � � � �< -------' -------- --' —. ---. ---' � ------ —� —� o ----� -------- -------- -------- -------- -------� �� _ CD c.) � �� x 1165 ________ ___________. _________________________________________________________________ _. 11�� 1 20 F 20 L.F. S = 0.005 FT/T _� S=0.005FT/FT S = 0.005 FT/FT 8 ^ � 8^ PVC � � 0 = �� � ` 11-2:5-10 � 0 ' � 1160 8" PVC ' ��'- -' ~~ 1 1�0 �' 4u 63 ' �n - "m - Cr � c � CO . . . o- • IE = 1160.53 TO BE FIELD VERIFIED ,�� ' � ~ u@ • - ^^� __ ��� � 1 1 ' °A R eCISTE0 0) _= 1 155