21-135.00 Century Link: Barker Rd GSP Utility Construction Agreement Utility Name&Address
Qwest Corporation d/b/a CenturyLink QC
Work by City of Spokane Valley
— Utility Cost
Agreement Number Region Project Title/Location
21- 13 - Spokane County Barker Road/BNSF Grade Separation Project#143
State Route Number Mileposts
SR 290/Trent From 12.35 to 12.90
Estimated Agreement Amount Advance Payment Amount
$196,852.00 $ 0.00
This Utility Construction Agreement is entered into between the City of Spokane Valley, hereinafter"CITY" and
the above-named Utility, hereinafter the "Utility;" collectively the "Parties- and individually the "Party".
Recitals
1. The CITY is planning the construction of a joint utility trench ("JUT") in connection with the improvement
of the State Route as shown above for the listed CITY Project, and in connection therewith (Work).
2. The Utility is responsible for a proportionate share of the cost of the Work; .
3. The Work shall be defined as all materials, equipment, labor, contract administration and any other efforts
required to build the JUT.
4. It is deemed to be in the best public interest for CITY to include the Work in CITY's Project.
Now, therefore, in consideration of the terms, conditions, covenants, and performances contained herein, as
well as the attached Exhibits which are incorporated and made a part hereof, it Is Mutually Agreed As Follows:
1. Plans, Specifications and Bids
1.1 CITY agrees to perform the Work in accordance with Exhibit A, Special Provisions, and Exhibit C,
Plans.
1.2 The Utility has reviewed and approved the Work Special Provisions and Plans that will be incorporated
into CITY Project.
2. Construction, Inspection, and Acceptance
2.1 CITY (and CITY's contractor) agrees to administer the Work on behalf of the Utility.
2.2 The Utility agrees to disconnect and/or reconnect its facilities as required by CITY when such
disconnection or reconnection is required to be performed by the Utility. The Parties agree to define
disconnect and/or reconnection requirements, including notification and response in Exhibit A. The
Utility's existing facilities will be abandoned in place, unless the Utility desires to salvage any of their
facilities.
2.3 Salvage: If the Utility desires to salvage materials of their existing facilities, this will be done by the
Utility at their own cost.
2.4 The Utility may furnish an inspector for the Work. The Utility agrees that it is solely responsible for all such
inspection costs. The Utility's inspector shall not directly contact CITY's contractor.All contact between the
Utility's inspector and CITY's contractor shall be through CITY's representatives. CITY's Project
Construction Engineer may require the removal and/or replacement of the Utility's inspector if the
inspector interferes with CITY's Project, CITY's contractor and/or the Work.
DOT Form 224-062 Page 1 of 5
Revised 07/2019
2.5 CITY shall promptly notify the Utility in writing when the Work is completed.
2.6 The Utility shall, within five working days of being notified that the Work is
completed:
(a) deliver a letter of acceptance to CITY which shall include a release and waiver of all future
claims or demands of any nature resulting from the performance of the Work and CITY's
administration thereof, or
(b) deliver to CITY written reasons why the Work does not comply with the previously approved
Plans and Special Provisions. The Utility agrees to work diligently and in good faith with CITY to
resolve any issues so as not to delay CITY's Project. If all issues are resolved, the Utility agrees
to deliver to CITY a letter of acceptance as provided herein.
2.7 If the Utility does not respond within the required time frame as provided in section 2.6, the Work and the
administration thereof will be deemed accepted by the Utility, and CITY shall be released from all future
claims and demands.
2.8 Upon completion and acceptance of the Work pursuant to Sections 2.6 or 2.7, the Utility agrees that
it shall be solely responsible for all future ownership, operation and maintenance costs of its facilities,
without CITY liability or expense.
2.9 CITY will prepare the final construction documentation ("as-builts"). Once the Utility has accepted the
Work per Section 2.6 or 2.7, CITY will provide one reproducible set of as-builts to the Utility.
3. Payment
3.1 Utility's estimated proportionate share of the work is, and shall not exceed without further written
agreement, One Hundred Ninety-Six Thousand Eight Hundred Fifty-Two Dollars ($196,852.00). An
itemized estimate of Utility-responsible costs for Work is included in Exhibit B, Cost Estimate.
3.2 The Utility agrees to pay CITY the "Advance Payment Amount" stated above within 20 calendar days
after CITY submits its first partial payment request to the Utility. The advance payment represents 15
percent of the estimate of cost for which the Utility is responsible. The advance payment will be carried
throughout the life of the Work with final adjustment made in the final invoice
3.3 The Parties acknowledge and agree that CITY does not have the legal authority to advance CITY funds
for the Utility's Work under this Agreement. Should the Utility fail to make payment according to the terms
of this Agreement, CITY shall have the right to terminate this Agreement, charging the Utility
for all associated costs of termination, including non-cancellable items, as well as associated Project
delay and contractor claims.
3.4 The Utility, in consideration of the faithful performance of the Work to be done by CITY, agrees to pay
CITY Utility's proportionate share of the Work, based upon delivery of detailed invoices showing such
actual, documented costs, up to the amount shown in Exhibit B, Cost Estimate. CITY shall invoice the
Utility and provide supporting documentation therefore, and the Utility agrees to pay CITY within 30
calendar days of receipt of an invoice. A partial payment will not constitute agreement as to the
appropriateness of any item and that, at the time of final invoice, the Parties will resolve any
discrepancies.
DOT Form 224-062 Page 2 of 5
Revised 07/2019
4. Change in Work or Cost Increase
4.1 Increase in Cost: In the event unforeseen conditions require an increase in the cost of the Work for
which the Utility is responsible, above the Exhibit B, Cost Estimate (including sales tax, engineering, and
contingencies), the Parties agree to negotiate a mutually-agreeable resolution to such issue, including
where agreed upon modifications to Exhibit B to include such cost increase.
If CITY determines that additional Work or a change in the Work is required, prior written approval must be
secured from the Utility; however, where the change is required to mitigate a Project emergency or safety
threat to the traveling public, CITY will direct the change without the Utility's prior approval. CITY will notify
the Utility of such change as soon as possible thereafter. The Utility agrees to respond to all CITY change
order requests in writing and within five working days.
4.2 The Utility may request additions to the Work through CITY in writing. CITY will implement the requested
changes as elective changes, provided that a change does not negatively impact CITY's transportation
system and complies with the Standard Specifications, Project permits, state and/or federal law,
applicable rules and/or regulations, and/or CITY design policies, and does not unreasonably delay
critically scheduled Project contract activities.
4.3 All elective changes to the Work shall be approved in writing by the Utility before CITY directs
the contractor to implement the changes, even if an executed change order is not required by the
Project contract. The Utility agrees to pay for the increases in cost, if any, for such elective changes in
accordance with Section 3.
4.4 CITY will make available to the Utility all change order documentation related to the Work.
5. Franchise or Permit
5.1 The Utility shall apply for a permit for Utility facilities that will be located within public right of way at the
completion of the Work and after receipt of the as-builts from CITY.
6. Right of Entry
6.1 CITY agrees to arrange for rights of entry upon all lands which are necessary to perform the Work.
7. General Provisions
7.1 Indemnification: To the extent authorized by law, the Utility and CITY shall indemnify and hold harmless
one another and their employees and/or officers from and shall process and defend at its own expense
any and all claims, demands, suits at law or equity, actions, penalties, losses, damages (both to persons
and/or property), or costs, of whatsoever kind or nature, brought against the one Party arising out of, in
connection with, or incident to the other Party's performance or failure to perform any aspect of this
Agreement, provided, however, that if such claims are caused by or result from the concurrent negligence
of(a)the Utility and (b) CITY,their respective employees and/or officers, or involves those actions
covered by RCW 4.24.115, this indemnity provision shall be valid and enforceable only to the extent of
the negligence of the Utility or CITY, and provided further, that nothing herein shall require the Utility
or CITY to hold harmless or defend the other or its employees and/or officers from any claims arising from
that Party's sole negligence or that of its employees and/or officers. The terms of this section shall survive
the termination of this Agreement.
DOT Form 224-062 Page 3 of 5
Revised 07/2019
7.2 Disputes: If a dispute occurs between the Utility and CITY at any time during the prosecution of the
Work, the Parties agree to negotiate at the management level to resolve any issues. Should such
negotiations fail to produce a satisfactory resolution, the Parties agree to enter into
mediation before proceeding to any other legal remedy. Each Party shall be responsible for its own fees
and costs. The Parties agree to equally share the cost of a mediator.
7.3 Venue: In the event that either Party deems it necessary to institute legal action or proceedings to enforce
any right or obligation under this Agreement, the Parties hereto agree that any such action or proceedings
shall be brought in a state or federal court situated in Spokane County, Washington. Each Party shall be
responsible for its own attorney's fees and costs.
7.4 Termination:
7.4.1 Unless otherwise provided herein, the Utility may terminate this Agreement upon at least 30
calendar days written notice to CITY. If this Agreement is terminated by the Utility prior to the
fulfillment of the terms stated herein, the Utility shall reimburse CITY for all actual direct and
related indirect expenses and costs, including mobilization, construction engineering, contract
administration and overhead costs, incurred up to the date of termination associated with the
Utility Work, as well as the cost of non-cancelable obligations, including any redesign,
reengineering or re-estimating, if necessary, to delete the Work, and contractor claims, if any,
payment in accordance with Section 3. Further, the Utility acknowledges and agrees that should
it terminate this Agreement, such termination shall not relieve the Utility from its responsibility to
design, remove, relocate and/or construct its facilities so as not to delay or conflict with CITY's
Project. CITY agrees to provide to the Utility all Work-related documents upon final payment by
the Utility.
7.42 Unless otherwise provided herein, CITY may terminate this Agreement upon at least 30
calendar days written notice to the Utility if it elects not to move forward with the Project. Should
CITY terminate this Agreement, CITY shall reimburse Utility for all actual direct and related
indirect expenses and costs, including mobilization, construction engineering, contract
administration and overhead costs, incurred by Utility up to the date of termination associated
with the Work.
7.5 Amendments: This Agreement may be amended only by the mutual agreement of the Parties. Such
amendments or modifications shall not be binding unless put in writing and signed by persons authorized
to bind each of the Parties.
7.6 Independent Contractor: Both Parties shall be deemed independent contractors for all purposes, and
the employees of each Party and any of its contractors, subcontractors, consultants, and the employees
thereof, shall not in any manner be deemed to be the employees of the other Party.
7.7 Audit and Records: During the progress of the Work and for a period of not less than six years from the
date of final payment, both Parties shall maintain the records and accounts pertaining to the Work and
shall make them available during normal business hours and as often as necessary, for inspection and
audit by the other Party, Washington State, and/or Federal Government and copies of all records,
accounts, documents or other data pertaining to the Work will be furnished upon request. The requesting
Party shall pay the cost of copies produced. If any litigation, claim or audit is commenced, the record,
accounts along with supporting documentation shall be retained until any litigation, claim or audit finding
has been resolved even though such litigation, claim or audit continues past the six-year retention period.
7.8 Working Days: Working days for this Agreement are defined as Monday through Friday,excluding
Washington State holidays per RCW 1.16.050.
DOT Form 224-062 Page 4 of 5
Revised 07/2019
In Witness Whereof, the parties hereto have executed this Agreement as of the day and year last
written below.
Utility City of Spokane Valley
Signature: Signature: )/(AW I/t---
By: Laina Moris By: /Mar K Ca thou,
Print Name Print Name
Title: Sr Director, Network Implementation Title: C1ti I f
Date: August 10, 2021 Date: M6(2-02-1
DOT Form 224-062 Page 5 of 5
Revised 07/2019
Exhibit A
-Relevant addendum and special
provisions of the City's construction
contract pertaining to the JUT
Contract 009623
Provisions
For Construction of:
SR 290 MP 11 .40 TO MP 12.89
SR 290/BARKEqaDOAD
BNSF GRADESEPARATION
SPOKANE COUNTY - MP 12.5
V
SPOKANE COUN
1
F. A. PROJECT NO. REP-HLP-TIGERIX-4123(005)
Washington State
V. Department of Transportation
Department of Transportation
Spokane, Washington 99207
December 30, 2020
ATTENTION:All Bidders and Planholders
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY—MP 12.5
20Z009 / C9623
SPOKANE COUNTY
F.A. Project No. REP-HLP-TIGERIX-4123(005)
Addendum No. 4
The Special Provisions, Contract Plans, and Proposal for this project are amended as follows:
SPECIAL PROVISIONS
1. On Page 81, the following is inserted after Line 2:
General
Section 1-10.1 is supplemented with the following:
( )
Temporary traffic control work shall include the installation and removal of Temporary
Pavement Markings Long Duration, in accordance with Section 8-23.3(4)B.
2. On Page 81, the following is inserted after Line 51:
( )
In addition to the items listed in Section 1-10, the following items are to be included in the
bid item "Project Temporary Traffic Control":
• Temporary Pavement Marking —Long Duration
CONTRACT PLANS
1. Plan sheets 9(SQ3)and 10A(SQ4A)are revised as shaded and noted on the attached sheets.
2. Plan sheets 95(SNUT1) and 96(SNUT2), are revised as shaded and noted on the attached
sheets.
3. Plan Sheets 97 (UT1), 102(UT7) through 104(UT9) are revised as shaded and noted on the
attached sheets.
4. Plan sheet 156(WA5) is revised as shaded and noted on the attached sheet.
5. Plan sheet 199(BG10) is revised as shaded and noted on the attached sheet.
PROPOSAL
1. On Page 9, the ITEM QUANTITY for Bid Item No. 119.is REVISED.
2. On Page 9, the BID ITEM No. 121 is DELETED.
3. On Page 9, the ITEM QUANTITY for Bid Item No. 122 is REVISED.
4. On Page 13, the BID ITEM No. 174 is ADDED.
Bidders shall furnish the Secretary of Transportation with evidence of the receipt of this addendum.
This addendum will be incorporated in the contract when awarded and formally executed.
Michael Gribner, P.E.
Regional Administrator
Attachments:
Plan sheet 9 of 250 (Rev. 12/30/2020)
Plan sheet 10A of 250 (Rev. 12/30/2020)
Plan sheet 95 of 250 (Rev. 12/29/2020)
Plan sheet 96 of 250 (Rev. 12/29/2020)
Plan sheet 97 of 250 (Rev. 12/29/2020)
Plan sheet 102 of 250 (Rev. 12/29/2020)
Plan sheet 103 of 250 (Rev. 12/29/2020)
Plan sheet 104 of 250 (Rev. 12/29/2020)
Plan sheet 156 of 250 (Rev. 12/30/2020)
Plan sheet 199 of 250 (Rev. 12/30/2020)
Proposal pages 9 and 13 (Rev. 12/30/2020)
ADDENDUM NO.4
SR290BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009/C9623
2
Department of Transportation
Spokane, Washington 99207
December 23, 2020
ATTENTION:All Bidders and Planholders
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY—MP 12.5
20Z0091 C9623
SPOKANE COUNTY
F.A. Project No. REP-HLP-TIGERIX-4123(005)
Addendum No. 3
The Special Provisions, Contract Plans, Proposal, and Wage Rates for this project are amended as
follows:
SPECIAL PROVISIONS
1. On Page 53, lines 18 through 29 are deleted and replaced with the following:
Utility Installation Window
Contractor shall provide one, 10 working day Utility Installation Window, directly
following the completion of the complete pathway of CenturyLink's conduit across the
Barker Road Bridge. Contractor shall protect CenturyLink existing facilities in BNSF right
of way.
2. On Page 57, the following is inserted after Line 11:
Temporary Utility Supports and Protection
Description
The Contractor shall design, furnish, and install temporary supports for the existing
utilities during installation, including associated footings, support beams, and utility
support systems.
The Contractor shall submit Type 2E Working Drawings with the proposed temporary
utility support system and protection for every utility. The plans shall show details of the
proposed construction, including sizes and properties of all members and components,
and spacing of the utility supports. The Contractor shall furnish associated design
calculations to the Engineer as part of the submittal. The design calculations shall
include the design of all components and shall show the stresses and deflections in all
load-carrying members that are part of the utility support system.
The design load for utility systems shall consist of the sum of dead, utility surcharge, and
any other loads determined necessary. Dead loads shall include the weight of the all
utilities, encasements or sleeves around the utilities, and utility support systems. For
utilities encased in concrete, the weight of concrete shall be assumed to be not less than
150 pounds per cubic foot.
Utility support systems shall be designed such that neither the conduit or pipe, the
supports, nor the support members are overstressed by any loads imposed during the
utility support installation.
Utility support systems shall be designed to limit deflection of the existing utility.
Deflection resulting from dead load of the utility shall not exceed 1/360 of the span, or
as allowed per the Utility Owner, whichever is less. The Contractor shall coordinate with
each Utility Owner to determine the maximum deflection allowed.
Utility support members shall be designed in accordance with the methods, loads, and
stress limits specified in Timber Construction Manual, latest edition, by the American
Institute of Timber Construction, the Steel Construction Manual, latest edition, by the
American Institute of Steel Construction, or as approved by the Engineer.
Payment
Payment will be made for the following bid item when included in the proposal:
'Temporary Utility Supports and Protection ", lump sum
The lump sum price for "Temporary Utility Supports and Protection" shall be full
compensation for the costs of all labor, tools, equipment, and materials necessary or
incidental for the protection of the existing utilities; design and submittal preparation; and
furnish, install, remove, and make any required adjustments for temporary utility
supports and protection.
3. On Page 70, lines 1 through 18 are deleted.
4. On Page 104, lines 11 and 12 are deleted and replaced with the following:
Epoxy-Coated St. Reinf. Bar 119,523 LB
St. Reinf. Bar 11,560 LB
5. On Page 134, Line 19 is deleted.
6. On Page 137, lines 19 through 24 are deleted.
7. On Page 138, lines 32 through 33 are deleted and replaced with the following:
"for equipment, materials and labor required for excavation, bedding, backfill, easing,
detectable underground warning tape, pull tape, haul and disposal of excavated materials,"
CONTRACT PLANS
1. Plan sheets 7(SQ1), 8(SQ2), 9(SQ3), and 10(SQ4) are revised as shaded and noted on the
attached sheets.
2. Plan Sheet 10A(SQ4A) is added as shaded and noted on the attached sheet.
ADDENDUM NO.3
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.6
20Z009/C9623
2
3. Plan sheets 18(ST1) through 21(ST4) are revised as shaded and noted on the attached
sheets.
4. Plan sheets 26(AL1) and 27(AL2) are revised as shaded and noted on the attached sheets.
5. Plan Sheet 89(DP9) is revised as shaded and noted on the attached sheet.
6. Plan sheets 95(SNUT1) and 96(SNUT2) are revised as shaded and noted on the attached
sheets.
7. Plan sheets 97(UT1) through 100(UT4) are revised as shaded and noted on the attached
sheets.
8. Plan Sheet 107(UT12) is revised as shaded and noted on the attached sheet.
9. Plan Sheet 168(SS2) is revised as shaded and noted on the attached sheet.
10. Plan sheets 190(BG1), 192(BG3), 195(BG6), 197(BG8), 199(BG10), 203(BG14), 204(BG15),
and 227(BG38) are revised as shaded and noted on the attached sheets.
11. Plan sheets 234(TC7), 236(TC9), and 237(TC10) are revised as shaded and noted on the
attached sheets.
PROPOSAL
1. On Page 4, the BID ITEM No. 43 is DELETED.
2. On Page 4, the ITEM QUANTITY for Bid Item No. 49 is REVISED.
3. On Page 4, the ITEM QUANTITY for Bid Item No. 52 is REVISED.
4. On Page 4, the ITEM QUANTITY for Bid Item No. 54 is REVISED.
5. On Page 10, the ITEM QUANTITY for Bid Item No. 125 is REVISED.
6. On Page 13, the BID ITEM No. 172 is DELETED.
7. On Page 13, the BID ITEM No. 173 is ADDED.
WAGE RATES
1. Federal Wage Determination WA20200001 Modification 15, pages 1 and 8 are deleted and
replaced with WA20200001 Modification 16, pages 1 and 8.
Bidders shall furnish the Secretary of Transportation with evidence of the receipt of this addendum.
This addendum will be incorporated in the contract when awarded and formally executed.
Michael Gribner, P.E.
Regional Administrator
ADDENDUM NO.3
SR290BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009/C9623
3
Attachments:
Plan sheet 7 of 250 (Rev. 12/22/2020)
Plan sheet 8 of 250 (Rev. 12/22/2020) •
Plan sheet 9 of 250 (Rev. 12/22/2020)
Plan sheet 10 of 250 (Rev. 12/22/2020)
Plan sheet 10A of 250 (Rev. 12/22/2020)
Plan sheet 18 of 250 (Rev. 12/17/2020)
Plan sheet 19 of 250 (Rev. 12/17/2020)
Plan sheet 20 of 250 (Rev. 12/17/2020)
Plan sheet 21 of 250 (Rev. 12/17/2020)
Plan sheet 26 of 250 (Rev. 12/18/2020)
Plan sheet 27 of 250 (Rev. 12/18/2020)
Plan sheet 89 of 250 (Rev. 12/18/2020)
Plan sheet 95 of 250 (Rev. 12/18/2020)
Plan sheet 96 of 250 (Rev. 12/18/2020)
Plan sheet 97 of 250 (Rev. 12/23/2020)
Plan sheet 98 of 250 (Rev. 12/18/2020)
Plan sheet 99 of 250 (Rev. 12/18/2020)
Plan sheet 100 of 250 (Rev. 12/18/2020)
Plan sheet 107 of 250 (Rev. 12/18/2020)
Plan sheet 168 of 250 (Rev. 12/15/2020)
Plan sheet 190 of 250 (Rev. 12/18/2020)
Plan sheet 192 of 250 (Rev. 12/18/2020)
Plan sheet 195 of 250 (Rev. 12/18/2020)
Plan sheet 197 of 250 (Rev. 12/18/2020)
Plan sheet 199 of 250 (Rev. 12/18/2020)
Plan sheet 203 of 250 (Rev. 12/18/2020)
Plan sheet 204 of 250 (Rev. 12/18/2020)
Plan sheet 227 of 250 (Rev. 12/18/2020)
Plan sheet 234 of 250 (Rev. 12/15/2020)
Plan sheet 236 of 250 (Rev. 12/15/2020)
Plan sheet 237 of 250 (Rev. 12/15/2020)
Proposal pages 4, 10, and 13
(3 pages) (Rev. 12/22/2020)
Federal Wage Determination WA20200001, Modification 16, pages 1 and 8
(2 pages) (Rev. 12/11/2020)
ADDENDUM NO.3
SR280BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.6
20Z009/C9623
4
Department of Transportation
Spokane, Washington 99207
December 7, 2020
ATTENTION:All Bidders and Planholders
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY— MP 12.5
20Z009 / C9623
SPOKANE COUNTY
F.A. Project No. REP-HLP-TIGERIX-4123(005)
Addendum No. 1
The Special Provisions, Contract Plans, and Proposal for this project are amended as follows:
SPECIAL PROVISIONS
1. On Page 106, the following is inserted after Line 15:
Measurement
Section 7-02.4 is supplemented with the following:
( )
The length of ductile iron culvert pipe will be the number of linear feet of completed
installation measured along the invert. Pipe placed in excess of the length designated by
the Engineer will not be measured or paid for.
2. On Page 108, the following is inserted after Line 24:
Measurement
Section 7-04.4 is supplemented with the following:
( )
The length of ductile iron storm sewer pipe will be the number of linear feet of completed
installation measured along the invert and will include the length through elbows, tees, and
fittings. The number of linear feet will be measured from the center of manhole to center of
manhole or to the inside face of catch basins and similar type Structures.
3. On Page 138, Lines 6 and 7 are deleted.
4. On Page 139, Lines 1 through 12 are deleted and replaced with the following:
All costs for installing CenturyLink Utility Vaults shall be included in the unit
contract price per linear foot for "Joint Utility Trench Type ".
CONTRACT PLANS
1. Plan sheets 7(SQ1) through 10(SQ4) are revised as shaded and noted on the attached
sheets.
PROPSOSAL
1. On Page 6, the ITEM QUANTITY for Bid Item No. 69 is REVISED.
2. On Page 6, the BID ITEM No. 70 is DELETED.
3. On Page 8, the ITEM QUANTITY for Bid Item No. 102 is REVISED.
4. On Page 8, the ITEM QUANTITY for Bid Item No. 103 is REVISED.
5. On Page 8, the BID ITEM No. 108 is DELETED.
6. On Page 9, the BID ITEM No. 120 is DELETED.
7. On Page 9, the STANDARD ITEM No. for BID ITEM No. 121 is ADDED.
8. On Page 9, the STANDARD ITEM No. for BID ITEM No. 122 is ADDED.
9. On Page 12, the STANDARD ITEM No. for BID ITEM No. 164 is ADDED.
10. On Page 13, the ITEM QUANTITY for Bid Item No. 166 is REVISED.
11. On Page 13, the STANDARD ITEM No. for BID ITEM No. 167 is ADDED.
12. On Page 13, the STANDARD ITEM No. for BID ITEM No. 169 is ADDED.
13. On Page 13, the ITEM QUANTITY for Bid Item No. 170 is REVISED.
14. On Page 13, the BID ITEM No. 171 is ADDED.
15. On Page 13, the BID ITEM No. 172 is ADDED.
16. On Pages 1 through 13, the PROJECT TITLE is REVISED.
ADDENDUM NO. 1
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009/C9623
2
Bidders shall furnish the Secretary of Transportation with evidence of the receipt of this addendum.
This addendum will be incorporated in the contract when awarded and formally executed.
Michael Gribner, P.E.
Regional Administrator
Attachments:
Plan Sheet 7 of 250 (Rev. 12/02/2020)
Plan Sheet 8 of 250 (Rev. 12/02/2020)
Plan Sheet 9 of 250 (Rev. 12/02/2020)
Plan Sheet 10 of 250 (Rev. 12/02/2020)
Proposal pages 1 through 13 (Rev. 12/02/2020)
ADDENDUM NO.1
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009/C9623
3
1 Washington State
2 Department of Transportation
3 Spokane, Washington 99207
4
5
6
7 SR290/BARKER ROAD
8 BNSF GRADE SEPARATION
9 SPOKANE COUNTY - MP 12.5
10 20Z009
11 SPOKANE COUNTY
12
13
14 Notice to All Planholders
15 The Engineer assigned to answer questions regarding these bid documents,
16 show this project to prospective bidders and act as the Contracting Agency's
17 representative who directly supervises the engineering and administration of this
18 project is:
19
20 Mark Allen, P.E.
21 2714 North Mayfair Street
22 Spokane, WA 99207-2050
23 (509) 324-6232
24 WSDOTAllenBidQuestions a(�wsdot.wa.gov
25
26
27 Mike Gribner, P.E.
28 Regional Administrator
29
30
31 As the Engineer in direct responsible charge of developing these contract
32 provisions, I certify these provisions have been developed or incorporated into
33 this project under my supervision or as a result of certified specifications provided
34 by other licensed professionals.
35
36
37
38
39 w7aA o:WA
40 0 irc 1�
41 ~ �o
.10
42 '� 33789' ,k 2020.11.09
43 �F�,STE��9�.4v 13:09:20-08'00'
44 �SSi°NAL 6
45
46
47
48
49
50
51 SR290/BARKER ROAD
52 BNSF GRADE SEPARATION
53 SPOKANE COUNTY—MP 12.5
54 20Z009
1 Utilities and Similar Facilities
2
3 Section 1-07.17 is supplemented with the following:
4
5 (April 2, 2007)
6 Locations and dimensions shown in the Plans for existing facilities are in accordance with
7 available information obtained without uncovering, measuring, or other verification.
8
9 The following addresses and telephone numbers of utility companies known or suspected
10 of having facilities within the project limits are supplied for the Contractor's convenience:
11
12 ***
13 Avista Gas
14 Contact: Jeff James
15 2406 N. Dollar Road MSC-60
16 Spokane, WA 99212
17 0 509.495.8357
18 C 509.703.3058
19 Jeff.James@avistacorp.com
20
21 Avista Power- Distribution
22 Contact: Mike Bosshardt
23 PO Box 3727 MSC-46
24 Spokane, WA 99220
25 1411 E Mission Ave. MSC-)0(
26 Spokane, WA 99202
27 0 509.495.2058
28 C 509.828.7281
29 Mike.Bosshardt@avistacorp.com
30
31 Avista Power-Transmission
32 Contact: Dan Adams
33 PO Box 3727 MSC-46
34 Spokane, WA 99220
35 1411 E Mission Ave. MSC-24
36 Spokane, WA 99202
37 0 509.495.2455
38 C 509.953.5429
39 Dan.Adams@avistacorp.com
40
41 Centurylink
42 C/O Terra Technologies
43 Contact: Chelsea Lloyd
44 C 208.755.3226
45 clloyd@terratechlIc.net
46
47 City of Spokane Valley
48 Contact: Rob Lochmiller
49 10210 E. Sprague Avenue
50 Spokane Valley, WA 99206
51 0 509.720.5010
52 rochmiller@spokanevalley.org
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009 50
1 Comcast
2 Contact: Bryan Richardson
3 1717E Buckeye
4 Spokane, WA 99207
5 0 509.755.4717
6 C 509.370.7389
7 Bryan_richardson@cable.comcast.com
8
9 Consolidated Irrigation District 19
10 Contact: Shane Sheppard
11 120 N Greenacres Road
12 Spokane Valley, WA. 99016
13 O 509.924.3655
14 C 509.924.1855
15 consolidatedirrigation@comcast.net
16
17 Fatbeam
18 Contact: Bruce Hathaway
19 C 208.771.9204
20
21 Inland Power
22 Contact: Cassie Blake
23 (509) 951-0171
24 PO Box A
25 Spokane, WA 99219
26 509.252.4564
27
28 Phillips 66 (Yellowstone Gas Pipeline)
29 RES Agent
30 Contact: Derek Lilleberg
31 2626 Lillian Avenue
32 Billings, MT 59101
33 0 406.255.5708
34 M 406.855.0116
35
36 Pioneer Water
37 Contact: Cassie Blake
38 (509) 951-0171
39
40 Spokane County
41 Wastewater Operations
42 Contact: Louis Graf
43 1116 W. Broadway Avenue
44 Spokane, WA 99260
45 0 509.477.7290
46 Igraf@spokanecounty.org
47
48
49
50
51
52
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009 51
1 Zayo
2 Contact 1: Dean Christensen
3 9515E 1st Street
4 Spokane Valley, Washington 99206
5 O 509.321.9450
6 Dean.christensen@zayo.com
7
8 Contact 2: Michael Miner
9 9515 E 1st Street
10 Spokane Valley, Washington 99206
11 O 509.822.4321
12 Michael.miner@zayo.com
13
14 WSDOT Signals Shop
15 Dave Brinkley
16 3 E Gordon St
17 Spokane WA 99207
18 0 509.323.8475
19 C 509.570.2780
20
21
22
23 (April 2, 2007)
24 Locations and dimensions shown in the Plans for existing facilities are in accordance with
25 available information obtained without uncovering, measuring, or other verification.
26
27 Public and private utilities, or their Contractors, will furnish all work necessary to adjust,
28 relocate, replace, or construct their facilities unless otherwise provided for in the Plans or
29 these Special Provisions. Such adjustment, relocation, replacement, or construction will
30 be done during the prosecution of the work for this project. It is anticipated that utility
31 adjustment, relocation, replacement or construction within the project limits will be
32 completed as follows:
33
34 ***
35 Avista Electrical Transmission and Distribution:
36 Relocation of aboveground utility pole installations on the east and west side of
37 Barker Road
38
39 Distribution - Utility Installation Window
40 Contractor shall provide one, 5 working day Utility Installation Window
41 before the Contractor performs the following work:
42 • places roadway embankment to raise the grade of Barker Road and Private
43 Road
44 • installation of Walls 1 and 2
45
46 Notice of the Utility Installation Window shall be provided to Avista at least 21
47 calendar days in advance.
48
49
50
51
52
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009 52
1 Avista Gas:
2 Relocation of underground gas on Barker Road
3
4 Utility Installation Window
5 Contractor shall provide one, 10 working day Utility Installation Window
6 after the Contractor has placed roadway embankment to subgrade elevation
7 on Barker Road and Private Road.
8
9 Notice of the Utility Installation Window shall be provided to the utility provider
10 at least 21 calendar days in advance.
11
12 CenturvLink:
13 Relocation of existing underground cable and conduit within the BNSF right of way
14 and within the roadway footprint both north and south of the BNSF right of way. This
15 work includes pulling cables within the contractor-installed joint utility trench and
16 bridge-supported conduit.
17
18 Utility Installation Window
19 Contractor shall provide one, 60 working day Utility Installation Window,
20 directly following the completion of the complete pathway of CenturyLink's
21 conduit and vaults for their 48-ct fiber route on Trent Avenue from vault at TR
22 sta. 103+00 to vault at WB Sta. 122+00.
23
24 Contractor shall notify CenturyLink a minimum of 21 calendar days in advance
25 of completion of the complete pathway.
26
27 Contractor must protect CenturyLink existing facilities in BNSF right of way until
28 after the CenturyLink Utility Installation Window work is complete and the
29 contractor is notified their temporary system is active.
30
31 Corncast
32 Relocation of overhead communication facilities onto relocated Avista poles
33
34 Utility Installation Window
35 Contractor shall provide one, 10 working day Utility Installation Window,
36 directly following the Avista Distribution Installation Window, for communication
37 utilities to relocate their facilities from the existing power poles to the new
38 electrical distribution poles and remove the old power poles.
39
40 Notice of the Utility Installation Window shall be provided to the utility providers at
41 least 21 calendar days in advance.
42
43 Inland Power:
44 Installation of new underground electrical service for illumination system. Inland
45 Power will install their conductor-in-conduit (CIC) in the joint utility trench and install
46 a padmount transformer along the north side of Trent Avenue (SR 290). Contractor
47 shall be fully responsible for coordination with Inland Power for the installation of the
48 CIC necessary for the illumination service. This coordination shall include scheduling
49 lead times necessary for Inland Power forces to place the CIC during the"Joint Utility
50 Trench, Type A" construction prior to placement of joint utility trench backfilling
51 materials.
52
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009 53
1 Contractor shall provide Inland Power notice at least 21 calendar days in advance
2 for authorization of site access for installation of their CIC within the joint utility trench.
3 Contractor shall provide one, 10 working-day Utility Installation Window for Inland
4 Power to place their CIC in the joint utility trench, prior to the Contractor placing
5 trench backfill material.
6
7 Contractor shall obtain written approval from Inland Power that they have completed
8 the installation of the CIC prior to the contractor backfilling the joint utility trench.
9
10 Spokane County Public Works:
11 Relocation of existing sanitary sewer manholes in Trent Avenue (SR 290)
12
13 Utility Installation Window
14 Contractor shall provide one, 5 working day Utility Installation Window after
15 the Contractor has placed roadway embankment to subgrade elevation on
16 Trent Avenue (SR 290).
17
18 Zayo
19 Relocation of overhead communication facilities onto relocated Avista poles
20
21 Utility Installation Window
22 Contractor shall provide one, 10 working day Utility Installation Window,
23 directly following the Avista Distribution Installation Window, for communication
24 utilities to relocate their facilities from the existing power poles to the new
25 electrical distribution poles and remove the old power poles.
26
27 Notice of the Utility Installation Window shall be provided to the utility providers
28 at least 21 calendar days in advance.
29 ***
30
31 The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer,
32 all affected Subcontractors, and all utility owners and their Contractors prior to beginning
33 onsite work.
34
35 The following addresses and telephone numbers of utility companies or their Contractors
36 that will be adjusting, relocating, replacing or constructing utilities within the project limits
37 are supplied for the Contractor's use:
38
39
40 Avista Gas
41 Contact: Jeff James
42 2406 N. Dollar Road MSC-60
43 Spokane, WA 99212
44 0 509.495.8357
45 C 509.703.3058
46 Jeff.James@avistacorp.com
47
48
49
50
51
52
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009 54
1 Avista Power - Distribution
2 Contact: Mike Bosshardt
3 PO Box 3727 MSC-46
4 Spokane, WA 99220
5 1411 E Mission Ave. MSC-XX
6 Spokane, WA 99202
7 0 509.495.2058
8 C 509.828.7281
9 Mike.Bosshardt@avistacorp.com
10
11 Avista Power - Transmission
12 Contact: Dan Adams
13 PO Box 3727 MSC-46
14 Spokane, WA 99220
15 1411 E Mission Ave. MSC-24
16 Spokane, WA 99202
17 0 509.495.2455
18 C 509.953.5429
19 Dan.Adams@avistacorp.com
20
21 Centurylink
22 C/O Terra Technologies
23 Contact: Chelsea Lloyd
24 C 208.755.3226
25 clloyd@terratechllc.net
26
27 Comcast
28 Contact: Bryan Richardson
29 1717E Buckeye
30 Spokane, WA 99207
31 0 509.755.4717
32 C 509.370.7389
33 Bryan_richardson@cable.comcast.com
34
35 Fatbeam
36 Contact: Bruce Hathaway
37 C 208.771.9204
38
39 Inland Power
40 Contact: Cassie Blake
41 (509) 951-0171
42 PO Box A
43 Spokane, WA 99219
44 509.252.4564
45
46 Spokane County
47 Wastewater Operations
48 Contact: Louis Graf
49 1116 W. Broadway Avenue
50 Spokane, WA 99260
51 0 509.477.7290
52 Igraf@spokanecounty.org
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009 55
1 Zayo
2 Contact: Dean Christensen
3 9515E 1st Street
4 Spokane Valley, Washington 99206
5 0 509.321.9450
6 Dean.christensen@zavo.com
7
8 Contact: Michael Miner
9 9515E 1st Street
10 Spokane Valley, Washington 99206
11 0 509.822.4321
12 Michael.miner(cr)zavo.com
13 ***
14
1 5 (******)
16 Section 1-07.17 is supplemented with the following:
17
18 Verify Utility
19 Description
20 This work consists of excavating material to expose existing underground utilities(Private
21 or Public), using excavation methods which do not damage the utility such as with
22 hydrovac excavation method, as necessary to verify the type, size, depth and orientation
23 at the location directed by the Contracting Agency, to avoid possible conflicts, when
24 directed by the Contracting Agency. The Contractor is responsible for establishing survey
25 control in order to determine the existing utilities location (horizontally and vertically)
26 relative to proposed improvements.
27
28 The project will require verifications of existing utilities at proposed stormwater pipe
29 crossings. Approximately 17 crossing locations with fiber, gas, water, and other utilities,
30 will require verification. Crossing locations are based on the Contract Plans and shall be
31 provided by the Engineer.
32
33 The verification depth will range from a minimum of 3-ft below existing ground (BEG)to a
34 maximum of 8-ft. BEG.
35
36 The Contractor shall complete this work as soon as possible upon mobilizing to the
37 project, and in advance of any work except traffic control and temporary erosion and
38 sediment control measures, unless otherwise directed by the Contracting Agency. Prior
39 to excavation the Contractor shall request locates (if not completed), or request re-marks
40 if previous locates were disturbed. After verification, the Contractor shall coordinate
41 information with the Engineer within 48 hours of verification.
42
43 Measurement
44 Measurement shall be per each. The Contracting Agency reserves the right to add or
45 remove the number of"Verify Utility" items as needed prior to or during the Work.
46
47
48
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009 56
3/4 27,200 6-3/4
7/8 32,000 7-7/8
1 41,000 9
1-1/4 70,000 11-1/4
1
2
3 The Contractor shall submit items 1 and 2 below to the Engineer for all resin bonded
4 anchor systems. If the resin bonded anchor system and anchor diameter are not listed in
5 the current WSDOT Qualified Products List, the Contractor shall also submit item 3 below
6 to the Engineer.
7
8 For resin bonded anchor systems that are installed in a submerged liquid environment
9 the Contractor shall submit items 1, 2, and 4 below. If the resin bonded anchor system
10 and anchor diameter are not listed in the current WSDOT Qualified Products List, the
11 Contractor shall also submit item 3 below to the Engineer.
12
13 1 The resin manufacturer's written installation procedure for the anchors.
14
15 2. The manufacturer's certificate of compliance for the threaded anchor rod
16 certifying that the anchor rod meets these requirements.
17
18 3. Test results by an independent laboratory certifying that the threaded anchor rod
19 system meets the ultimate anchor tensile load capacity specified in the above
20 table. The tests shall be performed in accordance with ASTM E 488.
21
22 4. For threaded anchors intended to be installed in submerged liquid environments
23 the Contractor shall submit tests performed by an independent laboratory within
24 the past 24 months which certifies that anchors installed in a submerged
25 environment meet the strength requirements specified in the above table.
26
27 (April 6, 2015)
28 Rapid Cure Silicone Sealant
29 Rapid cure silicone sealant shall be Dow Corning 902 RCS Joint Sealant.
30
31 The Contractor shall deliver the joint sealant to the job site in the sealant manufacturer's
32 original sealed container. Each container shall be marked with the sealant manufacturer's
33 name and lot or batch number. Each lot or batch shall be accompanied by the
34 manufacturer's Materials Safety Data Sheet (MSDS), and Manufacturer's Certificate of
35 Compliance, identifying the lot or batch number, and certifying that the materials conform
36 to the properties stated on the product data sheet.
37
38 The backer rod shall be closed cell expanded polyethylene foam as recommended by the
39 sealant manufacturer. The diameter of the backer rod shall be as recommended by the
40 sealant manufacturer for the expansion joint opening at the time of installation.
41
42 Bridge Supported Utilities
43
44 (June 26, 2000)
45 Inserts shall be of the type and model specified in the Plans. Inserts shall be galvanized
46 in accordance with AASHTO M 111.
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009 101
1
2 (September 3, 2019)
3 Hanger rods, and associated nuts and washers, shall conform to Section 9-06.5(1), and
4 shall be galvanized in accordance with ASTM F2329.
5
6 Steel bars and plates shall conform to ASTM A 36 and shall be galvanized in accordance
7 with AASHTO M 111.
8
9 Construction Requirements
10
11 Section 6-02.3 is supplemented with the following:
12
13 Bridge Supported Utilities
14
15 (August 3, 2015)
16 The Contractor shall furnish and install inserts for the bridge utility supports as shown in
17 the Plans. The Contractor shall verify that the hanger rods freely hang plumb in their
18 inserts, and shall make adjustments to the inserts as necessary and as accepted by the
19 Engineer prior to utility installation.
20
21 (June 26, 2000)
22 The Contractor shall furnish and install the bridge utility supports, and the utility pipe or
23 conduit pipe, as shown in the Plans.
24
25 Acceptance of Concrete
26
27 General
28
29 Section 6-02.3(5)A is supplemented with the following:
30
31 The first paragraph of Section 6-02.3(5)A is supplemented with the following:
32
33 (******)
34
35 7. Class 4000 concrete for sidewalks, islands, curbs, curb and gutters, and
36 curb ramps.
37
38 Finishing Concrete Surfaces
39
40 Pigmented Sealer Materials
41
42 Section 6-02.3(14)C is supplemented with the following:
43
44 (April 6, 2009)
45 The color of the pigmented sealer shall be Washington Gray.
46
47 Falsework and Formwork
48
49 Falsework and Formwork at Special Locations
50
51 Section 6-02.3(17)C is supplemented with the following:
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009 102
1
2 (September 3, 2019)
3 The Contractor shall obtain permission from the Railroad Company for the
4 Contractor's falsework openings over railroad tracks. The Contractor shall notify
5 the Railroad Company at least***30***working days prior to erecting falsework
6 over a track, and shall include the dimensions of the opening and the duration
7 of the restricted clearance in the submittal.
8
9 Placing Anchor Bolts
10
11 Section 6-02.3(18) is supplemented with the following:
12
13 (January 3, 2011)
14 Resin Bonded Anchors
15 The embedment depth of the anchors shall be as specified in the Plans. If the
16 embedment depth of the anchor is not specified in the Plans then the embedment
17 depth shall be as specified in the table of minimum and maximum torque below.
18
19 The anchors shall be installed in accordance with the resin manufacturer's written
20 procedure.
21
22 Holes shall be drilled as specified in the Plans. Holes may be drilled with a rotary
23 hammer drill when core drilling is not specified in the Plans. If holes are core drilled,
24 the sides of the holes shall be roughened with a rotary hammer drill after core drilling.
25
26 Holes shall be prepared in accordance with the resin manufacturer's
27 recommendations and shall meet the minimum requirements as specified herein.
28 Holes drilled into concrete shall be thoroughly cleaned of debris, dust, and laitance
29 prior to installing the threaded rod and resin bonding material. Holes shall not have
30 any standing liquid at the time of installation of the threaded anchor rod.
31
32 The anchor nuts shall be tightened to the following torques when the embedment
33 equals or exceeds the minimum embedment specified.
34
35
Anchor Minimum Maximum Minimum
Diameter Torque Torque Embedment
(inch) (ft-Ibs) (ft-lbs) (Inch)
3/8 12 18 3-3/8
1/2 22 35 4-1/2
5/8 55 80 5-5/8
3/4 106 140 6-3/4
7/8 165 190 7-7/8
1 195 225 9
1-1/4 370 525 11-1/4
36
37 When the anchor embedment depth is less than the minimum values specified, the
38 anchor nuts shall be tightened to the torque values specified in the Plans, or as
39 recommended by the resin bonded anchor system manufacturer and approved by
40 the Engineer.
41
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009 103
1 Measurement
2
3 Section 6-02.4 is supplemented with the following:
4
5 (September 8, 2010)
6 ***Superstructure—Barker Road Bridge***contains the following approximate quantities
7 of materials and work:
8
9 *** Conc. Class 4000D 394 CY
10 Conc. Class 4000 188 CY
11 Epoxy-Coated St. Reinf. Bar 119,515 LB
12 St. Reinf. Bar 13,760 LB
13 Elastomeric Bearing Pads 10 EA
14 Elastomeric Girder Stop Pads 20 EA
15 Concrete Inserts for utility hangers 48 EA
16 Bridge Deck Test Slab 3 CY
17 ***
18
19 The quantities are listed only for the convenience of the Contractor in determining the
20 volume of work involved and are not guaranteed to be accurate. The prospective bidders
21 shall verify these quantities before submitting a bid. No adjustments other than for
22 accepted changes will be made in the lump sum Contract price for *** Superstructure —
23 Barker Road Bridge***even though the actual quantities required may deviate from those
24 listed.
25
26 Payment
27
28 Section 6-02.5 is supplemented with the following:
29
30 (June 26, 2000)
31 Bridge Supported Utilities
32 All costs in connection with placing ***conduits***through the superstructure of*** Barker
33 Road Bridge *** as shown in the Plans, including all ***furnishing of conduit pipe and
34 sleeves, fittings, threaded rods, bars and plates, junction boxes, but excluding concrete
35 inserts into the bridge deck; installation of bridge supported utilities and appurtenances
36 ***, shall be included in the *** unit contract price for "Bridge Supported Utilities" .***
37
38 Bridge Railings
39
40 Materials
41
42 Section 6-06.2 is supplemented with the following:
43
44 (******)
45 Bridge Railing Type Snow Fence and Bridge Railing Type Wire Fabric
46 Fence
47 Wire fabric shall be 8 gage diameter, 2 inch square wire mesh conforming to ASTM F
48 2453 Type 2 and galvanized after fabrication in accordance with AASHTO M 111.
49
50 HSS tubes shall conform to ASTM A 500, Grade B.
51
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009 104
1
2 The Contractor shall use fibrous expansion material, full depth of sidewalk, ramp or
3 driveway, in all expansion joints. The on-site inspector shall verify all expansion material
4 prior to pouring concrete.
5
6 Stamping company logos into the concrete is prohibited.
7
8 Measurement
9
10 Section 8-14.4 is supplemented with the following:
11
12 (******)
13 Textured and pigmented cement concrete traffic island will be measured by the square
14 yard of finished surface.
15
16 (******)
17 Cement concrete sidewalk— reinforced, will be measured by the square yard of finished
18 surface.
19
20 Payment
21
22 Section 8-14.5 is supplemented with the following:
23
24 (******)
25 "Textured and Pigmented Cement Concrete Traffic Island", per square yard.
26
27 (******)
28 "Cement Conc. Sidewalk- Reinforced," per square yard.
29
30 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and
31 Electrical
32
33 Description
34
35 Section 8-20.1 is revised to read:
36
37 (******)
38 This Work includes excavating, bedding, and backfilling the joint utility trench and
39 excavation and installation of utility vaults as shown on the Contract Plans. The
40 Contractor is responsible for the installation of all conduits and vaults within the joint utility
41 trench work, unless otherwise noted. The respective utility contractors shall be
42 responsible for providing and installing their respective conductors and pedestals. A
43 summary of the materials to be supplied for installation is contained in the UT Sheets of
44 the Contract Plans.
45
46
47
48
49
50
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009 133
1 Materials
2
3 Section 8-20.2 is supplemented with the following:
4
5 (******)
6 Joint Utility Trench:
7
8 All conduit shall be Schedule 80 unless otherwise noted in the Plans.
9
10 CenturyLink and Inland Power utility vaults and junction boxes shall conform to the details
11 shown in Appendix F.
12
13 Materials shall meet the requirements of the following sections:
14
15 Trench Backfill: Crushed Surfacing Top Course 9-03.9(3)
16 Trench Backfill: Gravel Borrow 9-03.14(1)
17 Sand Bedding 9-03.13(1)
18 Conduit 9-29
19 Steel Casing 9-29.1(7)
20
21 (******)
22 Internally Illuminated Bollard
23 The bollards shall be purchased as a package system through Traffic Sign Solutions Inc.
24 The following shall be included:
25 4 Each - Concourse Flexible Bollard
26 4 Each - Cabex Ducted Foundation
27 4 Each - Global Plus LED Baselight
28
29 The contact information for Traffic Sign Solutions, Inc. is as follows:
30
31 Chris Gannon
32 Suite 305 South Tower
33 5811 Cooney Road
34 Richmond, British Columbia
35 V6X 3M1
36 Phone: (250) 388-5226
37 Fax: (250) 483-6431
38 www.trafficsignsolutions.com
39
40 Conduit, Innerduct, and Outerduct
41
42 Foam Conduit Sealant
43 Section 9-29.1(11) is supplemented with the following:
44
45 (January 7, 2019)
46 The following products are accepted for use as foam conduit sealant:
47
48 • CRC Minimal Expansion Foam (No. 14077)
49 • Polywater FST Foam Duct Sealant
50 • Superior Industries Foam Seal
51 • Todol Duo Fill 400
52
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009 134
1 Junction Boxes, Cable Vaults, and Pull Boxes
2 Section 9-29.2 is supplemented with the following:
3
4 (September 3, 2019)
5 Slip-Resistant Surfacing for Junction Boxes, Cable Vaults, and Pull Boxes
6 Where slip-resistant junction boxes, cable vaults, or pull boxes are required, each
7 box or vault shall have slip-resistant surfacing material applied to the steel lid and
8 frame of the box or vault. Where the exposed portion of the frame is '/2 inch wide or
9 less, slip-resistant surfacing material may be omitted from that portion of the frame.
10
11 Slip-resistant surfacing material shall be identified with a permanent marking on the
12 underside of each box or vault lid where it is applied. The permanent marking shall
13 be formed with a mild steel weld bead, with a line thickness of at least 1/8 inch. The
14 marking shall include a two character identification code for the type of material used
15 and the year of manufacture or application. The following materials are approved for
16 application as slip-resistant material, and shall use the associated identification
17 codes:
18
19 1. Harsco Industrial IKG, Mebac#1 - Steel: M1
20
21 2. W. S. Molnar Co., SlipNOT Grade 3 — Coarse: S3
22
23 3. Thermion, SafTrax TH604 Grade#1 — Coarse: T1
24
25 Light And Signal Standards
26 Section 9-29.6 is supplemented with the following:
27
28 (January 7, 2019)
29 Light Standards with Type 1 Luminaire Arms
30 Lighting standards shall be fabricated in conformance with the methods and
31 materials specified on the pre-approved Plans listed below, provided the following
32 requirements have been satisfied:
33
34 (a) Light source to pole base distance (H1) shall be as noted in the Plans.
35 Verification of H1 distances by the Engineer, prior to fabrication, is not
36 required. Fabrication tolerance shall be ± 6 inches.
37
38 (b) All other requirements of the Special Provisions have been satisfied.
39
40 Pre-Approved Plan Fabricator Mounting Hqt.
41
42 Drawing No. DB01164 Rev. B Valmont Ind. Inc. 30', 35', 40' & 50'
43 Sheets 1, 2, 3, 4 & 5 of 5
44
45 Drawing No. Ameron Pole 20',25',30',35',40',
46 WA15LT3721 Rev. A Prod. Div. 45' & 50'
47 Sheet 1 and 2 of 2
48
49
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009 135
1 Luminaire Fusing and Electrical Connections at Light Standard Bases,
2 Cantilever Bases and Sign Bridge Bases
3 Section 9-29.7 is supplemented with the following:
4
5 (******)
6 Fused Quick-Disconnect Kits
7 Section 9-29.7(2) is revised to read as follows:
8 Fused quick-disconnect kits shall provide waterproof in-line fuse protection. The kit
9 shall provide three cutoff sections on both lines and load side to accommodate
10 various wire sizes. All connections shall be as described in item "1" of 9-29.7(1).
11 Upon disconnect, the fuse shall remain in the load side of the kit.
12
13 Fuses furnished for all lighting circuits shall be capable of handling the operating
14 voltage of the circuit involved and shall have the following characteristics:
15 1. Fuses for LED fixtures shall be sized to fit the fuse containers furnished on the
16 project, according to the manufacturer's recommendations therefore and shall
17 be class CC with a dual element, fiberglass body material, cylindrical body style,
18 non-rejection and non-indicating type.
19 2. Fuses for LED fixtures shall be time delay fuses and rated for 20A at 250VAC.
20 The interrupt rating shall be 10kA at 250 VAC.
21
22 Equipment List And Drawings
23
24 Section 8-20.2(1) is supplemented with the following:
25
26 (March 13, 1995)
27 Pole base to light source distances (H1) for lighting standards with pre-approved
28 plans shall be as noted in the Plans.
29
30 Pole base to light source distances (H1) for lighting standards without pre-approved
31 plans will be furnished by the Engineer as part of the final approved shop drawings,
32 prior to fabrication.
33
34 Construction Requirements
35
36 Section 8-20.3 is supplemented with the following:
37
38 (******)
39 Joint utility trench construction requirements shall conform to Section 7-09.3 and shall be
40 supplemented with the following:
41
42 The depth of the joint trench shall be as shown on the Plans. Deeper excavation shall be
43 required where grade cuts are planned or where existing and proposed utilities require
44 the joint trench to run below them. The Contractor shall maintain the minimum cover
45 depth as shown on the Plans and the required bedding depth above and below the joint
46 trench conduits. If fills are planned for the road reconstruction area, the Contractor shall
47 grade the site as needed to maintain the minimum depth of cover at all times. Care shall
48 be taken to not excavate below the depth required.
49
50 Inland Power will provide and install their conduit and cabling within the contractor-
51 provided joint utility trench. All other conduit located in the joint utility trench shall be
52 provided and installed by the Contractor. Conduit installation shall meet the requirements
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009 136
1 of the individual utility company for which the conduit is being installed, as indicated in
2 Appendix F.
3
4 Contractor shall coordinate with each utility company prior to installing their conduit, per
5 Section 1-07.17.
6
7 Installation of the conduit shall accommodate restrictions noted in the staging plans and
8 Section 1-07.17.
9
10 All conduit runs shall have no more than three 90-degree bends without the insertion of a
11 pull box. A 90-degree bend must be comprised of sweeps with a minimum 3-foot radius.
12
13 Contractor shall install a detectable underground warning tape in trench above each
14 conduit grouping, at a depth of 12-inches below finished grade.
15
16 All utility conduits shall have bedding material placed above and below the conduits as
17 shown on the Plans.
18
19 CenturyLink conduit route options A and B:
20 Prior to joint utility trench installation, the Contractor shall coordinate with CenturyLink
21 and the Engineer to determine if CenturyLink conduit will be installed in Route A or Route
22 B, as shown on the Plans. If right of way restrictions are eliminated prior to Contractor's
23 notice to proceed, the Contractor shall install CenturyLink conduit in the preferred route
24 Option A.
25
26 (******)
27 Internally Illuminated Bollard
28 The Concourse flexible bollard body shall be mounted to Global Plus CAB-EX ducted
29 foundation system as per the manufacturer's instructions. The flexible translucent shell
30 shall be mounted with stainless steel fasteners to the hinged base plate. The removable
31 gear tray shall include the 14 watt LED optical array. Coordinate installation of the bollard
32 foundation with the construction of the traffic islands so that the finished surface of the
33 island serves as the top of the bollard foundation.
34
35 General
36 Section 8-20.3(1) is supplemented with the following:
37
38 (******)
39 Contractor shall provide 72 hours advance written notice, by email or letter, to the
40 Engineer prior to illumination system switch overs.
41
42 Electrical Coordination
43 The Contractor shall coordinate the installation of the electric service with the Electric
44 Utility. The Contractor shall request and pay for an L& I inspection and permit for the
45 service and work. Contractor shall correct any deficiencies noted by the inspection.
46 The City of Spokane Valley will pay for all Electrical Utility connection fees for the
47 electrical service. The Electric Utility will install wire from the distribution line up into
48 the meter, or junction box, depending on the Utility. The Contractor shall supply the
49 City of Spokane Valley a copy of any permits or inspection reports related to new or
50 existing electrical services.
51
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009 137
1 Measurement
2
3 Section 8-20.4 is supplemented with the following:
4
5 (******)
6 Utility Vault 3'x4'x3' - CenturyLink installation shall be measured per each for each vault
7 installed including conduit sweep requirements.
8
9 Joint utility trench shall be measured per linear foot of trench excavated and backfilled.
10 Measurement shall be along the centerline of the trench.
11
12 The illumination conduit, communication conduit for WSDOT ITS services, pull tape,
13 junction boxes, and detectable underground warning tape shall be included in and
14 measured per the Illumination System lump sum Bid item.
15
16 Payment
17
18 Section 8-20.5 is supplemented with the following:
19
20 (******)
21 "Illumination System", lump sum.
22 The lump sum contract price for "Illumination System" shall be full payment for all costs
23 to perform the Work as specified and shown in the Plans, including removal of specified
24 existing system items, modifying specified existing system items, installing and testing all
25 materials and equipment necessary to complete the illumination system, ITS equipment,
26 and coordination with the serving utility.
27
28 (******)
29 "Joint Utility Trench Type ", per linear foot.
30
31 The unit Contract price per linear foot for"Joint Utility Trench Type " shall be full pay
32 for equipment, materials and labor required for excavation, bedding, backfill, casing,
33 detectable underground warning tape, haul and disposal of excess excavated materials,
34 coordination with utility companies, restoration of native vegetation disturbed by the
35 operations, chipping of pavement, and installing junction boxes with fittings in the
36 approximate locations as shown on the plans.
37
38 The unit Contract price per linear foot for"Joint Utility Trench Type A" shall also be full pay
39 for the 3-inch sweeps for the Inland Power conduit, at the transformer pad as shown in
40 the appendices. Contractor shall be fully responsible for coordination with Inland Power
41 for the installation of the CIC necessary for the illumination service. This coordination
42 shall include scheduling lead times necessary for Inland Power forces to place the CIC
43 during the "Joint Utility Trench, Type A" construction prior to placement of backfilling
44 materials. Additionally, trenching from the junction box located at WB 118+33.79, 99.57'
45 LT to the power pole located at WB 118+80.18, 110.38' LT shall be incidental to "Joint
46 Utility Trench, Type A" payment. This trenching from the junction box to the power pole
47 will include equipment, materials and labor required for excavation, bedding and backfill
48 of the trench, haul and disposal of excess excavated materials, coordination with Inland
49 Power for the installation of the CIC, detectable warning tape, backfilling and restoration
50 of native vegetation disturbed by the operations, preformed in accordance with the Inland
51 Power buried power trench requirements included in the appendices.
52
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009 138
1 "Utility Vault 3'x4'x3' - CenturyLink", per each.
2
3 The unit Contract price per each for "Utility Vault 3'x4'x3' - CenturyLink" shall be full pay
4 for equipment, materials and labor required for excavation, bedding, backfill, vault, haul
5 and disposal of excess excavated materials, coordination with utility companies, and
6 restoration of native vegetation disturbed by the operations, as shown on the plans.
7
8 All costs for installing conduit sweeps to Inland Power transformer pad shall be included
9 in the Contract price for the "Conduit Pipe In. Diam.".
10
11 Pull tape and detectable underground warning tape shall be included in the unit contract
12 price per linear foot for"Conduit Pipe In. Diam." unless otherwise noted.
13
14 The illumination conduit and communication conduit for WSDOT ITS services shall be
15 included in the Illumination System lump sum cost.
16
17 Permanent Signing
18
19 Materials
20
21 Roadside Sign Structures
22 Section 9-06.16 is supplemented with the following:
23
24 (January 3, 2011)
25 Perforated Steel Square Sign Post System
26 Where noted in the Plans, steel sign post systems shall be square, pre-punched
27 galvanized steel tubing, that are NCHRP 350 Test Level 3 Certified and FHWA
28 approved. The steel sign post system shall include all anchor sleeves, and other
29 hardware required for a complete sign installation.
30
31 System Acceptance
32 Systems listed in the current QPL will be accepted per the QPL approval code.
33 Systems not listed in the QPL will be accepted based on a Supplier's Certificate of
34 Compliance. The Supplier's Certificate of Compliance will be a contract specific letter
35 from the supplier stating the system is NCHRP 350 Test Level 3 compliant.
36
37 (******)
38 U-channel sign posts and bases shall be installed per Spokane Valley Standard Plan
39 R-140 for all signs located on Barker Road.
40
41 Hardware
42 Section 9-28.11 is supplemented with the following:
43
44 (August 3, 2015)
45 Locknuts shown in the Plans specifying a locknut or locknut with nylon insert shall
46 conform to one of the following:
47
48 1. ANCO Pin Locknut, with stainless steel locking pin, as manufactured by
49 Lok-Mor, Inc.
50
51 2. Tri-lock Locknut, as manufactured by Lok-Mor, Inc.
52
SR290/BARKER ROAD
BNSF GRADE SEPARATION
SPOKANE COUNTY-MP 12.5
20Z009 139
APPENDIX F:
Private Utility Standards
RG 29-0160
,� 08-2011
CenturyLink-
CENTURYLINK
STRUCTURAL SPECIFICATIONS
NAME OF DEVELOPMENT
WIRE CENTER CLLI CODE
ADDRESS OF DEVELOPMENT
JOB NUMBER
CITY, STATE
CENTURYLINK ENGINEERING REPRESENTATIVE Mark Welch 509-703-2705
(NAME) (TELEPHONE)
1. CONDUIT:
Compliance
A. Entrance Conduit: No. of Conduits Size Type N/A ❑ Yes ❑ No ❑
B. Distribution Conduit: No. of Conduits Size Type N/A ❑ Yes ❑ No ❑
C. All conduits will be equipped with 200 lb. test pull tape calibrated in feet. N/A❑ Yes ❑ No ❑
Conduit Length
D. All conduit bends are to be steel sweeps or no less than PVC Schedule-40, fully
encased. Long radius sweeps are required in main trench sections. Standard
radius sweeps may be used at closure locations. The conduit must be accessible
and sealed to keep water and debris out prior to cable placement. N/A El Yes ❑ No ❑
E. All conduit runs are designed on the basis that each separate run will have no
more than three (3) 90 degree bends without the insertion of a CenturyLink
approved pull box. 90 degree bends must be sweeps with a minimum three(3)ft
radius. N/A ❑ Yes ❑ No ❑
F. Use only rigid, watertight conduit in floor slabs. N/A ❑ Yes ❑ No ❑
G. No exposed cable runs which exceed fifty(50)feet will be permitted inside of any
building without the use of threaded rigid or intermediate metallic conduit, in
accordance with the National Electric Code, Section 800.48, FPN No. 3: Point of
Entrance, defined in Section 800.2. N/A ❑ Yes ❑ No ❑
H. All underground conduits will be PVC Schedule-40 or better unless specified
otherwise by CenturyLink. If steel or iron pipe is used between the building and the
property line, the pipe must be kept free from contact with any reinforcing steel or
other conductors within the building foundation wall. N/A ❑ Yes ❑ No ❑
I. Conduit(s)will be furnished, installed, and maintained by the Applicant/Property
Owner. N/A ❑ Yes ❑ No ❑
J. Conduits(s) placed in the same trench with power supply conductors/conduits must
be separated by a minimum of twelve (12) inches of compacted soil or three (3)
inches of concrete encasement and have minimum depth of cover of not less than
twenty four(24) inches on private property and thirty six(36) inches of cover at the
property line. N/A ❑ Yes ❑ No ❑
K. Condulets, LB fittings, water/gas pipe, flex conduit or plumbing fittings are not
acceptable for CenturyLink. N/A ❑ Yes ❑ No El
L. Conduit(s)terminating at a utility pole must be attached to the pole and extend to
a minimum height of twelve (12) inches Above Finished Grade (AFG). N/A ❑ Yes ❑ No ❑
M. Weather heads are to be placed at a height of twenty(20)feet AFG and must
maintain a minimum clearance of twelve (12) inches from any foreign power
supply source. N/A ❑ Yes ❑ No ❑
1
RG 29-0160
08-2011
CenturyLink-
BACKBOARD:
Compliance
A. Number of backboards required: N/A ❑ Yes ❑ No ❑
B. Size: Width_X Height_X 3/4 inch thick. N/A❑ Yes ❑ No ❑
C. Backboards shall be fire rated or painted with fire-retarding paint. N/A ❑ Yes ❑ No ❑
D. Conduit(s) shall be terminated feet above the floor and/or feet below
the ceiling at backboard location. N/A ❑ Yes ❑ No ❑
2. GROUNDING:
Compliance
A. Applicant/Property Owner shall provide a#6 AWG insulated, stranded or solid
copper(CenturyLink recommends solid), ground wire from the CenturyLink
backboard(s) connected to the Building Common Grounding Electrode System per
Section 250 and Section 800.100 of the National Electrical Code (NEC). The ground
wire shall have 6 spare feet at the end so that CenturyLink can extend it to its
terminal. N/A ❑ Yes ❑ No ❑
B. A bonding bar that is connected to the Building Common Grounding Electrode
System per Section 250 and Section 800.100 of the National Electrical Code (NEC)
may be provided as an option to the above requirement(A). When a bonding bar is
used, CenturyLink requires 6 feet of#6 AWG ground wire to extend to its terminal. N/A ❑ Yes ❑ No ❑
C. The insulation of the wire must be green (or olive green or green with a yellow
stripe) in color per NEC section 250.119. Insulation types accepted by CenturyLink
are THHN, THWN, THW, RHW, RHH, or XHHW. N/A ❑ Yes ❑ No ❑
D. The 6ft hand coil of spare ground wire should be placed at the end of the building
entrance conduit. N/A ❑ Yes ❑ No ❑
E The permanent ground must be in place before CenturyLink begins splicing
activities. N/A ❑ Yes ❑ No ❑
3. TELEPHONE SERVICE CABINETS:
Compliance
A. Cabinet(s) provided by the Applicant/Property Owner shall be NEMA-3R rated,
CenturyLink approved, and equipped with full-sized hinged cover with an adequate
weather resistant gasket ring. N/A ❑ Yes ❑ No ❑
B. Inside rear panel must be equipped with 3/4 inch thick plywood backboard. N/A ❑ Yes ❑ No ❑
C. Cabinet(s) shall be mounted and centered at a height of fifty-two(52) inches AFG. N/A ❑ Yes ❑ No ❑
D. Minimum twelve (12) inch radial clearance from any foreign power
supply/source/equipment is required. N/A LI Yes ❑ No ❑
E. Minimum of thirty-six(36) inch clear space shall be maintained to the front of the
cabinet for safe worker access, in accordance with the National Electric Code,
Section 110-34, Table 110-34(a). N/A ❑ Yes ❑ No ❑
4. SPLICE VAULTS/MAINTENANCE HOLES:
Compliance
A. All splice vaults& maintenance holes are to be equipped with ladders and cable
racking materials, as may be appropriate for the specified size and intended usage.
All ladder and cable racking materials as well as layout shall be approved by
CenturyLink. N/A ❑ Yes ❑ No ❑
B. See print for location(s) and attachment for size and specifications. N/A LI Yes ❑ No ❑
2
Project Number.20Z009 Washington State Department Page 1
Contractor Name:Max J.Kuney Company of Transportation Date: 11/23/2020
Bid Opening Date:01/13/2021
Washington State Department of Transportation
Letting ID: 01132021
01/13/2021 11 : 00: 59 AM
Contract ID: 20Z009
Call: 006
Errors:No Check:DFC00932D6
Page 1 Amendment Count:6
Letting of 01/13/2021 WSDOT Detailed Bid Report
Vendor 1 of 5: MAX J. KUNEY COMPANY (462000)
Call Order 006 (Proposal: 20Z009)
Bid Information
Proposal County: Spokane Bid Checksum: DFC00932D6
Vendor Address: PO BOX 4008 Bid Total: $11,637,134.00
SPOKANE,WA,992200008 Items Total: $11,637,134.00
Signature Check: DANIEL ROBERT KUNEY Time Total: $0.00
Time Bid Received: January 13,2021 11:00 AM
Amendment Count: 6
Bidding Errors:
None.
WSDOT Page 2 of 11
Letting of 01/13/2021 WSDOT Detailed Bid Report
Vendor 1 of 5: MAX J. KUNEY COMPANY (462000)
Call Order 006 (Proposal: 20Z009)
Bid Bond Information
Projects: Bond Maximum:
Counties: State of Incorporation: MA
Bond ID: FHBD-LJ4 -LSUW-14UQ Agency Execution Date: 1/13/2021
Paid by Check: No Surety Name: SuretyWave
Bond Percent: 5% Bond Agency Name: Liberty Mutual Insurance
Company
WSDOT Page 3 of 11
Project Number.20Z009 Washington State Department Page 2
Contractor Name:Max J.Kuney Company of Transportation Date: 11/23/2020
Bid Opening Date:01/13/2021
Line Number Item Number Quantity Unit Unit Price Extension Price
Section Al
PREPARATION
1 0001 1.000 LUMP SUM $1,160,000.000 $1,160,000.00
0
MOBILIZATION
2 0025 16.900 ACRE $12,000.0000 $202,800.00
CLEARING AND GRUBBING
3 0049 3.000 EACH $700.0000 $2,100.00
REMOVING DRAINAGE STRUCTURE
4 0050 1.000 LUMP SUM $10,000.0000 $10,000.00
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
5 0258 1.000 ESTIMATED $1,000.0000 $1,000.00
REMOVING SIGN STRUCTURE SHAFT OBSTRUCTIONS
6 0090 133.000 SQ. YD. $5.0000 $665.00
REMOVING CEMENT CONC. PAVEMENT
7 0100 207.000 SQ. YD. $5.0000 $1,035.00
REMOVING CEMENT CONC. SIDEWALK
8 0108 353.000 LIN. FT. $3.0000 $1,059.00
REMOVING CEMENT CONC. CURB AND GUTTER
9 0120 28740.000 SQ. YD. $10.0000 $287,400.00
REMOVING ASPHALT CONC. PAVEMENT
10 0170 984.000 LIN. FT. $5.0000 $4,920.00
REMOVING GUARDRAIL
11 0182 12.000 EACH $200.0000 $2,400.00
REMOVING GUARDRAIL ANCHOR
12 0187 1560.000 LIN. FT. $1.2500 $1,950.00
REMOVING PAINT LINE
13 0215 1.000 LUMP SUM $50,000.0000 $50,000.00
REMOVING MISCELLANEOUS TRAFFIC ITEM
14 0220 1100.000 LIN. FT. $3.0000 $3,300.00
REMOVING CHAIN LINK FENCE
15 222.000 LIN. FT. $8.0000 $1,776.00
REMOVING CULVERT
16 0310 18690.000 CU. YD. $2.0000 $37,380.00
ROADWAY EXCAVATION INCL. HAUL
17 0370 1200.000 LIN. FT. $50.0000 $60,000.00
CONTROLLED BLASTING OF ROCK FACE
18 0405 123710.000 CO. YD. $10.2000 $1,261,842.00
COMMON BORROW INCL. HAUL
19 0470 126340.000 CU. YD. $4.0000 $505,360.00
EMBANKMENT COMPACTION
20 3240.000 CU. YD. $10.0000 $32,400.00
AGGREGATE FOR GRAVEL BORROW FOR PONDS INCL. HAUL
21 1030 4440.000 CU. YD. $6.0000 $26,640.00
Errors:No Check: DFC00932D6
Page 2 Amendment Count:6
Project Number.20Z009 Washington State Department Page 3
Contractor Name: Max 1.Kuney Company of Transportation Date: 11/23/2020
Bid Opening Date:01/13/2021
DITCH EXCAVATION INCL. HAUL
22 1054 3.000 EACH $3,200.0000 $9,600.00
GRATE INLET TYPE 2
23 1065 335.000 LIN. FT. $35.0000 $11,725.00
CEMENT CONC. GUTTER .
24 1085 386.000 CU. YD. $78.0000 $30,108.00
QUARRY SPALLS
25 1160 623.000 LIN. FT. $5.5000 $3,426.50
UNDERDRAIN PIPE 6 IN. DIAM.
26 1180 10.000 LIN. FT. $115.0000 $1,150.00
SCHEDULE A CULV. PIPE 12 IN. DIAM.
27 1182 172.000 LIN. FT. $45.0000 $7,740.00
SCHEDULE A CULV. PIPE 18 IN. DIAM.
28 1062 4.000 EACH $4,000.0000 $16,000.00
PRECAST CONCRETE DRYWELL
29 256.000 LIN. FT. $100.0000 $25,600.00
DUCTILE IRON CULV. PIPE 18 IN. DIAM.
30 362.000 LIN. FT. $130.0000 $47,060.00
DUCTILE IRON CULV. PIPE 24 IN. DIAM
31 3091 25.000 EACH $2,200.0000 $55,000.00
CATCH BASIN TYPE 1
32 8.000 EACH $75.0000 $600.00
CURB INLET TYPE 1
33 7.000 EACH $1,200.0000 $8,400.00
CURB INLET TYPE 2
34 3105 2.000 EACH $3,200.0000 $6,400.00
CATCH BASIN TYPE 2 48 IN. DIAM.
35 3151 1950.000 LIN. FT. $9.0000 $17,550.00
TESTING STORM SEWER PIPE
36 3541 • 923.000 LIN. FT. - •
• $30.0000 $27,690.00 -
SCHEDULE A STORM SEWER PIPE 12 IN. DIAM.
37 221.000 LIN. FT. $65.0000 $14,365.00
DUCTILE IRON STORM SEWER PIPE 12 IN. DIAM
38 3577 678.000 LIN. FT. $35.0000 $23,730.00
SOLID WALL PVC STORM SEWER PIPE 12 IN. DIAN.
39 3603 128.000 LIN. FT. $40.0000 $5,120.00
CORRUGATED POLYETHYLENE STORM SEWER PIPE 15 IN. DIAM.
40 7554 684.000 SQ. YD. $1.5000 $1,026.00
CONSTRUCTION GEOTEXTILE FOR PERMANENT EROSION CONTROL
41 6165 1.000 EACH $4,500.0000 $4,500.00
GATE VALVE 12 IN.
42 3869 534.000 LIN. FT. $100.0000 $53,400.00
DUCTILE IRON PIPE FOR WATER MAIN 12 IN. DIAM.
43 7800 0.010 EACH $0.0000 $0.00
Errors:No Check:DFC00932D6
Page 3 Amendment Count:6
Project Number.20Z009 Washington State Department Page 4
Contractor Name:Max J.Kuney Company of Transportation Date: 11/23/2020
Bid Opening Date:01/13/2021
DELETED ITEM
44 90.000 LIN. FT. $225.0000 $20,250.00
STEEL CASING 24 IN. DIAM
45 7007 1200.000 SQ. FT. $1.0000 $1,200.00
SHORING OR EXTRA EXCAVATION TRENCH
46 1.000 LUMP SUM $60,000.0000 $80,000.00
PRV VAULT COMPLETE
47 200.000 LIN. FT. $25.0000 $5,000.00
WELL DECOMMISSIONING
48 20.000 LIN. FT. $250.0000 $5,000.00
RESOURCE WELL EXTENSION
49 4006 1502.000 CU. YD. $8.0000 $12,016.00
STRUCTURE EXCAVATION CLASS A INCL. HAUL
50 4013 1.000 LUMP SUM $90,000.0000 $90,000.00
SHORING OR EXTRA EXCAVATION CL. A
51 4025 1668.000 CU. YD. $20.0000 $33,360.00
GRAVEL BACKFILL FOR WALL
52 4149 100550.000 POUND $1.1500 $115,632.50
ST. REINF. BAR FOR BRIDGE
53 4150 48060.000 POUND $1.4000 $67,284.00
ST. REINF. BAR FOR RETAINING WALL
54 4322 522.000 CU. YD. $800.0000 $417,600.00
CONC. CLASS 4000 FOR BRIDGE
55 4139 727.000 CU. YD. $820.0000 $596,140.00
CONC. CLASS 4000 FOR RETAINING WALL
56 1.000 LUMP SUM $118,000.0000 $118,000.00
BRIDGE SUPPORTED UTILITIES
57 4410 601.000 LIN. FT. $310.0000 $186,310.00
BRIDGE RAILING TYPE - WIRE FENCE FABRIC
58- 4410 • 288:000 LIN. FT. $150.0000 • •$43,200.00
BRIDGE RAILING TYPE - PEDESTRIAN
59 4415 301.000 LIN. FT. $140.0000 $42,140.00
TRAFFIC BARRIER
60 4117 301.000 LIN. FT. $140.0000 $42,140.00
PEDESTRIAN BARRIER
61 4269 1147.000 LIN. FT. $500.0000 $573,500.00
PRESTRESSED CONC. GIRDER - WF58G
62 5656 345.000 SQ. YD. $255.0000 $87, 975.00
BRIDGE APPROACH SLAB
63 4300 1.000 LUMP SUM $838,383.0000 $838,383.00
SUPERSTRUCTURE - BARKER ROAD BRIDGE
64 5100 23260.000 TON $25.0000 $581,500.00
CRUSHED SURFACING BASE COURSE
65 5120 1590.000 TON $90.0000 $143,100.00
Errors:No Check:DFC00932D6
Page 4 Amendment Count:6
Project Number.20Z009 Washington State Department Page 5
Contractor Name:Max J.Kuney Company of Transportation Date:11/23/2020
Bid Opening Date:01/13/2021
CRUSHED SURFACING TOP COURSE
66 763.000 SQ. YD. $94.0000 $71,722.00
TEXTURED AND PIGMENTED CEMENT CONC. TRUCK APRON
67 1984.000 SQ. YD. $94.0000 $186,496.00
TEXTURED AND PIGMENTED CEMENT CONC. TRAFFIC ISLAND
68 5711 980.000 SQ. YD. $6.0000 $5,880.00
PLANING BITUMINOUS PAVEMENT
69 5766 10420.000 TON $80.0000 $833,600.00
HMA CL. 3/8 IN. PG 64H-28
70 7800 0.010 EACH $0.0000 $0.00
DELETED ITEM
71 5767 980.000 TON $82.0000 $80,360.00
HMA CL. 1/2 IN. PG 64H-28
72 5830 1.000 CALCULATED $8,450.0000 $8,450.00
JOB MIX COMPLIANCE PRICE ADJUSTMENT
73 5835 1.000 CALCULATED $4,200.0000 $4,200.00
COMPACTION PRICE ADJUSTMENT
74 5837 1.000 CALCULATED $30,000.0000 $30,000.00
ASPHALT COST PRICE ADJUSTMENT
75 5872 300.000 TON $125.0000 $37,500.00
HMA FOR APPROACH CL. 3/8 IN. PG 64H -28
76 6511 2150.000 LIN. FT. $20.0000 $43,000.00
HMA SAWCUT AND SEAL
77 6516 1.000 CALCULATED ($1.0000) ($1.00)
CYCLIC DENSITY PRICE ADJUSTMENT
78 3400.000 LIN. FT. $2.0000 $6,800.00
JOINT ADHESIVE FOR BITUMINOUS PAVEMENT
79 6630 2480.000 LIN. FT. $5.0000 $12,400.00
HIGH VISIBILITY FENCE
80 •6635 6988.000 LIN. FT. • $5.0000 $34,940.00 •
HIGH VISIBILITY SILT FENCE
81 6606 1.000 ESTIMATED $25,000.0000 $25,000.00
PLANT ESTABLISHMENT - SECOND YEAR
82 6403 40.000 DAY $75.0000 $3,000.00
ESC LEAD
83 6471 36.000 EACH $75.0000 $2,700.00
INLET PROTECTION
84 6468 528.000 SQ. YD. $15.0000 $7, 920.00
STABILIZED CONSTRUCTION ENTRANCE
85 6373 1680.000 LIN. FT. $5.0000 $8,400.00
SILT FENCE
86 6490 1.000 ESTIMATED $40,000.0000 $40,000.00
EROSION/WATER POLLUTION CONTROL
87 6414 5.810 ACRE $4,000.0000 $23,240.00
Errors:No Check: DFC00932D6
Page 5 Amendment Count:6
Project Number.20Z009 Washington State Department Page 6
Contractor Name:Max J.Kuney Company of Transportation Date:11/23/2020
Bid Opening Date:01/13/2021
SEEDING, FERTILIZING, AND MULCHING
88 970.000 SQ. YD. $10.0000 $9,700.00
WEED BARRIER
89 960.000 CU. YD. $45.0000 $43,200.00
BIO-INFILTRATION TREATMENT SOIL MIX
90 767.000 CU. YD. $50.0000 $38,350.00
COSV BIO-INFILTRATION TREATMENT SOIL MIX
91 6698 5.000 EACH $175.0000 $875.00
ROUNDABOUT SPLITTER ISLAND NOSING CURB
92 6699 4155.000 LIN. FT. $13.0000 $54,015.00
ROUNDABOUT CEMENT CONCRETE CURB AND GUTTER
93 6700 3044.000 LIN. FT. $15.0000 $45,660.00
CEMENT CONC. TRAFFIC CURB AND GUTTER
94 6708 239.000 LIN. FT. $80.0000 $19,120.00
ROUNDABOUT CENTRAL ISLAND CEMENT CONCRETE CURB
95 6709 358.000 LIN. FT. $25.0000 $8,950.00
ROUNDABOUT TRUCK APRON CEM. CONC. CURB AND GUTTER
96 6707 218.000 LIN. FT. $20.0000 $4,360.00
CEMENT CONC. PEDESTRIAN CURB
97 6727 286.000 LIN. FT. $22.0000 $6,292.00
EXTRUDED CURB
98 6757 1577.000 LIN. FT. $23.0000 $36,271.00
BEAM GUARDRAIL TYPE 31
99 6760 4.000 EACH $2,000.0000 $8,000.00
BEAM GUARDRAIL TRANSITION SECTION TYPE 24
100 6719 5.000 EACH $3,500.0000 $17,500.00
BEAM GUARDRAIL TYPE 31 NON-FLARED TERMINAL
101 6766 6.000 EACH $1,000.0000 $6,000.00
BEAM GUARDRAIL ANCHOR TYPE 10
102 • 53.000 EACH $90.0000 $4,770.00
TUBULAR MARKER
103 6832 126.000 EACH $35.0000 $4,410.00
FLEXIBLE GUIDE POST
104 6807 5651.000 LIN. FT. $3.0000 $16,953.00
PLASTIC LINE
105 6813 11691.000 LIN. FT. $4.0000 $46,764.00
GROOVED PLASTIC LINE
106 6833 8.000 EACH $150.0000 $1,200.00
PLASTIC TRAFFIC ARROW
107 2130.000 LIN. FT. $8.0000 $17,040.00
GROOVED PLASTIC WIDE LANE LINE
108 7800 0.010 EACH $0.000D $0.00
DELETED ITEM
109 169.000 SQ. FT. $17.0000 $2,873.00
Errors:No Check:DFC00932D6
Page 6 Amendment Count 6
Project Number.20Z009 Washington State Department Page 7
Contractor Name:Max J.Kuney Company of Transportation Date:11/23/2020
Bid Opening Date:01/13/2021
GROOVED PLASTIC WIDE DOTTED ENTRY LINE
110 512.000 SQ. FT. $17.0000 $8,704.00
GROOVED PLASTIC CROSSWALK LINE
111 26.000 EACH $150.0000 $3,900.00
GROOOVED PLASTIC YIELD LINE SYMBOL
112 12.000 EACH $800.0000 $9,600.00
GROOVED PLASTIC TRAFFIC ARROW
113 6890 1.000 LUMP SUM $80,000.0000 $80,000.00
PERMANENT SIGNING
114 6898 1.000 LUMP SUM $92,000.0000 $92,000.00
CANTILEVER SIGN STRUCTURE NO. 1
115 6898 1.000 LUMP SUM $95,000.0000 $95,000.00
CANTILEVER SIGN STRUCTURE NO. 2
116 6898 1.000 LUMP SUM $95,000.0000 $95,000.00
CANTILEVER SIGN STRUCTURE NO. 3
117 6904 1.000 LUMP SUM $340,000.0000 $340,000.00
ILLUMINATION SYSTEM
118 1388.000 LIN. FT. $20.0000 $27,760.00
JOINT UTILITY TRENCH TYPE A
119 874.000 LIN. FT. $20.0000 $17,480.00
JOINT UTILITY TRENCH TYPE B
120 7800 0.010 EACH $0.0000 $0.00
DELETED ITEM
121 7800 0.010 EACH $0.0000 $0.00
DELETED ITEM
122 6949 5372.000 LIN. FT. $13.0000 $69,836.00
CONDUIT PIPE 4 IN. DIAM.
123 77.000 DAY $65.0000 $5,005.00
PORTABLE CHANGEABLE MESSAGE SIGN
124 6971 1.000 LUMP SUM $100,000.0000 • $100,000.00
PROJECT TEMPORARY TRAFFIC CONTROL
125 6982 1274.000 SQ. FT. $20.0000 $25,480.00
CONSTRUCTION SIGNS CLASS A
126 9004 1.000 CALCULATED $900.0000 $900.00
PROJECT PARTNERING
127 6997 1.000 LUMP SUM $10,000.0000 $10,000.00
MIN BID REQ - TYPE B PROGRESS SCHEDULE
128 7006 1437.000 CU. YD. $6.0000 $8, 622.00
STRUCTURE EXCAVATION CLASS B INCL. HAUL
129 7008 3605.000 SQ. FT. $0.2000 $721.00
SHORING OR EXTRA EXCAVATION CLASS B
130 7017 888.000 CU. YD. $9.0000 $7,992.00
GRAVEL BACKFILL FOR PIPE ZONE BEDDING
131 7014 30.000 CU. YD. $80.0000 $2,400.00
Errors:No Check:DFC00932D6
Page 7 Amendment Count:6
Project Number.20Z009 Washington State Department Page 8
Contractor Name:Max J.Kuney Company of Transportation Date: 11/23/2020
Bid Opening Date:01/13/2021
GRAVEL BACKFILL FOR DRAIN
132 7015 5.000 CU. YD. $180.0000 $900.00
CONTROLLED DENSITY FILL
133' 7018 125.000 M GALLON $125.0000 $15,625.00
WATER
134 7029 2.000 EACH $150.0000 $300.00
PLUGGING EXISTING PIPE
135 7037 1.000 LUMP SUM $25,000.0000 $25,000.00
STRUCTURE SURVEYING
136 7038 1.000 LUMP SUM $45,000.0000 $45,000.00
ROADWAY SURVEYING
137 7042 1.000 LUMP SUM $7,800.0000 $7,800.00
ADA FEATURES SURVEYING
138 7041 25.000 EACH $725.0000 $18,125.00
BOLLARD TYPE 2
139 7045 1.000 EACH $625.0000 $625.00
MONUMENT CASE AND COVER
140 7055 731.000 SQ. YD. $45.0000 $32,895.00
CEMENT CONC. SIDEWALK
141 86.000 SQ. YD. $58.0000 $4,988.00
CEMENT CONC. SIDEWALK (REINFORCED)
142 7059 514.000 SQ. YD. $65.0000 $33,410.00
CEMENT CONC. DRIVEWAY ENTRANCE TYPE R-110
143 7059 70.000 SQ. YD. $50.0000 $3,500.00
CEMENT CONC. DRIVEWAY ENTRANCE TYPE R-111
144 7058 6.000 EACH $2,000.0000 $12,000.00
CEMENT CONC. CURB RAMP TYPE COMBINATION
145 7058 2.000 EACH $2,000.0000 $4,000.00
CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION
146 7054 192.000 SQ. FT. • $20.0000 $3,840.00 - •
DETECTABLE WARNING SURFACE
147 7080 670.000 LIN. FT. $135.0000 $90,450.00
CABLE FENCE
148 7085 40.000 LIN. FT. $80.0000 $3,200.00
COATED CHAIN LINK FENCE TYPE 3 •
149 144.000 LIN. FT. $25.0000 $3,600.00
TEMPORARY CHAIN LINK FENCE TYPE 3
150 7098 3.000 EACH $750.0000 $2,250.00
COATED END, GATE, CORNER, PULLPOST FOR CHAIN LINK FENCE
151 7103 1.000 EACH $3,800.0000 $3,800.00
DOUBLE 14 FT. COATED CHAIN LINK GATE
152 3.000 EACH $12,000.0000 $36,000.00
DOUBLE 20 FT. BNSF PIPE GATE
153 239.000 SQ. FT. $40.0000 $9,560.00
Errors:No Check:DFC00932D6
Page 8 Amendment Count:6
Project Number.20Z009 Washington State Department Page 9
Contractor Name:Max J.Kuney Company of Transportation Date:11/23/2020 -
Bid Opening Date:01/13/2021
LANDSCAPE BLOCK WALL
154 3080 5.000 EACH $600.0000 $3,000.00
ADJUST MANHOLE
155 6.000 EACH $800.0000 $4,800.00
ADJUST EXISTING WATER VALVE
156 1.000 EACH $750.0000 $750.00
ADJUST EXISTING GAS VALVE
157 1.000 EACH $400.0000 $400.00
ADJUST METER BOX
158 17.000 EACH $500.0000 $8,500.00
VERIFY UTILITY
159 7480 1.000 ESTIMATED $5,000.0000 $5,000.00
ROADSIDE CLEANUP
160 7728 1.000 CALCULATED ($1.0000) ($1.00)
MINOR CHANGE
161 7732 1.000 CALCULATED ($1.0000) ($1.00)
AGGREGATE COMPLIANCE PRICE ADJUSTMENT
162 7736 1.000 LUMP SUM $7,500.0000 $7,500.00
SPCC PLAN
163 7562 3.000 EACH $400.0000 $1,200.00
MAILBOX SUPPORT TYPE 1
164 7562 1.000 EACH $625.0000 $625.00
MAILBOX SUPPORT TYPE 2
165 1945 1198.000 LIN. FT. $125.0000 $149,750.00
PEDESTRIAN HANDRAIL
166 7400 400.000 HOUR $1.0000 $400.00
TRAINING
167 7731 1.000 CALCULATED $50,000.0000 $50,000.00
STEEL COST ADJUSTMENT
168 7725 • 1.000 ESTIMATED • $5.0000 $5.00
REIMBURSEMENT FOR THIRD PARTY DAMAGE
169 7730 1.000 CALCULATED $50,000.0000 $50,000.00
FUEL COST ADJUSTMENT
170 1.000 ESTIMATED $5,000.0000 $5,000.00
FORCE ACCOUNT- UNEXPECTED OBJECT REMOVAL
171 88.000 LIN. FT. $15.0000 $1,320.00
GROOVED PLASTIC WIDE DOTTED CIRCULATING LANE LINE
172 7800 0.010 EACH $0.0000 $0.00
DELETED ITEM
173 1.000 LUMP SUM $5,500.0000 $5,500.00
TEMPORARY UTILITY SUPPORTS AND PROTECTION
174 213.000 LIN. FT. $20.0000 $4,260.00
JOINT UTILITY TRENCH TYPE D
Errors:No Check: DFC00932D6
Page 9 Amendment Count 6
Project Number.20Z009 Washington State Department Page 10
Contractor Name:Max J.Kuney Company of Transportation Date:11/23/2020
Bid Opening Date:01/13/2021
Section Al Total $11,637,134.00
Item Total $11,637,134.00
Errors:No Check:DFC00932D6
Page 10 Amendment Count:6
Exhibit B
City's Contractor Per Contracct Plan Sheet Quantities CenturyLink CenturyLink
Bid No. Description Unit Bid Price UT1 UT2 UT3 UT4 UT7 UT8 UT9 Quantities Responsibility Share
56 Bridge Supported Utilities L.S. $ 118,000.00 1 1 50% $ 59,000.00
118 Joint Utility Trench Type A L.F. $ 20.00 59 622 568 137 1,386 50% $ 13,860.00
119 Joint Utility Trench Type L.F. $ 20.00 254 126 501 199 1,080 50% $ 10,800.00
122 Conduit Pipe 4 In.Diam. L.F. $ 13.00 540 1752 1136 274 252 1002 398 5,354 100% $ 69,602.00
174 Joint Utility Trench Type D L.F. $ 20.00 211 211 100% $ 4,220.00
$157,482.00
Admin,Costruction Engineering&General $ 39,370.00
Total= $196,852.00