Loading...
12-074.00 Shamrock Paving: Evergreen ReconstructionContract THIS AGREEMENT, made and entered into this 18th day of May ,2012, between the City of Spokane Valley under and by virtue of Title 35 RCW, as amended and Shamrock Paving, Inc. 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, and equipment for: Evergreen Road Reconstruction Project SVPW Contract 12 -009 In accordance with and as described in the attached plans and specification, and the standard specification of the Washington State of Department of Transportation which are by this reference incorporated herein and made part hereof and, shall perform any changes in the work in accord with the Contract Documents. The Contractor 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 these Contract Documents except those items mentioned therein to be furnished by the City of Spokane Valley. II. The City of Spokane Valley 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 in accord with the attached plans and specification 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 at the time and in the manner and upon the conditions provided for in this contract. III. The Contractor for himself/herself, and for his/hers heirs, executors, administrators, successors, and assigns, does hereby agree to full performance of all covenants required of the Contractor in the contract. IV. It is further provided that no liability shall attach to the City of Spokane Valley by reason of entering onto this contract, except as provided herein. City of Spokane Valley Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 ao i TL o I ! IN WITNESS WHEREOF, the Contractor has executed this instrument, on the day and year first below written and the City of Spokane Valley has caused this instrument to be executed by and in the name of the said City of Spokane Valley the day and year first above written. Executed by Contractor May 18, 2012 , 2012. Date Scott Willms Printed Name General Manager Title Signature City of Spokane Valley 1441e- La k /'r City of Spokane Valley Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 OF S#04re BOND NO: 023020877 CONTRACTOR'S PERFORMANCE AND PAYMENT BOND TO DUAL OBLIGEES KNOW ALL MEN BY THESE PRESENTS, that Shamrock Paving, Inc. (Contractor), as Principal, and Liberty Mutual Insurance Company (Bonding Company), as Surety, a corporation of MA whose principal office is located at Boston MA are firmly bound unto the State of Washington and the City of Spokane. Valley, apolitical subdivision the State of Washington, as Obligees, to .fulfill the obligations of the Principal and the Surety under the Contract to which reference is hereafter made, in the amount of $1, 503, 303.67 (including Washington State sales tax) for payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns jointly and severally, firmly by these presents. *One Million Five Hundred Three Thousand Three Hundred Three and 67/100 Dollars WHEREAS, Principal has by written Proposal dated May 4, 2012 offered to enter into a Contract with the City of Spokane Valley for Contract No: 12 -009 pursuant to the terms and conditions set forth in the Contract Documents dated May 4, 2012 NOW, THEREFORE, the condition of this obligation is such that if the Principal shall faithfully perform all the provisions of the Contract on its part, and pay all laborers, mechanics, subcontractors and material suppliers, and all persons who supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and indemnify and hold harmless the Obligees from all loss, cost or damage which it may suffer by reason of the failure to.do any of the foregoing, then this obligation shall be null and void; otherwise it shall remain in full force and effect. All persons who have famished labor, materials or supplies for use in and about the work provided for in the Contract shall have.a direct right of action. under this bond, to the extent and in the manner set forth in RCW 39.08. The said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the WORK to be performed thereunder or the. SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of tune, alteration or addition to.the terms of the Contract onto the WORK or to the SPECIFICATIONS. No final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. SIGNED AND SEALED THIS 18thDAIY OF May YEAR20 12, Liberty Mutual Insurance Company SUREJ]t�� Signal Jim S. Kuich Typed Name. Attornev -in -fact Title (SEAL) City of Spokane Valley Evergreen Rd Reconstruction Project Shamrock Paving, Inc. PRINCIP Smgctouft Willms Typed Name General Manager Title Agreement for Construction Services SVPW Bid No: 12 -009 r THit POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5169230 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company Peerless Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of Ohio, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, that Peerless Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies "), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, STEVEN K. BUSH, M. J. COTTON, JIM W. DOYLE, JULIE M. GLOVER, DARLENE JAKIELSKI, JIM S. KUICH, MICHAEL A. MURPHY, NANCY J. OSBORNE, ANDY D. PRILL, S. M. SCOTT, THERESA A. LAMB, CHAD M: EPPLE, BRANDON K. BUSH, BRETT N. MEIER, STEVE WAGNER, BETTY A. COX, ELLEN M. BELL ...................................................... ............................... all of the city of BOTHELL , state of WASHINGTON each individually if there be more than one named, its true and lawful attomey -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power ofAttomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 13th day of February , 2012. AN Plk a~� M's qw- SEA 1, �. =~ ��Ir, c� no STATE OF WASHINGTON ss COUNTY OF KING American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company Peerless Insurance Company West American Insurance Company By: Gregory W. Davenport, Assistant Secretary On this 13th day of February , 2012 , before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, Peerless Insurance Company and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written. • `-�q, /1 By: t!s iU Z KID Riley, No0j Public This Power of Attorney is made and executed pursuant to and by authority of the following By -laws and Aijtiiorizations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West American Insurance Company and Peerless Insurance Company, which resolutions are now in full force and effect reading as follows: ARTICLE N— OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such attomey -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary or other officer of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and biding upon the Company with the same force and effect as though manually affixed. I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West American Insurance Company and Peerless Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full 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 begrmked. May 12 IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of , 20 URA&, � � AN' V GOR3CR4a,r acs a a re \e r SEA1, S1F;,i1 j\ S F:: 1a �Nl POA -AFCC, LMIC, OCIC, PIC & WAIC LMS_12873_012012 By: David M. Carey, Assistant Secretary OP ID: RR AC'OR pr- - 41. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 05/18/12 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 425- 489 -4500 Hub International Northwest 425 - 489 -4501 P. 0. Box 3018 Bothell, WA 98041 -3018 Michael Cotton NAME: - PHONE FAX AIC N AIC No E-MAIL PRODUCER CUSTOMER ID a: CENTR01 INSURERS AFFORDING COVERAGE NAIC # INSURED Shamrock Paving, Inc. PO Box 19263 Spokane, WA 99219 INSURER A: Travelers Indemnity Co. 25658 INSURER B: Travelers Prop Cas Co. of Amer 25674 INSURER C : $ 1,000,000 INSURER D: $ 300,00 INSURER E $ 5,000 INSURER F $ 1,000,000 rnvcDAr_11=c !`FRTIFIr`ATF NIIMRFR- 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 LTR TYPE OF INSURANCE ADD L B POLICY NUMBER POLICY EFF MMIDD/YYYY POLICY EXP MM/DD LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR X DTC0527D04011ND71 12/31/11 12/31/12 EACH OCCURRENCE $ 1,000,000 PREMISES Eaoccurrence $ 300,00 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 X Stop Gap Liab GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO 7 LOC PRODUCTS - COMP /OP AGG $ 2,000,000 Emp Ben. $ 1mil /2mi A AUTOMOBILE X LIABILITY ANYAUTO ALL OWNEDAUTOS SCHEDULED AUTOS HIREDAUTOS NON -OWNED AUTOS DT810527DO401IND11 12/31111 12/31/12 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE DTSMCUP527D3741TIL11 12131111 12131112 EACH OCCURRENCE $ 1,000,00 AGGREGATE $ 1,000,00 X DEDUCTIBLE RETENTION $ 10,000 $ $ A WORKERS COMPENSATION EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVEY� OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA DTC0527DO401IND11 WA STOP GAP 12/31/11 12131112 WC STATU- X OTH- TORY LIMITS E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE. $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,00 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If mores ace is required) ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT: CITY OF SPOKANE VALLEY; STATE OF WASHINGTON DEPARTMENT OF TRANSPORTATION. SEE ATTACHED ENDORSEMENT. RE: EVERGREEN ROAD RECONSTRUCTION PROJECT SVPW CONTRACT 12 -009. CITYOFS CITY OF SPOKANE VALLEY 11707 E SPRAGUE AVE SUITE 106 SPOKANE VALLEY, WA 99206 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIIZZED REEPR�ESENTATIVE U 1988 -2009 AGURD GUKPUKAI IUN. All rlgnts reservea. ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section II) is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Cover- age Part, but: a) Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance ", the in- surance provided to the additional insured shall be limited to the limits of liability re- quired by that "written contract requiring in- surance". This endorsement shall not in- crease the limits of insurance described in Section III — Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: I. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products- completed op- erations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that oc- curs before the end of the period of time for which the "written contract requiring insur- ance" requires you to provide such coverage or the end of the policy period, whichever is earlier. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance ", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non - contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance ". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such "other insur- ance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: CG D2 46 08 05 0 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY i. How, when and where the "occurrence" or offense took place; fl. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: I. Immediately record the specifics of the claim or "suit' and the date received; and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit' as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit ", cooperate with us in the investigation or settlement of the claim or defense against the "suit ", and otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit' to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to "other insur- ance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. S. The following definition is added to SECTION V. — DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury" and "property damage" oc- curs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. Page 2 of 2 © 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 ABBREVIATIONS EVERGREEN RD. RECONSTRUCTION PROJECT (16th - 32nd) MISC A.C. ASPHALT MAX. PIPE AG ASBESTOS CONCRETE CONC CONCRETE B CMP CORRUGATED METAL PIPE C C8 CONCRETE BASEMENT CONCRETE CATCH BASIN MAXIMUM MH MANHOLE MIN. MINIMUM N NORTH CITY OF SPOKANE VALLEY CI CST IRON DI DUCTILE IRON C.F.S. CUBIC FEET PER SECOND N.I.C. NOT IN CONTRACT FM FORCE MAIN CL GS GALVANIZED STEEL C.O. CENTERLINE CLEAN OUT NO. NUMBER NTS NOT TO SCALE �+��+ SCHEDULE B: VERA WATER AND POWER PVC RCP POLYVINYL CHLORIDE PIPE CSBC CRUSHEDESURFACING BASE COURSE P C PAVED TER TRANSMISSION MAIN STL STEEL PIPE CSTC CRUSHED SURFACING TOP COURSE PP POWER POLE C.Y. JOINTS FL FLANGED D CUBIC YARD DIRT P.S.I. POUNDS PER SQUARE INCH Q.C. FULL PIPE CAPACITY GENERAL NOTES SHEET INDEX MJ MECHANICAL JOINT DEC. DECIDUOUS Q.D. DESIGN FLOW 1. WHERE KNOWN, EXITING UTILITIES ARE SHOWN ON THE PLANS FOR THE CONVENIENCE OF THE CONTRACTOR. LOCATIONS SHOWN ARE APPROXIMATE DET. DETAIL REV. REVISED PE PLAIN END DIM DIAMETER RD. REQUIRED RJ RESTRAINED JOLT DIM. DIMENSION RD. ROAD AND DEPTHS ARE NOT KNOWN. OTHER UTILITIES MAY EXIST IN THE WORK AREAS THAT ARE NOT SHOWN ON THE DRAWINGS. THE CONTRACTOR SHALL Sheet No. 01: PROJECT LOCATION, LEGEND, ABBREVIATIONS, NOTES, INDEX DR DRAIN PIPE R.R. RAILROAD VERIFY THE EXISTENCE, LOCATION, NATURE AND DEPTH OF THE EXISTING UTILITIES IN THE WORK AREA PRIOR TO CONSTRUCTION BY CONTACTING ALL VALVES BFV BUTTERFLY VALVE DW DRW R /yI RIGHT—OF—WAY UTILITY UTILITY OWNERS. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROTECT AND REPAIR ALL UTILITIES ENCOUNTERED DURING CONSTRUCTION. THIS CV CHECK VALVE DWG DRAWING NG S SOUTH IS CONSIDERED INCIDENTAL AND NO ADDITIONAL PAYMENT SHALL BE MADE. NOT ALL UTILITIES OR SERVICES ARE SHOWN. OVERHEAD UTILITIES Sheet No. 02: WATER MAIN REPLACEMENT- EVERGREEN ROAD GV GATE VALVE E EAST S= SLOPE ARE GENERALLY NOT SHOWN. 19TH AVE. TO 23RD AVE. RSGV RESILIENT SEAT GATE VALVE EG BACKFV BACKFLOW PREVENTION VALVE ELEV. EXISTING GRADE ELEVATION SO STORM DRAIN SHT, SHEET 2. WHERE THE POTENTIAL FOR CONFLICT WITH AN EXITING UTILITY CROSSING EXISTS, IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO EXPOSE, AS EP EXIST. EDGE OF PAVEMENT EXISTING SL SURVEY LINE SUMP PUMP RELIEF DRAIN NECESSARY, THE EXITING UTILITY ADEQUATELY IN ADVANCE OF HIS TRENCHING AND PIPE LAYING ACTIVITIES SO THAT IF NECESSARY AN ADJUSTMENT TO GRADE FOR THE NEW PIPELINE CAN BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER. Sheet NO. 03: WATER MAIN REPLACEMENT - EVERGREEN ROAD FF FITTINGS COUPLING FG FINISH FLOOR FINI SH GRADE SPR SS SANITARY SEWER ST, STREET 3. RIGHT-OF-WAYS WHERE SHOWN ON THE DRAWINGS ARE APPROXIMATE ONLY. 24TH AVE. TO 27TH AVE. EL EL ELBOW FH FIRE HYDRANT STA STATION FCA FLANGED COUPLING ADAPTER FT. FOOT OR FEET STD. STANDARD 4. THE CONTRACTOR SHALL PROTECT EXISTING DRYWELLS AND DRAINAGE STRUCTURES FROM SOIL INFILTRATION. THE CONTRACTOR SHALL CLEAN ALL Sheet No. 04: WATER MAIN REPLACEMENT- EVERGREEN ROAD LR LONG RADIUS GR GRADE SW SIDEWALK EXISTING DRAINAGE STRUCTURES SUBJECT TO SOIL INFILTRATION S A RESULT OF THE CONTRACTORS WORK AND SUCH CLEANING SHALL BE RED REDUCER HP HIGH PRESSURE SY SQUARE YARD INCIDENTAL TO OTHER BID ITEMS. 28TH AVE. TO 32ND AVE. TH THREADED HWY HIGHWAY T.B.M. TEMPORARY BENCH MARK I.E. INVERT ELEVATION T.O.P. TOP OF PIPE 5. WHERE EXISTING PIPE IS EXPOSED DURING CONSTRUCTION ACTIVITIES THE CONTRACTOR SHALL INSTALL AND COMPACT BEDDING MATERIAL S SPECIFIED IN. INCHES T.O.W. TOP OF WALL IN SECTION 02221. Sheet No. 05: WATER MAIN REPLACEMENT -32ND AVE. LF LINEAL FEET TYPICAL W WET W 6. THE CONTRACTOR SHALL MAINTAIN ON SITE A SET OF PLANS FOR THE SOLE PURPOSE OF ACCURATELY AND PROMPTLY RECORDING ALL CHANGES AND MODIFICATIONS IN THE WORK S R PROCEEDS. THE LOCATION, DEPTH AND DESCRIPTION OF ALL EXISTING UTILITIES, STRUCTURES AND IMPROVEMENTS ENCOUNTERED IN THE WORK SHALL ALSO BE ACCURATELY RECORDED. MONTHLY AND FINAL PAYMENTS MAY BE WITHHELD UNTIL Sheet No. 06: DETAILS RECORD DRAWING INFORMATION IS BROUGHT UP TO DATE. FINAL PAYMENT WILL NOT BE RELEASED UNTIL THE CONTRACTOR'S RECORD DRAWINGS CANADA LEGEND ARE SUBMITTED TO THE ENGINEER AND ACCEPTED. 7. ABANDONMENT OF 3" AND LARGER WATER, SEWER, DRAIN OR OTHER BURIED PIPE SHALL MEAN PLUGGING WITH CONCRETE ALL PIPE WHERE CUT OR WASHINGTON 5 BELLINGHAM OROVILLE DESCRIPTION EXISTING PROPOSED EXISTING PROPOSED BROKEN OPEN (INCLUDING BUT NOT NECESSARILY LIMITED TO OPEN PIPE ENDS EXPOSED DURING CONTRUCTION), OR REMOVAL OF THE PIPE FROM TONASKET THE GROUND. ALL CONCRETE PLUGS SHALL FULLY SEAL THE OPENING, SHALL EXTEND AT LEST 1 FF. INTO THE PIPE FROM THE OPENING, AND 97 REPUBLIC STORM SEWER SURFACE SHALL EFFECTIVELY PREVENT FUTURE SUBSIDENCE OF SOIL ABOVE THE PIPE OPENING. VERNON DOLVILLE OKANOGAN •OMAIC SANDPOINT • CATCH BASIN 0 GRAVEL /DIRT —EDGE P_; _- 8. POTHOLING SHALL OCCUR PRIOR TO INSTALLATION OF WATER MAIN AND IS CONSIDERED INCIDENTAL TO THE PROJECT AND NO ADDITIONAL PAYMENT NEWPORT CC WILL BE MADE. DRIIVELL CONCRETE —EDGE (EX) .—.-.— ... - PORT ANGELES • EVERETT - _ .. MANHOLE O CULVERT k = _ TREE /SHRUB �:M- {` 9. CONTRACTOR SHALL MAINTAIN ACCESS TO ALL PROPERTIES. ,.. _,.. cHELAN• '.. .. ri SEATT. S� ELIEVUE 2 97 DAVENPORT SPOKANE COEUR D'ALE9NOE WATERVILE • 2 �I WATER MAIN NOTES CURB _____ wENarcHEE �) VALLEY 1. UNLESS SPECIFICALLY CALLED OUT OTHERWISE, ALL NEW WATER MAIN PIPE SHALL BE DUCTILE IRON. ALL WATER PIPE ___. _._.__ RENTON 90 SANITARY SEWER LARGER THAN 12" DIAMETER SIDEWALK - -- SHALL BE PRESSURE CLASS 250 DUCTILE IRON IN ACCORDANCE WITH AWWA C150. WATER PIPE 12" DIAMETER AND SMALLER SHALL BE PRESSURE - MOSES LAKE - so ` _ --- -- MANHOLE CLASS 350 DUCTILE IRON IN ACCORDANCE WITH AWWA C150. • • 9 IDAHO CREEK /DITCH -- - -� - ---- PUYALLUP ELLENSBURG 90 RITZVI LE 2. ALL PIPE JOINTS, CONNECTIONS AND APPURTENANCES SHALL BE RESTRAINED JOINT. THRUST BLOCKS ARE NOT ALLOWED UNLESS SPECIFICALLY SHOWN • OLYMPIA ! COLFAX WATER FENCE -- - -X - -- - - - -- ON THE DRAWINGS, WHERE THEY ARE MANDATORY. THRUST BLOCKS SHALL BE POURED IN PLACE, SEE DETAIL ON SHEET 06. _ 3. NEW WATER MAINS SHALL BE INSTALLED WITH A MINIMUM 10 FT HORIZONTAL SEPARATION FROM EXISTING SEWER MAINS. - 8 1 OTHELLO PULLMAN • 9 , VALVE Dd N CH(TiALIS 5 � • SURVEY 4. THE ENGINEER MAY ADJUST PIPE ALIGNMENTS AT HIS DISCRETION IN THE FIELD TO BETTER REFLECT FIELD CONDITIONS AND REDUCE UTILITY 12 YAKIMA POMEROY AIR VALVE SURVEY CENTERLINE - -- INTERFERENCE. i� - 12 .PASO LE ON 1 SUNNYSIDE FIRE HYDRANT �i CONTOUR - -- — - -- — — — -- 5. CONNECTION DETAILS AT EXISTING MAINS ARE BASED ON THE BEST INFORMATION AVAILABLE REGARDING SIZE, TYPE AND LOCATION OF EXISTING PIPE KELSO ' -' 12 u • 97 • ALLA WALLA METER ® AND FITTINGS. TIME CONTRACTOR SHALL EXCAVATE AND EXPOSE EXISTING PIPE WHERE NEW MAINS ARE TO BE CONNECTED, PRIOR TO STARTING WORK _ -.. -._. PROSSER N.T.S. CONTOUR (INDEX) IN THE AREA, TO CONFIRM LOCATION, DEPTH, TYPE AND SIZE OF EXISTING ITEMS IN ORDER TO CONFIRM FITTINGS AND COUPLINGS REQUIRED, AND TO PROPERTY LINE - -- — — - -- DETERMINE PROPER GRADE FOR NEW MAIN INSTALLATION. THE CONTRACTOR SHALL HAVE THE PROPER MATERIALS ON HAND PRIOR TO INTERRUPTING - - wHITE'sn�MON UTILITIES SERVICE, AND SHALL ORGANIZE AND PERFORM HIS WORK TO MINIMIZE INTERRUPTIONS. VAN OUTER 84 GAS VALVE CJM RIGHT —OF —WAY — — 6. ALL NEW PIPE SHALL HAVE A MINIMUM DEPTH OF 4.0' TO THE TOP OF PIPE UNLESS OTHERWISE SHOWN OR NECESSITATED BY FIELD CONDITIONS PORTLAND 84 � PAD MOUNTED TRANSFORMER UTILITIES WITH ENGINEER'S' APPROVAL DEPTH OF EXISTING WATER MAINS MAY VARY. VERTICAL AND /OR HORIZONTAL ADJUSTMENTS USING ELBOW(S) AND PIPE THE DAILES PROJECT !L_i SPOOL(S) TO CONNECT TO EXISTING MAINS ARE ANTICIPATED BUT NOT SHOWN ON THE DETAILS. ALL FITTINGS SHOWN IN THE DETAILS SHALL BE LOCATION "SD(PVC) INCLUDED IN THE BID ITEM FOR THAT DETAIL. FITTINGS NOT SHOWN IN THE DETAILS SHALL BE PAID FOR UNDER SEPARATE BID ITEMS. OREGON POWER VAULT © STORM DRAINAGE — 8 — 7. ALL WATER MAINS SHALL BE INSTALLED ON A STRAIGHT GRADE IN SUCH A MANNER AS TO AVOID INTERMEDIATE HIGH POINTS. TRANSMISSION TOWER no GRAVITY SEWER — 8 "SS(PVC)— — UTILITY POLE WATER — — 8 "W(PVC) — 24°N 8. POSSIBLE EXISTENCE, LOCATION, AND SIZE OF EXISTING THRUST BLOCKS IS UNKNOWN. THE CONTRACTOR SHALL PROTECT AND MAINTAIN EXISTING 'BEST - -� -0- THRUST BLOCKS INCLUDING AVOIDING DISTURBANCE OF THE SOIL BEHIND THEM. UTILITY POLE ANCHOR TELEPHONE PEDESTAL IT TELEPHONE (BURIED) CABLE N (BURIED) — — —BT -- — — - - -BN — — — 9. WHENEVER MULTIPLE ELBOWS ARE USED TO ACHIEVE A SINGLE BEND THEY SHALL BE FLANGED TOGETHER. 10. WATER MAINS CROSSING SEWERS (MAINS OR SERVICES) SHALL BE LAID ABOVE THE SEWER TO PROVIDE A MINIMUM VERTICAL DISTANCE OF 18 INCHES �� �,/ �� j r {.I l �!"X,.^_FI4�C�- jj TT ,77 T1T Rp� 1 rJl ! r i ,�J at. I_I ^ILy% -Lj L—'- - CABLE N PEDESTAL fJ POWER (BURIED) — — — — BP— — BETWEEN THE OUTSIDE OF THE WATER MAIN AND THE OUTSIDE OF THE SEWER. AT CROSSINGS, ONE FULL LENGTH OF WATER PIPE SHALL BE VERTICAL MAN LOCATED NI DER AI SEWER ATHE ACONTRACTOR SHALL PROVIDE SAND IOR PIPEWATER � I ' - `_� a - ', L T - ( r �� lL `- GS (LIST SIZE) — -- —2 "G— — INSTALL A EVE AROUND THE WATER PIPE THE SEWER L -i- J J— - TRAFIC SIGN SIGN Q 11. TEST PRESSURE SHALL BE 200 PSI. MINIMUM DURATION SHALL BE 2 HOURS. SEE SECTION 02560. I_J__ J -� r—L I_ { i <`� I�i �1' A.- �--(1 yam— < { r \ =� J�� { W 12. WATER MAIN TIE INS SHALL BE COMPLETED IN ACCORDANCE WITH VERA WATER AND POWER REQUIREMENTS. r r-� rr�- - - -7 r� j, 1 STREET' LIGHT T , F 1 }I i IL aNrRr( __ _• 13. ALL VALVE BOXES SHALL BE ADJUSTED TO FINISH GRADE. R 1 T - I � �I,'_ - PROJECT INCLUDING PIPE IN WATER PIPE BID ITEM. 15. FITTINGS NOT SPECIFICALLY YO SHOWNNIIN CONNECTION DETAILS CONSTRUCITT THE PROJECT, AS APPROVED BY THHERENGNE R, WILL BE PAID FOR UNDER SEPARATE BID ITEMS. t L - 3 JILL-3 1_1 � 1 C ���� - T _I i ELEVATION CALLOUT SECTION CALLOUT ELEVATION DETAIL NUMBER SECTION DETAIL TITLE / / $��o -Aeg C T- I IT�� { �I ,{ r -� ''_T� PHASING NOTES PHASING OF SCHEDULE B WORK SHALL BE IN CONJUNCTION WITH PHASING OF THE OVERALL PROJECT. GENERAL PHASING DELINEATION FOR SCHEDULE B HTIEINSRANDNTHEOINSTALI NTO ITHEBNCEXTRCONSECUTIVE L r � �' r TI_j {J l! - A 1 SECTION DETAIL — PIPING AND EQUIPMENT TESTING, ALL REQUIRED DL WATER MAN BROUGHT INTO SERVICE PRIOR BEGINNING PHASE. SEPRESSURE _ - BLWKE_RD,___ _. L1 j -1_L _L G 3 3 SCALE 0 s `�rs1' = 1 1- r -� - ---- _ t �SIONAL� d n SHEEP NUMBER THAT 1 ELEVATION /SECTION /DETAIL APPEARS ON CALL BEFORE YOU DIG 1- 800- 424 -5555 Valley Works is Works salve 106 TBAwm91mE SCHEDULE B: TRANSMISSION MAIN Project Location, Legend, Abbreviations, PINMICT NO. SCALL. As sllowN DAME: a /n /1z MYPE OF WFRDQ" T WATER N , VARELA AND N REVISIONS ASSOCIATES 0. DATE DlscmlmoN 11r c"I' a Spokane INC. ■ Department o en 11707 East Sprague Avenue, mswwm ar: DDC mcm tw: wms ENGINEERING AND MANAGEMENT 11�'® SPOKANE (509)92- 100099206 Notes, Index 1 OF 6 WSW BY: BS: -ox NP l o I 1 11 i 02 I b is_ N 19 Q00 +oa o 20 + � I Ni N2 I �r Nt N2 of � n \�NHI-_ -10 "W (STL)--- - REMOVE & DISPOSE OF EXISTING THRUST BLOCK AND BLIND FLANGE "u G 20" BEV, FLXFL ° 20 "IN- 20"W DI - -- + A 20 ADAPTER, FLxMJ it [PRESERVE EXISTING o THRUST BLOCK --- - - -- -- 8„SS- - - - - -- 1 CONNECTION DETAIL 02 N.T.S. 2080 2070 2060 u` EVERGREEN _I GENERAL NOTES: 1. INSTALL VERTICAL BENDS AS REQUIRED TO ACCOMMODATE GRADE BREAKS. 2, ALL WATER MAIN JOINTS AND CONNECTIONS SHALL BE RESTRAINED JOINT. I (> Q I of N �I t4 — BT -- °— . -_�T -2 "G N1 N2 02 I I I I I I, 3. THE CONTRACTOR MAY ENCOUNTER AN UNKNOWN NUMBER OF 4 °f DIAMETER STEEL RODS BELOW GRADE IN THE AREA OF 23RD AVE. AND EVERGREEN. THIS IS BASED ON UNCONFIRMED REPORTS OF SIMILAR ENCOUNTERS DURING CONSTRUCTION OF A PREVIOUS SPOKANE COUNTY SEWER PROJECT IN THIS AREA. IF ENCOUNTERED THE PROCEDURE SHALL BE FOR THE CONTRACTOR TO CUT AND DISPOSE OF THE ROD(S) AS NECESSARY FOR INSTALLATION OF THE WATER MAIN. THIS COST IS CONSIDERED INCIDENTAL TO THE PROJECT AND NO ADDITIONAL PAYMENT SHALL BE MADE. �r 6" CPLG I 10" CPLG 6" RSGV, FLxMJ 10" CPLG 10'W 10"W 10 "W (STL) 20" ADAPTER, 20 "x6" TEE, ALL FL NS FLxMJ 20"W DI � 20"W(DI) 20'W DI 20 "x8° TEE, MJxFL 20" BF V, ADAPTER, FLxFL FLxMJ 8 °x4" RED., FLxFL 4" RSGV, FLxMJ � NS 4" GPLG �I %2–'\ CONNECTION DETAIL O2 N.T.S. 18 +00 19+00 W 0 v° IP GRADIENT SLOPE STA 25 00 TO 'ION D111- 1/02 - -- r - -- - 1- - - --- NOTES: N1 CONNECT SERVICES TO NEW MAIN IN ACCORDANCE 1,14 PROVIDE TEMPORARY PIPING /RESTRAINT /ETC. TO WITH DETAIL 1/06 MAINTAIN SERVICE TO EXISTING 6 "/8" PIPE IN ACCORDANCE WITH VERA WATER & POWER N2 PROVIDE TEMPORARY SERVICES AS NECESSARY IN REQUIREMENTS. ONCE 20" WATER MAIN IS INSTALLED I I r, '''ppp ACCORDANCE w/VERA WATER AND POWER STANDARDS. AND TESTED, REMOVE TEMPORARY PIPING AND r ,I THIS WORK IS CONSIDERED INCIDENTAL AND NO CONNECT EXISTING 6 "/8" WATER MAIN TO THE NEW II ADDITIONAL PAYMENT WILL BE MADE 20" WATER MAIN AS SHOWN 0 w 50 100 I Q ) N3 OF ONCE TESTING STING TEE. COMPLETE REMOVE E PIPE DASD SE N5 PROVIDE TEMPORARY END CAP AND RESTRAINT ON I� a U EXISTING 4" PIPE DURING INSTALLATION OF 20" SCALE I a °{ COUPLERS AS SHOWN. CONNECT 20" MAIN TO WATER MAIN. ONCE 20" WATER MAIN IS INSTALLED II O EXISTING 6" MAIN AS SHOWN. 6" MAIN SHALL BE AND TESTED, REMOVE END CAP AND RESTRAINT AND N INSTALLED BELOW THE 10" MAIN. INSTALL VERTICAL CONNECT EXISTING 4" WATER MAIN TO THE NEW 20" N Nl BENDS AS REQUIRED WATER MAIN AS SHOWN I I I N1 N2 N1 N2 1 4 ��gb_ I R m EVERGREEN RP - � 6 exv — _<& 8'SS= �^ -Ftin Ni N2 N1 N2 II I I I I 6" CPLG N3 10" CPLG 10" CPLG 10'W 10"W 10 "W (STL) 3 6" RSGV, FLxMJ N4 20"W DI -3 E 20"W (DI) -i Tr- 20'1V (DI) 20 "x6" TEE, MJxFL 20 "x6" TEE, MJxFL 6° RSGV, FLxMJ � 3) N4 6" GPLG � %31 CONNECTION DETAIL 02 N.T.S. 20" WATER 20 +00 21 +00 22 +00 23 +00 24+00 25+ ky�l VAREU AND ASSOCIATES, INC. ENGINEERING AND MANAGEMENT STREET 11 —� - - -T 1; —Bit— J _� -T -=BP — BP —" - �Ia 4 02 Ni N2 j� 02 ma Z jN 10" 10 W 10°W CPLG 1O'W (STL) - - — — 10" CPLG L. 10 "W 10°W 10 "W (STL) - -- 20'W DI 20"VY DI N4 G � — 20 "x8" TEE, MJxFL 20"W (DI) -1 r 20"W DI 8 RSGV, FLxFL EXISTING—/ 41 TEE, MJxFL SEWER MH ��'b o / 8" 45, FLxMJ 6" RSGV, FLxMJ 3 8° 45, MJxMJ ro � N4 6" GPLG --�' 8" CPLG N4 4 CONNECTION DETAIL r5-'\ CONNECTION DETAIL 02 — -- N.T.S. \L2j N.T.S. ��-- - - - - -� =I - - - - -- - -- 4a _ I - ' - II i EXISTIN� WATER MAIN NOT SHOWN G� 26 +00 REVISIONS 27 +00 28 +00 29 +00 30 +00 31 +00 00 ` Cily of Spokane Valley ^�' _ 1 Department of Public Works - -20'�V�,,. -- _ +ao �i � s i (509) 921 -1000 I N1 N2 I I x ' �r 6" CPLG I 10" CPLG 6" RSGV, FLxMJ 10" CPLG 10'W 10"W 10 "W (STL) 20" ADAPTER, 20 "x6" TEE, ALL FL NS FLxMJ 20"W DI � 20"W(DI) 20'W DI 20 "x8° TEE, MJxFL 20" BF V, ADAPTER, FLxFL FLxMJ 8 °x4" RED., FLxFL 4" RSGV, FLxMJ � NS 4" GPLG �I %2–'\ CONNECTION DETAIL O2 N.T.S. 18 +00 19+00 W 0 v° IP GRADIENT SLOPE STA 25 00 TO 'ION D111- 1/02 - -- r - -- - 1- - - --- NOTES: N1 CONNECT SERVICES TO NEW MAIN IN ACCORDANCE 1,14 PROVIDE TEMPORARY PIPING /RESTRAINT /ETC. TO WITH DETAIL 1/06 MAINTAIN SERVICE TO EXISTING 6 "/8" PIPE IN ACCORDANCE WITH VERA WATER & POWER N2 PROVIDE TEMPORARY SERVICES AS NECESSARY IN REQUIREMENTS. ONCE 20" WATER MAIN IS INSTALLED I I r, '''ppp ACCORDANCE w/VERA WATER AND POWER STANDARDS. AND TESTED, REMOVE TEMPORARY PIPING AND r ,I THIS WORK IS CONSIDERED INCIDENTAL AND NO CONNECT EXISTING 6 "/8" WATER MAIN TO THE NEW II ADDITIONAL PAYMENT WILL BE MADE 20" WATER MAIN AS SHOWN 0 w 50 100 I Q ) N3 OF ONCE TESTING STING TEE. COMPLETE REMOVE E PIPE DASD SE N5 PROVIDE TEMPORARY END CAP AND RESTRAINT ON I� a U EXISTING 4" PIPE DURING INSTALLATION OF 20" SCALE I a °{ COUPLERS AS SHOWN. CONNECT 20" MAIN TO WATER MAIN. ONCE 20" WATER MAIN IS INSTALLED II O EXISTING 6" MAIN AS SHOWN. 6" MAIN SHALL BE AND TESTED, REMOVE END CAP AND RESTRAINT AND N INSTALLED BELOW THE 10" MAIN. INSTALL VERTICAL CONNECT EXISTING 4" WATER MAIN TO THE NEW 20" N Nl BENDS AS REQUIRED WATER MAIN AS SHOWN I I I N1 N2 N1 N2 1 4 ��gb_ I R m EVERGREEN RP - � 6 exv — _<& 8'SS= �^ -Ftin Ni N2 N1 N2 II I I I I 6" CPLG N3 10" CPLG 10" CPLG 10'W 10"W 10 "W (STL) 3 6" RSGV, FLxMJ N4 20"W DI -3 E 20"W (DI) -i Tr- 20'1V (DI) 20 "x6" TEE, MJxFL 20 "x6" TEE, MJxFL 6° RSGV, FLxMJ � 3) N4 6" GPLG � %31 CONNECTION DETAIL 02 N.T.S. 20" WATER 20 +00 21 +00 22 +00 23 +00 24+00 25+ ky�l VAREU AND ASSOCIATES, INC. ENGINEERING AND MANAGEMENT STREET 11 —� - - -T 1; —Bit— J _� -T -=BP — BP —" - �Ia 4 02 Ni N2 j� 02 ma Z jN 10" 10 W 10°W CPLG 1O'W (STL) - - — — 10" CPLG L. 10 "W 10°W 10 "W (STL) - -- 20'W DI 20"VY DI N4 G � — 20 "x8" TEE, MJxFL 20"W (DI) -1 r 20"W DI 8 RSGV, FLxFL EXISTING—/ 41 TEE, MJxFL SEWER MH ��'b o / 8" 45, FLxMJ 6" RSGV, FLxMJ 3 8° 45, MJxMJ ro � N4 6" GPLG --�' 8" CPLG N4 4 CONNECTION DETAIL r5-'\ CONNECTION DETAIL 02 — -- N.T.S. \L2j N.T.S. ��-- - - - - -� =I - - - - -- - -- 4a _ I - ' - II i EXISTIN� WATER MAIN NOT SHOWN G� 26 +00 REVISIONS 27 +00 28 +00 29 +00 30 +00 31 +00 00 ` Cily of Spokane Valley ^�' _ 1 Department of Public Works c3r 11707 East Sprague Avenue, Suite SPOKANE VALLEY, WA. 99206 .';001IM14 J (509) 921 -1000 DRAWING 101E SCHEDULE B: TRANSMISSION MAIN 19TH AVE. TO 23RD AVE. N2 w z a Uj LAI 9 Z J I N V I 1E1, D. Cpl Cfi pB WA3y! z PoF�S�ONAL ONE INCH I AT FULL SIZE IF NOT ONE INCH SCALE ACCORDINGLY 2110 2100 2090 -- -- _ —� 2070 2060 32+00 33 +00 CALL BEFORE YOU DIG 1.800- 424 -5555 PAOffCT N0. SCAIE: DAIS: TYPE OF NMVEWENI AS SHOWN 4/17/12 WATER DEMED ".. pIECKEO ir., DIGWM, N0. DDC 2 ac 6 mVm DY: 9EWEWED DY: TVP pAc. O d o I 1- N Nt N2 I IA } W v" W - lu m�T L`_ Nr - -_ — P2= - r - er- - BT- - - - �a W -8 SS _.- -- - }rr ° 110" CPLG N4 10° TEE, MJxFL N4 10" CPLG ! 3 t__w/THRUST - BLOCK o- - - - -I 10'W (STL) 10°W 10° RSGV, FLxMJ 10" RSGV, FLzMJ° I 20 "x10" RED. FLxFL 20" CROSS, ALL FL �f 20" ADAPTER, FLxMJ 20"W (DI) 20`W DI 20" BFV, FLxFL 20" ADAPTER, FLxMJ 20 °z10" RED. FLxFL 10" RSGV, FLxMJ 10" CPLG N4 3 o 10" RSGV, FLxMJ 10"W 1 - 10"W 10 "W 3 10" TEE, MJxFL ° w/THRUST BLOCK s N4 10° CPLG of FARE HYDRANT ASSEMBLY. SEE DETAIL 02560 -8. PAYMENT FOR HYDRANT ASSEMBLY WILL BE MADE UNDER SEPARATE BID ITEM CONNECTION DETAIL 03 N.T.S. 2100 -- —] PHASE i PHASE 2 TT - -- - -- 1 � I - - - - - -I 2080 .. t— -- G -- t — -- - - -_ f I — .- - -_Z— I ~� EXISTING WATER MAIN NOT SHOWN 2070 i " - -- I � I - -._--- - 2060 -= - - - - - -- i - -____ I- - -- - - -�-- a 2050 -- — �T - - -- ° I o � I 34 +00 35 +00 36 +00 N w N N5 6° CPLG 6" RSGV, FLxMJ Al 20 "x6" TEE, MJxFL — 20"W DI W -� Z J 2. ALL WATER MAIN JOINTS AND CONNECTIONS ONE E INCH _ AT FULL SIZE CONNECTION DETAIL 3 CONNECTION DETAIL IF NOT ONE INCH O3 N.T.S. 03 N.T.S. IF ACCORDINGLY 20" ADAPTER, FLxMJ 20" BFV, FLxFL 20" ADAPTER, FLxMJ 20"W (DI) 20"W (DI) �20`x6" TEE, ALL FL 6° RSGV, FLxMJ z 6" GPLG N5 I � I N NOTES: N1 CONNECT SERVICE(S) TO NEW MAIN IN ACCORDANCE 0 50 100 WITH DETAIL 1/06 SCALE N2 PROVIDE TEMPORARY SERVICES AS NECESSARY IN ACCORDANCE w/VERA WATER AND POWER STANDARDS. THIS WORK IS CONSIDERED INCIDENTAL AND NO ADDITIONAL PAYMENT WILL BE MADE N3 HORIZONTAL BENDS AS REQUIRED N4 PROVIDE TEMPORARY END CAP AND RESTRAINT. AFTER INSTALLATION & TESTING, REMOVE TEMPORARY PIPING AND MAKE CONNECTION AS SHOWN `EV D. co N5 REMOVE AND DISPOSE OF EXISTING RESTRAINT. q4"��, °p - AyyJ�c,� CONNECT TO DEAD END MAIN ti o GENERAL NOTES: e3;ce 1. INSTALL VERTICAL BENDS AS REQUIRED TO ACCOMMODATE GRADE BREAKS. `prONAL SHALL BE RESTRAINED JOINT. O W S N W V) W Z J S I I EXISTING GRADE >I O1 FINISH GRAD SEA STREET i -�" WATER MAIN LTLI VARELA AND ASSOCIATES, INC. ENGINEERING AND MANAGEMENT FINISH RADE, SEE STREET PL IEXISTINC w o U WATER 2080 2070 2060 2050 2040 2030 CALL BEFORE YOU Of 1- 800 -424 -5555 DfUWIN6 THE PROJECT NO. SCALE: DATE: TYPE OF NPROYfl0.TTf City of Spokane Valley AS SHOWN 4/17/12 WATER « Deparlment of Public Works SCHEDULE B: TRANSMISSION MAIN DESIGNED BF: DNEDKm Dy, ORAVANG NO. c�' 11707 East Sprague Awnue, Suite 106 DDC Pdl�" SPOKANE VALLEY, WA. 99206 24TH AVE. TO 27TH AVE. - 3 OF 6 (509) 921 -1000 DRAWN RY: �YIEWED 6Y: TVP [wc Tr N i i,�W _.v 1 t j EVERGREEN RD. \� LLI -.Y , N 00i -) \5o 51 +0q) �� sz uo0 siaoo - ° 54 +00 -- 2050 2040 2030 II 2020 2010 2000 N 49 +00 0 N r w 0 0 a N s j I I I l �r I r I I _ a }-t�4 arc." �......- � .. }� _ --X. : ._'.'_� ...:�. �-- -•--'- ,.»a. � - � \� 55+00 � 56 00 57 +00 5 +00 59 00 _ — - — 04 I Q uj I i i I I M I I I I, N1 6" CPLG 6" RSGV, FLxMJ 20"x6" TEE, MJxFL 20"W DI 20"W DI t CONNECTION DETAIL 0¢ N.T.S. GRADE j � FINI$H GRADE, I" �I �I I N1 20 "x6" TEE, ALL MJ 20"W (DI) 20-W DI 2 CONNECTION DETAIL 04 N.T.S. WATER 50 +00 51 +00 52 +00 53 +00 54 +00 55 +00 56 +00 kv�l VARELA AND ASSOCIATES, INC. ENGINEERING AND MANAGEMENT SEE SHEET 05 \. C"ll - I jl i— EVERGREEN RD. A I I _L I r _ � I — 77. t 3 04 � I 0 50 100 GENERAL NOTES: 1 INSTALL VERTICAL BENDS AS RE UIRED TO SCALE 20" TEE, MJxFL ° 20" BFV, FLxFL 20" ADAPTER, FLxMJ 20-W (DI) � 3 CONNECTION DETAIL MJ PLUG 04 N.T.S. STA 55 +00 TO 59 +00 57 +00 58 +00 0 ACCOMMODATE GRADE BREAKS. 2. ALL WATER MAIN JOINTS AND CONNECTIONS SHALL BE RESTRAINED JOINT, NOTES: N7 REMOVE AND DISPOSE OF EXISTING RESTRAINT. CONNECT TO DEAD END MAIN I — -- — -- -- I I I 2050 I i j 2040 PHASE 2 I ' I i 2030 - - - -- —;-- - - - -- � I 2020 0 -Cpl I ! 1F,L I_ 2010 2000 ON, E INCH I AT FULL SIZE IF NOT ONE INCH j SCALE ACCORDINGLY 59 +00 60 +00 61 +00 62 +00 63 +00 CALL BEFORE YOU DIG 1- 8004245555 w J ` City of Spokane Valley Department at wD6a WAR DRAWN 1111E SCHEDULE B: TRANSMISSION MAIN Pwxcr ND. AS WALE: SHOWN DAM 4/17/12 TYPE OF INPROYENEXf WATER DESOM BY. OEM BY., DRANING ND. 3� f wky. 11707 East Sprague Avenue, SuOe 106 SPOKANE VAt1EY, WA. 99206 (509) 921 -1000 28TH AVE. TO 32ND AVE. °DC — 4 OF 6 DRAWN BY: REVI ENE D DY: TVP �I o 10" CPLG N1 NOTES: Ni PROVIDE TEMPORARY END CAP AND RESTRAINT. AFTER INSTALLATION & 0 10" RSGV, FLxMJ TESTING, REMOVE TEMPORARY PIPING AND MAKE CONNECTION AS SHOWN 20 "x10" RED. FLxFL SEE SHEET 04 20" TEE, ALL FL I w/THRUST BLOCK AND TIES qq 20"W DI ;a a�1\ 50 I'T t 20" ADAPTER, FLxMJ 20 "x16" RED. FLxMJ 2 24 SS - - - - - - - t 24"SS 32ND AVE. 0 50 100 - - - - - - - - ! .:.... X .... - - ---r.= K _. e K ---�sE _ ->- - :4- :._ -..m. - - a --- - 16 B MJ - _'�°_ _.._"" - -°= - ._- - e.- -�,.20 = --�-- `=`- _ .__ _ SCALE 16�x10RORED ��FLxFL " 16" ADAPTER, FLxMJ 20eW -_ z - �-20°W - - — —24 SS rt g — 24'SS —ice _— - — — = y — 24 "SS — — q 1r - 24"SS — z3 sa +oo s� +os. O ry `" 2-2 -- — 10 "W(PrtC — — __ — —10 W PVCZ- s+oa -- I— —I- _.�. ss oo -= 10 W(PVC) _ . — _ — — Io, PVC) — - — —ss +ss 16'W(STL) __ — — — — — L — d 9 +00 i4ce. iC W �iw � 16 "W '" ''L Ni 10" CPLG 10" RSGV, On 5� v FLxMJ, w/THRUST BLOCK 116 "x6" RED. FLxFL a 04 I I 05 s"w s'W s w 6" RSGV, 31 I _o -- — FLxFL L 6" CPLG N1 6" 90- EL, FLxMJ, O w/THRUST BLOCK GENERAL NOTES: 1. INSTALL VERTICAL BENDS AS REQUIRED TO ACCOMMODATE GRADE BREAKS. 2. ALL WATER MAIN JOINTS AND CONNECTIONS / i \CONNECTION DETAIL OS N.T.S. SHALL BE RESTRAINED JOINT. I I I I 2040 - - - - - - - -- -- - �- T- -- -- ,— -7 -� �- - - -- � - - - - -- 2040 - - ' I - -I � I I 2030 - -- - — - -- � - I � -- - 2030 FINISH GRADE, ! EXISTING GRADE I it ( I low I I — - - -- —� 1.� ( A __ �. -- — i_ - - -- SEE STREET Im 2020 - --PLANS- - 1 -- - -- - - _ . - �- - -- 020 II I I I ii 2010 -- - - -- t- - It �- -- - - -- L- -' -- - 2010 20 WATER MAIN ij- i - - - }i -- —� — 2000 + -- � --�-�- I -- -- 2000 F,L D. CO WASRr�C�� 1990 -— - - -- - - L - -- - - -- -- - - - - - - 1990 r F= ONE INCH IOCr' AT FULL SIZE !ssru�� IF NOT ONE INCH j i I I N "L SCALE ACCORDINGLY N 63 +00 64+00 65 +00 66 +00 67 +00 68 +00 69 +00 70 +00 0 d CALL BEFORE YOU DIG 1- 8004245555 w . N0. DA REVISIONS DESCR� City of Spokane Valley tNlc pAa[m SHOWN 4/17/12 me WAITER Y N VAREU AND ASSOCIATES, INC �� 11707 East S at Of Avenge. Works 106 SCHEDULE B: TRANSMISSION MAIN 1m 9r: of. Department of Public Works auw6w rm. ENGINEERINGAND MANAGEMENT �® SPOKANE VAUEy- W�99206 32ND AVE. MWN er: 9cW[wFO kv: 5 OF 6 TVP BEARING ON UNDISTURBED EARTH _� III II TEE REDUCING IN "` 'II LINE -� RESTRAINED MJ FOR TEES WITH FLANGED TYPE CAP VALVE(S) ON RUN. - - - -- INSTALL 2 - #5 EPDXY TI1 COATED RE13AR AROUND FITTING FOR LATERAL _17! _ RESTRAINT. BARS SHALL _I BE HOOKED AND SET 18" MIN. 3" MIN. IN CONC. FIT SNUG CONC. ON FITTING AND EPDXY COVER TEE CHIPS TOUCHED UP. CAPPED END (TYP.) THRUST BLOCK LAYOUT FOR HORIZONTAL PRESSURES 45' MAX SLOPE AT TOP AND CRITERIA FOR @�Q ENDS OF CONC. BLOCK HORIZONTAL w BENDS "h" IS LESS THAN OR llf II -�- EQUAL TO ONE HALF OF, °7F5' MIN. "D", "W" SHALL BE GREATER ?li •'� o THAN "h" BUT LESS THAN 2 TIMES "h" ..I�r A =hW � 45° MIN. A= BEARING ='r SECTION A -A AREA Q THRUST BLOCK HORIZONTAL BENDS HORIZONTAL GENERAL NOTES: ELBOW 1. THIS DETAIL DRAWING APPLICABLE FOR FITTINGS OF ALL END TYPES. 2. ALL CONCRETE THRUST BLOCKS SHALL BE ADEQUATELY CONSOLIDATED IN PLACE 3. SEE TABLE FOR MINIMUM BEARING AREA REQUIREMENTS. (DETAIL 02560 -3) 02560 -1 ITHRUST BLOCKS TEES REDUCERS ENDS AND ELBOWS (SEE SECTION 02560) N.T.S. (P -6" MIN) NOTES: Ni FILL ALL VOIDS BETWEEN FORMED N2 CONCRETE BLOCK AND 22 1/2' BEND UNDISTURBED EARTH WITH N3 COMPACTED GRAVEL. N2 4 EPDXY COATED #5 BARS (1 ON 6 EACH BRANCH). FIT SNUG N4' AROUND FITTINGS. N3 FORM CONCRETE AROUND JOINTS _ TO ALLOW FOR FUTURE REMOVAL 1.7 OF VALVE OF PIPE. v N4 SET INTO CONCRETE (18' MIN.) N5 STANDARD HOOKS (MIN. 3" 1.3 CONCRETE COVER ALL AROUND). N6 FORMED CONCRETE BLOCK HXW = BEARING AREA (CALCULATED FOR EACH BRANCH) CROSS ELEVATION °'! I 1 '..'1= 1( T (1' -6" MIN) -6" MIN. HxW = BEARING AREA NOTES: N7 VALVE N2 2 EPDXY COATED #5 BARS FIT 22 1/2' BEND SNUG AROUND FITTINGS. N3 FORM CONCRETE AROUND .4 FLANGES SO BOLTS ON VALVES 6 CAN BE REMOVED (TYP.) N4' STANDARD HOOKS (MIN. 3" .4 CONCRETE COVER ALL AROUND) GENERAL NOTES: N1 1. THIS DETAIL DRAWING APPLICABLE FOR ALL PLAN FITTINGS OF ALL END TYPES. 2. ALL CONCRETE THRUST BLOCKS SHALL BE ADEQUATELY CONSOLIDATED IN PLACE. 3. SEE STANDARD DETAIL DWG 02560 -3 FOR MINIMUM BEARING AREA REQUIREMENTS. VALVE ON RUN 02560 -1A )THRUST BLOCKS CROSSES AND VALVES ON RUN (SEE SECTION 02560) N.T.S. GENERAL NOTES: 1. SERVICE CONNECTION SIZE SHALL BE 1 ". CONTRACTOR SHALL NOTIFY THE ENGINEER IF ANY EXISTING SERVICE CONNECTION(S) ARE LARGER THAN 1". 2. REPLACE SERVICE CONNECTION FROM NEW MAIN TO EXISTING METER BOX. 3. REMOVE AND REPLACE EXISTING LANDSCAPING AS NECESSARY FOR SERVICE CONNECTION INSTALLATION. INCLUDE ALL COST ASSOCIATED WITH REMOVAL AND REPLACEMENT OF LANDSCAPING IN THE SERVICE CONNECTION BID ITEM. INCLUDING REMOVAL AND REPLACEMENT OF SIDEWALK AND CURB IF NECESSARY. #5 EPDXY COATED fl RODS OVER FTTINGS AND EMBEDDED 18" IN CONCRETE PROFILE STANDARD HOOKS GENERAL NOTES: 1. PLACE CONCRETE SUCH THAT JOINTS AND JOINT ACCESSORIES ARE ACCESSIBLE FOR REPAIRS 2. THE REQUIRED TRUST BLOCK VOLUMES FOR SPECIAL CONNECTIONS ARE TO BE SHOWN ON THE PLAN; e.g. 6 INDICATES 6 CUBIC YARDS OF CONCRETE ARE REQUIRED. 3. IF NOT SHOWN ON PLANS, REQUIRED VOLUMES AT FITTINGS SHALL BE AS INDICATED BELOW, ADJUSTED IF NECESSARY, TO CONFORM TO THE TEST PRESSURE(S) STATED IN THE SPECIFICATIONS. 4. VOLUMES AND SPECIAL BLOCKING DETAILS SHOWN ON PLANS TAKE PRECEDENCE OVER VOLUMES AND THE BLOCKING DETAIL SHOWN ON THIS STANDARD DETAIL. 5. THRUST BLOCKS FOR VERTICAL UP -BENDS SHALL BE THE SAME AS FOR HORIZONTAL BENDS. FITTINGS SIZE VOLUME OF THRUST BLOCK IN CU. YDS. 90' BEND 45' BEND 22 1/2' BEND 11 1/4 BEND 4 .8 .4 NS CURB STOP WITH TWO PIECE 6 6 1.8 .9 .4 .' 8 3.2 1.7 .8 .3 10 4.9 2.6 1.3 .5 12 7.0 3.7 1.8 .8 14 9.5 5.0 1 2.5 1.2 16 12.0 6.4 1 3.1 1.4 NOTES: ABOVE VOLUMES BASED ON TEST PRESSURES OF 150 p.sJ. AND THE WEIGHT OF CONCRETE= 40501b. /cu.yd. TO COMPUTE VOLUMES FOR DIFFERENT TEST PRESSURES, USE THE FOLLOWING EQUATION: VOLUME= (TEST PRESSURE /150) X (TABLE VALUE) 02560 -2 THRUST BLOCKS VERTICAL DOWN -BENDS (SEE SECTION 02560) N.T.S. 11- NOTE: ALL JOINTS SHALL BE RESTRAINED 02560 -8 FIRE HYDRANT ASSEMBLY 1 SERVICE CONNECTIONS (SEE SECTION 02560) N.T.S. 06 (SEE SECTION 02560) N.T.S. 0 d N I VARELA AND ASSOCIATES, INC. DATI ENGINEERING AND MANAGEMENT 2 TRENCH EXCAVATION 06 (SEE SECTION 02221) N.T.S. City of Spokane Valley Department of Pubfia Wanks 1- 7�R11SQ11G 11707 East Sprague Avenue, Suits SPOKANE VALLEY, WA. 49206 (5 (509) 921 -100100 0 THRUST BLOCK MINIMUM BEARING AREA* (SQ. FT. AT 100 PSI PRESSURE) SIZE PIPE 7 45' EL 22 -1/2' & 11 -1/4' EL VALVES, DEAD ENDS TEE W/O VALVE ON RUN 4 2 2 N1 WATER MAIN NS CURB STOP WITH TWO PIECE 6 4 2 lil 3 .' 6 4 2 5 10 9 5 2 7 12 ADJUSTABLE PLASTIC CURB BOX 7 4 10 l__ 1 L 18 10 5 N4 Y'T �J .1 =N T- -' •J II-I rl N2 CORP STOP N6 COUPLINGS, ELS, AS REQUIRED AS REQUIRED N3 SERVICE SADDLE N5 N6 N2 N7 SERVICE PIPE, DEPTH SIZE AND WIDTH (10' FROM HYDRANT IF INSTALLED NOTES: ON DEAD END) N4 HOPE SERVICE PIPE MATERIAL VARIES NOTES: SEE SECTION 02221 N7 6 "I (FL OUTLETEONARUNIJOINT TYPE S z NS C.I. VALVE BOX N2 N4 N1 FINISH GRADE, SEE STREET PLANS N7 12" UNLESS OTHERWISE SPECIFIED IN SECTION 02221, OR ON THE DRAWINGS. VARY) NOT APPLICABLE IF INSTALLED ON N6 15" X 4" CONCRETE BLOCK SET ON N2 EXISTING GROUND LINE OR STREET SUBGRADE DEAD END. COMPACTED FOUNDATION e ------ -� N3 SLOPE AND/OIRE SHORE PER TRENCH NB SECTION 02560 WIRE PER SPECIFICATIONS N2 6° RSGV, FL x MJ (RESTRAINED JOINT) N7 BEY. 3" TO" CLEAN GRAVEL AROUND N1 SAFETY O UTILITY MARKING TAPE PER SPECIFICATIONS N3 6" DI PIPE, PE x PE, LENGTH AS REQUIRED N4 N5 N6 N7 N4 BEDDING MATERIAL, 4" OVER SOIL, 6" SECTION 02560 (USED JOINT IF MORE THAN 1 N8 TOP IN WAYS, 2" ABOVE N3 OVER ROCK CE REQUIRED) NFLUSH GRADE AREAS GRAD N70 PIPELINE N4 FIRE HYDRANT, MJ OUTLET (RESTRAINED N9 FINISH GRADE vv Y4" - 1/2" SERVICE CONNECTION N5 BEDDING MATERIAL JOINT) N6 TRENCH BACKFlLL NOTE: ALL JOINTS SHALL BE RESTRAINED 02560 -8 FIRE HYDRANT ASSEMBLY 1 SERVICE CONNECTIONS (SEE SECTION 02560) N.T.S. 06 (SEE SECTION 02560) N.T.S. 0 d N I VARELA AND ASSOCIATES, INC. DATI ENGINEERING AND MANAGEMENT 2 TRENCH EXCAVATION 06 (SEE SECTION 02221) N.T.S. City of Spokane Valley Department of Pubfia Wanks 1- 7�R11SQ11G 11707 East Sprague Avenue, Suits SPOKANE VALLEY, WA. 49206 (5 (509) 921 -100100 0 THRUST BLOCK MINIMUM BEARING AREA* (SQ. FT. AT 100 PSI PRESSURE) SIZE PIPE TEE W/VALVE(S) ON RUN, 90' EL 45' EL 22 -1/2' & 11 -1/4' EL VALVES, DEAD ENDS TEE W/O VALVE ON RUN 4 2 2 2 2 6 4 2 2 3 8 6 4 2 5 10 9 5 2 7 12 13 7 4 10 14 18 10 5 13 - SOIL BEARING CAPACITY 1500 PSF PRIOR TO BACKFILL GENERAL NOTES: I 1. FOR PRESSURES OTHER THAN SHOWN MULTIPLY THE TABLE VALUE BY A RATIO OF PRESSURE OVER 100psi (i.e.) PRESSURE 00psi 2. FOR SOIL BEARING CAPACITIES OTHER THAN 1500 PSF, MULTIPLY THE TABLE VALUE OF MIN. BEARING AREA REQUIRED BY A RATIO OF 1500 PSF OVER ACTUAL SOIL BEARING CAPACITY 1500 p T (i.e. ACTUAL SOIL BEARING CAPACITY) 02560 -3 THRUST BLOCKS MINIMUM BEARING AREA (SEE SECTION 02560) N.T.S. lFi1 D. COA^ QSS p4 WAs 0 o z 43raNAL CALL BEFORE YOU 010 1- 800 - 424 -5555 ORAYANG TIKE PROJECT NO. SCALE: DALE: TYPE a IYPROYFYFNf AS SHOWN 4/17/12 WATER SCHEDULE B: TRANSMISSION MAIN DES> cwEO RY: CHECKED NY: DAWR �• DETAILS DDG 9"' 6 OF 6 DRAWN BY-. REWEWED BY: 1VP t \ • i • I `TTIVIT APPROVED BY: CITY OF SPOKANE VALLEY /STEVE M. WORLEY, P.E / SENIOR CAPITAL PRO�TS ENGINEER CITY OF SPOKANE VALLEY INDEX OF DRAWINGS Rr i` •� .i s i CALL BEFORE YOU DIG 1- 800-024 -5555 SCHEDULE A WORK - CITY OF SPOKANE VALLEY City of Spokane Valley SHEET N0. SHEET NAME Department of Public Works 11707 East Sprague, Ave. Suite 304 1 TITLE SHEET /INDEX SPOKANE VALLEY, WA. 99206 2-4 SECTIONS (509) 921 -1000 5 EVERGREEN ROAD PLAN STA 10 +00 TO STA 27 +50 6 EVERGREEN ROAD PLAN —_ STA 27 +50 TO STA 36 +00 F WELLESLEY a 7 L EVERGREEN ROAD PLAN AND PROFILE _ _ w —� STA 36 +00 TO STA 43 +50 � _ TRENT I 8 EVERGREEN ROAD PLAN AND PROFILE DEER PARK SPOKANE RIVER o LL m STA 43 +50 TO STA 50 +50 MILL WOOD -.ED 9 ,_� EC" °. ". E °C- `! ° - -� - - -� 9 EVERGREEN ROAD PLAN AND PROFILE t MARIE r MONTGOMERY MAR,EnA STA 50 +50 TO STA 57 +50 FKN X — INDIAN 10 EVERGREEN ROAD PLAN AND PROFILE CANADA SPO NE _ -� aa- MISSION - - -- - -s . -_ M,�,° ao STA 57 +50 TO STA 63 +06 COOMMUNITY ®Q — >aRDADWA SHARP _ rc- a o ¢ 5 � � W BROADWAY 4 � 11 32ND AVENUE PLAN _ _ a �B�onD vn�LE AY v,; j STA 63 +06.04 TO STA 69 +69 � � -� INTERSTATE PAiR cROUN _ s a �AY vALLE Av _ _ w W P %E I 12 DETAILS PACIFIC — � OCEAN �� _ 2',�- p•_"� 6 _ 3RD _ _ rc F 4TH SPRAGUE P LL __ APPLE �_ — m AY N ,TM — SPRAGUE � � 13 LAKE ° TRAFFIC CONTROL PHASE 1A - __ 1� BTH _ - 8TH J 14 _ TRAFFIC CONTROL PHASE 1 OLYMPIA cHENE Y I z � i�� 15 TRAFFIC CONTROL - PHASE 1 DETOURS _ SPOKANE 16TM m F Q '—" S£ ""TH 16 TRAFFIC CONTROL - PHASE 2 OREGON ° ®2 < a 24TH w s 17 TRAFFIC CONTROL - PHASE 2 DETOURS WASHINGTON _.._. _ m 18 TRAFFIC CONTROL - PHASE 3 DETOURS SPOKANE COUNTY Te 19 -21 PAVEMENT MARKING PLANS I - 22 SURVEY CONTROL PLAN Q� —_ 23 -24 MILLING PLANS y�z 44TM ® 25 EROSION CONTROL PLAN THORPE r oc� nav Pezo,.�-c z 26 ADDITIVE ALTERNATE - ITS CONNECTION PLAN APPROVED BY: CITY OF SPOKANE VALLEY /STEVE M. WORLEY, P.E / SENIOR CAPITAL PRO�TS ENGINEER CITY OF SPOKANE VALLEY INDEX OF DRAWINGS Rr i` •� .i s i CALL BEFORE YOU DIG 1- 800-024 -5555 EXISTING EAST SIDE CURB *SEE PLAN SHEET 23 FOR MILLING TYPES AND LOCATIONS. STA 11 +34 TO STA 11 +83 30' t 11' LANE 5' BIKE LANE HMA r OVERLAY 27_ - 5' - - VARIES 4 21 1 F- 1 L- 4 WIDENING PATCH SEE ROAD PLANS FOR LOCATION. (a) ROW CATCH WITHIN ROW SEE GRAVEL DRIVEWAY DETAIL FOR GRADING @ 3 6 4 4 8' SHIM PLANING MICROMILL PLANING _� z TYP. TYP. O ~w ROW ROW 30' t 30' f 9.5' f 7.5' f PARKING LANE 5' BIKE LANE 11 LANE 11' LANE 5' BIKE LANE 5' S' f HMA OVERLAY 27_ 2 %® 1 F— CATCH WITHIN ROW 1 1 L— SEE GRAVEL DRIVEWAY DETAIL FOR GRADING _ EXISTING EAST SIDE STA 11 +83 TO STA 19 +06 4 CURB WIDENING PATCH 1" 6 SEE ROAD PLANS o FOR LOCATION. w BIKE LANE GRAVEL -- LIMIT FIELD STAKED 3 6 DRIVEWAY _yam. BY ENGINEER ` 2" CST NATIVE SOIL 8' SHIM PLANING MICROMILL PLANING z COMPACTED TO 95% TYP. TYP. OF MODIFIED PROCTOR Uw -- MAX. DENSITY ROW U) Z ROW COMPACTED TO 95% 30' t 30' t MAX. DE PROCTOR DENSITY 4' 9.5' t 7.5' f PARKING LANE{ 5' BIKE LANE 11 LANE 11' LANE 5' BIKE LANE 5' 5' GRAVEL DRIVEWAY HMA OVERLAY _2% 2% ® J - - - CATCH WITHIN ROW � SEE GRAVEL DRIVEWAY 1 2 EXISTING EAST SIDE c STA 19 +06 TO STA 23 +23 4 DETAIL FOR GRADING CURB UTILITY PATCH 1 " =6• WIDENING PATCH 4 5 m SEE ROAD PLANS FOR LOCATION. 4 3 6 4 4 8' SHIM PLANING MICROMILL PLANING TYP. TYP. ~w ROW U Z ROW 30' t 30' t 2.5' 8' t 8.5' t PARKING LANE 5' BIKE LANE 11' LANE 11' LANE 5' BIKE LANE 5' 6.5' t HMA .. .. ,. ., .. -.. OVERLAY 2_7 CATCH WITHIN ROW EXISTING EAST SIDE D STA 23 +23 TO STA 26 +17 a 1 4 SEE GRAVEL DRIVEWAY 2 4 DETAIL FOR GRADING CURB UTILITY PATCH _ WIDENING PATCH SEE 5 FOR L NS OCATION. 4 ^°Zj,7yr, t Z CALL BEFORE YOU DIG 1- 800424 -5555 z 0 ~w ROW 30' f -- 9.5 VARIES 5' BIKE LANE � VARIES EXISTING EAST SIDE CURB *SEE PLAN SHEET 23 FOR MILLING TYPES AND LOCATIONS. STA 11 +34 TO STA 11 +83 30' t 11' LANE 5' BIKE LANE HMA r OVERLAY 27_ - 5' - - VARIES 4 21 1 F- 1 L- 4 WIDENING PATCH SEE ROAD PLANS FOR LOCATION. (a) ROW CATCH WITHIN ROW SEE GRAVEL DRIVEWAY DETAIL FOR GRADING @ 3 6 4 4 8' SHIM PLANING MICROMILL PLANING _� z TYP. TYP. O ~w ROW ROW 30' t 30' f 9.5' f 7.5' f PARKING LANE 5' BIKE LANE 11 LANE 11' LANE 5' BIKE LANE 5' S' f HMA OVERLAY 27_ 2 %® 1 F— CATCH WITHIN ROW 1 1 L— SEE GRAVEL DRIVEWAY DETAIL FOR GRADING _ EXISTING EAST SIDE STA 11 +83 TO STA 19 +06 4 CURB WIDENING PATCH 1" 6 SEE ROAD PLANS o FOR LOCATION. w BIKE LANE GRAVEL -- LIMIT FIELD STAKED 3 6 DRIVEWAY _yam. BY ENGINEER ` 2" CST NATIVE SOIL 8' SHIM PLANING MICROMILL PLANING z COMPACTED TO 95% TYP. TYP. OF MODIFIED PROCTOR Uw -- MAX. DENSITY ROW U) Z ROW COMPACTED TO 95% 30' t 30' t MAX. DE PROCTOR DENSITY 4' 9.5' t 7.5' f PARKING LANE{ 5' BIKE LANE 11 LANE 11' LANE 5' BIKE LANE 5' 5' GRAVEL DRIVEWAY HMA OVERLAY _2% 2% ® J - - - CATCH WITHIN ROW � SEE GRAVEL DRIVEWAY 1 2 EXISTING EAST SIDE c STA 19 +06 TO STA 23 +23 4 DETAIL FOR GRADING CURB UTILITY PATCH 1 " =6• WIDENING PATCH 4 5 m SEE ROAD PLANS FOR LOCATION. 4 3 6 4 4 8' SHIM PLANING MICROMILL PLANING TYP. TYP. ~w ROW U Z ROW 30' t 30' t 2.5' 8' t 8.5' t PARKING LANE 5' BIKE LANE 11' LANE 11' LANE 5' BIKE LANE 5' 6.5' t HMA .. .. ,. ., .. -.. OVERLAY 2_7 CATCH WITHIN ROW EXISTING EAST SIDE D STA 23 +23 TO STA 26 +17 a 1 4 SEE GRAVEL DRIVEWAY 2 4 DETAIL FOR GRADING CURB UTILITY PATCH _ WIDENING PATCH SEE 5 FOR L NS OCATION. 4 ^°Zj,7yr, t Z CALL BEFORE YOU DIG 1- 800424 -5555 UTILITY PATCH STA 26 +17 TO STA 28 +00 E 4 1"=6' 3 4 6 4 z ROW 8' SHIM PLANING TYP, MICROMILL PLANING TYP. 0 0 w J ROW 30' t t~n d MICROMILL PLANING _� TYP. w U w ¢ 30' + 12.5' �} 75' �1( 1' 8' t 7.5' + PARKING LANE 5' BIKE LANE 10.5' LANE — 10.5' LANE 3 OF 26 DRAWN BY: = HMA OVERLAY 8' t 7.5' t PARKING LANE 5' BIKE LANE 10.5' LANE � - UTILITY PATCH STA 26 +17 TO STA 28 +00 E 4 1"=6' ROW 3 4 8' SHIM PLANING TYP. 30' + 8' t 7.5' t PARKING LANE 5' BIKE LANE 30' + 5 BIKE LANE 5' 8.5' + 4 2%® 2� 1 F_ i� 4 WIDENING PATCH , SEE ROAD PLANS 4 FOR LOCATION. 30' + i 10.5' LANE 5' BIKE LANE VARIES VARIES VARIES HMA 4 OOVERLAY 2'; 1 F- UTILITY PATCH 4 STA 28 +00 TO STA 28 +53 4 6 4 MICROMILL PLANING TYP. z O_ ~ w wz rn � i 10.5' LANE 10.5' LANE HMA OVERLAY 4 8' SHIM PLANING TYP. 30° t 5' BIKE LANE x--7.5' + PARKING LANE 6' + I ROW CATCH WITHIN ROW SEE GRAVEL DRIVEWAY DETAIL FOR GRADING @ ROW ROW CATCH WITHIN ROW 1 SEE GRAVEL DRIVEWAY DETAIL FOR GRADING 2 L UTILITY PATCH G STA 28 +53 TO STA 34 +96 �L EXISTING EAST SIDE CURB AND SIDEWALK 4 4 4 4 8' SHIM PLANING MICROMILL PLANING _ 8' SHIM PLANING TYP. TYP. TYP. z 0 ~w ROW V)) ROW 30' + 30' + 1' 8' t LANE WIDTHS VARY — LANE WIDTHS VARY 6' + H O I A J4tyn I V J I A .ib +4 4 5 111=61 iT SIDE 1DEWALK ROW 3 4 6 z I J PROJECT NO. o O ROW 8' SHIM PLANING TYP. t~n d MICROMILL PLANING _� TYP. w U w ¢ 30' + 12.5' �} 75' �1( �_ wwm NO' CWA IJ 24TH STA 90 +00 TO STA 92 +40 SMW 3 OF 26 DRAWN BY: 1' REVISIONS 8' t 7.5' t PARKING LANE 5' BIKE LANE 10.5' LANE � - Department of Public Works STA 26 +17 TO STA 36 +07 11707 East Sprague Avenue, Suite 106 �r ROW 3 4 8' SHIM PLANING TYP. 30' + 8' t 7.5' t PARKING LANE 5' BIKE LANE 30' + 5 BIKE LANE 5' 8.5' + 4 2%® 2� 1 F_ i� 4 WIDENING PATCH , SEE ROAD PLANS 4 FOR LOCATION. 30' + i 10.5' LANE 5' BIKE LANE VARIES VARIES VARIES HMA 4 OOVERLAY 2'; 1 F- UTILITY PATCH 4 STA 28 +00 TO STA 28 +53 4 6 4 MICROMILL PLANING TYP. z O_ ~ w wz rn � i 10.5' LANE 10.5' LANE HMA OVERLAY 4 8' SHIM PLANING TYP. 30° t 5' BIKE LANE x--7.5' + PARKING LANE 6' + I ROW CATCH WITHIN ROW SEE GRAVEL DRIVEWAY DETAIL FOR GRADING @ ROW ROW CATCH WITHIN ROW 1 SEE GRAVEL DRIVEWAY DETAIL FOR GRADING 2 L UTILITY PATCH G STA 28 +53 TO STA 34 +96 �L EXISTING EAST SIDE CURB AND SIDEWALK 4 4 4 4 8' SHIM PLANING MICROMILL PLANING _ 8' SHIM PLANING TYP. TYP. TYP. z 0 ~w ROW V)) ROW 30' + 30' + 1' 8' t LANE WIDTHS VARY — LANE WIDTHS VARY 6' + H O I A J4tyn I V J I A .ib +4 4 5 111=61 iT SIDE 1DEWALK ROW N0. DATE DESCWMION BY y. /I/.,Z 31.5' + z I J PROJECT NO. o z z a TYPE B � w t~n d '� CURBING 12 wn w ¢ 5.5 SIDEWALK 2 12.5' �} 75' �1( �_ wwm NO' CWA IJ 24TH STA 90 +00 TO STA 92 +40 SMW 3 OF 26 DRAWN BY: REVISIONS RPB DRAWING TITLE — City of Spokane Valley EVERGREEN ROAD -16TH TO 32ND Department of Public Works STA 26 +17 TO STA 36 +07 11707 East Sprague Avenue, Suite 106 �p�• SPOKANE VALLEY, WA. 99206 °'JJ 921 -1000 SECTIONS (5D9) N0. DATE DESCWMION BY y. /I/.,Z -CALL BEFORE YOU DIG 1- 800 - 4245555 PROJECT NO. SCAIE: DATE: VIE OF 11 ENT 0160 1" = 6' 4/17/2012 STREET DESIGNED 6Y: CHECKED BY: wwm NO' CWA SMW 3 OF 26 DRAWN BY: REVIEWED BY: RPB — z 20' MICROMILL 0 ' w ROW wis z ROW 30' f 30' f 12 GRAVEL PATCHBACK REMOVE ASPHALT BETWEEN GRIND AND I.�... 6 SAWCUT LINES ASPHALT LINE 6' t LANE WIDTHS VARY PAVEMENT AND LANE WIDTHS VARY - 1' +— SHOWN ON PLANS W /HAND GRINDER 4" HMA EXISTING PAVEMENT SHIM PLANING VARY FROM 1.5" DEPTH AT SAWCUT TO 112" MICROMILL NEW SIDEWAL,., �...,, AND GUTTER STA 36 +48 TO STA 38 +40 r' =s' z _0 U C- w ROW v — 34' f 30' t 10 GRAVEL PATCHBACK 6, ___j 12 10' t 6' t BIKE LANE 12' LANE 12' LANE BIKE 6LANE 1 ROW EXISTING E CURB, GUT......... SIDEWALK (NEW SIDEWALK, CURB AND GUTTER FOR TWO LOTS) EXISTING E,.... .. CURB, GUTTER AND SIDEWALK (NEW SIDEWALK, CURB AND GUTTER FOR 10' f J ST A 38 +40 TO STA 61 +51 1 " =6' 19' t r 15 AND CULVERTS 12 SHIM PLANING SECTION 1 AT TRANSITION NTS m REMOVE ASPHALT w ROW BETWEEN GRIND AND 00 ASPHALT LINE ww 1 SAWCUT LINES 00 SHOWN ON PLANS W /HAND GRINDER a L 4 EXISTING PAVEMENT 1.5" PLANING DEPTH z O_ F w U z vw ROW 34' f 30' t 6' — LANE WIDTHS VARY PAVEMENT AND LANE WIDTHS VARY VARIES •- 1O GRAVEL PATCHBACK 1 2 TYPE C CURB 4 SEE PLAN. 12 TWO LOTS) EXISTING EAST SIDE CURB, GUTTER AND SIDEWALK ® STA 61+51 TO STA 62 +83.5 UTILITY PATCH 6 32ND STA 70 +00 TO STA 77 +74 1 " =6' 14' t LANE 1' HMA OVERLAY PLANING SECTION 2 AT CROSS STREET NTS 8' SHIM PLANING MICROMIIL EXISTING PAVEMENT SHIM PLANING VARY FROM 1.5" DEPTH AT EXISTING CURB TO 1/2" MICROMILL EXISTING CURB PLANING SECTION �1 ALONG CURS NTS PATCH WHERE NEEDED FOR BIKE LANE 4 WIDENING PATCH NTS WIDTHS MAY VARY. SEE VERA PLANS AND PAVEMENT CUT POLICY FOR LOCATION AND WIDTH. 5 UTILITY PATCH NTS 1.5" HMA OVERLAY BROOM AND TACK ALL MILLED OR 1/2" MICROMILL PATCHED SURFACES PLANING EXISTING PAVEMENT L HMA s MICRO MILL HMA OVERLAY NTS — NTS CALL BEFORE YOU DIG 1- 800 -424 -5555 I I I 11 �� 1711 S EVERGREEN 1717 S. EVERCREFN 1723 S. EVE BEEN 1805 S. EVERGREEN 1815 S. EVERGREEN F X5262.0914 45262.0913 45262.0912 452620911 45262.0910 i 1611 S EVERGREEN i 1621 S. EVERCP.EEN 703 S. EVERGREEN S 45762.0917 ( 45262 0916 45262.0915 B ST A17 +OLSF3 I +, cO 13908 5. 16TH OFF 16 00'R } 45262 <;91 a s IA. 1 1 -- ' &5 a _ c - - - - _ II 6s.os � _ -7 II F1� A orF 1 5.9a'R _ v � SAWCUT MATCH I 'i °' i,. +_._. +T�; - -r� EXIST. PAVEMENT _ >, 4 Y-1 s i ,cfi z x . 5 �! - �, .,.__ .,1 t ,a rpm .:. - r - _ �.. �;V . , �, - � �� I � i ..- �, r �/� _ STA 18 +94.84, 1 0 9i � - _.._, - r. .. .,. '. -! sa` -: x t ,; -,' _ ai �r}�-- 7 '• � - OMEOWNER TO 18. Asa ;� STA 17+46.89, 1 H5' RT zo 18.5' RT REMOVE FENCE 1 1 z+ WITHIN THE °Q RIGHT OF WAY g `T 1 1 SIGN TO r STA 12 +66.54, 1 Z j PROTECT 5 STA 12 +49 -68, 20.74' RT 9- Z WATER METER ,' �� j SIA: i +50.96 18'5' RT I r 1720 S. EVERGREEN 13822 E 18TH 1'2 STA 110+ ELEVA IONS. RT w ��� � 161 45271.0813 E REEN � 811 E_ 17TH � �� 459i� RGRE N S EVERGREEN 45271.3 306 �� 45271.3002 ti l INSTALL 32 SY PCC N �i I OFF 1, SIDEWALK, 5' WIDE. MATCH v 1704 S. i F X504 45971.3305 1 II 1820 S EVERGREEN STA 11 +08.59, 18.85' RT � ° ¢ I 4527:.0814 I h52 / I.1253 � n 1610 S. EVERGREEN "' Q �' SAWCUT MATCH SAWCUT MATCH 45271.09':4 4 EXIST. PAVEMENT 4 EXIST. PAVEMENT STA 13 +24.75, 32' RT STA 16 +41.44, 35' RT STA 13 +61.77, 32' RT STA 16 +81.77, 35' RT 13905E 21ST 13906 E. 21ST I III r I - 'll 21411 1905 S EVERGREEN 1915 SAWCUT MATCH 452621308 4 26 EVERGRECN 4. EXIST. PAVEMENT 13906 F.. 20TH I 1 452621101 451621102 1 _ STA 23 +03.30, 46' LT 45262.1301 S -A. 26 +64.84 11 I STA 23 +42.74, 44.511071 p 2 SAWCUT MATCH �i� rOFF 15.53'R E I 13905 207H EXIST. PAVEMENT _ 452621103 j 4 STA 26 +07.88, 42' LT 6- STA 26 +47.84, 40' LT I. I cl) I E I S c.1 " l STA: 22 +59.03 I OFF :16.00'R STA:22 +91.5'R 6 o p 2 OFF 16.00 STA: 22 +31.33 F- SAWCUT MATCH C OFF 15.87'R i �. Jri - �I EXIST. PAVEMENT 2 STA 19 +04.55, 44 LT 4 Y_. li �� 8 STA 19 +44.67, 44 LT -- - -il _ .7 _ - -. - - I _. . .,.... a .. _ -�_ 1 - _ � _ - �- a ,: <... ,._ w ... ... , lw 4� 4 wo. 6', HOMEOWNER TOE /o�i.� z��TRIM - �,^ L ` 1 SHRUBS I PROTECT V �I �\�` \ _lSTA. 23 +43.32 STA 24 +52.91, RIGHT OF WAY S �O.�15.69'R �a STA 26 +76.35, WATER METER �N WITHIN THE t U} t REMOVE FENCE r F PROTECT F- I 18.5' RT WATER METER OFF: 16.41'R 1 2 w o 4 STA 20 +54.28, STA 20 +59.06, 18.5' RT r ',I POWER POLE z 18.5' RT II 1920 S. EVERGREEN I� 1 ' 1 2006 S EVERGREEN 13821 E. 21ST `° j RELOCATED BY + 18.5 RT 45271.1246 1 45271.3406 '- I OTHERS o, HOMEOWNER TO 1 45ti1 1451 a 1 1 z 1908 S. EVERGREENr U HOMEOWNER TO REMOVE SHRUBS REMOVE FENCE STA 22 +67.75, 2'21 S. EVERGREEN a 45271.3104 WITHIN THE n a - REMOVE FENCE AND RELOCATE 18.5° RT SAWCUT MATCH 2 SAWCUT MATCH 45271.9061 N RIGHT OF WAY + WITHIN THE RR TIES M EXIST. PAVEMENT 2 4 EXIST. PAVEMENT eo RIGHT OF WAY 3 5 PROTECT � STA 23 +11.30, 40' RT ¢ STA 25 +98.82, 38' RT a1 WATER METER (2) + 1820 S. EVERGREEN SAWCUT MATCH RELOCATE N STA 23 +33.71, 41' RT LEGEND STA 26 +31.47, 39' RT 152711253 1902 S. Lb ERGRFFN STA 22 +73.47, 31 EXIST. PAVEMENT 4 271 105 12 STA 22 +35.86, 26' RT 14.05' RT ASPHALT ROADWAY CE 2,5' RT OF 1' RT OF STA 22 +57.80, 26' RT RELOCATE LIGHT POLE 5' WEST HMA WIDENING PATCH SECTION LINE SECTION LINE BY VERA 4' RT OF q 2.5' RT OF SOD PATCHBACK SECTION LINE SECTION LINE PATCHBACK CHBACK KEY NOTES: GRAVEL tO RELOCATE MAIL BOX, INSTALL TYPE 1 MAILBOX SUPPORT. 'I✓ 60 INSTALL TEMPORARY FENCE. GENERAL CONSTRUCTION NOTE: HYDROSEEDING PATCHBACK 12 Ell LANDSCAPING/BARK PATCHBACK 75w4 20 PROTECT PROPERTY CORNER. O7 INSTALL FENCE. 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE OF CURB. CONCRETE HARDSCAPING �SSi M1xy y,:" 2. STATIONS AND OFFSETS ARE FROM DESIGN CENTERLINE. BE AWARE 30 REMOVE AND TRIM VEGETATION PAID UNDER "CLEARING AND GRUBBING" O8 ADJUST WATER VALVE. CENTERLINE VARY THROUGHOUT THE PROJECT. y /r! 04 REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE ", O ADJUST MANHOLE, CATCH BASIN, DRYWELL. 50 RELOCATE BOULDERS. PAID UNDER "MISC. REMOVAL ".. 10 REVISE IRRIGATION SYSTEM. 11 REMOVE AND INSTALL MONUMENT CASE AND CAP. 92 PAID UNDER "GROUNDING RODS REMOVAL ", B10 ITEM CALL BEFORE YOU DIG 1- 800 -424 -5555 13905 E 24TH @)STA SAWCUT MATCH 45262.1504 XIST. PAVEMENT 13909 C 23P,D 31 +33.61, 41' IT 4576 ?_1007 STA 31 +73.56, 41' IT rl 2311 S EVER BEEN 23.9 S_ EVERGREEN H it 2115 S EVERGREEN 2221 S. EVERGREEN j 13906 E 23RD 42621502 45262.1503 45262410 452621009 i� I! 45262.`501 I 3 1 �' s ! I CUT AND 12 _ MS' 86.39 REMOVE WWII Cl) IOFF :15.57R :...n- u� ✓` i - r r p - -'-'L' r F 3 GOUNDING RODS ;^ I _�3 ,I >• , 7117 717, �, �I �. t t 8 I ."1 Cris A f -- f1 - r-_ -_, — . E. � i. __ _.. c1"" ,.,:x= ..- .,.-•. ..... . . ,. .. .,rte "lam R ... -,:.. ..a .:: �• �- ,�. r'�' — ..3`1, --r' VIM .,,,.w FIA AM _.. .. .... .a.. �t F .. .. ,.. i .,.... <.. .... ...: ... .,. .- .. >... .... .. t. , � a..1,- .� .. :. ' . .. ., �.. �,.. as .. ..... .... ,. .. �. �... _. ..., .. ,: ,,. ... .,. .... ... 7s,,.. .. -- ,. .....� .: ,.... ,,.:_.. ,. ..+.. ..... s _.. v ..�, .,... ...,.. ..- ...: ...__ ._.:. ,.. ....;. ,.,,,.,..._. ,. ....., t .::.� ..., ,.' �. .._. . .._. t: �� .. .:.. ...... . -.,.. � sue. ... -... ... . .r - -w.,. .:. .. .... .- 12 ,I'i "i. 2 s�`(T V o, �+ I STA 27- b77.50, f 13825 E 241-1 1 zN� 18.5' RT �� 1 _ it 462713606 �I I- a PROTECT `� n 3 TREE II Z 2 SAWCUT MATCH 45271,9042 45271,,:809 STA 31 +28EMEN43' RT I I cv 4 I � 13820E 22ND ' 13824 E 23RD 2304 S. EVERGREEN 2308 S. EVERGREEN !, 23 J S VFI GREEN — 2126 FVER('REEN STA 31 +64.4-0, 43' RT 4577.3722 45271.3609 45271.3608 41,2/1.3607 �I 13825 E 23RD 45271.3701 2080 2070 +. O So. Q NNW . -- 0 + 0 AV1NW - 6 w H �K5: Q - JON 1 O NNW - - N 7FOJ. NW a6 . RELOCATE MAIL BOX, INSTALL TYPE 1 MAILBOX SUPPORT. 12 of O PROTECT PROPERTY CORNER. O7 INSTALL FENCE. 3O aq O ADJUST WATER VALVE. ( REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE ". N ON 5O RELOCATE BOULDERS. PAID UNDER "MISC. REMOVAL ".. O o ro n N N 91 +00 92 +00 GUTTER FACE PROFILE 2409 S. EVERGREEN 24TH STA 90 +70 TO 24TH STA 92 +50 2080 2080 2070 2070 KEY NOTES: p J W - - - a3 + � O N 1,O RELOCATE MAIL BOX, INSTALL TYPE 1 MAILBOX SUPPORT. 12 6O INSTALL TEMPORARY FENCE. 2O PROTECT PROPERTY CORNER. O7 INSTALL FENCE. 3O REMOVE AND TRIM VEGETATION PAID UNDER "CLEARING AND GRUBBING" O ADJUST WATER VALVE. ( REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE ". O ADJUST MANHOLE, CATCH BASIN, DRYWELL. 5O RELOCATE BOULDERS. PAID UNDER "MISC. REMOVAL ".. 10 REVISE IRRIGATION SYSTEM. o ro n 11 REMOVE AND INSTALL MONUMENT CASE AND CAP. vi 12 PAID UNDER "GROUNDING RODS REMOVAL ". B10 ITEM T- o . . m.+ 5a _ —fiSLl p J W - - - a3 + � O N N L D wU DESIGNED BY: GRAVEL PATCHBACK lE� GENERAL CONSTRUCTION NOTE: HYDROSEEDING PATCHBACK LANDSCAPING/BARK PATCHBACK 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE OF CURB. 2. STATIONS AND OFFSETS ARE FROM DESIGN CENTERLINE. BE AWARE CONCRETE HARDSCAPING DRAWN BY: CENTERLINE VARY THROUGHOUT THE PROJECT. o! o6 o ro n ro b vi o 37 +00 38 +00 NOTE: STRAIGHT GRADE CURB RADIUS ON SE CORNER OF 24TH AND EVERGREEN BETWEEN CURB RETURNS. 2080 O i, 5.5' 2. SIDEWALK 6' TALL COMPOSITE FENCE 2070 4 � 1 L_ �1 4 A SECTION NTS LEGEND 1 GUTTER FACE PROFILE 2409 S. EVERGREEN ASPHALT ROADWAY STA 361 -46.93 TO STA 38 +76.88 CALL BEFORE YOU DIG 1- 800-424 -5555 City of Spokane Valley Department of Public Works ® HMA WIDENING PATCH PROJECT NO. 0160 SCALE 1" = 30' SOD PATCHBACK N L D wU DESIGNED BY: GRAVEL PATCHBACK lE� GENERAL CONSTRUCTION NOTE: HYDROSEEDING PATCHBACK LANDSCAPING/BARK PATCHBACK 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE OF CURB. 2. STATIONS AND OFFSETS ARE FROM DESIGN CENTERLINE. BE AWARE CONCRETE HARDSCAPING DRAWN BY: CENTERLINE VARY THROUGHOUT THE PROJECT. CALL BEFORE YOU DIG 1- 800-424 -5555 City of Spokane Valley Department of Public Works DRAWING TITLE EVERGREEN ROAD -16TH TO 32ND STA 27 +50 TO STA 36 +00 PROJECT NO. 0160 SCALE 1" = 30' DATE: 4/17/2012 TYPE 11 IMPROVEMENT STREET DESIGNED BY: CHECKED BY: DRAWNG NO. 11707 East Sprague Avenue, Suite 106 SPOKANE 00099206 l�yb J EVERGREEN ROAD PLAN 6 Dr 26 DRAWN BY: REVEWED BY: RPB - 24TH STA 92 +32.90, 10.82' RT 13 INSTALL PARALLEL 25 CURB RAMP 24TH STA 90 +35.48,- 11.38' RT .24TH STA 90 +35.55, —", 1.87' RT 2 SAWCUT MATCH ¢ EXIST. PAVEMENT 13 INSTALL PARALLEL-----_/ V-25-1 CURB RAMP I. PI STA 36 +46 = 24TH STA 90 +00 tO w w x w 0 13 INSTALL PARALLEL CURB RAMP 2 SAWCUT MATCH ¢ EXIST. PAVEMENT STA 36 +24.52, 34.49' RT STA 36 +48, 41.60' RT j 2090 2080 2070 2060 I a� M I � HEDGE. CURB RAMP 25 STA 36 +83 = 2409 S. EVERGREEN ° ec -. 95203.0101 n � t BELOW 8' ON DRIVEWAY STREET SIDE HEDGE TO BACKO WOOD FENCE 1 r OF SIDEWALK CE STA 38 +00 TTRIM THROAT SIZE = 20' _ 15'X21' HMA 16'X10' HMA DRIVEWAY ' DRIVEWAY OVERLAY APPROACH .5'X16' PCC EVERGREEN ROAD PLAN AND PROFILE DRIVEWAY -- CALL BEFORE YOU DIG 1- 800424 -5555 APPROACH 9y: . ai Pk 6' LT OF HEDGE T I REMOVAL LIMITS. PBN CURB SECTION LINE �. STA 37 +02.70, 1 111 _ FENCE 54.05' LT R =30' 6'- ° FENCE RP � STA 37 +06.20 54' LT PVI ELEV: 2078.87 .K:' 196.96 RELOCATE STOP SIGN TO STA 36 +95.37, 24.44' LT E REMOVE EXISTING INSTALL PARALLEL 13 HEDGE. CURB RAMP 25 STA 36 +83 = 1390) F 26',H 24TH STA 90 +54 d5263 2801 TO STA 38 +76 TRIM BRANCHES 3O - 5.5'X21' PCC BELOW 8' ON DRIVEWAY STREET SIDE APPROACH WOOD FENCE 1 DRIVEWAY APPROACH i 13 CE STA 38 +00 12 12 THROAT SIZE = 20' _ 15'X21' HMA 2. STATIONS AND OFFSETS ARE FROM DESIGN CENTERLINE. BE AWARE DRIVEWAY GRAVEL PATCHBACK CUT EXISTING POST AND CHAMFER TOP TO MATCH EXISTI WITH GRAY STAIN. NG ///--- 38° DESIGN AND PAINT RELOCATE / TOP RAIL 6" d 42" TRIM EXISTING SLAB AND RE- INSTALL 1 WOOD FENCE REVISION NTS SAWCUT MATCH ¢ EXIST. PAVEMENT --- STA 42 +54.18, .18, 48 LT STA 42 +87.58, 48' LT 13 INSTALL PARALLEL 25 CURB RAMP APPROACH 0 POLE RELOCATED' 2512 S BOLIVAR ¢ 2518 S. B011VAR BY 0,7HERS 2506 S. P01_IVAR L 45263.3602 1 452633607 2524 S BOLIVAR o 45263 3603 / 25263 3002 a 10 6 INSTALL 186 LF TEMP L— - _ 7 FENCE PRIOR TO HEDGE IF 1 REMOVAL -4- ) .l li .L J rlli "� _ ❑ -'�'° - i 2 09 S DAMS m w w x '' INSTALL PARALLEL 13 39 +00 40 +00 CURB RAMP 25 City of Spokane Valley 1390) F 26',H 43 +00 2l d5263 2801 O7 INSTALL FENCE. TRIM BRANCHES 3O LEGEND BELOW 8' ON O RELOCATE BOULDERS. PAID UNDER "MISC. REMOVAL ". STREET SIDE 2 WOOD FENCE 1 N R 7 T"q fR "-d _ m w w x '' 5805 ISTH 452;4 0'20 , _ 13818 F 941�H 1rJ DRIVEWAY APPROACH V DRIVEWAY A PROACH �� 45274.0134 _� 4 f w9.o14i 15 251s s oAVls 11 39 +00 40 +00 .�I 1381 F 2771 -I 12 � STA 39 +75.39 � � STA 40 +49.1 12 4-5271.0142 i City of Spokane Valley 452/4.0129 CULV 1 = 18 LF iI CULV 2 = 18 43 +00 2l 12 tO RELOCATE MAIL BOX, INSTALL TYPE 1 MAILBOX SUPPORT. O7 INSTALL FENCE. GENERAL CONSTRUCTION NOTE: LEGEND BY O RELOCATE BOULDERS. PAID UNDER "MISC. REMOVAL ". �o S 2O PROTECT PROPERTY CORNER. O8 ADJUST WATER VALVE. 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE OF CURB. ¢ RECONSTRUCTION 9 J K /0 \.1LF CONCRETE HARDSCAPING (,,/1,r CWaxED er` SMW 2. STATIONS AND OFFSETS ARE FROM DESIGN CENTERLINE. BE AWARE // HMA WIDENING PATCH GRAVEL PATCHBACK = LANDSCAPING /BARK PATCHBACK OVERLAY O9 ADJUST MANHOLE, CATCH BASIN, DRYWELL. ¢ ¢ ¢ EVERGREEN ROAD PLAN AND PROFILE CALL BEFORE YOU DIG 1- 800424 -5555 9y: . ai Pk 6' LT OF PBN 1° RT OF SECTION LINE SECTION LINE PIA STAN 37 +32.04 PVI ELEV: 2078.87 .K:' 196.96 - -� o - -LVC: 100.00 2090 -- + m o mN VI STA: 40 +22.00 M M N PVI ELEV. 2071.60 K: 160.28 5¢ U LVC:200.00 .am om crW - o Loa o - m w a ^ PVI STA: 42 +47.00 __ —_— + PVI ELEV: 2063.75 2080 LVC:1 0:00 w _ . U m V Iij > - I I I � - -- — _ 2060 - ? m aJ O ON s O O0 > m O O m aN 0 CM �� r U I. 0 0 0 N N N 0 0 0 0 0 0 N N NIM N . N N N ir N N N NPO. N KEY NOTES: 17 N 37 +00 38 +00 39 +00 40 +00 41 +00 City of Spokane Valley 42 +00 43 +00 2l 12 tO RELOCATE MAIL BOX, INSTALL TYPE 1 MAILBOX SUPPORT. O7 INSTALL FENCE. GENERAL CONSTRUCTION NOTE: LEGEND BY O RELOCATE BOULDERS. PAID UNDER "MISC. REMOVAL ". �o S 2O PROTECT PROPERTY CORNER. O8 ADJUST WATER VALVE. 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE OF CURB. ASPHALT ROADWAY SOD PATCHBACK HYDROSEEDING PATCHBACK /0 \.1LF CONCRETE HARDSCAPING (,,/1,r CWaxED er` SMW 2. STATIONS AND OFFSETS ARE FROM DESIGN CENTERLINE. BE AWARE // HMA WIDENING PATCH GRAVEL PATCHBACK = LANDSCAPING /BARK PATCHBACK 3O REMOVE AND TRIM VEGETATION PAID UNDER "CLEARING AND GRUBBING" O9 ADJUST MANHOLE, CATCH BASIN, DRYWELL. CENTERLINE VARY THROUGHOUT THE PROJECT. EVERGREEN ROAD PLAN AND PROFILE CALL BEFORE YOU DIG 1- 800424 -5555 O4 REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE ". 10 REVISE IRRIGATION SYSTEM. ISIONS REVDESCRIPTION City of Spokane Valley DaAwINa mEVERGREEN ROAD -16TH TO 32ND oso ea 1" = 30' NO. DATE BY O RELOCATE BOULDERS. PAID UNDER "MISC. REMOVAL ". 11 REMOVE AND INSTALL MONUMENT CASE AND CAP. mow Department of Public Works 11707 East Sprague Avenue, Suite 106 STA 36 +00 TO STA 43 +50 CWaxED er` SMW 6 INSTALL TEMPORARY FENCE. 12 PAID UNDER "GROUNDING RODS REMOVAL °. B10 ITEM SPOKANE VALLEY, WA. 99206 (509) 921 -1000 EVERGREEN ROAD PLAN AND PROFILE 9y: REV EN PBN 13902 E. 26TH 452632801 OS ADJUST YARD LIGHT FINAL GRADE. 11 RELOCATE ROCKS PER HOMEOWNER DIRECTION r dP -: w " w �4 w 5 13 12 12 SAWCUT MATCH SAWCUT AND / "390/ MATCH EXIST. a 13908 E. 27TH 12118 E 24TH 2 45263.2304 1 45263.1901 4 100 O 2615 S E VE2GHF EH 7ELEVATION 4 203 0824'X29 WALL BOTTOM 1 HMA CORNER / STA 45 +46.66, 4 DRIVEWAY 5.5'X26' PCC APPROACH 23.81' LT PROTECT -- I EXIST. PAVEMENT WATER METER] '®ff am1 7 SAWCUT MATCH EXIST. PAVEMENT = / "390/ �I \ ?3909 E. 27111 E- 2/lH j 45263.2302 -4-52612303 13908 E. 27TH 12118 E 24TH 2 45263.2304 1 45263.1901 4 100 CORNER STA 45 +44.20, INSTALL PARALLEL 13 STA 44 +28.55, IIII CURB RAMP 255 WALL BOTTOM 1 \ 11 TRIM FOR SIGHT T CORNER / STA 45 +46.66, 4 DISTANCE 5.5'X26' PCC t 23.81' LT .x>y ,1 _ I EXIST. PAVEMENT � � " -s.. Q • _ _.. - — o-- �-k,4 s- +'" -. —+ c-'�- -z' 8r1 ..... rc�� -`4F, 1'Oa�- €�- . • _ _� _ - � - s t �• � -; Va' 3 -� w ... o, F - �. r- t rr `z�7 -5 C7 � L't'. �'"�. �' i ��n:*' _.- , �, -~xFy ��•� _ $ � a � 4A- h{3:4i`"'�.y i'- '."r� t x :(� ,� { t k w � jj 7 WALL BOTTOM WALL BOTTOM WALL BOTTOM CORNER CORNER STA 45 +44.20, CORNER STA 44 +28.55, STA 44 +54.66, 25' RT STA 44+20.13,1 23.83' LT 23.82' LT IE = 2053.89 1 23.83' LT I 5.5'X26' PCC SAWCUT MATCH I- IE = 2051.73 V DRIVEWAY I EXIST. PAVEMENT 2605 S. DAVIS APPROACH Q 45274.0134 2613 S. DAVIS 2 45274, 01 SS � 2617 S_ DAVIS -_ _ 45274.0143 2070 2060 2050 2040 - + o + M >. 6i FINISH GRADE. m m w w' I I � �p ».`m n� ml ° o °° o 6 6 W rt n, 0 � fA d M M O:N N �, M_� o'O W W 61w M:Mi O O «3 N N N u Non O N N;N �. _ d,� p N O N O o. O NQ O O Q O: o. o N. O'i N �'I a N N N O N 44 +00 45 +00 46 +00 KEY NOTES: O7 RELOCATE MAIL BOX, INSTALL TYPE 1 MAILBOX SUPPORT. 17 O6 INSTALL TEMPORARY FENCE. O PROTECT PROPERTY CORNER. V INSTALL FENCE. O REMOVE AND TRIM VEGETATION PAID UNDER "CLEARING AND GRUBBING" ® ADJUST WATER VALVE. O4 REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE ". O ADJUST MANHOLE, CATCH BASIN, DRYWELL. 5� RELOCATE BOULDERS. PAID UNDER "MISC. REMOVAL ".. 10 REVISE IRRIGATION SYSTEM. 11 REMOVE AND INSTALL MONUMENT CASE AND CAP. 12 PAID UNDER "GROUNDING RODS REMOVAL ". B10 ITEM 47 +00 48 +00 ENERAL CONSTRUCTION NOTE: 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE OF CURB. 2. STATIONS AND OFFSETS ARE FROM DESIGN CENTERLINE. BE AWARE CENTERLINE VARY THROUGHOUT THE PROJECT. 2070 2060 2050 2040 49+00 50 +00 LEGEND ASPHALT ROADWAY - HYDROSEEDING PATCHBACK HMA WIDENING PATCH LANDSCAPING /BARK PATCHBACK SOD PATCHBACK F-- I CONCRETE HARDSCAPING GRAVEL PATCHBACK CALL BEFORE YOU DIG 1- 8004245555 i A - f STA 46 +54.20, 25' RT - IE = 2051.73 V A a 1 Q PVI- ELE"G55.G0 -_ _ S I 2705 S 'TAVks + P- ti 45L I40S0" a a Nm + 2711 S_ DAVIS 2719 S. DAMS 2725 S. DAVIS 2807 S DAVIS y p N i 45274 0505 a d. I It }5274.0502 45274.0503 45274.Ob04 3 wad � N � oCiU 15 15 12 LVC: 160.00 12 - + o + M >. 6i FINISH GRADE. m m w w' I I � �p ».`m n� ml ° o °° o 6 6 W rt n, 0 � fA d M M O:N N �, M_� o'O W W 61w M:Mi O O «3 N N N u Non O N N;N �. _ d,� p N O N O o. O NQ O O Q O: o. o N. O'i N �'I a N N N O N 44 +00 45 +00 46 +00 KEY NOTES: O7 RELOCATE MAIL BOX, INSTALL TYPE 1 MAILBOX SUPPORT. 17 O6 INSTALL TEMPORARY FENCE. O PROTECT PROPERTY CORNER. V INSTALL FENCE. O REMOVE AND TRIM VEGETATION PAID UNDER "CLEARING AND GRUBBING" ® ADJUST WATER VALVE. O4 REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE ". O ADJUST MANHOLE, CATCH BASIN, DRYWELL. 5� RELOCATE BOULDERS. PAID UNDER "MISC. REMOVAL ".. 10 REVISE IRRIGATION SYSTEM. 11 REMOVE AND INSTALL MONUMENT CASE AND CAP. 12 PAID UNDER "GROUNDING RODS REMOVAL ". B10 ITEM 47 +00 48 +00 ENERAL CONSTRUCTION NOTE: 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE OF CURB. 2. STATIONS AND OFFSETS ARE FROM DESIGN CENTERLINE. BE AWARE CENTERLINE VARY THROUGHOUT THE PROJECT. 2070 2060 2050 2040 49+00 50 +00 LEGEND ASPHALT ROADWAY - HYDROSEEDING PATCHBACK HMA WIDENING PATCH LANDSCAPING /BARK PATCHBACK SOD PATCHBACK F-- I CONCRETE HARDSCAPING GRAVEL PATCHBACK CALL BEFORE YOU DIG 1- 8004245555 PVI STA:. 45 +72.00,' PVI- ELE"G55.G0 -_ _ __ K:. 1.96.28 LVC: 160.00 o PVI ST 4 49 +07.00.1 w w PVI EL V V: 2049.33. _ _ w P K 4 44.17. LV : : - 200.00. . . . . . . . M ON O O RI _ O ___ . . EXSfINC ("HOUN7- - - U . P PVI S STk 50 +63:46 j m m . . . . . . . . . . . . . j j w P PVI E ELEV: 2039.64 _ m m w w K K: 61.63 _ L LVC: 57.32 . __. O O m N N 44 +00 45 +00 46 +00 KEY NOTES: O7 RELOCATE MAIL BOX, INSTALL TYPE 1 MAILBOX SUPPORT. 17 O6 INSTALL TEMPORARY FENCE. O PROTECT PROPERTY CORNER. V INSTALL FENCE. O REMOVE AND TRIM VEGETATION PAID UNDER "CLEARING AND GRUBBING" ® ADJUST WATER VALVE. O4 REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE ". O ADJUST MANHOLE, CATCH BASIN, DRYWELL. 5� RELOCATE BOULDERS. PAID UNDER "MISC. REMOVAL ".. 10 REVISE IRRIGATION SYSTEM. 11 REMOVE AND INSTALL MONUMENT CASE AND CAP. 12 PAID UNDER "GROUNDING RODS REMOVAL ". B10 ITEM 47 +00 48 +00 ENERAL CONSTRUCTION NOTE: 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE OF CURB. 2. STATIONS AND OFFSETS ARE FROM DESIGN CENTERLINE. BE AWARE CENTERLINE VARY THROUGHOUT THE PROJECT. 2070 2060 2050 2040 49+00 50 +00 LEGEND ASPHALT ROADWAY - HYDROSEEDING PATCHBACK HMA WIDENING PATCH LANDSCAPING /BARK PATCHBACK SOD PATCHBACK F-- I CONCRETE HARDSCAPING GRAVEL PATCHBACK CALL BEFORE YOU DIG 1- 8004245555 47 +00 48 +00 ENERAL CONSTRUCTION NOTE: 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE OF CURB. 2. STATIONS AND OFFSETS ARE FROM DESIGN CENTERLINE. BE AWARE CENTERLINE VARY THROUGHOUT THE PROJECT. 2070 2060 2050 2040 49+00 50 +00 LEGEND ASPHALT ROADWAY - HYDROSEEDING PATCHBACK HMA WIDENING PATCH LANDSCAPING /BARK PATCHBACK SOD PATCHBACK F-- I CONCRETE HARDSCAPING GRAVEL PATCHBACK CALL BEFORE YOU DIG 1- 8004245555 2050 2040 2030 2020 13906 E 28TH 13909 E 29TH 13907E 291h 13916 E. 29TH 13909 E. 30TH 13907 E_ 30TH 15910 F_ 30TH I 45263.2001 45263.2005 452612006 45263.2007 45263.2607 45263.2603 46263.2604 4, ZA2 1 \ a, - -_I - r- 57 t R - id - - - k / - _ ,r.4 C.t - - - �... - - -_ - `� -. - x ._;... - - n.. p v x S 4-✓ w_i-s .h / t�r.z ''ry ,s ,w.N -,i ..,y..E �. 'IO?'� R -_ "t, .. - n 1 N i o co I �� SWALE A �I } i m o-R I I 1 m SEE SHEET 12 a u� 3 FOR DETAILS > N D 1 2 SAWCUT MATCH �'o 2817 S. DAMS 3z i' 3003 S DAMS oc�cr 301' S. DAVIS 45274.0507 w a"� 4 EXIST. PAVEMENT d5274.1201 3005 S. DAVIS 15 15 4 214.120-' w R-> 1 45274.1202 2815 S. DAVIS > 2905 S. DAMS STA 54 +35.84, 48' RT 45274.0506 oCj 45274.0508 STA 54 +75.73, 49.7' RT 12 12 12 0 2911 15 3009 S. DAVIS 12 S. DAVIS 45214.1203 452/4 0509 STA: 50 +63:46. 52 +00 53 +00 54 +00 55 +00 56 +00 57 +00 A,�D tY0 KEYNOTES: LEGEND�y tiC, tO 1 RELOCATE MAIL INSTALL GENERAL CONSTRUCTION NOTE: ASPHALT ROADWAY - HYDROSEEDING PATCHBACK BOX, TYPE 1 MAILBOX SUPPORT. 1 Z O6 INSTALL TEMPORARY FENCE. ELEV:- 2039.60 - / HMA WIDENING PATCH LANDSCAPING/BARK PATCHBACK ® PROTECT PROPERTY CORNER. O7 INSTALL FENCE. 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE OF CURB. 2. STATIONS AND OFFSETS ARE FROM DESIGN CENTERLINE. BE AWARE � SOD PATCHBACK CONCRETE HARDSCAPING FssTOAy.tt B`�� 3O REMOVE AND TRIM VEGETATION PAID UNDER "CLEARING AND GRUBBING" OS ADJUST WATER VALVE. CENTERLINE VARY THROUGHOUT THE PROJECT. - - K:- 61.63. O4 - ADJUST MANHOLE, CATCH BASIN, DRYWELL. - CALL BEFORE YOU DIG 1- 800 - 424 -5555 O10 5 RELOCATE BOULDERS. PAID UNDER "MISC. REMOVAL ".. - REVISIONS NO. DATE DESCRIPTION BY City of Spokane Vatley DRAWING TORE PROJECT NO. SCALE: DATE: TYPE OF IMPROVEMENT EVERGREEN ROAD -16TH TO 32ND 0160 1" = 30 4/17/2012 STREET 11 REMOVE AND INSTALL MONUMENT CASE AND CAP. - - DESIG BY: CNECNED 9Y: STA 50 +50 TO STA 57 +50 DRAWWG No. - - 92 PAID UNDER "GROUNDING RODS REMOVAL ". BID ITEM �Pi7` dJ SPOKANE V>LLEY_1�099206 LVC: 57.32 RPB - no N - + O PVI STN: 53 +07.00 o "' .PVI E EV:.2026.71 . w K 63.05. - - - - . .� > LV : 320.00. - w o rh- + 6 + o 5202 PVl_S7A: 5 +47.00 — - -____ PVI ELEV: .40 PVI ELEV: 2026.20. j w K: 9 .31 LVC: 100.0 m> LVC:.1 0.00. 1 o n o N w O _ M O O N O d M cp M N LXISTItiC F,ROJN w w N W N> W v;- ca - FINISH GRADE - N :1P »:O d aJ . �:N W n. r as �. M a M O m p d pT n,n 0.M �10 M'M n M N M a o t7'M rood N N N n N ro N m o N N ui N N u> N o N o N r, N'N ri r ri N N N n N N N 00 N 0N:N O 00 00 N ON N N ON N ON N N N N V ON ON ON 2050 2040 2030 2020 51 +00 52 +00 53 +00 54 +00 55 +00 56 +00 57 +00 A,�D tY0 KEYNOTES: LEGEND�y tiC, tO 1 RELOCATE MAIL INSTALL GENERAL CONSTRUCTION NOTE: ASPHALT ROADWAY - HYDROSEEDING PATCHBACK BOX, TYPE 1 MAILBOX SUPPORT. 1 Z O6 INSTALL TEMPORARY FENCE. / HMA WIDENING PATCH LANDSCAPING/BARK PATCHBACK ® PROTECT PROPERTY CORNER. O7 INSTALL FENCE. 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE OF CURB. 2. STATIONS AND OFFSETS ARE FROM DESIGN CENTERLINE. BE AWARE � SOD PATCHBACK CONCRETE HARDSCAPING FssTOAy.tt B`�� 3O REMOVE AND TRIM VEGETATION PAID UNDER "CLEARING AND GRUBBING" OS ADJUST WATER VALVE. CENTERLINE VARY THROUGHOUT THE PROJECT. _ GRAVEL PATCHBACK O4 REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE ". ADJUST MANHOLE, CATCH BASIN, DRYWELL. CALL BEFORE YOU DIG 1- 800 - 424 -5555 O10 5 RELOCATE BOULDERS. PAID UNDER "MISC. REMOVAL ".. REVISE IRRIGATION SYSTEM. REVISIONS NO. DATE DESCRIPTION BY City of Spokane Vatley DRAWING TORE PROJECT NO. SCALE: DATE: TYPE OF IMPROVEMENT EVERGREEN ROAD -16TH TO 32ND 0160 1" = 30 4/17/2012 STREET 11 REMOVE AND INSTALL MONUMENT CASE AND CAP. Department of Public Works 11707 East Sprague Avenue, Suite 106 DESIG BY: CNECNED 9Y: STA 50 +50 TO STA 57 +50 DRAWWG No. 92 PAID UNDER "GROUNDING RODS REMOVAL ". BID ITEM �Pi7` dJ SPOKANE V>LLEY_1�099206 CWANED Smw EVERGREEN R ®A® PLAN AN® PR ®FILE DRAWN BY: REVIEWED BY: 9 OF 26 RPB - I � I SAWCUT MATCH ' EXIST. PAVEMENT - ¢ STA 59 +20.20, 48' LT 13910 E. 30'1, it STA 59 +53.72, 48' LTI� ,15263.2604 I � Ali 13901 C. 31ST I 45263.6303 J � � � I � to v 1 s a 6 � W fn t 16 CB 3 12 W /ROUND FRAME AND GRATE GRADE RIM = 2016.25 SD 0 STA 62 +19.50, 29.11' RT 3102 S. BOLIVAR 0.01 457635212 3116 S. FRI IVAR 58 +00 59 +00 60 +00 KEY NOTES: tO RELOCATE MAIL BOX, INSTALL TYPE 1 MAILBOX SUPPORT. 12 O6 INSTALL TEMPORARY FENCE. O PROTECT PROPERTY CORNER. O INSTALL FENCE. O REMOVE AND TRIM VEGETATION PAID UNDER "CLEARING AND GRUBBING" O ADJUST WATER VALVE. O4 REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE ". O ADJUST MANHOLE, CATCH BASIN, DRYWELL. 5O RELOCATE BOULDERS. PAID UNDER "MISC. REMOVAL ".. 10 REVISE IRRIGATION SYSTEM. 11 REMOVE AND INSTALL MONUMENT CASE AND CAP. 12 PAID UNDER "GROUNDING RODS REMOVAL ". B10 ITEM 10 � 12 12 3124 S. B01.IVAR SEE SHEET 11 Vt 61 +00 62 +00 63 +00 GENERAL CONSTRUCTION NOTE: 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE OF CURB. 2. STATIONS AND OFFSETS ARE FROM DESIGN CENTERLINE. BE AWARE CENTERLINE VARY THROUGHOUT THE PROJECT. 2040 2030 2020 2010 PIPE SCHEDULE PIPE INVERT EL (IN) INVERT EL. (OUT) GRADE LENGTH SD 0 2015.82 2015.29 0.01 53" SO 1 2015.19 2014.68 0.01 50.5' SD 2 2014.58 2014.35 0.01 22.5' SO 3 2014.25 2013.67 0.02 36' SO 2 10" Of 1 SO 1 I'i I TYPE 'C' CURB 4. 10" DI PT 32ND STA 70 +57.83, 12 IF 14.40' LT CB 1 16 W /SOLD LID�� 12 ROUND FRAME p 1 INSTALL HMA SPILLWAY 10 m RIM = 2016.58 SD 3 u STA 62 +70.33, 10" DI 29.14' RT CB 2 N d W /ROUND FRAME 16 AND GRATE. 1,L2 a W/ SPILL CONTROL SEPERATOR )I TIN< D-2YWF LL 7 13F311 I 32ND _ 7 RIM = 2016.25 461 L21 32ND STA 70120, OVERLAY 4 32ND STA 70 +55.90, 22.48' LT 2234' LT 61 +00 62 +00 63 +00 GENERAL CONSTRUCTION NOTE: 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE OF CURB. 2. STATIONS AND OFFSETS ARE FROM DESIGN CENTERLINE. BE AWARE CENTERLINE VARY THROUGHOUT THE PROJECT. 2040 2030 2020 2010 PIPE SCHEDULE PIPE INVERT EL (IN) INVERT EL. (OUT) GRADE LENGTH SD 0 2015.82 2015.29 0.01 53" SO 1 2015.19 2014.68 0.01 50.5' SD 2 2014.58 2014.35 0.01 22.5' SO 3 2014.25 2013.67 0.02 36' GA I Gh WITH =RAMP GRATE 2' MIN. 4" MIN. 4% 4% 4" CSTC —' ` -2" HMA a SECTION NTS 1 HMA SPILLWAY NTS LEGEND ASPHALT ROADWAY HYDROSEEDING PATCHBACK HMA WIDENING PATCH LANDSCAPING /BARK PATCHBACK e SOD PATCHBACK CONCRETE HARDSCAPING �s6�aNxt.Fr�' GRAVEL PATCHBACK CALL BEFORE YOU DIG 1- 800424 -5555 K 4 0 F J � 4 N z I ° L) 4 Ir STA 62+ r a 4 MICROMILL AND PLACE TYPE C WITH OVERLAY SEE SHEET 10 1 NlIS PAVEMENT q. 32ND STA 70 +55.72 1 WALL 1 LENGTH = 28'± . _ Z.. x.12' 24' d 0 W STEP 8" z 19' .EVER 12' —� - 19' - 0 o -2,96% - 8'°X16" MASONRY 4" CAP BOTTOM WALL - - - BLOCK, TYP. - - - TYP - EL = 2055.28 KEY NOTES: tO RELOCATE MAIL BOX, INSTALL TYPE 1 MAILBOX SUPPORT. 17 12 O PROTECT PROPERTY CORNER. O REMOVE AND TRIM VEGETATION PAID UNDER "CLEARING AND GRUBBING" 4O REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE ". O5 RELOCATE BOULDERS. PAID UNDER "MISC, REMOVAL ".. 2 WALL 2 LENGTH = 116 °t O INSTALL TEMPORARY FENCE. O INSTALL FENCE. O8 ADJUST WATER VALVE. O9 ADJUST MANHOLE, CATCH BASIN, DRYWELL. 10 REVISE IRRIGATION SYSTEM. it REMOVE AND INSTALL MONUMENT CASE AND CAP. 12 PAID UNDER "GROUNDING RODS REMOVAL ". B10 ITEM Vy 2070 2060 2050 a 9 2' VARIES 2070 8.41' 2050 4 8° N oi w z 0 NTS _+ O 2060 BOTTOM WALL � - - - EL = 2059.51 -2.96% 2050 1 WALL 1 LENGTH = 28'± . _ Z.. x.12' 24' d 0 W STEP 8" z 19' .EVER 12' —� - 19' - 0 o -2,96% - 8'°X16" MASONRY 4" CAP BOTTOM WALL - - - BLOCK, TYP. - - - TYP - EL = 2055.28 KEY NOTES: tO RELOCATE MAIL BOX, INSTALL TYPE 1 MAILBOX SUPPORT. 17 12 O PROTECT PROPERTY CORNER. O REMOVE AND TRIM VEGETATION PAID UNDER "CLEARING AND GRUBBING" 4O REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE ". O5 RELOCATE BOULDERS. PAID UNDER "MISC, REMOVAL ".. 2 WALL 2 LENGTH = 116 °t O INSTALL TEMPORARY FENCE. O INSTALL FENCE. O8 ADJUST WATER VALVE. O9 ADJUST MANHOLE, CATCH BASIN, DRYWELL. 10 REVISE IRRIGATION SYSTEM. it REMOVE AND INSTALL MONUMENT CASE AND CAP. 12 PAID UNDER "GROUNDING RODS REMOVAL ". B10 ITEM Vy 2070 2060 2050 a N VARIES 2050 4 1:`CLs_Tc N oi SECTION NTS _+ O � mw n o � .0 OD � 45 +00 NEW CURB SECTION STA 44 +09.71, 17.91' LT STA 45 +71.72, 17.91' LT 2615 S. EVERGREEN GENERAL CONSTRUCTION NOTE: 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE OF CURB. 2. STATIONS AND OFFSETS ARE FROM DESIGN CENTERLINE. BE AWARE CENTERLINE VARY THROUGHOUT THE PROJECT. 2070 2060 REGRADE YARD 5.5' AND SOD WITH SIDEWALK 2 2 °' TOPSOIL VARIES 2050 4 1:`CLs_Tc - - A SECTION NTS 4 1 .J 1 4 2" HMA 4 1 F 1 L— 4 6" CSTC J IJ %e '\ DRIVEWAY SECTION NTS LEGEND `^ 5 EU ASPHALT ROADWAY HYDROSEEDING PATCHBACK M HMA WIDENING PATCH E= LANDSCAPING/BARK PATCHBACK X- Earn SOD PATCHBACK CONCRETE HARDSCAPING sP�o.ro'at tire. GRAVEL PATCHBACK CALL BEFORE YOU DIG 1- 800 -424 -5555 j CURB INLET TYPE 1 2 COSV STD S -110 SIDEWALK 3 COSV STD R -103 CURBING TYPE'B' 4 COSV STD R -102 CURBING TYPE 'C' 6-1/4' COSV STD R -102 48" HIGH DENSITY POLYETHYLENE OR - POLYPROPYLENE MESH, AND SHALL BE UV RESISTANT, ORANGE COLOR EXISTING GROUND STAKE BOTTOM OE MESH AT 2' -0" O.C. $ TEMPORARYFENCE NTS N 50753.5852 E 31470.7373 I ­/z FACE OF CURB VARIES FROM 6" TO 0 ", VARIES MAINTAIN 1H:6V SLOPE i" R ON SIDE OF CURB MATCH ROADWAY LO 1/2' R S PE 1/2° R N y m O O � � 1 2 NO. 4 REBAR 2' I AT V ON CENTER OFLUSH WITH GUTTER PAN AT CURB 1 RAMP ENTRANCE —7/2" VERTICAL LIP AT DRIVEWAY ENTRANCE DRIVEWAY DEPRESSED 5 CURB SECTION W/18" GUTTER NTS SELF — LOCKING TIE — NYLON 6/6 (MIN. GRADE), 50# MIN. TENSILE STRENGTH, UV STABILIZED AT 16" O.C., TYP. STEEL T —BAR POST AT 6' -0" O.C. MAX. SOD SWALE BOTTOM AND SIDE SLOPES TO ELEVATION 2025 T DW 1 I�STA 55 +11, 27.5' RT I • GB AND GRATE. OFFSET SHOWN ON 3° PLAN SLOPE THE GUTTER PAN DOWN TO THE RECTANGULAR FRAME FACE OF CURB 6° 1" MATCH GUTTER s" 1" R 1" R SLOPE DEPRESS GRATE 1/2" `3 TOP OF ROADWAY 16" ADJUSTMENT SECTION INCLUDED IN NEW DRAINAGE STRUCTURE BID ITEM *DEPRESS GRATE RIM ELEVATION 1/2" BELOW ADJACENT PAVEMENT SURFACE AND MATCH PAVEMENT SLOPE. STORM STRUCTURE s CURB DETAIL NTS LSOD 2" TOPSOIL COMPACTED TO 85% OF MODIFIED PROCTOR MAX DENSITY g SOD PATCHBACK NTS �2' 2" CSTC NATIVE SOIL COMPACTED TO 95% OF MODIFIED PROCTOR MAX DENSITY �p GRAVEL PATCHBACK NTS N 50723.6177 E 31472.1328 SLOPE DITCH TO SWALE DWI _ DRYWELL RIM= 2025.00 EL= 2025.00 -�?� SWALE A N 50753.1201 BOTTOM EL= 2024.5 E 31460.7482 BOTTOM AREA =300 SF N 50723.1525 E 31462.1436 �4 SWALE 'N GEOMETRY SWALE A BOTTOM EL= 2024.5 — DRYWELLTYPE A COSV STD PLAN S -101 q SWALE W SECTION " -5' CSTC COMPACTED TO 92% OF MODIFIED PROCTOR MAX DENSITY 1 F2" HMA 4" CSTC HMA DRIVEWAY PATCHBACK NTS PIPE O.D. 1' PIPE O.D. 18 PIPE ZONE BEDDING NTS GRADE TC DAYLIGHT ADJUSTMENT SECTION INCLUDED IN NEW DRAINAGE STRUCTURE BID ITEM 'DEPRESS GRATE RIM ELEVATION 1/2" BELOW ADJACENT PAVEMENT SURFACE AND MATCH PAVEMENT SLOPE. GRATE INLET TYPE 2 CURB DETAIL NTS 1 DRIVEWAY APPROACH — / COSV STD R -112 i3 PARALLEL CURB RAMP WSDOT STD PLAN F- 40.12 -01 �s CATCH BASIN, TYPE 1 COSV STD S -112 MAILBOX SUPPORT TYP 1 WSDOT STD PLAN H- 70.10 -00 10" DI X 18' CHAMFER BOTH ENDS TO MATCH GRADE OF SIDE SLOPES. MIN. GRADE THROUGH CULVERT .0028 GRADE TO DAYLIGHT MIN. 0.5% COMPACT NATIVE SOIL TO 92% OF MODIFIED PROCTOR MAX DESITY 1' 6.5' EXISTING GATE STRAIGHT GRADE �0-10" 0 DI PIPE �$ HYDROSEED ALL REGRADED AREAS. g SWALE 'B'SECTION NTS i5 SEEDED DRIVEWAY W / CULVERT NTS %,/7 /Z CALL BEFORE YOU DIG 1- 800 -424 -5555 CB AND GRATE. OFFSET SHOWN ON PLAN 15 -1/4" SLOPE THE GUTTER PAN DOWN TO THE RECTANGULAR FRAME 6-1/4' FACE OF CURB t" R. 1^ R. I DEPRESS MATCH GUTTER GRATE 1/2" SLOPE " 3° TOP OF ROADWAY F2" HMA 4" CSTC HMA DRIVEWAY PATCHBACK NTS PIPE O.D. 1' PIPE O.D. 18 PIPE ZONE BEDDING NTS GRADE TC DAYLIGHT ADJUSTMENT SECTION INCLUDED IN NEW DRAINAGE STRUCTURE BID ITEM 'DEPRESS GRATE RIM ELEVATION 1/2" BELOW ADJACENT PAVEMENT SURFACE AND MATCH PAVEMENT SLOPE. GRATE INLET TYPE 2 CURB DETAIL NTS 1 DRIVEWAY APPROACH — / COSV STD R -112 i3 PARALLEL CURB RAMP WSDOT STD PLAN F- 40.12 -01 �s CATCH BASIN, TYPE 1 COSV STD S -112 MAILBOX SUPPORT TYP 1 WSDOT STD PLAN H- 70.10 -00 10" DI X 18' CHAMFER BOTH ENDS TO MATCH GRADE OF SIDE SLOPES. MIN. GRADE THROUGH CULVERT .0028 GRADE TO DAYLIGHT MIN. 0.5% COMPACT NATIVE SOIL TO 92% OF MODIFIED PROCTOR MAX DESITY 1' 6.5' EXISTING GATE STRAIGHT GRADE �0-10" 0 DI PIPE �$ HYDROSEED ALL REGRADED AREAS. g SWALE 'B'SECTION NTS i5 SEEDED DRIVEWAY W / CULVERT NTS %,/7 /Z CALL BEFORE YOU DIG 1- 800 -424 -5555 200'(NTS) WORK AREA &N(NTS) 200'(NTS) 30 e MuTCD SIGN AND LABEL W4-2L�� RA Hu Uld EVERGREEN ROAD 16TH TO 32ND �6�� TEMPORARY DRIVING SURFACE NOTES 1 TEMPORARY DRIVING SURFACE SHALL. BE |wSTALLED PRIOR TO BEGINNING' PHASE 1 CONSTRUCTION ACCORDING TO THE TYPICAL SECTION, 2. 12^ C8TC SHALL BE COMPACTED TO 95%DFWOD|qED PROCTOR MAXIMUM TRAFFIC CONTROL PLAN NOTES 1 THE CONTRACTOR MAY SUBMIT AN ALTERNATE TRAFFIC CONTROL PLAN TO THE ENGINEER FOR APPROVAL, BY THE CITY OF SPOKANE VALLEY TRAFFIC ENGINEER 2, THE ALTERNATE PLAN Snxu C8wr8Rw TO CURRENT WUTCD REQUIREMENTS � AND |NCOHPORATE SECLI0w 1-07 AND l-10 REQUIREMENTS, " J. ALL TRAFFIC CONTROL DEVICES MU51 CONFORM WITH THE WUTCD. 4 DIAMOND SHAPED SIGNS SHALL BE 36~ X 30^ UNLESS OTHERWISE NOTED. LETTERING ON OTHER SIGNS SHALL BE AT LEAST 5^ �5 ALL CHANNEL0NG DEVICES TO BE SPACED AT 20' ON TAPERS AND 40' ON � TANGENT UNLESS NOTED OTHERWISE, � G. PHASE 1A WILL INCLUDE THE INSTALLATION OF THE TEMPORARY DRIVING u SURFACE TO ACCOMVODATE PHASE I TRAFFIC CONTROL. � - ory TEMPORARY DRIVING SURFACE TYPICAL SECTION MATCH EXISTING VARIES, 12'MAXIMUM EXISTING PAVEMENT 12"CST0 EXISTING GROUNO [TT�q WORK AREA �o m u 30 e MuTCD SIGN AND LABEL W4-2L�� RA Hu Uld EVERGREEN ROAD 16TH TO 32ND SIGN LOCATION AND DIRECTION "A CH4NNEUDNC nRuW3 X ;0" TUBULAR MARKERS °=".4 TYPE m BARRICADE 444 ARROW BOARD LWM-U VARIABLE MESSAGE SIGN m TEMPORARY DR|wwo SURFACE CALL BEFORE YOU DIG 1.800-424-5555 4/5/2012 TRArnc MUD K FIVINTO 0), �o m u 30 e SCALE FEET RA Hu Uld EVERGREEN ROAD 16TH TO 32ND PROJECT fla SC 11; "A City I Sock Ra Valley Deport-* ni of Kblla Works 11707 East Spmp, Ave—, SOa 106 - WORK ZONE TRAFFIC CONTROL DES' 0 VA SPOKAtE YAM, WA. 99206 TRAFFIC CONTROL PHASE 1A 509) 921—ICOO - DRAWN UY: CALL BEFORE YOU DIG 1.800-424-5555 4/5/2012 TRArnc MUD K FIVINTO 0), PHASE 1 - EVERGREEN AT 16TH � o4,'� / 350' 200' �200' _ �� \(NTS �@Xl 1, THE CONTRACTOR MAY SUBMIT AN ALTERNATE TRAFFIC CONTROL PLAN TO THE ENGINEER FOR APPROVAL BY THE CITY OF 5P0mAw[ VALLEY TRAFFIC [w:|N[ER | 2. THE xLT[RNATF PLAN SHALL CONFORM 7D CURRENT woTCD RE0u|REwEwTS � AND |NCORPORaTE SECJI0w 1-07 AND 1-10 RE0U|REMEN1S. 3. ALL TRAFFIC CONTROL D[wcE5 MUST CONFORM WITH THE WUTCD. 4. DIAMOND SHAPED SIGNS SHALL BE 38^ X 36" UNLE!;S OTHERWISE NOTED, LETTERING ON OTHER SIGNS SHALL BE AT LEAST 5" �5 ALL CHANNEUZ|NG DEVICES T0 BE SPACED AT 20' ON TAPERS AND 40' ON � TANGENT UNLESS NOTED OTHERWISE. O. VMS T0 BE PLACED ON EVERGREEN ONE WEEK PRIOR 1-0 PHASE 1� J LEG[mD SHALL READ: EVERGREEN CLOSED (START DATE) ` IN �2��� ~ 200'(NTS)---� ` � 200'(NTS) [T��| woxn AREA MUTCD SIGN AND LABEL W4-2L* _L. SIGN LOCATION AND DIRECTION NN CHxNN[L|Z/NG DRUMS TUBULAR MARKERS ~" TYPE |n BARRICADE 4,44 ARROW BOARD [YV�J VARIABLE MESSAGE SIGN ~ 30 15 0 30 60 I SCALE rEET CALL REFORE YOU DIG 1-800-424-5555 Tnu PRO) DAM WE OF wflyllwDll cj� f Spokane Valley EVERGREEN ROAD - 16TH TO 32ND Ll", 1 30' 4/5/2012 TRAFFIC WORK ZONE TRAFFIC CONTROL 11707 E.11 Sprcq�l Ala—, SO, 106 11-NE VALLEY, WA, 99206 JEC '4RK 14 Of 26 .;o0%lley' ($09) 921-1000 TRAFFIC CONTROL - PHASE 1 JEC TRAFFIC CONTROL PLAN NOTES 1. THE CONTRACTOR MAY SUBMIT AN ALTERNATE TRAFFIC CONTROL PLAN TO THE ENGINEER FOR APPROVAL BY THE CITY OF SPOKANE VALLEY TRAFFIC ENGINEER 2. THE ALTERNATE PLAN SHALL CONFORM TO CURRENT MUTCD REQUIREMENTS AND INCORPORATE SECTION 1 -07 AND 1 -10 REQUIREMENTS. 3. ALL TRAFFIC CONTROL DEVICES MUST CONFORM WITH THE MUTCD. 4. DIAMOND SHAPED SIGNS SHALL BE 36" X 36" UNLESS OTHERWISE NOTED. LETTERING ON OTHER SIGNS SHALL BE AT LEAST 5" 5. ALL CHANNELIZING DEVICES TO BE SPACED AT 20' ON TAPERS AND 40' ON TANGENT UNLESS NOTED OTHERWISE. 6. VMS TO BE PLACED ON EVERGREEN ONE WEEK PRIOR TO PHASE 1. LEGEND SHALL READ: EVERGREEN CLOSED (START DATE) LEGEND WORK AREA '' MUTCD SIGN AND LABEL W4 -2L SIGN LOCATION AND DIRECTION °> CHANNELIZING DRUMS *;{X TUBULAR MARKERS TYPE III BARRICADE 4" ARROW BOARD vmu VARIABLE MESSAGE SIGN 3 SIDE STREET CLOSURES (SEE DETAIL) 400 200 0 400 800 SCALE FEET CALL BEFORE YOU DIG 1- 800424 -5555 � � � PHASE 2 - 24TH AT EVE TEMPORARYRAV MARKING TAPE (YE 000'(wro) — pe E, ?I EVE i G5�1 > � "TRAFFIC CONTROL PLAN NOTES 1 THE CONTRACTOR MAY SUBMIT AN eL.TERwATE TRAFFIC CONTROL pL*w T8 THE � ENGINEER FOR APPROVAL BY THE CITY OF SPOKANE VALLEY TRAFFIC [wG{w[ER � 2. THE ALTERNATE PLAN SHALL CONFORM 1-0 CURRENT MUTCD REoU|REMEwT3 � AND |mCORpORAT[ SECTION 1-07 AND 1-10 REQUIREMENTS. J . ALL TRAFFIC CONTROL DEv/C[S mU3T CONFORM WITH THE WUTCD ^ '' 4 V|AN0wD SHAPED SIGNS SHALL 8E 38 X �8 UNLESS OTHERWISE NOTED. i� | LETTERING ON OTHER SIGNS SHALL BE AT LEAST 5' . 5 � ALL CHANNEUZ|NG DEVICES T0 BE SPACED AT 20' ON TAPERS AND *0' ON � TANGENT UNLESS NOTED OTHERWISE. | 8� VMS T0 BE PLACED ON 32mD ONE WEEK PRIOR TO PHASE 2. � LEGEwn SHALL READ: 32ND CLOSED | (START DATE) [��7| WORK AREA WUTCD SIGN AND LABEL p'1�y ~L S|CN LOCATION AND DIRECTION ('D) CHANn[L0NG DRUMS x�x TUBULAR MARKERS t� � ~�'r, TYPE m BARRICADE 444 ARROW BOARD �Wu VARIABLE MESSAGE S|Cw '� 30 15 0 30 60 SCALE FEET CALL BEFORE YOU 01G 1�800424,5555 of� $ffikane " CHY 'f spoka e vollay SPOKANE VAUD, WA, 99206 (509) 921-1000 D" 14G TITLE EVERGREEN ROAD - 16TH TO 32ND WORK ZONE TRAFFIC CONTROL TRAFFIC CONTROL - PHASE2 KOMI lio. 2,60-- ile D":: 1�t 30 4/5/2012 MR9 EYE OF IMPROV109 TRAFM 16 OF 26 ET� i EC KIN '� 1. THE CONTRACTOR MAY SUBMIT AN ALTERNATE TRAFFIC CONTROL PLAN TO THE ENGINEER FOR APPROVAL BY THE CITY OF SPOKANE VALLEY TRAFFIC ENGINEER 2. THE ALTERNATE PLAN SHALL CONFORM TO CURRENT MUTCD REQUIREMENTS AND INCORPORATE SECTION 1 -07 AND 1 -10 REQUIREMENTS. 3. ALL TRAFFIC CONTROL DEVICES MUST CONFORM WITH THE MUTCD. 4. DIAMOND SHAPED SIGNS SHALL BE 36" X 36" UNLESS OTHERWISE NOTED. LETTERING ON OTHER SIGNS SHALL BE AT LEAST 5 ". 5. ALL CHANNELIZING DEVICES TO BE SPACED AT 20' ON TAPERS AND 40' ON TANGENT UNLESS NOTED OTHERWISE. 6. VMS TO BE PLACED ON 32ND ONE WEEK PRIOR TO PHASE 2. LEGEND SHALL READ: 32ND CLOSED (START DATE) L� WORK AREA 4 MUTCD SIGN AND LABEL W4 -2L s SIGN LOCATION AND DIRECTION CU) CHANNELIZING DRUMS )C TUBULAR MARKERS TYPE III BARRICADE A" ARROW BOARD FMC VARIABLE MESSAGE SIGN >3 SIDE STREET CLOSURES (SEE DETAIL) CALL BEFORE YOU DIG 1- 800424 -5555 1. THE CONTRACTOR MAY SUBMIT AN ALTERNATE TRAFFIC CONTROL PLAN TO THE ENGINEER FOR APPROVAL BY THE CITY OF SPOKANE VALLEY TRAFFIC ENGINEER 2. THE ALTERNATE PLAN SHALL CONFORM TO CURRENT MUTCD REQUIREMENTS AND INCORPORATE SECTION 1 -07 AND 1 -10 REQUIREMENTS. 3. ALL TRAFFIC CONTROL DEVICES MUST CONFORM WITH THE MUTCD. 4. DIAMOND SHAPED SIGNS SHALL BE 36" X 36" UNLESS OTHERWISE NOTED. LETTERING ON OTHER SIGNS SHALL BE AT LEAST 5 ", 5. ALL CHANNELIZING DEVICES TO BE SPACED AT 20' ON TAPERS AND 40' ON TANGENT UNLESS NOTED OTHERWISE. 6. VMS TO BE PLACED ON 32ND ONE WEEK PRIOR TO PHASE 3. LEGEND SHALL READ: 32ND CLOSED (START DATE) LEGEND WORK AREA MUTCD SIGN AND LABEL w4 —zL SIGN LOCATION AND DIRECTION CHANNELIZING DRUMS XXX TUBULAR MARKERS ® TYPE III BARRICADE ARROW BOARD vans VARIABLE MESSAGE SIGN SIDE STREET CLOSURES a CALL BEFORE YOU DIG 1- 800-424 -5555 � a NI 00 � I �I 30 +00 10.5' 31 +c 52 +00 33 -1010 10.5' EVERGREEN I 1. 1111101 STA.131 f 2 5 STA. 43 +2 i ;x i STA. 42 +23 y 39 +00 12' 40 +00 41 +00 42 +00 I— + --A— _ -- - —t — —1 — - 12' STA. 38 +56.4 CONSTRUCTION NOTES 30 60 INSTALL 18" WIDE PAINT STOP LINE, PER WSDOT STANDARD PLAN M- 15.10 -01. SCALE INSTALL PLASTIC BICYCLE LANE SYMBOL LAYOUT, PER WSDOT STANDARD PLAN M- 9.50 -01. SYMBOL CALL BEFORE YOU DIG 1- 800 -424 -5555 DRAWING TTU INCLUDES BIKE RIDER SYMBOL ONLY, NOT BIKE SULL. INSTALL 8" WHITE PAINT SOLID LINE, PER WSDOT LANE ARROW DETAIL. STANDARD PLAN M- 20.10 -01. 0160 1 — 30 7 INSTALL STREET SIGN, PER COSV STANDARD PLAN 23RD TO 27TH INSTALL 4" YELLOW PAINT DOUBLE CENTER LINE, PER WSDOT STANDARD PLAN M- 20.10 -01. R -140. REMOVE AND PRESERVE EXISTING BUS STOP SIGN. 4 INSTALL 4" YELLOW PAINT CENTER LINE (SKIP), PER 1 REINSTALL ON NEW POST. DRAWN DY: WSDOT STANDARD PLAN M- 20.10 -01. - 20 OF 26 INSTALL TYPICAL WHITE PAINT TRAFFIC ARROW, PER x JEC WSDOT STANDARD PLAN M- 24.40 -01. d i GENERAL NOTES g col 34 +00 0.5' 34+ 43 +00 44A 00 45 +00 12' 12' STA. 45 +43--J STA. 45 +62 LEGEND 1. ALL PAVEMENT MARKINGS SHALL BE PAINT AND INSTALLED BY CONTRACTOR. MUTCD SIGN AND LABEL 2. ALL SIGNING SHALL BE INSTALLED PRIOR TO OPENING ROAD. W4-2L +° 3. MATCH PROPOSED PAVEMENT MARKING TO EXISTING PAVEMENT MARKINGS AT PROJECT LIMITS. * SIGN LOCATION AND DIRECTION 4, SIGNS INSTALLED IN CONCRETE SHALL HAVE SLEEVE INSTALLED WITH MARION Aanxr� STEEL RIB —BAK POST PER CITY OF SPOKANE VALLEY STANDARD PLAN N0. R -140. PROPOSED PAVEMENT MARKING — 5. ALL SIGNS SHALL BE PER CITY OF SPOKANE VALLEY STANDARD PLAN NO. R -140. 6. SIGN BRACKETS AND POSTS SHALL CONFORM TO SPOKANE COUNTY STANDARD DRAWING A -16A AND A -16B. o I I 100 f r 411 4 U. _� LL L I c I� C �I �I col I Vdy of Spokane Valley e DepartmerN of Public Works 11707 East Sprague Avenue, Suite ley- SPOKANE VALLEY, WA. 99206 JJ (509) 921 -1000 30 15 0 30 60 SCALE FEET CALL BEFORE YOU DIG 1- 800 -424 -5555 DRAWING TTU PROJECP NO. SULL. DATE: 34+96.3 EVERGREEN ROAD -16TH TO 32ND 0160 1 — 30 TRAFFIC 23RD TO 27TH BY. CNECNEO Oy4/5/2012 ORAWRG "° 1 SIGNING AND STRIPING PLAN DRAWN DY: - 20 OF 26 x JEC -- d STA. 36+46 r OF I q 6.0'LT O -. SECTION-LINE 43 +00 44A 00 45 +00 12' 12' STA. 45 +43--J STA. 45 +62 LEGEND 1. ALL PAVEMENT MARKINGS SHALL BE PAINT AND INSTALLED BY CONTRACTOR. MUTCD SIGN AND LABEL 2. ALL SIGNING SHALL BE INSTALLED PRIOR TO OPENING ROAD. W4-2L +° 3. MATCH PROPOSED PAVEMENT MARKING TO EXISTING PAVEMENT MARKINGS AT PROJECT LIMITS. * SIGN LOCATION AND DIRECTION 4, SIGNS INSTALLED IN CONCRETE SHALL HAVE SLEEVE INSTALLED WITH MARION Aanxr� STEEL RIB —BAK POST PER CITY OF SPOKANE VALLEY STANDARD PLAN N0. R -140. PROPOSED PAVEMENT MARKING — 5. ALL SIGNS SHALL BE PER CITY OF SPOKANE VALLEY STANDARD PLAN NO. R -140. 6. SIGN BRACKETS AND POSTS SHALL CONFORM TO SPOKANE COUNTY STANDARD DRAWING A -16A AND A -16B. o I I 100 f r 411 4 U. _� LL L I c I� C �I �I col I Vdy of Spokane Valley e DepartmerN of Public Works 11707 East Sprague Avenue, Suite ley- SPOKANE VALLEY, WA. 99206 JJ (509) 921 -1000 30 15 0 30 60 SCALE FEET CALL BEFORE YOU DIG 1- 800 -424 -5555 DRAWING TTU PROJECP NO. SULL. DATE: TYPE OF IMPROVEMENT EVERGREEN ROAD -16TH TO 32ND 0160 1 — 30 TRAFFIC 23RD TO 27TH BY. CNECNEO Oy4/5/2012 ORAWRG "° SIGNING AND STRIPING PLAN DRAWN DY: - 20 OF 26 JEC I IMN t s 1 I 7 er z \ \ \ I w 00 I I I, \ a_4 C4 STA. 54 +0 STA. 54 +95 <� +� I STA. 49 +8 \ \� '�� I L STA. 46 +40 \ STA. 50 +761 '� LO QI 00 12° 47+00 ha +oo ¢9+00 o -� oo 51 00 sz +oo s3oo 12' s4 +o 51 �( - -t - w 12' 1r z` EVERGREEN _ 3 2 J I. \ STA. 46 +51 I> I I I I I I I I I I I I� I 7 I I I I \ r f'®�� J Z STA. 59 +85 a l ' . 58 +8 STA C=) \ 2 \ I 2 I N aP LO - \_- s = f00 12' 56 +00 ., % +00 58 +00 59 +00 60 -00 12' 61 +00 62 +00 12' "310 E ?- 65 +06.00 12" 12' I -- 50'— 12' 4 76 1 1 - - \ - - � _ � �� � EVERGREEN 4- 2 �CD�. t 10 I � Ca_ Ever reen Rd � �� I i 7 8 \ I CONSTRUCTION NOTES GENERALNOTES LEGEND ®INSTALL 18" WIDE PAINT STOP LINE, PER WSDOT INSTALL PLASTIC BICYCLE LANE SYMBOL LAYOUT, MUTCD SIGN AND LABEL 1. ALL PAVEMENT MARKINGS SHALL BE PAINT AND INSTALLED BY CONTRACTOR. e STANDARD PLAN M- 15.10 -01. PER WSDOT STANDARD PLAN M- 9.50 -01. SYMBOL .; ` INCLUDES BIKE RIDER SYMBOL ONLY, NOT BIKE 2. ALL SIGNING SHALL BE INSTALLED PRIOR TO OPENING ROAD. w4 zL LANE ARROW DETAIL. 3. MATCH PROPOSED PAVEMENT MARKING TO EXISTING PAVEMENT MARKINGS AT INSTALL 8" WHITE PAINT SOLID LINE, PER WSDOT : SIGN LOCATION AND DIRECTION 2 PROJECT LIMITS. �n STANDARD PLAN M- 20.10 -01. 4. SIGNS INSTALLED IN CONCRETE SHALL HAVE SLEEVE INSTALLED WITH MARION INSTALL STREET SIGN, PER COSV STANDARD PLAN STEEL RIB —BAK POST PER CITY OF SPOKANE VALLEY STANDARD PLAN NO. R -140. PROPOSED PAVEMENT MARKING ®INSTALL 4" YELLOW PAINT DOUBLE CENTER LINE, R -140. 5. ALL SIGNS SHALL BE PER CITY OF SPOKANE VALLEY STANDARD PLAN NO. R -140. PER WSDOT STANDARD PLAN M- 20.10 -01. REMOVE AND PRESERVE EXISTING BUS STOP SIGN. 6. SIGN BRACKETS AND POSTS SHALL CONFORM TO SPOKANE COUNTY STANDARD y ti ® INSTALL 4" YELLOW PAINT CENTER LINE (SKIP), PER REINSTALL ON NEW POST. DRAWING A -16A AND A -166. 30 15 0 30 60 4 WSDOT STANDARD PLAN M- 20.10 -01. SCALE FEET CALL BEFORE YOU DIG 1- 800424 -5555 INSTALL TYPICAL WHITE PAINT TRAFFIC ARROW, PER REVISIONS aBaw MC THE pR0. ECP N0. SCAIE: DATE: TYPE aF IMPRN EMEN N0. DATE DESCRIPTION BY City of Spokane Valley EVERGREEN ROAD -16TH TO 32ND 0160 1" = 30' 4/5/2012 TRAFFIC `5 WSDOT STANDARD PLAN M- 24.40-01. Department of Public work: e 11707 East Sprague avenue, suite 106 27TH TO 32ND BESIGNm Br: atEacED ev: D�z1 D of 2s 1�• spora�50 VALLEY, gg206 SIGNING AND STRIPING PLAN DwwM BY: REVIEWED V: JEC IMN CP2 - 1 STA 36 +46.00, 1' LT I 1 r o _ �' -'- - •` I -4- - �I h TBM - i i � 1 i _ - - � I N.02'33'14 "W - - EVERGREEN -• 2648.61 .-r - -.- _ - " �I II CP47 �� SECTION CORNER CP4s �I - - - CP48 -- - - -- - 1 STA 10+00, 4 LT ",�- - I2 CP31 I N I--- IC' 1 I - L CP28361 II CP56 t' �F�I L-_ INI r - Q CV EEN CP2 iSTA 36 +46 -- - - - - -- - �- - ' _ -_ 6 RT GR ER CP5i SE "ON CORNER -++ CP51 -,r-- CP7 v -- - -� CP50 1 I CCoj I I STA 63 +06, 6'RT i N I �I ii WI� I i � + y r Q L1112 > STA 90 +00, J CA N.s�s2'49"E._ V_ - 2659.55 i A I � I --- - - - - -- - - - -- -I I --------- - SECTION CORNER CP24 GENERAL NOTES: DATUM INFORMATION SURVEY CONTROL POINTS 1. UNDERGROUND UTILITIES ARE SHOWN FROM INFORMATION 1. BASIS OF BEARINGS: BEARINGS ARE BASED ON WASHINGTON (ASSUMED HORIZONTAL PROJECT DATUM - U.S. SURVEY FEET) OBTAINED BY SURVEYING AND PLOTTING VISIBLE STATE PLANE COORDINATE SYSTEM NORTH ZONE, (VERTICAL DATUM: NAVD88) ABOVE- GROUND UTILITY FEATURES AND LOCATE MARKS NO2'39'58 "W ALONG THE WEST LINE OF THE SW1 /4 OF PROVIDED BY OTHERS, AND BY USING PROFESSIONAL SECTION 26, T24N, R44E, W.M. (CENTERLINE OF EVERGREEN POINT NORTHING EASTING ELEVATION DESCRIPTION JUDGMENT IN CORRELATING THIS INFORMATION TO EXISTING ROAD BETWEEN 24TH AVE. & 32ND AVE.), AS ESTABLISHED 1 52492.30 31381.32 2079.25 3/8" CAPPED REBAR RECORDS AND /OR VERBAL RECOLLECTIONS PROVIDED BY °GPS SURVEY SPOKANE VALLEY" PERFORMED BY 2 52614.24 31400.82 2080.59 GEAR SPIKE ® 24TH & EVERGREEN OTHERS. LANDTEK, L.L.C. MAKES NO GUARANTEE THAT THE JERRY JERRY SIMS, LS 18921, DATED 10 -07 -1999 ON FILE WITH 9 7 49957.05 31524.55 2017.22 RAILROAD SPIKE ® 32ND & EVERGREEN UNDERGROUND UTILITIES SHOWN COMPRISE ALL SUCH THE OFFICE OF THE SPOKANE COUNTY ENGINEER. 15 55258.24 31282.90 2084.35 MONUMENT ® 16TH & EVERGREEN UTILITIES IN THE AREAS SURVEYED, EITHER IN SERVICE OR 31 54351.78 31308.33 2089.57 3/8° CAPPED REBAR ABANDONED. LANDTEK, L.L.C. FURTHER DOES NOT WARRANT CONVERGENCE ANGLE AT CONTROL POINT #2 (LOCATED AT 46 53811.17 31332.83 2089.28 3/8° CAPPED REBAR THAT THE UNDERGROUND UTILITIES SHOWN ARE IN THE 2' THE INTERSECTION OF EVERGREEN ROAD AND 24TH AVENUE ) 47 53354.44 31347.37 2084.97 MAGNA IL EXACT LOCATION INDICATED, ALTHOUGH WE DO CERTIFY THAT = 2'41'30 °. 48 53038.52 31361.43 2082.87 MAGNAIL THEY ARE LOCATED AS ACCURATELY AS POSSIBLE FROM 49 51980.22 31414.43 2061.78 3/8" CAPPED REBAR INFORMATION AVAILABLE. LANDTEK, L.L.C. HAS NOT PHYSICALLY LOCATED THE UNDERGROUND UTILITIES. 3. CONTROL POINT #2 WSPCS (NAD83/91): 50 51619.79 31426.39 2053.23 MAGNAIL N 252614.236 51 51226.42 31442.82 2042.33 3/8" CAPPED REBAR E 2531400.820 52 50813.66 31510.35 2026.41 60D SPIKE 53 50324.68 31490.28 2025.58 3/8" CAPPED REBAR 4. ELEVATIONS ARE BASED ON NAVD -88 DATUM, ORIGINATING 54 49941.24 31584.02 2017.07 3/8° CAPPED REBAR FROM SPOKANE COUNTY TEMPORARY BENCH MARK E -5, AN 2836 55211.35 31260.89 2084.26 MAGNAIL 80D SPIKE IN A UTILITY POLE LOCATED AT THE SOUTHEAST QUADRANT OF THE INTERSECTION OF EVERGREEN ROAD AND 19TH AVENUE. D iY0 TBM E -5 ELEVATION = 2090.63 ��L 5. PROJECT COORDINATES SHOWN HEREON ARE ON ASSUMED LOCAL BASIS, EXPRESSED IN U.S. SURVEY FEET. -- P � zisven CALL BEFORE YOU DIG 1- 800-4245555 REVISIONS DRAW NO TIRE PROJECT NO. SCALE: DATE: TYPE OF IMPROVEMENT N0. DATE DESCRIPTION BY City of Spokane Valley EVERGREEN ROAD -16TH TO 32ND 0160 1" = 100' 4/17/2012 SURVEY Department of Public Works 1.7�/1111LL11C 11707 East Sprague Avenue, Suite 106 STA 10 +00 TO STA 69 +69 DESIGNED M. - -' CNECNE° BT: BRAMND N0, jvley SPOKANE VAU EY, WA. 99206 CWA SMW 22 OF 26 (509) 921 -1000 SURVEY CONTROL PLAN DRAWN BY: RENEWED BY: RPB LEGEND NOTES: SHIM PLANING TRANSITION 1 1. PATCHING AREAS NOT SHOWN, SEE ROAD AND WATER TRANSMISSION ¢ MAIN PLANS. 2. CONTRACTOR SHALL CONDUCT PLANING OPERATIONS ONLY AFTER HMA PATCHING AND WITHIN 48 HOURS PRIOR TO OVERLAYING. LEI 1 1/2" DEPTH PLANING AT CROSS STREET 3. THIS LAYOUT ASSUMES CONTRACTOR WILL PLACE WIDENING PATCHING TOP SURFACE EQUAL TO BOTTOM OF PROPOSED GRINDING ELEVATION. THE CONTRACTOR MAY ELECT, AT HIS OWN COST, TO PATCH TO ® SHIM PLANING ALONG CURB 3 EXISTING HMA ELEVATION AND THEN GRIND OFF EXCESS DEPTH. 4 1/2" MICRO MILL PLANING REVISIONS 4 I NO. DATE I OESCRIPNON y, „.,? CALL BEFORE YOU DIG 1-800424-5555 a 13905 E 24TH + 452621504 "> 1 13909 F. 23RD 432621007 I 2311 S. EVERGREEN 2319 EVERGREEN i F 1 � �-- 2115 S_ FVFRGRFFN 45262 1 9 1 0 � 2221 S EVERGREEN 4 L621009 '� I ��. � 13906 F_ 23RD 4262_150? 45262.1502 45262.1503 � � V I� i 1 I T �r RGREEN Y"+ El- l I i 9 I 13825 E 241H 04 p 45271.3606 N II I 2126 S EVERGREENJI I p 13820 E. 22ND � I 1 45271.9042 l� N 45271.3809 � I I 13824E 23F�D 7304 S_ EVERGREEN 2308 S. EVERGREEN 2312 n ✓FRGRE�. N I 45271.3722] 45271.3609 45271.3608 452 71.36 07 13825 E. 23RD 45? /1.3/01 LEGEND NOTES: SHIM PLANING TRANSITION 1 1. PATCHING AREAS NOT SHOWN, SEE ROAD AND WATER TRANSMISSION ¢ MAIN PLANS. 2. CONTRACTOR SHALL CONDUCT PLANING OPERATIONS ONLY AFTER HMA PATCHING AND WITHIN 48 HOURS PRIOR TO OVERLAYING. LEI 1 1/2" DEPTH PLANING AT CROSS STREET 3. THIS LAYOUT ASSUMES CONTRACTOR WILL PLACE WIDENING PATCHING TOP SURFACE EQUAL TO BOTTOM OF PROPOSED GRINDING ELEVATION. THE CONTRACTOR MAY ELECT, AT HIS OWN COST, TO PATCH TO ® SHIM PLANING ALONG CURB 3 EXISTING HMA ELEVATION AND THEN GRIND OFF EXCESS DEPTH. 4 1/2" MICRO MILL PLANING REVISIONS 4 I NO. DATE I OESCRIPNON y, „.,? CALL BEFORE YOU DIG 1-800424-5555 1 2 1 2 F T I li N r t r t r x I I 11 2 1 2 I / / t WATTLE WSDOT STD PLAN 1- 30.30 -00 ", v DRAINAGE GRP GRATE FRAME SEDIMENT AND DEBRIS DRAINAGE GRATE RECTANGULAR GRATE SHOWN �RETRIEVAL SYSTEM (TYP.) 5 "MAX. i -TRIM OVERFLOW OVERFLOW BYPASS (TYP.) BYPASS (TYP.) BELOW INLET BELOW INLET GRATE DEVICE GE DEVICE f•2 NOTES 1. SIZE THE BELOW INLET GRATE DEVICE (BIGD) FOR THE STORMWATER STRUCTURE IT WILL SERVICE. 2 THE BIGD SHALL HAVE A BUILT -IN HIGH -FLOW RELIEF EXISTING CURB INLET TYPE 2 SIDEWALK SURFACE CUT AND INSTALL WATTLE --- - PRIOR TO HMA REMOVAL. REMOVE AFTER PAVEMENT. GUTTER PAN WATTLE INSTALLATION 3 AT CURB INLET TYPE 2 NTS EROSION CONTROL NOTES: 1 THE FOLLOWING CONSTRUCTION SEQUENCE SHALL BE FOLLOWED IN ORDER TO BEST MINIMIZE THE POTENTIAL FOR EROSION AND SEDIMENTATION CONTROL PROBLEMS: (A) CLEAR AND GRUB SUFFICIENTLY FOR INSTALLATION OF TEMPORARY ESC BMP.; (B) INSTALL TEMPORARY ESC BMPS, CONSTRUCTING SEDIMENT TRAPPING BMP. AS ONE OF THE FIRST STEPS PRIOR TO LAND DISTURBING ACTIVITIES; (C) CLEAR, GRUB AND ROUGH GRADE FOR ROADS, TEMPORARY ACCESS POINTS AND UTILITY LOCATIONS; (D) STABILZE ROADWAY APPROACHES AND TEMPORARY ACCESS POINTS PATH THE APPROPRIATE CONSTRUCTION ENTRY BMP; (E) CLEAR GRUB AND GRADE INDIVIDUAL AREAS AS NECESSARY TO ACHIEVE OVERALL GRADES; (F) TEMPORARY STABILIZE, THROUGH RE- VEGETATION OR OTHER APPROPRIATE BMP. SITE AREAS IN SITUATIONS WHERE SUBSTANTIAL CUT OF FILL SLOPES ARE A RESULT OF THE SITE GRADING, (G) CONSTRUCT ROADS, BUILDINGS, PERMANENT STORMWATER FACILITIES (I.E. INLETS, PONDS, UIC FACILITIES, ETC.); (H) PROTECT ALL PERMANENT STORMWATER FACILITIES UTIUZING THE APPROPRIATE BMPs; (I) INSTALL PERMANENT ESC CONTROLS, WHEN APPLICABLE SUCH AS SEEDING; 2. REMOVE TEMPORARY ESC CONTROLS WHEN: (A) PERMANENT ESC CONTROLS, WHERE APPLICABLE, HAVE BEEN COMPLETELY INSTALLED, THE SITE HAS BEEN PERMANENTLY STABILIZED, AND ALL SOILS HAVE BEEN PERMANENTLY STABILIZED; (B) ALL LAND - DISTURBING ACTIVITIES THAT HAVE THE POTENTIAL TO CAUSE EROSION OR SEDIMENTATION PROBLEMS HAVE CEASED; AND, VEGETATION HAD BEEN ESTABLISHED IN THE AREAS NOTED AS REQUIRING (C) VEGETATION ON THE ACCEPTED ESC PLAN ON FILE WITH THE LOCAL JURISDICTION. 3. INSPECT ALL ROADWAYS, AT THE END OF EACH DAY, ADJACENT TO THE CONSTRUCTION ACCESS ROUTE IF IT IS EVIDENT THAT SEDIMENT HAS BEEN TRACKED OFF SITE AND /OR BEYOND THE ROADWAY APPROACH, CLEANING IS REQUIRED. IF SEDIMENT REMOVAL IS NECESSARY PRIOR TO STREET WASHING, IT SHALL BE REMOVED BY SHOVELING OR PICKUP SWEEPING AND TRANSPORTED TO A CONTROLLED SEDIMENT DISPOSAL AREA. IF STREET WASHING IS REQUIRED TO CLEAN SEGMENT TRACKED OFF SITE, ONCE SEDIMENT HAS BEEN REMOVED, STREET WASH WASTEWATER SHALL BE CONTROLLED BY PUMPING BACK ON -SITE OR OTHERWISE PREVENTED FROM DISCHARGING INTO SYSTEMS TRIBUTARY TO WATERS OF THE STATE. RESTORE CONSTRUCTION ACCESS ROUTE EQUAL TO OR BETTER THAN THE PRE - CONSTRUCTION CONDITION. 4. RETAIN THE DUFF LAYER, NATIVE TOPSOIL, AND NATURAL VEGETATION IN AN UNDISTURBED STATE TO THE MAXIMUM EXTENT PRACTICAL AND AS DIRECTED ON THE PLANS 5. INSPECT SEDIMENT CONTROL BMP. WEEKLY AT A MINIMUM, DAILY DURING A STORM EVENT, AND AFTER ANY DISCHARGE FROM THE SITE (STORMWATER OR NON- STORMWATER). THE INSPECTION FREQUENCY MAY BE REDUCED TO ONCE A MONTH IF THE SITE IS STABILIZED AND INACTIVE. 6. CONTROL FUGITIVE DUST FROM CONSTRUCTION ACTIVITY IN ACCORDANCE WITH THE STATE AND /OR LOCAL AIR QUALITY CONTROL AUTHORITIES WITH JURISDICTION OVER THE PROJECT AREA. LEGEND - _ _ - WATTLE 7. STABILIZE EXPOSED UNWORKED SOILS (INCLUDING STOCKPILES), WHETHER AT FINAL GRADE OR NOT, WITHIN 10 DAYS DURING THE REGIONAL DRY SEASON (JULY 1 THROUGH SEPTEMBER 30) AND WITHIN 5 DAYS DURING THE REGIONAL WET SEASON (OCTOBER 1 THROUGH JUNE 30). SOILS MUST BE STABILIZED AT THE END OF A SHIFT BEFORE A HOUDAY WEEKEND IF NEEDED BASED ON THE WEATHER FORECAST. THIS TIME LIMIT MAY ONLY BE ADJUSTED BY A LOCAL JURISDICTION WITH A "QUALIFIED LOCAL PROGRAM", IF IT CAN BE DEMONSTRATED THAT THE RECENT PRECIPITATION JUSTIFIES A DIFFERENT STANDARD AND MEETS THE REQUIREMENTS SET FORTH IN THE CONSTRUCTION STORMWATER GENERAL PERMIT. 8. PROTECT INLETS, DRYWELIS, CATCH BASINS, AND OTHER STORMWATER MANAGEMENT FACILITIES FROM SEDIMENT, WHETHER OR NOT FACILITIES ARE OPERABLE. KEEP ROADS ADJACENT TO THE INLETS CLEAN. INSPECT INLETS WEEKLY AT A MINIMUM AND DAILY DURING STORM EVENTS 9. CONSTRUCT STORMWATER CONTROL FACILTIES (DETENnON/RETENTION STORAGE POND OR SWALES) BEFORE GRADING BEGINS. THESE FACILITIES SHALL BE OPERATIONAL BEFORE CONSTRUCTION OF IMPERVIOUS SITE IMPROVEMENTS. 10. STOCKPILE MATERIALS (SUCH AS TOPSOIL) ON SITE, KEEPING OFF OF ROADWAYS AND SIDEWALKS. STOCKPILES SHALL BE COVERED DURING CONSTRUCTION. 11. COVER, CONTAIN AND PROTECT ALL CHEMICAL, UQUID PRODUCTS, PETROLEUM PRODUCTS, AND NON -INERT WASTES PRESENT ON SITE FROM VANDALISM (SEE CHAPTER 173 -304 WAC FOR THE DEFINITION OF INERT WASTE), USE SECONDARY CONTAINMENT FOR ON -SITE FUELING TANKS. 12. CONDUCT MAINTENANCE AND REPAIR OF HEAVY EQUIPMENT AND VEHICLES INVOLVING OIL CHANGES, HYDRAULIC SYSTEM REPAIRS, SOLVENT AND OE- GREASING OPERATIONS, FUEL TANK DRAIN DOWN AND REMOVAL, AND OTHER ACTIVITIES THAT MAY RESULT IN DISCHARGE OR SPILLAGE OF POLLUTANTS TO THE GROUND OR INTO STORMWATER RUNOFF USING SPILL PREVENTION MEASURES, SUCH AS DRIP PANS. CLEAN ALL CONTAMINATED SURFACES IMMEDIATELY FOLLOWING ANY DISCHARGE OR SPILL INODENT. IF RAINING OVER EQUIPMENT OR VEHICLE, PERFORM EMERGENCY REPAIRS ON SITE USING TEMPORARY PLASTIC BENEATH THE VEHICLE 13. CONDUCT APPLICATION OF AGRICULTURAL CHEMICALS, INCLUDING FERTILIZER AND PESTICIDES, IN SUCH A MANNER, AND AT APPLICATION RATES, THAT INHIBITS THE LOSS OF CHEMICALS INTO STORMWATER RUNOFF FACILITIES. AMEND MANUFACTURER'S RECOMMENDED APPLICATION RATES AND PROCEDURES TO MEET THIS REQUIREMENT, IF NECESSARY. 14. INSPECT ON A REGULAR BASIS (AT A MINIMUM WEEKLY, AND DAILY DURING /AFTER A RUNOFF PRODUCING EVENT) AND MAINTAIN ALL EROSION AND SEDIMENT CONTROL BMP. TO ENSURE SUCCESSFUL PERFORMANCE OF THE BMPs. NOTE THAT INLET PROTECTION DEVICES SHALL BE CLEANED OR REMOVED AND REPLACED BEFORE SIX INCHES OF SEDIMENT CAN ACCUMULATE. 15. EROSION CONTROL MEASURES IN ADDITION TO THOSE INDICATED AS PART OF THIS PLAN MAY BE REQUIRED IF THE CITY INSPECTOR DETERMINES THE INDICATED MEASURES ARE INADEQUATE. 16. CONTRACTOR SHALL COMPLY WITH ALL REQUIREMENTS SET FORTH BY THE DEPARTMENT OF ECOLOGY CONSTRUCTION STORMWATER GENERAL PERMIT. WATER �.`'.... :'.`:I SYSTEM (OVERFLOW BYPASS). f•2 • THE RETRIEVAL SYSTEM MUST ALLOW REMOVAL OF THE CALL BEFORE YOU DIG 1- 800424 -5555 STORM DRAIN /DRYWELL 2 INLET PROTECTION BIGD WITHOUT SPILLING THE COLLECTED MATERIAL. 4• PERFORM MAINTENANCE IN ACCORDANCE WITH STANDARD SPECIFICATION 8- 01.3(95). REVISIONS City of Spokane Valley Department of Public Works 11707 East Sprague Avenue, Suite 706 ew lam,® SPOKANE )�Y921-1000 99206 a DRAWING TRUE EVERGREEN ROAD -16TH TO 32ND STA 10 +00 TO STA 69 +69 EROSION CONTROL PLAN PROJECT NO. 0160 SCUe 1" = so, DATE: 4/17/2012 TYPE OF IMF ENT EROSION NO. DATE DESCRIPTION BY -- OOFWAllFJ/ �' - CN�CWKED BY-. DRAWING NO. 25 K 26 - NTS DRAWN BY-. -I— IT: RPB - STA. 23 +23, LT = BEGIN TYPICAL TRENCH SECTION Q0 CONNECT CONDUIT TO J -BOX INSTALL 2" C. (SCH. 80), 1422 -1 TP STUB OUT = STUB OUT : INSTALL 6' FROM CURB STA. 16 +41, LT STA. 22 +83, LT o SEE DETAIL r N EVERGREEN B0 -1 -00.00 EE 12 +00 13 +00 14 +00 15 +00 16 +00 17 +00 18 +00 19 +00 NCTION BOX AND ADVANCED DETECTIONLOOP o I'_ STUB OUT o to STA. 27 +54, LT N N U) 00 BP: 26+2671: 273 -00 28 +00 - — W J U H STA. 6 +17 4. 2.5'RTOF 1.0'RTOF SECTION LINE SECTION LINE CONSTRUCTION NOTES O CONNECT CONDUIT TO EXISTING JUNCTION BOX GENERAL NOTES 1. ALL CONDUIT TO BE 2" SCHEDULE 80 UNLESS OTHERWISE NOTED. 2. STUB -OUT LOCATIONS SHALL BE BEHIND CURB AND MARKED WITH 1/2" REBAR. INSTALL 2" C. (SCH. 80), 1422 -1 TP INSTALL 6' FROM CURB SEE DETAIL 29 +00 30 +00 EVERGREEN LEGEND PB PULL BOX (NEW) ® JUNCTION BOX (EXISTING) STUB OUT LOCATION CONDUIT 0 STUB OUT M STA. 32 +81, LT N 1 32 +00 R51\ a[y - 20 +00 21 +00 22 +00 BP: 2j25�80,1 24; 00 STA. 23 +23 (L 4.0'RTOF 42.5'RTOF SECTION LINE SECTION LINE STUB OUT END CONDUIT STA. 32 +06,LT N 37 +CO 33 +00 34 +00 35 +00 36 +00 - - -- - -A BP: 36 +46.00 >t- ITS CONDUIT TYPICAL BURY CD 0 + IN Ii� 25 C? 1z J IU IQ I� I I 4 � 30 15 0 30 60 SCALE FEET CALL BEFORE YOU DIG 1- 800424 -5555 DRAWING TDIE PROJECT N0. SCAEE: DATE TYPE OF IMPROVEMENT City of Spokane Valley EVERGREEN ROAD -16TH TO 32ND 0160 1" = 30' 4/5/2012 TRAFFIC Department of Public Works 11707 East Sprague Avenue, sMtre tos ADDITIVE ALTERNATE DESIGNED BY: CHECI0:0 BY: DRAWING NO. j Valley° SPOKANE 9) sszos JEC MIRK 26 OF 26 921, 00 (509) 921-1000 ITS ITS CONNECTION PLAN �y AEVSwEO BY. JEC IMN PROVISIONS AND PLANSI �► s- f I CA VERGREEN RD RECONSTRUCT1011 PROJECJ 16 th Ave to 32 "d Avenue PART I INTRODUCTION Advertisement for Bids Certification by Engineer Table of Contents ADVERTISEMENT FOR BIDS CITY OF SPOKANE VALLEY PUBLIC WORKS DEPARTMENT BID # 12 -009 EVERGREEN ROAD RECONSTRUCTION PROJECT —16th AVE TO 32ND AVE. Notice is hereby given that the City of Spokane Valley, Spokane County, Washington will accept sealed bids for the Evergreen Rd Reconstruction Project (16th to 32nd). The project consists of road reconstruction; sidewalk and curb work; storm drain installation; waterline installation; furnishing and installing crushed surfacing and hot mix asphalt paving. Copies of the bid packet including specifications and plans can be obtained at the office of the City of Spokane Valley Public Works Department, at 11707 E. Sprague Avenue, Suite 304, Spokane Valley, WA 99206 -6124, Monday through Friday from 8:00 a.m. to 5:00 p.m. A non- refundable amount of $50.00 is required. Copies of the bid packet including specifications and plans may be obtained in PDF format on a compact disc at no charge. All bids must be accompanied by a bid deposit in the form of a surety bond, postal money order, cash, cashier's check, or certified check in an amount equal to five percent (5 %) of the amount of the bid proposed. Failure to furnish a bid bond in compliance with the City's bid deposit surety bond form shall make the bid non - responsive and cause the bid to be rejected. Bids must be submitted in sealed envelopes addressed to the City Clerk of the City of Spokane Valley, 11707 E. Sprague Avenue, Suite 106, Spokane Valley, Washington, 99206, and received not later than 10:00 a.m. PSDT, Friday, May 4, 2012. Bid openings will be held immediately thereafter and read aloud in the City Council Chambers, Suite 101. The City of Spokane Valley reserves the right to waive any irregularities or informalities and to reject any or all bids. No bidder may withdraw his bid after the time announced for the bid opening, or before the award and execution of the contract, unless the award is delayed for a period exceeding sixty (60) days. PUBLISH: Spokane`April 20 and April 27, 2012 Christine Bainbridge, CMC Spokane Valley City Clerk EVERGREEN RD RECONSTRUCTION PROJECT BID NUMBER 12 -009 City of Spokane Valley The technical material and data contained in these Project Drawings and Specifications were prepared under the supervision and direction of the undersigned whose seal as a professional engineer licensed to practice as such in the State of Washington is affixed below. Approved by: Date: Steve Worley, P.E. Senior Capital Projects Engineer City of Spokane Valley City of Spokane Valley Department of Public Works 11707 E. Sprague Avenue, Suite 304 Spokane Valley, WA 99206 TABLE OF CONTENTS PART 1 - INTRODUCTION Advertisement for Bids Certification by Engineer Table of Contents PART 2 - BID PROPOSAL DOCUMENTS Bid Proposal Checklist Proposal Form Contractor's Administrative Information Bidder Qualification Statement Bid Deposit Form Bid Deposit Surety Bond Form Representations and Certifications Bid Question Form PART 3 - CONTRACT FORMS Agreement for Construction Services Contractor's Performance and Payment Bond to Dual Obligees PART 4 - AMENDMENTS TO 2012 WSDOT STANDARD SPECIFICATIONS PART 5 - GENER Division 1 Division 2 Division 5 Division 6 Division 7 Division 8 Division 9 AL SPECIAL PROVISIONS General Requirements Earthwork Surface Treatments and Pavements Structures Drainage Structures, Storm Sewers, Sanitary Sewer, etc. Miscellaneous Construction Materials PART 6 - SUPPLEMENTARY SPECIAL PROVISIONS Section 02221 Waterline Trench Excavation, Backfill and Compaction Section 02560 Water Pipe, Services and Appurtenances PAGE 1 2 8 9 11 12 13 14 15 17 18 27 28 69 79 87 88 106 123 125 137 PART 7 - WAGE RATE INFORMATION WA St. Prevailing Wage Rates for Public Works Contracts, Spokane Co., 3/12/12 L &I Policy Statement Regarding Production of Standard or Non Standard Items PART 8 - GEOTECHNICAL CORE AND BORING DATA PART 9 - STANDARD PLANS PART 10 - HALFSIZE PLANS PART 2 BID PROPOSAL DOCUMENTS Bid Proposal Checklist Proposal Form Contractor's Administrative Information Bidder Qualification Statement Bid Deposit Form Bid Deposit Surety Bond Form Representations and Certifications Bid Question Form BIDDERS PACKET Evergreen Road Reconstruction Project —16th to 32nd BID NO. 12 -009 BID PROPOSAL CHECKLIST This Checklist and the docurriepts listed below constitute a complete Bid Proposal. Failure to execute any of the following doqurri6its; or any addition, condition or limitationn in writing to the form of the bid, not explicitly invited.;;in t1 e::Bid Documents or Specifications may become cause for rejection of the bid as irregular.:, The BIDDER s*,ll check each respective box indicating inclusion of each signed and dated item: Bid Proposal Checklist ` •� [ ] :' Proposal Form ` [ ] Contractor's Administrative Information [ ] Bidder Qualification Statement [ } Sub Contractor List [ ] Bid Deposit Form [ ] Bid Deposit Surety Bond Form (Use only if submitting Bond) for Bid Deposit) [ ] Representations and Certifications The above forms have been inserted in a sealed envelope, properly identified and delivered at the place and time described in the Notice to Contractors form. Signature: Date: Title: Company: 1 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -009 PROPOSAL FORM PROJECT NUMBER: 12 -009 PROJECT TITLE: Evergreen Rd Reconstruction Project —16th Ave. to 32 °d Ave. NAME OF FIRM SUBMITTING Each bid shall constitute an offer. :to the City of Spokane Valley as outlined herein and no bidder may withdraw his bid after the hour set`for:the'bid.closing except under the conditions explained in the Information to Bidders Section. RECEIPT OF ADDENDA:' Bidder acknowledges receipt of the following addenda: I Addendum No. I' ' `'" Date I Addendum No. I Date I 'REJE'TIONfi: The City reserves the right to reject any or all proposals, portions or parts thereof and to waive all minor irregularities in bidding. Special attention will be directed to the qualifications of the bidders when considering awarding a contract. TIME TO COMPLETE: The contract shall be completed in Forty - five (45) working days from the date of commencement stipulated in a Notice to Proceed. The Notice to Proceed shall be given between June 16th and June 20'h. BID IS NOT ELIGIBLE FOR CONTRACTOR'S BOND ELECTION to withhold 50% retainage in lieu of furnishing a Contractor's Bond (Performance And Payment Bond). FREIGHT: Bid price(s) to include all freight costs to the job site. SCHEDULES: The Base Bid schedules A and B will be awarded, if the project is awarded. Schedule C may be awarded if the total bid of Schedules A +B +C is within the project budget. A Bidder, must complete all the schedules or his bid will be rejected as non- responsive. The undersigned hereby certifies that (he /they) (has /have) personally examined the location and construction details of work as outlined on the plans and specifications for the above project and (has /have) read thoroughly and understands the plans, specifications, and contract governing the work embraced in this improvement and the method by which payment will be made for said work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with said plans, specifications, and contract in accordance with the unit prices provided below. The Bidder, to be considered responsible, shall provide in legible figures (not words) hand written in ink or typed, a unit price (except Lump Sum items) and total for each of the items shown on the following schedules: 2 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -009 Base Bid Schedule A - Road Work ITEM# ITEM DESCRIPTION UNITS QUANTITY PRICE/UNIT TOTALAMOUNTS I MOBILIZATION LS LS LS 2 CONSTRUCTION SURVEYING LS LS LS 3 SPCC PLAN LS LS LS 4 PROJECT TEMPORARY TRAFFIC CONTROL LS LS LS 5 CLEARING AND GRUBBING LS LS LS 6 LARGE TREE REMOVAL EA 8 7 OCE'L-LANEOUS REMOVAL LS LS LS 8 : GROUNDING RODS REMOVAL LS LS LS 9 REMOVE ASPHALT PAVEMENT SY 20,400 10 REMOVE PCC CURB AND GUTTER LF 200 11 REMOVE PCC SIDEWALK I DRIVEWAY APPROACH SY 93 12 ROADWAY EXCAVATION, INCL. HAUL CY 6785 13 EMBANKMENT COMPACTION METHOD C CY 35 14 CRUSHED SURFACING TOP COURSE, 2 IN DEPTH SY 80 15 CRUSHED SURFACING TOP COURSE, 4 IN DEPTH SY 480 16 CRUSHED SURFACING TOP COURSE, 6 IN DEPTH SY 7,050 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12-009 Base Bid Schedule A - Road Work Continued ITEM# ITEM DESCRIPTION UNITS QUANTITY PRICEIUNIT TOTAL AMOUNTS 17 CRUSHED SURFACING TOP COURSE„ 8 IN DEPTH SY 11 700 ' 18 BITUMINOUS PLANING, 1 -112 IN. DEPTH SY 1006 19 SHIM PLANING BITUMINOUSYPAVEMENT SY 3500 20 MICROMILL BITUMjNOU:S PAVEMENT SY 10,104 21 HMA CL., 8 0.33 FT. DEPTH, 5Y 11,700 22 HMA CL. 112 "'PG64 -28, 0.125 FT. DEPTH, SY 15,700 23. HMkbL -'' 112" PG 64 -28, 0.33 FT. DEPTH, PATCHING SY 7,050 "HMA CL. 112" PG 64 -28, 0.17 FT. DEPTH, MISC AREA SY 90 25 JOINT ADHESIVE LF 6,780 26 ASPHALT CONCRETE CURB, TYPE C LF 837 27 HMA SPILLWAY EACH 2 28 ANTI - STRIPPING ADDITIVE CALC 1 $1.00 $1.00 29 JOB MIX COMPLIANCE PRICE ADJUSTMENT CALC 1 -$1.00 -$1.00 30 COMPACTION PRICE ADJUSTMENT CALC 1 -$1.00 -$1.00 31 STORM TRENCH EXCAVATION SYSTEM LS LS LS 32 DUCTILE IRON STORM SEWER PIPE, 10 IN. DIAM LF 470 4 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -009 Base Bid Schedule A - Road Work Continued ITEM # ITEM DESCRIPTION UNITS QUANTITY PRICE/UNIT TOTAL AMOUNTS 33 CATCH BASIN, TYPE 1 EACH 2 34 SPILL CONTROL SEPARATOR F EACH 1 35 PRECAST CONCRETE DR WELL, TYPE A EACH 1 36 EXISTING DRYWELL'OONNECTION EACH 1 37 ADJUST,,EXI8TI`h1G CATCHBASIN OR DRYWELL EACH 13 38 ADJUST EXISTING MANHOLE EACH 12 39 ,.`'"ADJUST VALVE BOX EACH 20 `EROSION CONTROL LS LS LS 41 SEEDING, FERTILIZING, MULCHING SY 2,000 42 TOPSOIL, TYPE B SY 310 43 SOD INSTALLATION SY 1341 44 IRRIGATION SYSTEM REVISION EACH 3 45 CEMENT CONC. TRAFFIC CURB LF 50 46 CEMENT CONC. TRAFFIC CURB & GUTTER LF 700 47 CEMENT CONC. PEDESTRIAN CURB LF 160 48 DRIVEWAY APPROACH SY 53 49 MONUMENT CASE AND COVER EACH 2 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -009 Race Rid fiehediih- A _ Rnnd Work Continued ITEM# ITEM DESCRIPTION UNITS QUANTITY PRICEIUNIT TOTAL AMOUNTS 50 FURNISH AND INSTALL COMPOSITE FENCE LF 190 51 TEMPORARY FENCE LF 190 52 LOWER WOOD FENCE " LF 38 53 SEGMENTAL CbNCRETE.RETAINING WALL SF 145 54 CEMENT''CONCR` 8TDEWALK SY 250 55 CEMENT CONCRETE CURB RAMP TYPE PARALLELA EACH 9 56 `;.,.Mf11:LBOX SUPPORT, TYPE 1 EACH 13 >.. 57 PERMANENT SIGNING LS LS LS 58 REMOVE PAVEMENT MARKING LS LS LS 59 PLASTIC LANE LINE LF 4,224 60 PLASTIC WIDE LANE LINE LF 11,924 61 PLASTIC.TRAFFIC ARROW EACH 6 62 PLASTIC TRAFFIC STOP LINE LF 161 63 TEMPORARY PAVEMENT MARKING LF 5,900 SCHEDULE A TOTAL 6 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN R❑ RECONSTRUCTION PROJECT BID NO: 12 -009 Base Bill Schedule B - Waterline Work ITEM # ITEM DESCRIPTION UNITS QUANTITY PRICE/UNIT TOTAL AMOUNTS 1 FURNISH IMPORTED PIPE BEDDING LF 5050 2 TRENCH EXCAVATION SAFETY SYSTEM LS 1 LS 3 FURNISH IMPORTED TRENCH BACKFILL LF 500 4 TRENCH ROCK EX.GAVATION CY 10 5 20" WATER PIPE (RESTf.�AINED) LF 5050 6 WATER PIPE C64N. DETAIL NO. 112 LS 1 LS 7 Vti(ATER PIPE'CONN. DETAIL NO. 212 LS 1 LS 8-::.-, �r _WAT !R'PIPE CONN. DETAIL NO. 312 LS 1 LS '9.. -WATER PIPE CONN. DETAIL NO. 412 LS 1 LS .10 WATER PIPE CONN. DETAIL NO. 512 LS 1 LS 11 WATER PIPE CONN. DETAIL NO. 113 LS 1 LS 12 WATER PIPE CONN. DETAIL NO. 213 LS 1 LS 13 WATER PIPE CONN. DETAIL NO. 313 LS 1 LS 14 WATER PIPE CONN. DETAIL NO. 114 LS 1 LS 15 WATER PIPE CONN. DETAIL NO. 214 LS 1 LS 16 WATER PIPE CONN. DETAIL NO. 314 LS 1 LS 17 WATER PIPE CONN. DETAIL NO. 115 LS 1 LS 16 SERVICE CONNECTION EA 20 19 4" FITTINGS EA 6 20 6" FITTINGS EA 6 21 8" FITTINGS EA 6 CITY OF SPOKANE VALLEY EVERGREEN RD RECONSTRUCTION PROJECT BID PROPOSAL DOCUMENTS BID NO: 12 -009 22 10" FITTINGS EA 4 PRICEIUNIT TOTAL AMOUNTS 23 20" FITTINGS EA 5 Base Bid Schedule Total (Including Taxes) 24 NEW FIRE HYDRANT ASSEMBLY EA 1 SCHEDULE B TOTAL Base Bid + Additive Alternate (Including Taxes) 8.7 % TAX SCHEDULE B TOTAL INCLUDING TAX Additive Alternate Schedule C — ITS Conduit Work [TEM# ITEM DESCRIPTION UNITS QUANTITY PRICEIUNIT TOTAL AMOUNTS 63 CO:IVDUlt,,PIPE, 2 IN. DIAM. LF 2,550 Base Bid Schedule Total (Including Taxes) SCHEDULE C TOTAL Additive Alternate ITS Conduit Work Bid Summary Schedule Description Amount A Base Bid Road Work B Base Bid Waterline Work (Including Tax) Base Bid Schedule Total (Including Taxes) C Additive Alternate ITS Conduit Work Base Bid + Additive Alternate (Including Taxes) Person /Entity Name: Company: CITY OF SPOKANE VALLEY EVERGREEN RD RECONSTRUCTION PROJECT 8 ignature Of Bidder: BID PROPOSAL DOCUMENTS BID NO: 12 -009 1. PERSON/ENTITY a. Name as registered with the State of Washington: b. Physical Address: c. Mailing Address inciuding,zip c "pile:: d. _ 1: Remit To Address - including zip code: e. Telephone number mcwing area code: f. Fax number in lud:ing,area code: g. E -mail add ress for :-business correspondence: h. Washington State Contractors License Number: i, Federal Tax Identification Number: QVasllington State UBI Number: State Industrial Account Identification Number: r.F. I. City of Spokane Valley Business License Number: (Business License not required For Bid. but will be required prior to CunLrxct execution.) 2. INSURANCE COMPANY: a. Name of company: b. Mailing Address including zip code: c. Insurance Agent Name: d. Insurance Agent Telephone number including area code: e. Insurance Agent Fax number including area code: 3. BONDING COMPANY: a. Surety Name: b. Surety Mailing Address including zip code: c. Bonding Agent Name: d. Bonding Agent Mailing Address including zip code: e. Bonding Agent Telephone number including area code: f, Bonding Agent Fax number including area code: Person/Entity Name: Signature Of Bidder: Company: Date:_ 9 CITY OF SPOKANE VALLEY EVERGREEN RD RECONSTRUCTION PROJECT BID PROPOSAL DOCUMENTS BID NO: 12 -009 BIDDER QUALIFICATION STATEMENT The following statements of experience, personnel, equipment, and general qualifications of the Bidder are submitted with the assurance that the owner can rely on its accuracy and truthfulness. If more space is required for your answers please attach a continuation sheet(s) to the corresponding bid response page referencing the item number. 1. The company has been in business continuously from (month and year) 2. The company has had experr✓rYee comparable to that required under the proposed contract: a. As a prime contractor' "for__ ` =:: years. b. As a subcoptractoiV for. years. 3. The following ii a partial list of work completed that was on an order of magnitude equal to or greater in scope and complexity to that'r"equired under the proposed contract. Year. Owner &'Person to contact Phone No. Location Contract Value 4 t' list of supervisory personnel currently employed by the Bidder and available for work on the project (.Construction Manager, principal foreman, superintendents and engineers) is as follows: Name Title Years of Experience 5. Please attach a resume of the qualifications, previous employers, and experience of the project manager who is proposed to be assigned to the project. If a resume is not included in the bid documents the bidder agrees to furnish a resume within 24 hours of notice by the City. 6. Following is a listing of all projects the company has undertaken in the last five years, which have resulted in: a. Arbitration or litigation. b. Claims or violations being filed by the Federal Government or the Washington State Departments of L & I, Employment Security or Revenue. c. Liens being filed by suppliers or subcontractors. Person /Entity Name: Company: Signature Of Bidder: Date: 10 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 32 -009 Department of" nsportaitlon Project Name Subcontractor List Prepared in compliance with RCW 39.30.060 as amended To Be Submitted with the Bid Proposal Failure to list subcontractors who are proposed to perform the work of HVAC (heating, ventilation and air conditioning), plumbing, as described in Chapter 16.106 RCW, and electrical as described in Chapter 19.28 RCW, or naming more than one subcontractor to perform the same work will result in your bid being non - responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in chapter 18.106 RCW, and electrical as described in chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. The requirement to name the prime contract bidder's proposed HVAC, plumbing and electrical subcontractors applies only to proposed HVAC, plumbing, and electrical subcontractors who will contract directly with the prime contract bidder submitting the bid to the public entity. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Bidder's are notified that in the opinion of the enforcement agency PVC or metal conduit, junction boxes, etc, are considered electrical equipment and must be installed by a licensed electrical contractor, even if the installation is for future use and no wiring or electric current is connected during the project. A licensed electrical contractor must be listed to perform the work. 10B BID DEPOSIT FORM OF BID DEPOSIT - CHECK -ONE: Please submit this sheet with the bid deposit. CASH. Attach the deposit;behin'-this sheet. SURETY BONA - Atitach. �kir bond behind this sheet. IT IS STRONGLY RECOMMENDED THAT YOU USE THE ATTACHED FORM.' BID DEPOSIT R6*IRED. No bid may be considered for public work unless it is accompanied by a bid deposit in the fori.of a surety bond, postal money order, cash, cashier's check, or certified check in an amount equal to five. :percent"(55% ;bf the amount of the bid proposed. If the bidder to whom the contract is awarded fails to enter into tie:eontraet and furnish the contractor's bond as required within ten days after notice of the award, exclusive 'of the`,day of notice, the amount of the bid deposit shall be forfeited to the City and the contract awarded to the next lowest and best bidder. "If the deposit is "cash" and is in the form of a postal money order, cashier's check, or certified check, the checks aTe to be made payable to the City of Spokane Valley. Cash bid deposits are to be accompanied by this form. Cash bid deposits of all unsuccessful bidders shall be returned after the contract is awarded and the required contractor's bond and proof of insurance given by the successful bidder is accepted by the City of Spokane Valley. If the bid deposit is in the form of a surety bond it must be of a corporate surety licensed to do business in the State of Washington. The City strongly recommends the use of the attached City Bid Deposit Surety Bond Form. If the City's Bid Deposit Surety Bond Form is not used, the bidder is warned to take special care in assuring that the form used does not materially alter, qualify or conflict with the terms and conditions set forth in the City's Bid Deposit Surety Bond Form. The failure to furnish a bid bond in compliance with the City's Bid Deposit Surety Bond Form shall make the bid non - responsive and shall cause the bid to be rejected by the City. Person/Entity Name: Company: Signature Of Bidder: Date: 11 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -009 BOND NO: BID DEPOSIT SURETY BOND FORM NAME OF PROJECT: Evergreen Rd Reconstruction Project PROJECT/BID NUMBER: 12 -009 NAME OF FIRM: We, as Principal, and as Surety, are held and,fitn ly;bound unto the CITY OF SPOKANE VALLEY, a Washington State Municipality, in the penal sum of FIVE PERCENT (5 %) OF THE TOTAL AMOUNT BID, for the payment of which we jointly and severally - 1nd-04r&elves, and our legal representatives and successors. THE CONDITIONS „OF THE OBLIGATION are that if the City of Spokane Valley shall make timely award to the Principal according to the terms of the bid documents; and the Principal shall, within ten (10) days after notice of th "e;;awaM, exclusive of the day of notice, enter into the contract with the City of Spokane Valley and furnsfi`es;_.Ihe contractor's bond (performance and payment bond) with Surety satisfactory to the City of Spokane Valley:: in an amount equal to one hundred percent (100°/x) of the amount of the bid proposed including -_ 4shington State Sales Tax then this obligation shall be null and void; otherwise if the Principal fails to enter into ;the contract and furnish the contractor's bond within ten (10) days after notice of the award, exclusive of the day of notice, the amount of the bid deposit shall be forfeited to the City; but in no event will the Surety's liability exceed this bond's face amount. SIGNED AND SEALED THIS DAY OF SURETY Signature YEAR 20 PRINCIPAL Signature Typed Name Typed Name Title Title (SEAL) 12 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -009 REPRESENTATIONS AND CERTIFICATIONS ANTI - KICKBACK No officer or employee of the City of Spokane Valley, having the power or duty to perform an official act or action related to this submittal, shall have or acquire any interest in this submittal, or have solicited, accepted or granted a present or future gift, favor, service, or other thing of value from or to any person involved in this submittal. REPRESENTATION: In subrrnittipg this bid we represent that the bid documents have been read and understood, that the site has= :::beeri`v sited and or that we have familiarized ourselves with the local conditions under which the:: .work is to' be performed, that by signature of this proposal we acknowledge all requirements and thatve.6ve signed all certificates contained herein. REPRESENTATIhTip submitting this bid we acknowledge the requirements and conditions applicable to bic' deposits iii the form of a cash bid deposit or surety bond bid deposit. NON - COLLUSION:' That the undersigned person(s), firm, association or corporation has (have) not, either directly o%. indirectly, entered into any agreement, participated in any collusion, or otherwise taken any;:oction ifrdstraint of free competitive bidding in connection with the project for which this bid is subnitiod 'T- ,,tsERTIFY that no final determination of violation of RCW 50.12.070(1)(b), 50.16.070(1)(b), or '82.32.070(1)(b) has been made by the Washington State Departments of Employment Security, Labor And Industries or Revenue respectively dated within two years of the date of the closing of this bid. I understand further that no bid may be submitted, considered or contract awarded for a public work to any person or entity that has a determination of violation of the above referenced statutes within two years from the date that a violation is finally determined and the date of this bid closing. I CERTIFY that to the best of my knowledge the information contained in this proposal is accurate and complete and that I have the legal authority to commit this Firm to a contractual agreement. I realize the final funding for any service is based upon budget levels and the approval of the City of Spokane Valley. I CERTIFY thaf by signing the signature page of this bid; I am deemed to have signed and have agreed to the provisions of this declaration. Name: Signature: Title: Date: Person /entity submitting bid (print) 13 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -009 Bid Question Form Evergreen Rd Reconstruction Project City of Spokane Valley CP No. 0160 In accordance with Section 1- 02.4(1) General, the following form is provided for noting errors or conflicts found in the plans or specifications or for asking questions that are pertinent to bidding the contract. Submit the form by faxing to (509) 688 -0261. Attention: :Craig Aldworth, P.E. P? gject Manager `;:Public Works Department 'City of Spokane Valley AI1lkfis must be received by 11:00.A.M., 48 hours prior to the bid opening to allow the City time to respond. The Engineer will issue clarifications via addenda, faxed to questioner and all prospective bidders listed on the Planholder's List. I have the following Question: Specification Reference Detail No. Please respond to: Name Company Address Fax Number or Page No: Plan Sheet No. 14 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -049 PART 3 CONTRACT FORMS Agreement for Construction Services Contractor's Performance and Payment Bond to Dual Obligees Contract THIS AGREEMENT, made and entered into this day of ,2012, between the City of Spokane Valley under and by virtue of Title 35 RCW, as amended and 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 fiirnish all tools, materials, and equipment for: Evergreen Road Reconstruction,Project SVPW Contract 12 -009 : <' In accordance with and as described in the attached plans and specification, and the standard specification of the Washington State of Departin6fit of Transportation which are by this reference incorporated herein and made part hereof and, shall. perform any changes in the work in accord with the Contract Documents. The Contractor 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 these Contraet'Documents except those items mentioned therein to be furnished by the City of Spokane Valley.,: II. The City of Spokane Valley 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 in accord with the attached plans and specification 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 at the time and in the manner and upon the conditions r provided for in this contract. III. The Contractor for himself/herself, and for his/hers heirs, executors, administrators, successors, and assigns, does hereby agree to full performance of all covenants required of the Contractor in the contract. IV. It is further provided that no liability shall attach to the City of Spokane Valley by reason of entering onto this contract, except as provided herein. City of Spokane Valley 15 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 IN WITNESS WHEREOF, the Contractor has executed this instrument, on the day and year first below written and the City of Spokane Valley has caused this instrument to be executed by and in the name of the said City of Spokane Valley the day and year first above written. Executed by Contractor Date , 2012. Printed Name Title Signature City of Spokane Valley 16 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 S in -: fi _ l 1 J� F. f City of Spokane Valley 16 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Spode ,,;oo0;Va11ey® BOND NO: CONTRACTOR'S PERFORMANCE AND PAYMENT BOND TO DUAL OBLIGEES KNOW ALL MEN BY THESE PRESENTS, that (Contractor), as Principal, and Surety, a corporation of _ (Bonding Company), as whose principal office is located at are firmly bound unto the State of Washington and the City of Spokane Valley, a political subdivision the State of Washington, as Obligees, to fulfill the obligations of the Principal and the Surety under the Contract to which reference is hereafter made, in the amount of $ (including Washington State sales tax) for payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns jointly and severally, firmly by these presents. „r WHEREAS, Principal has by written Proposal dated offered to enter into a Contract with the City of Spokane Valley for Contract No. pursuant to the terns and conditions set forth in the Contract Documents dated NOW, TBEREFORE, the condition of this obligation is such that if the Principal shall faithfully perform all the provisions of the Contract on its part, and pay all laborers, mechanics, subcontractors and material suppliers, and all persons who supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and indemnify and hold harmless the Obligees from all loss, cost or damage which it may suffer by reason of the failure to do any of the foregoing, then this obligation shall, be null and void; otherwise it shall remain in full force and effect. All persons who have furnished labor, materials or supplies for use in and about the work provided for in the Contract shall have a direct right of action uriddthis bond, to the extent and in the manner set forth in RCW 39.08. 'j The said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the WORK or to the SPECIFICATIONS. No final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. SIGNET) AND SEALED THIS DAY OF YEAR 20 SURETY PRINCIPAL Signature Signature Typed Name Typed Name Title Title (SEAL) City of Spokane Valley 17 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2012 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. Section 1 -01, Definition and Terms January 2, 2012 1 -01.3 Definitions The definition for "Bid Documents" is revised to read: The component parts of the proposed Contract which may include, but are not limited to, the Proposal f=orm, the proposed Contract Provisions, the proposed Contract Plans, Addenda, and, for projects with Contracting Agency subsurface investigations, the Summary of Geotechnical Conditions and subsurface boring logs (if any). Section 1 -02, Did Procedures and Conditions January 2, 2012 1- 02.4(2) Subsurfacing Information The first two sentences in the first paragraph are revised to read: If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data, soil sample test data, and geotechnical recommendations reports obtained by the Contracting Agency will be made available for inspection by the Bidders at the location specified in the Special Provisions.. The. Summary of Geotechnical Conditions, as an appendix to the Special Provisions, and the boring logs shall be considered as part of the Contract. Section 1 -08, Prosecution and Progress January 2, 2012 1- 08.3(1) General Requirements The following new paragraph is inserted after the first paragraph: Total float belongs to the project and shall not be for the exclusive benefit of any party. City of Spokane Valley 18 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Section 3 -04, Acceptance of Aggregate January 2, 2012 3- 04.3(7)D4 An Entire Lot The last sentence is deleted. 3 -04.5 Payment In the second paragraph, the reference "Section 3- 04.3(6)C " is revised to read "Section 3- 04.3(8)". Section 5 -01, Cement Concrete Pavement Rehabilitation January 2, 2012 5- 01.3(2)B Portland Cement Concrete The fifth sentence in the third paragraph is revised to read: The lower Specification limit for compressive strength shall be 4,000 -psi. The last two sentences in the third paragraph are deleted. Section 6 -02, Concrete Structures January 2, 2012 6- 02.3(17)F Bracing In the first paragraph, the phrase "per Section 6- 02.3(17)1" is revised to read "in accordance with Section 6- 02.3(17)1 ". This section is supplemented with the following new sub - section: 6- 02.3(17)F5 Temporary Bracing for Bridge Girders During Diaphragm and Bridge Deck Concrete Placement Prestressed concrete girders shall be braced to resist forces that would cause rotation or torsion in the girders caused by the placing of precast concrete deck panels and concrete for the bridge deck. Bracing shall be designed and detailed by the Contractor and shall be shown in the falsework/formwork plans submitted to the Engineer for approval. These braces shall be furnished, installed, and removed by the Contractor at no additional cost to the Contracting Agency. The Contractor may consider the bracing effects of the diaphragms in developing the falsework/formwork plans. The Contractor shall account for the added load from concrete finishing machines and other construction loadings in the design of the bracing. Falsework support brackets and braces shall not be welded to structural steel bridge members or to steel reinforcing bars. 6- 02.3(17)F4 Temporary Bracing for Bridge Girders This section including title is revised to read: City of Spokane Valley 19 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 6- 02.3(17)F4 Temporary Bracing for Bridge Girders During Erection Steel girders shall be braced in accordance with Section 6- 03.3(7)A. Prestressed concrete girders shall be braced sequentially during girder erection. The bracing shall be designed and detailed by the Contractor and shall be shown in the falseworklformwork plans submitted to the Engineer for approval. The Contractor shall furnish, install, and remove the bracing at no additional cost to the Contracting Agency. At a minimum, the Contractor shall brace girders at each end and at midspan to prevent lateral movement or rotation. This bracing shall be placed prior to the release of each girder from the erection equipment. If the bridge is constructed with cast -in -place concrete diaphragms, the bracing may be removed once the concrete in the diaphragms has been placed and cured for a minimum of 24 hours. 6- 02.3(25)N Prestressed Concrete Girder Erection The third sentence in the fifth paragraph is revised to read: The girders shall be braced in accordance with Sections 6- 02.3(17)F4 and 6- 02.3(17)F5. Section 6 -12, Noise Barrier Walls January 2, 2012 6- 12.3(3) Shaft Construction The third sentence in the fifth paragraph is revised to read: When efforts to advance past the obstruction to the design shaft tip elevation result in the rate of advance of the shaft drilling equipment being significantly reduced relative to the rate of advance for the rest of the shaft excavation, then the Contractor shall remove the obstruction under the provisions of Section 6 -12.5. 6 -12.5 Payment This section is supplemented with the following: "Removing Noise Barrier Wall Shaft Obstructions ", estimated. Payment for removing obstructions, as defined in Section 6- 12.3(3), will be made for the changes in shaft construction methods necessary to remove the obstruction. The Contractor and the Engineer shall evaluate the effort made and reach agreement on the equipment and employees utilized, and the number of hours involved for each. Once these cost items and their duration have been agreed upon, the payment amount will be determined using the rate and markup methods specified in Section 1 -09.6. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for the item "Removing Noise Barrier Wall Shaft Obstructions" in the bid proposal to become a part of the total bid by the Contractor. If the shaft construction equipment is idled as a result of the obstruction removal work and cannot be reasonably reassigned within the project, then standby payment for the idled equipment will be added to the payment calculations. If labor is idled as a result of the obstruction removal work and cannot be reasonably reassigned within the project, then all labor costs resulting from Contractor labor agreements and established Contractor policies will be added to the payment calculations. City of Spokane Valley 20 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 The Contractor shall perform the amount of obstruction work estimated by the Contracting Agency within the original time of the contract. The Engineer will consider a time adjustment and additional compensation for costs related to the extended duration of the shaft construction operations, prodded: the dollar amount estimated by the Contracting Agency has been exceeded, and; 2. the Contractor shows that the obstruction removal work represents a delay to the completion of the project based on the current progress schedule provided in accordance with Section 1 -08.3. Section 6 -14, Geosynthetic Retaining Walls January 2, 2012 6 -14.2 Materials The referenced section for the following item is revised to read: Grout 9- 20.3(4) In the first paragraph, the following items are inserted after the item "Gravel Borow For Geosynthetic Retaining Wall ": Polyurethane Sealant 9- 04.2(3) Closed Cell Foam Backer Rod 9- 04.2(3)A Section 6 -15, Soil Nail Walls January 2, 2012 6 -15.2 Materials The referenced section for the following item is revised to read: Grout 9- 20.3(4) 6- 15.3(3) Submittals . Item f beneath item number 3 is revised to read: Mix design and procedures for placing the grout. 6- 15.3(6) Soil Nailing This section is supplemented with the following: The Contractor shall make and cure grout cubes once per day in accordance with WSDOT Test Method T 813. These samples shall be retained by the Contractor until all associated verification and proof testing of the soil nails has been successfully completed. If the Contractor elects to test the grout cubes for compressive strength, testing shall be conducted by an independent laboratory and shall be in accordance with the WSDOT FOP for AASHTO T106. City of Spokane Valley 21 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Section 6 -16, Soldier Pile and Soldier Pile Tieback Walls January 2, 2012 6- 16.3(3) Shaft Excavation The third sentence in the seventh paragraph is revised to read: When efforts to advance past the obstruction to the design shaft tip elevation result in the rate of advance of the shaft drilling equipment being significantly reduced relative to the rate of advance for the rest of the shaft excavation, then the Contractor shall remove the obstruction under the provisions of Section 6 -16.5. 6 -16.5 Payment This section is supplemented with the following: "Removing Soldier Pile Shaft Obstructions ", estimated. Payment for removing obstructions, as defined in Section 6- 16.3(3), will be made for the changes in shaft construction methods necessary to remove the obstruction. The Contractor and the Engineer shall evaluate the effort made and reach agreement on the equipment and employees utilized, and the number of hours involved for each. Once these cost items and their duration have been agreed upon, the payment amount will be determined using the rate and markup methods specified in Section 1 -09.6. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for the item 'Removing Soldier Pile Shaft Obstructions" in the bid proposal to become a part of the total bid by the Contractor. If the shaft construction equipment is idled as a result of the obstruction removal work and cannot be reasonably reassigned within the project, then standby payment for the idled equipment will be added to the payment calculations. If labor is idled as a result of the obstruction removal work and cannot be reasonably reassigned within the project, then all labor costs resulting from Contractor labor agreements and established Contractor policies will be added to the payment calculations. The Contractor shall perform the amount of obstruction work estimated by the Contracting Agency within the original time of the contract. The Engineer will consider a time adjustment and additional compensation for costs related to the extended duration of the.shaft construction operations, provided: 1. the dollar amount estimated by the Contracting Agency has been exceeded, and; 2. the Contractor shows that the obstruction removal work represents a delay to the completion of the project based on the current progress schedule provided in accordance with Section 1 -08.3. Section 6 -17, Permanent Ground Anchors January 2, 2012 6- 17.3(3) Submittals The first sentence in the sixth paragraph is revised to read: The Contractor shall submit the mix design for the grout conforming to Section 9- 20.3(4) and the procedures for placing the grout to the Engineer for approval. City of Spokane Valley 22 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 6- 17.3(7) Installing Permanent Ground Anchors The following new paragraph is inserted after the sixth paragraph: The Contractor shall make and cure grout cubes once per day in accordance with WSDOT Test Method T 813. These samples shall be retained by the Contractor until all associated verification, performance and proof testing of the permanent ground anchors has been successfully completed. If the Contractor elects to test the grout cubes for compressive strength, testing shall be conducted by an independent laboratory and shall be in accordance with the WSDOT FOP for AASHTO T106. Section 7 -04, Storm Sewers January 2, 2012 7- 04.3(1)B Exfiltration Test —Storm Sewers The fifth column title "PE 4,, is revised to read "PP4" from the table titled, "Storm Sewer Pipe Schedules ". Section 8 -20, Illumination, Traffic Signal Systems, And Electrical January 2, 2012 8- 20.3(9) Bonding, Grounding The first sentence in the second paragraph is replaced with the following two sentences: All conduit installed shall have an equipment ground conductor installed in addition to the conductors noted in the Contract. Conduit with innerducts shall have an equipment ground conductor installed in each innerduct that has an electrical conductor. Section 8 -21, Permanent Signing January 2, 2012 , 8- 21.3(9)A Fabrication of Steel Structures The first sentence in the first paragraph is revised to read: Fabrication shall conform to the applicable requirements of Section 6 -03 and 9 -06. This section is supplemented with the following: All fabrication, including repairs, adjustments or modifications of previously fabricated sign structure members and connection elements, shall be performed in the shop, under an Engineer approved shop drawing prepared and submitted by the Contractor for the original fabrication or the specific repair, adjustment or modification. Sign structure fabrication repair, adjustment or modification of any kind in the field is not permitted. If fabrication repair, adjustment or modification occurs after a sign structure member or connection element has been galvanized, the entire member or element shall be re- galvanized in accordance with AASHTO M 111. 8- 21.3(9)B Vacant This section including title is revised to read: City of Spokane Valley 23 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 8- 21.3(9)13 Erection of Steel Structures Erection shall conform to the applicable requirements of Sections 6 -03 and 8- 21.3(9)F. Section 8- 21.3(9)F notwithstanding, the Contractor may erect a sign bridge prior to completion of the shaft cap portion of one foundation for one post provided the following conditions are satisfied: 1. The Contractor shall submit design calculations and working drawings of the temporary supports and falsework supporting the sign bridge near the location of the incomplete foundation to the Engineer for approval in accordance with Section 6 -01.9. The submittal shall include the method of releasing and removing the temporary supports and falsework without inducing loads and stress into the sign bridge. 2. The Contractor shall submit the method used to secure the anchor bolt array in proper position with the sign bridge while casting the shaft cap concrete to complete the foundation. 3. The Contractor shall erect the sign bridge and temporary supports and falsework, complete the remaining portion of the incomplete foundation, and remove the temporary supports and falsework, in accordance with the working drawing submittals as approved by the Engineer. 8- 21.3(9)F Foundations The eighth paragraph is replaced with the following three new paragraphs: After construction of concrete foundations for sign bridge and cantilever sign structures, the Contractor shall survey the foundation locations and elevations, the anchor bolt array locations and lengths of exposed threads. The Contractor shall confirm that the survey conforms to the sign structure post, beam, span and foundation design geometry shown in the Plans, and shall identify any deviations from the design geometry shown in the Plans. When deviations are identified, the Contractor shall notify the Engineer, and such notice shall be accompanied by the Contractor's proposed method(s) of addressing the deviations, including removal and reconstruction of the shaft cap portion of the affected concrete foundation as outlined in this Section, or fabrication repair, adjustment or modification, with associated shop drawings, in accordance with Section 8- 21.3(9)A. If the Contractor's survey indicates that a concrete foundation has been constructed incorrectly for a sign structure that has already been fabricated, the Contractor may remove and reconstruct the shaft cap portion of the foundation, in accordance with Section 1- 07.13, provided the following conditions are satisfied: 1. The Contractor shall submit the method and equipment to be used to remove the portion of the concrete foundation to be removed and reconstructed to the Engineer for approval in accordance with Section 1 -05.3. The submittal shall include confirmation that the equipment and the method of operation is appropriate to ensure that the existing anchor bolt array and primary shaft vertical steel reinforcing bars will not be damaged. 2. All steel reinforcing bars, except for steel reinforcing bars extending from the bottom portion of the foundation to remain, shall be removed and disposed of in accordance with Sections 2 -02.3 and 2- 03.3(7)C, and shall be replaced with new steel reinforcing bars conforming to the size, dimensions and geometry shown in the Plans. All concrete of the removed portion of the foundation shall be removed and disposed of in accordance with Sections 2 -02.3 and 2- 03.3(7)C. City of Spokane Valley 24 !Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 3. The Contractor shall adjust the primary shaft vertical steel reinforcing bars as necessary in accordance with Section 5- 02.3(24)C to provide clearance for the anchor bolt array. Sign structures shall not be erected on concrete foundations until the Contractor confirms that the foundations and the fabricated sign structures are either compatible with each other and the design geometry shown in the Plans, or have been modified in accordance with this Section and as approved by the Engineer to be compatible with each other, and the foundations have attained a compressive strength of 2,400 -psi. 9 -21.5 Payment This section is supplemented with the following:, All costs in connection with surveying completed concrete foundations for sign bridges and cantilever sign structures shall be included in the lump sum contract price for "Structure Surveying ", except that when no Bid item is included in the Proposal for "Structure Surveying" then such costs shall be included in the lump sum contract price(s) for "Sign Bridge No. _" and "Cantilever Sign Structure No. Section 9 -04, Joint And Crack Sealing Materials January 2, 2012 9 -04.2 Joint Sealants This section is supplemented with the following new sub - sections: 9- 04.2(3) Polyurethane Sealant Polyurethane sealant shall conform to ASTM C 920 Type S Grade NS Class 25 Use M. Polyurethane sealant shall be compatible with the closed cell foam backer rod. When required, compatibility characteristics of sealants in contact with backer rods shall be determined by Test Method ASTM C 1057. 9- 04.2(3)A Closed Cell Foam Backer Rod Closed cell foam backer rod for use with polyurethane sealant shall conform to ASTM C 1330 Type C. Section 9 -14, Erosion Control and Roadside Planting January 2, 2012 9- 14.6(1) Description Item C. In the fourth paragraph is revised to read: C. Live pole cuttings shall have a minimum 2 -inch diameter and no more than three branches which shall be pruned back to the first bud from the main stem. Section 9 -20, Concrete Patching Material, Grout, and Mortar January 2, 2012 9- 20.3(3) Grout Type 3 for Unconfined Bearing Pad Applications This section is revised to read: City of Spokane Valley 25 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Grout Type 3 shall be a prepackaged material meeting the requirements of ASTM C 928 — Table 1, R2 Concrete or Mortar. 9- 20.3 (4) Grout Type 4 for Multipurpose Applications In the third sentence of the first paragraph, the reference "0.40" is revised to read "0.45 ". City of Spokane Valley 26 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 PART 5 GENERAL SPECIAL PROVISIONS Division 1 General Requirements Division 2 Earthwork Division 4 Bases Division 5 Surface Treatments and Pavements Division 6 Structures Division 7 Drainage Structures, Storm Sewers, Sanitary Sewer, etc Division 8 Miscellaneous Construction Division 9 Materials INTRODUCTION TO THE SPECIAL PROVISIONS (July 31, 2007 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2012 edition, as issued by the Washington State Department of Transportation ( WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications "). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project- specific fill -ins; and project - specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision.-The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project - specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: (Date) WA State Dept. of Transportation General Special Provision (Date APWA GSP) American Public Works Association General Special Provision (Date SC GSP) Spokane County General Special Provision (Date COS V GSP) City of Spokane Valley General Special Provision Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition • City of Spokane Valley Street Standards Contractor shall obtain copies of these publications, at Contractor's own expense. City of Spokane Valley 27 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -049 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) This contract provides for the reconstruction of portions of Evergreen Road and 32 "d Avenue and watermain installation work in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1 -01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State ", "Department of Transportation ", "Washington State Transportation Commission ", "Commission ", "Secretary of Transportation ", "Secretary", "Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency ". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location ". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract ". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. City of Spokane Valley 28 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid Igo: 12 -009 Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the on which the contract time begins. Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: City of Spokane Valley 29 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans 11" x 17" 6 Furnished automatically upon award. Contract Provisions 6 Furnished automatically upon award. Large plans (e.g., 22" x 34 ") 6 Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1- 02.4(2) Subsurface Information Examination of Plans, Specifications and Site Work (March 13, 1995) Section 1 -02.4, is supplemented with the following: The soils information used for study and design of this project is available for review by the bidder at the following address: Department of Public Works City of Spokane Valley 11707 E Sprague Avenue, Suite 304 Spokane Valley, WA 99206 1 -02.5 Proposal Forms (June 27, 2019 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's DIMIWBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be City of Spokane Valley 30 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1 -02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any DIMIWBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any DIWIMBE requirements are to be satisfied through such an agreement. 1 -02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency - assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; City of Spokane Valley 31 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1 -02.9 Delivery of Proposal (January 24, 2011 APWA GSP) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. The Contracting Agency will not consider Proposals it receives after the time fixed for opening Bids in the call for Bids. 1 -02.12 Public Opening of Proposals (June 17, 2008 COSV GSP) Replace this item with the following: Sealed bids are to be received at the Spokane Valley City "Hall, 11707 E Sprague, Suite 106, Spokane Valley, WA 99206, prior to the time and date specified in the Advertisement For Bids. Bids shall be publicly opened and read in Suite 901, the Council Chambers immediately thereafter. 1 -02.13 Irregular Proposals (March 25, 2009 APWA GSP) Revise item 1 to read: A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; C. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; City of Spokane Valley 32 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Y; . g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6; h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1 -02.6; i. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or j, More than one proposal is submitted for the same project from a Bidder under the same or different names. 1 -02.14 Disqualification of Bidders (March 25, 2009 APWA GSP, Option B) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if: 1. the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or 2. evidence of collusion exists with any other Bidder or potential Bidder. Participants in collusion will be restricted from submitting further bids; or 3. the Bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a preq ual ifi cation of the Bidder; or 4. an unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; or progress; affirmative action; equal employment opportunity practices; termination for cause; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; or 5. there is uncompleted work (Contracting Agency or otherwise), which in the opinion of the Contracting Agency might hinder or prevent the prompt completion of the work bid upon; or 6. the Bidder failed to settle bills for labor or materials on past or current contracts, unless there are extenuating circumstances acceptable to the Contracting Agency; or 7. the Bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract, unless there are extenuating circumstances acceptable to the Contracting Agency; or 8. the Bidder is unable, financially or otherwise, to perform the work, in the opinion of the Contracting Agency; or 9. there are any other reasons deemed proper by the Contracting Agency. As evidence that the Bidder meets the bidder responsibility criteria above, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all applicable responsibility criteria, including all documentation specifically listed in the supplemental criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. City of Spokane Valley 33 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 The basis for evaluation of Bidder compliance with these supplemental criteria shall be any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) which any reasonable owner would rely on for determining such compliance, including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from owners for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the Contracting Agency's determination by presenting its appeal to the Contracting Agency. The Contracting Agency will consider the appeal before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the final determination. 1 -02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: I. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1 -03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will City of Spokane Valley 34 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1 -03.1 Consideration of Bids Add the following: Award Procedures After receiving the bids, but prior to opening them, the Contracting Agency will state the maximum construction budget. The bids shall then be publicly opened and read; summed and ranked from the lowest to highest bid for the sum of all base bid schedules (A +B) and for the sum of all base bid schedules + the additive alternate (A +B +C). If the Contracting Agency chooses to award the project, it will be awarded to the lowest responsible bid for the base bid schedules or combination of base bid schedules plus additive schedules that can be funded within the stated budget. 1 -03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 14 calendar days after the award date, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1- 07.18, and a.satisfactory bond as required by law and Section 1 -03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1- 02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 7 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. City of Spokane Valley 35 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -049 1 -03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency - furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice - president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice - president). ' 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. City of Spokane Valley 36 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 1 -04.6 Variation in Estimated Quantities (May 25, 2006 APWA GSP) Delete the first paragraph, and replace it with the following: Payment to the Contractor will be made only for the actual quantities of work performed and accepted in conformance with the contract. When the accepted quantity of work performed under a unit item varies from the original proposal quantity, payment will be at the unit contract price for all work unless the total accepted quantity of any contract item, adjusted to exclude added or deleted amounts included in change orders accepted by both parties, increases or decreases by more than 25 percent from the original proposal quantity, and if the total extended bid price for that item at time of award is equal to or greater than 10 percent of the total contract price at time of award. In that case, payment for contract work may be adjusted as described herein. 1 -05 Control of Work 1 -05.1 Authority of the Engineer Add the following: Vera Water and Power Company (Vera) will have a designated person on -site to inspect all excavation, installation, testing, disinfection and backfilling of waterlines, services, hydrants and associated water piping work. The Vera designated individual shall be the Waterline Project Engineer with full authority to enforce the Contract requirements and carry out the Engineer's orders. . The City will have a designated person on -site to inspect all non Vera work. The City designated - individual -shall be the Road Project Engineer with full authority to enforce the Contract requirements and cant' out the Engineer's orders. 1 -05.4 Conformity With And Deviations From Plans And Stakes (Jan 2, 2012 COSV GSP) Delete Section 1 -05.4 in its entirety and replace with the following: 1 -05.4 Roadway and Utility Surveys The Contractor shall furnish all survey necessary for the construction of this project. City of Spokane Valley 37 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 The Contractor shall be responsible for setting, maintaining and resetting (as may be required) all horizontal and vertical construction staking necessary for the installation, construction or reconstruction of the utilities, roadbed, drainage, surfacing, walls, curbing, sidewalk and driveway approaches, paving, channelization and pavement marking, illumination and signals, fencing, and signing. Except for the survey control data to be furnished by the Contracting Agency, any additional calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. Contractor - supplied survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Vertical secondary control shall be established using spirit levels, not a GPS system. Provide level notes and horizontal control notes and other descriptions of secondary control to the Contracting Agency. 2. Establish intermediate benchmarks as needed to provide vertical control throughout the project. A copy of cut sheets with reference to actual benchmark elevations shall be provided to the Engineer at the same time it is supplied to the Contractor, but not less than 2 working days prior to construction. 3. Establish the centerlines of all alignments by placing hubs, stakes, or marks on centerline or on offsets to centerline at points along the alignments at a maximum spacing of fifty feet and at all grade breaks and curve points (PCs, PTs, and Pis). 4. Establish clearing limits. Stake at all angle points and intermediate points at a maximum spacing of fifty feet between stakes. 5. Establish grading limits. Place slope stakes at maximum centerline increments of 50 feet. Establish offset reference to all slope stakes. 6. Setting and maintaining 2 -inch by 2 -inch offset hubs with a tack at 50 -foot intervals for all water, storm, culvert and sanitary sewer lines and grades. The offset hubs shall be set perpendicular to the storm and sanitary sewer line, with two hubs set at meterboxes, hydrants, manholes, cleanouts, catchbasins, drywells, and stormdrain outfalls. The stationing, offset distance, cut to invert, cut to rim, and hub elevation shall be marked on the guard stake. City of Spokane Valley 38 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 7. Establish the horizontal and vertical location of all drainage features such as ditches and curb inlets, providing offset stakes at a horizontal interval not greater than 25 feet. 8. Establish roadbed, and surfacing elevations by placing stakeslhubs at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes/hubs shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10 -foot intervals in intersection radii with a radius less than 10 feet. Transverse staking shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes/hubs is not more than 12 feet. 9. Establish top back of Curb elevations by setting stakes/hubs at horizontal intervals not greater than 25 feet in tangent sections; all point of curvature (PC) stations; point of tangency (PT) stations; at curb radii, at quarter points in all curb curve sections and at center of ramp stations showing gutterline grade. 10. Block or modular block walls will be staked with a single offset line to the bottom face of wall, placing stakes at beginning and end of walls, horizontal angle points /curves and at approximately 50 -foot intervals. 11. Swales shall be staked at top of slope and bottom of slope for all spot elevations shown on the plans and other intermediate points the Contractor may need to facilitate construction. 12. Illumination poles, signal =poles, junction boxes, and sign posts will be staked with two offset reference points. 13. Paint pavement cut limits and spot all pavement marking locations. 14. According to WAC 332 -120 "Survey Monuments — Removal or Destruction ", a surveyor licensed in the State of Washington has been hired by the City to search.the proposed construction area for known or existing survey monuments. All found monuments are shown on the plans. If, during construction, the Contractor discovers existing survey monuments, not shown on the plans, he shall immediately notify the Engineer. If a property corner is shown on the plans and it is not shown to be removed and the Contractor's operations moves or destroys it, the Contractor shall re- establish it or replace it at his own expense. Re- establishment or replacement of property comers shall be done only by a Washington State licensed Land Surveyor and be in accordance with WAC 332 -120. 15. The contractor shall coordinate with the Surveyor Consultant, hired by the City, for re- establishing all monuments to be installed in a monument case in accordance with Section 8 -13. The Contractor shall set the monument case and anchor pipe in accordance with Section 8 -13. The Surveyor Consultant, hired by the City shall furnish, install, label, and mark the monument cap inside the monument case. City of Spokane Valley 39 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -049 The Contractor shall provide the Contracting Agency copies of any, survey notes, references for monuments, calculations and staking data when requested by the Engineer. Copies of the primary survey control data provided by the contracting agency are available for the bidder's inspection at the office of the Project Engineer. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of a minimum of two primary control points used for the horizontal and vertical control. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Slope stakes ±0.2 feet ±1.0 feet Subgrade grade stakes /hubs set 0.04 feet below grade 0 high ±0.1 feet . 0.04 feet low (parallel to alignment) ±0.1 feet (normal to alignment) Stationing on roadway NIA ±0.1 feet Alignment on roadway NIA ±0.04 feet Top of Crushed Surfacing or paving 0 low ±0.04 feet 0.01 feet high (parallel to alignment) ±0.04 feet (normal to alignment) Top of Curb City of Spokane Valley 40 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Pavement Marking ±0.02 feet NA }0.04 feet (parallel to alignment) ±0.04 feet (normal to alignment) ±0.1 feet (parallel to alignment) ±0.1 feet (normal to alignment) The Contracting Agency may spot -check the Contractor's surveying. These spot - checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contracting Agency will provide AutoCad drawing files showing the horizontal and vertical alignments. The Contractor shall calculate coordinates for the alignment and develop his own staking sheets for the project. He shall provide a copy of the staking sheets to the Engineer prior to beginning excavation activities. 1: Contract work to be performed using contractor - provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be provided to construct this project in. accordance with the Plans. Additional stakes may be needed that are not described in the Plans; these additional stakes will be required but not limited to intersections and drainage. The Contractor shall thoroughly familiarize themselves with the plans to identify all additional staking not described in items 1 — 15 above. Once the offset hubs have been set, the Contractor shall keep them accessible for use by the County. If hubs cannot be accessed due to spoil piles or equipment, the Contractor shall place additional hubs in a location acceptable to the Engineer. Side sewer stubs shall be staked before proceeding with the construction of affected sewer main. The Contractor shall take as -built measurements of the location of all utility piping, conduit, and wire locations; all utility structure locations; and all changes in grade, slope and elevations. The measurements shall be neatly noted on a full size set of plans, the "Record Set ". Transmittal of City of Spokane Valley 41 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 an accurate and complete Record Set to the COSV Project Engineer is required prior to Contract Completion and release of retainage. Measurement "Construction Surveying" will not be measured for Payment. Payment Payment will be made in accordance with Section 1 -04.1 for the following bid item when included in the proposal: "Construction Surveying ", per lump Sum. The lump sum price for "Construction Surveying" shall be full pay for all materials, equipment and personnel required to provide surveying services for road and utility construction described by these specifications. in addition, it shall be full pay for taking and recording as -built measurements of constructed work. 9 -05.6 Inspection of Work and Materials (June 17, 2008 COSV GSP) Supplement this section with the following: Tests The Owner or the Owner's Consultant will perform independent quality control testing on the project. The Contractor shall provide access to the site and samples for the Owner's laboratory. Test results that do not conform to these specifications shall necessitate retesting. All costs to retest work that previously failed project requirements, whether or not the original testing costs were to be borne by the Contractor or the Owner, shall be borne by the Contractor and shall be at no additional cost to the Owner. 1 -05.7 Removal of Defective and Unauthorized Work (October ?, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any park of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the City of Spokane Valley 42 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1 -05.10 Guarantees (March 1, 2008 COS1/) Add the following. The Contractor shall warrant all work and materials for a period of two years, except for lawn and plantings as covered by Section 8 -02.3. The warranty period shall commence on the date of Physical Completion as established, in writing, by the Engineer. 1 -05.11 Final Inspection Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the City of Spokane Valley 43 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1- 05,11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1- 05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items City of Spokane Valley 44 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1 -05.13 Superintendents, Labor and Equipment of Contractor (March 25, 2009 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.14, it will take these performance reports into account. 1 -05.14 Cooperation with other Contractors (March 13, 1995) Section 1 -05.14 is supplemented with the following: Other Contracts Or Other Work: It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: Vera Water and Power Company will do the following work: Inspect all water line excavation, installation and backfll work. Relocate Poles and overhead powerlines City of Spokane Valley 45 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 1 -05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineers office. Electronic copies such as a -mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1 -05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. Add the following new section: 1 -05.17 Oral Agreements (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws to be Observed (October 1, 2005 . APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. City of Spokane Valley 46 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. Laws To Be Observed Section 1 -07.1 is supplemented with the following: (April 3, 2006) Confined Space Confined spaces are known to exist at the following locations: Existing and proposed Drywells where shown on the plans. Existing and proposed Catchbasins where shown on the plans. Existing and proposed sanitary sewer manholes where shown on the plans. Existing Telephone Vaults where shown on the plans. The Contractor shall be fully responsible for the safety and health of all on -site workers and compliant with Washington Administrative Code (WAC 296 -809). The Contractor shall prepare and implement a confined space program for each of the confined spaces identified above. The Contractors Confined Space program shall be sent to the contracting agency at least 30 days prior to the contractor beginning work in or adjacent to the confined space. No work shall be performed in or adjacent to the confined space until the plan is submitted to the Engineer as required. The Contractor shall communicate with the Project Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both the Contracting Agency's and Contractor's workers when working in or near a confined space. City of Spokane Valley 47 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 All costs to prepare and implement the confined space program shall be included in the bid prices for the various items associated with the confined space work. 1 -07.2 State Taxes Delete this section, including its sub - sections, in its entirety and replace it with the following: 1 -07.2 State Sales Tax (June 27, 2091 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1- 07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA - funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract - related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1- 07.2(1) State Sales Tax — Rule 171 WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1- 07.2(2) State Sales Tax — Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; City of Spokane Valley 48 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1- 07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1 -07.6 PERMITS AND LICENSES Section 1 -07.6 is supplemented with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. 1 -07.7 Load Limits Section 1- 07.7 is supplemented with the following: (March 13, 1995) If the sources of materials provided by the Contractor necessitates hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1- 07.9(5) Required Documents (January 24, 2091 APWA GSP) Supplement this section with the following: The Contractor or subcontractor directly contracting for "Off -Site, Prefabricated, Non - Standard, Project Specific Items" as defined below shall identify and report information City of Spokane Valley 49 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 required on the addendum to the "Affidavit of Wages Paid" form filed with the Department of Labor and Industries [form F700- 164 -0001. The Contractor shall include language in its subcontracts requiring subcontractors and lower -tier subcontractors to comply with the reporting requirements for "Off -Site, Prefabricated, Non - Standard, Project Specific Item" on the Affidavit of Wages Paid form addendum. The reporting requirement for Items shall apply for all public works contracts estimated to cost over $1 million entered into by the Contracting Agency and Contractor between September 1, 2010 through December 31, 2013. "Off -site, prefabricated, nonstandard, project specific items" means products or items that are: 1. Made primarily of architectural or structural precast concrete, fabricated steel, pipe and pipe systems, or sheet metal and sheet metal duct work; and 2. Produced specifically for this Project and not considered to be regularly available shelf items; and 3. Produced or manufactured by labor expended to assemble or modify standard items; and 4. Produced at an off -site location outside the State of Washington. The Contractor or subcontractor shall comply with the reporting requirements and instructions on the Affidavit of Wages Paid form, and shall report the following information on the Affidavit of Wages Paid form submitted to the Department of Labor and Industries in order to comply with the reporting requirements for use of "Off -Site, Prefabricated, Non - Standard, Project Specific" items: 1. The estimated cost of the project; 2. The name of the Contracting Agency and the project title; 3. The contract value of the off -site, prefabricated, nonstandard, project specific items produced outside of Washington State, including labor and materials; and 4. The name, address, and federal employer identification number of the contractor that produced the off site, prefabricated, nonstandard, project specific items. The Contracting Agency may direct the Contractor, at no additional cost to the Contracting Agency, to remove and substitute any subcontractor(s) found to be out of compliance with the "Off -Site Prefabricated Non- Standard Project Specific Items" reporting requirements more than one time as determined by the Department of Labor and Industries. 1- 07.13(4) Repair of Damage (August 6, 2001) Section 1- 07.13(4) is revised to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2) or 1- 07.13(3), payment wilt be made in accordance with Section 1 -04.4. Payment City of Spokane Valley 50 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 1- 07.16(1) Private /Public Property (June 17, 2008 COSV GSP) Add the following: Work Area Limits Easement and right -of -way limits are shown on the plans. The Contractor shall confine all of his operation within these limits unless he obtains written approval from the adjacent property owner(s). Use of Private Property The Contractor shall file with the City three copies of each written permission obtained to use private property prior to use. Section 1- 07.16(3) Fences, Mailboxes, Incidentals (121212009 COSV GS P) Add the following: The Contractor shall maintain access to existing postal service facilities in accordance with the requirements of the U.S. Postal Service. Add the following: Garbage Collection "The Contractor shall notify the garbage; collection service of street. closures. The Contractor shall be responsible for moving garbage cans and other garbage containers to a temporary pickup point, if necessary, and returning the empty garbage cans to the property." 1 -07.17 Utilities and Similar Facilities (April 2, 2007) Section 1 -07.17 is supplemented with the following: The Contractor shall call 1- 800 - 424 -5555 for utility locates at least 5 working days before commencing any excavation. Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. City of Spokane Valley 51 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. It is anticipated that utility adjustment, relocation, replacement or construction within the project limits will be completed as follows: The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected subcontractors, and all utility owners and their contractors prior to beginning onsite work. The following addresses and telephone numbers of utility companies or their Contractors that will be adjusting, relocating, replacing or constructing utilities within the project limits are supplied for the Contractor's use: Gas Avista Utilities Attn: Mike Whitby 1411 E. Mission Avenue Spokane, WA 99202 (509) 991 -1278 Fax (509) 495 -4120 Cable Comcast Attn: Bryan Richardson 1717 E. Buckeye Spokane, WA 99207 Cell: 509 X70 -7389 Fax: 509 755 -4863 Power Brian Diltz Vera Water and Power 601 N. Evergreen Rd. Spokane Valley, WA 99216 PH: (509) 475 -5130 City of Spokane Valley Evergreen Rd Reconstruction Project Sewer Spokane County Utilities Attn: Kevin Cooke 1026 W. Broadway Spokane, WA 99260 Ph: (509) 477 -7286 Fax: (509) 477 -4715 Telephone Qwest Attn: Dave Clark 904 N. Columbus Spokane, WA 99202 (509) 455 -2314 Fax (509) 455 -2104 Water Todd Henry Vera Water and Power 601 N. Evergreen Rd. Spokane Valley, WA 99216 PH: (509) 924 -3655 52 Agreement for Construction Services SVPW Bid No: 12 -009 1 -07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1 -07.18 Insurance (January 24, 2019 APWNA GSP) 1- 07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A -: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage; the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ( "tail ") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all. subcontractors' insurance coverage shall be primary and non- contributory insurance as respects the Contracting Agency's insurance, self - insurance, or insurance pool coverage. F. The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the City of Spokane Valley 53 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1- 07,18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • Vera Water and Power Company and its officers, elected officials, employees, agents and volunteers. The above - listed entities shall_ be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(3) describes limits lower than those maintained by the Contractor. 1- 07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1- 07.18(5)A and 1- 07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1- 07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1- 07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self- insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1- 07.18(5)A Commercial General Liability City of Spokane Valley 54 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 A policy of Commercial General Liability Insurance, including: Per project aggregate Premises /Operations Liability Products /Completed Operations — for a period of one year following final acceptance of the work. Personal /Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap I Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap/ Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1- 07.18(5)B Automobile Liability Automobile Liability for owned, non - owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1- 07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1 -07.22 Use of Explosives (June 17, 2008 COSV GSP) Delete this section and replace with the following: Blasting is not allowed on City of Spokane Valley public works projects. Rock excavation shall be accomplished by other methods. Construction Under Traffic Section 1- 07.23(1) is supplemented with the following: City of Spokane Valley 55 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 (April 2, 2007) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested.. the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Posted Speed Distance From Traveled Way (Feel) 35 mph or less 10* 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk Construction Under Traffic Section 1- 07.23(1) is supplemented with the following: ( * * * * *) General City of Spokane Valley 56 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 The Contractor shall erect the Temporary Traffic Control measures shown on each Stage Plan prior to beginning work in the Stage Construction Work Zone The Contract shall be constructed in the following chronological order of the stages shown on the Temporary Traffic Control Plans; Stage Work Area 1A South Side of 24th Avenue on either side of Evergreen Rd Evergreen Rd south of 16th Avenue to north of Station 36 +48 2 Evergreen Rd south of Sta 36 +48 to Sta 63 +06 South Side of 24th Avenue from 24ts' Sta 90 +00 to Sta 92 +33 32nd Ave., North side of centerline between 32nd Sta 70 +00 and 32nd Sta 77 +74 3 32nd Ave; between 32nd Sta 70 +00 and 32nd Sta 77 +74 1. When approved by the Engineer, the Contractor may temporarily restrict access to private driveways for construction purposes for up to 8 hours per day. The Contractor shall advise affected business and residents in writing at least 24 hours in advance of the restriction and cooperate to the fullest extent to minimize inconvenience to residences and disruption of businesses. 2. When flagmen are employed by the Contractor to safeguard traffic, the Contractor shall furnish at his expense for the use of such flagmen, all necessary protective apparel and equipment. 3. Traffic control procedures and devices used on all local, County, and State rights -of -way shall meet the requirements of the applicable current laws and regulations for traffic control. 4. The Contractor shall provide snow removal to facilitate normal vehicular traffic on public or private roads affected. by construction. Perform snow removal promptly and efficiently by means of suitable equipment whenever necessary for safety, and as may be directed by proper authority. 5. The Contractor shall notify 24 hours in advance the fire department, school district and police department before closing any street or portion thereof. The Contractor shall notify said departments each time temporary traffic control signs are revised for the next Construction phase. The Contractor shall not block off emergency vehicle access to consecutive arterial crossings or dead -end streets without written permission from the Engineer. Conduct operations with the least interference to fire equipment access. Access to all businesses shall be restored on weekends and/or holidays. 6. The Contractor shall leave its night emergency telephone number or numbers with the Police Department, so that contact may be made easily at all times in case of barricade and flare trouble or other emergencies. City of Spokane Valley 57 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -049 7. The Contractor shall maintain postal service facilities in accordance with the requirements of the U.S. Postal Service. Move mailboxes to temporary locations designated by the Service, and on completion of work in each area replace them in their original location and in a condition satisfactory to the Service. 8. Prior to starting at project site, the Contractor shall submit any proposed changes to the Temporary Traffic Control Plans to the Engineer for review and approval showing: a) Sequences of construction affecting the use of roadways. b) Time required for each phase of the work. c) Location of signs and barricades 9. All standard signs as well as all other appropriate signs required by the Traffic Control Plan submitted by the Contractor will be furnished by the Contractor. The Contractor shall erect them on posts and supports and maintain them at his expense in a neat and presentable condition until the necessity for them has ceased. The Contractor shall patrol the traffic control area and reset all disturbed signs and traffic control devices immediately. All non - applicable signs shall be removed or covered during periods not needed. When the need for any signs has ceased, the Contractor, after notifying the Engineer, shall take down such signs. All control signs necessary for nighttime traffic control shall be fully reflectorized. 10. Traffic Control Signs and Devices. Signs furnished, erected and maintained by the Contractor shall be in accordance with Part 6 of the Manual of Uniform Traffic Control Devices as applied to urban speed conditions. The signing, barricading and channelizing devices sequences actually used must fulfill the requirements for the safe and expeditious movement of traffic through construction zones and for safety of the work force performing the contract work. 11. No existing traffic control or street identification signs shall be removed by construction personnel without written approval of the Engineer. The Engineer will inventory all traffic control and other signs within the limits of the project prior to beginning construction and a copy of the inventory will be available to the Contractor upon request. Upon completion of construction, a record inventory will be made and upon comparison with the original inventory if it is found that signs have been damaged or removed during construction, the Contractor will be charged for repair or replacement. The cost of repair or replacement shall be withheld from final estimate payment. 12. The traffic control plans provided in the bid package are intended to be conceptual and may not apply to all phases of the project. The contractor is responsible for submitting complete traffic control plans to the Engineer for approval prior to initiating each phase of the project. The Engineer may request changes as warranted by traffic conditions and motorist behavior. 13. Coordination: The Contractor shall coordinate the traffic routing work with that of other forces working in the same or adjacent areas. Proposed traffic routing changes shall be subject to review by the Engineer and shall be considered a revision to the approved traffic routing plans. 14. Payment: All work related to meeting the requirement of this section "Construction Under Traffic" shall be considered incidental to other contract work, except as modified by 1 -10.5 "Temporary Traffic Control — Payment ". City of Spokane Valley 58 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 The Contractor shall schedule his work to comply with the following requirements: The Contractor must provide an emergency vehicle lane with a minimum width of 10 -feet whenever possible. If access for emergency vehicles (fire, police, ambulance) is required, the Contractor shall immediately provide a minimum 10 -foot wide emergency lane. If necessary, the Contractor shall backfill the trench to provide the emergency lane. The Contractor shall re- excavate the trench before continuing pipe laying, backfilling, and compaction operations. The cost of providing an emergency access lane shall be considered incidental to the cost of pipe installation. 1- 07.24 Rights of Way (October 1, 2005 APIMA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. City of Spokane Valley 59 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1 -08 PROSECUTION AND PROGRESS Add the following new section: 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1- 01.0(1) Preconstruction Conference (October 10, 2006 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. City of Spokane Valley 60 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Add the following new section: 1- 08.0(2) Hours of Work (June 27, 2011 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. Written permission from the Engineer is required, if a Contractor desires to perform work on holidays, Saturdays, or Sundays; before 7:00 a.m. or after 6:00 p.m. on any day; or longer than an 8 -hour period on any day. The Contractor shall apply in writing to the Engineer for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: • The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their. presence. • On non - Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. • Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. • Considering multiple work shifts as multiple working days with respect to contract time, even though the multiple shifts occur in a single 24-hour period. Add the following new section: 1- 08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (May 25, 2006 APWA GSP, may not be used on FHWA- funded projects) City of Spokane Valley 61 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8- hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such. overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight -time costs for employees of the Contracting Agency required to work overtime hours. _ The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. 1 -08.1 Subcontracting - DIMIWBE Reporting (October 10, 2008 APWA GSP; may not be used on FHWA- funded projects) Revise the eighth paragraph to read: On all projects funded with Contracting Agency funds only, the Contractor shall certify to the actual amounts paid Disadvantaged, Minority, or Women's Business Enterprise firms that were used as subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the contract. This certification shall be submitted to the Engineer, on the form provided by the Engineer, 20 calendar days after physical completion of the contract, whichever comes first. 1- 08.3(2)A Type A Progress Schedule (October 10, 2008 APWA GSP) Revise this section to "read: The Contractor shall submit 3 copies of a Type A Progress Schedule no later than at the reconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1 -08.4 Prosecution of Work Delete this section in its entirety, and replace it with the following: 1 -08.4 Notice to Proceed and Prosecution of Work The Contractor shall begin work on June 18, 2012. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. City of Spokane Valley 62 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1- 10.1 (2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. Order of Work The Contractor shall schedule work so that it is completed, according to the following Stages, listed in consecutive order. The Contractor shall complete all work within a work area before starting work in the next stage. Stage 1A The Contractor will install Stage 1A Temporary Traffic Control and work in the following areas: South Side of 24th Avenue on either side of Evergreen Rd Stage 1 The Contractor will install Stage 1 Temporary Traffic Control and work in the following areas: Evergreen Rd south of 16th Avenue to north of Station 36 +48 32nd Ave; between 32nd Sta 70 +00 and 32nd Sta 77 +74 Stage 2 The Contractor will install Stage 2 Temporary Traffic Control and work in the following areas: Evergreen Rd south of Sta 36 +48 to Sta 63 +06 South Side of 24th Avenue from 24th Sta 90 +00 to Sta 92 +33 32nd Ave., North side of centerline between 32nd Sta 70 +00 and 32nd Sta 77 +74 The Contractor shall complete all work, except overlaying within 32nd before starting Stage 3. Stage 3 The Contractor will install Stage 3 Temporary Traffic Control and work in the following areas: 32nd Ave., between 32nd Sta 70 +00 and 32nd Sta 77 +74 City of Spokane Valley 63 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 1 -08.5 Time for Completion Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day. The first working day shall be June 18, 2012. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week a 4 -10 schedule and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBEIWBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1 -07.24 1 -08.5 Time for Completion (March 13, 1995) City of Spokane Valley 64 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW [aid No: 12 -009 Section 1 -08.5 is supplemented with the following: This project shall be physically completed within * ** 45 * ** working days. 1 -09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1 -09.9 Payments (June 27, 2019 APWA GSP, Option B) Delete the fourth paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand —100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: City of Spokane Valley 65 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 1. Retainage per Section 1- 09.9(1), on non FHWA- funded projects; 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1 -05.1. 1- 09.13(3) Claims $250,000 or less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1 -09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1- 09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. 1 -10 Temporary Traffic Control Add the following: The contractor shall provide notice of a proposed traffic control phasing change at least 72 hours in advance to the City. The Contractor shall not begin to implement a change in traffic control phases until he has received approval of the proposed timing of the switch from the City. City of Spokane Valley 66 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 The project shall be constructed using the Temporary Traffic Control Stages shown on the plans. The project construction shall be phased in the following chronological order: Stage Work Area 1A South Side of 24th Avenue on either side of Evergreen Rd 1 Evergreen Rd south of 16u' Avenue to north of Station 36 +48 2 Evergreen Rd south of Sta 36 +48 to Sta 63 +06 South Side of 24th Avenue from 24th Sta 90 +00 to Sta 92 +33 32nd Ave., North side of centerline between 32nd Sta 70 +00 and 32nd Sta 77 +74 3 32nd Ave; between 32nd Sta 70 +00 and 32nd Sta 77 +74 1- 10.1(2) Description (December 2, 2009 COSV GSP) Revise the fourth paragraph to read: The Contractor shall provide signs and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all constructiori signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. 1- 10.1(2) Traffic Control Plans (December 2, 2009 COSV GSP) Add the following: Pavement marking shall be completed under one of the Temporary Traffic Control Phases shown on the plans or under an approved plan submitted by the Contractor using WSDOT Standard Traffic Control Plans. 1 -10.2 Traffic Control Management General City of Spokane Valley 67 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 (December 1, 2008) Section 1-1 0.2(l) is supplemented with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers- Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1- 800 -521 -0778 or (206) 382 -4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406 -1022 Training Dept. Toll Free (877) 642 -4637 Phone: (540) 368 -1701 1 -10.4 Measurement 1 =10.4(1) Lump sum Did for Project (No Unit Items) Lump Sum Bid for Project (Ado Unit Items) Section 1- 10.4(1) is supplemented with the following: (August 2, 2004) The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1- 10.4(1) shall apply. City of Spokane Valley 68 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 DIVISION 2 EARTHWORK Section 2 -02 Removal of Structures And Obstructions 2 -02.1 Description (May 25, 2010 COSV GSP) Add the following: "Large Tree Removal" means removing and disposing of a tree including the stump to a depth of 4 feet below surrounding existing grade where called out on the plans. Trimming of bushes and branches shall be paid for under "Clearing and Grubbing ". 2 -01.2 Disposal of Usable Material and Debris (May 25, 2010 COSV GSP) Delete the third sentence and replace with the following: The Contractor shall dispose of all debris using Disposal Method No. 2 — Waste Site. 2- 01.2(1) Disposal Method No. 1 —Open Burning (May 25, 2010 COSV GSP) Delete this Method 2- 01.2(3) Disposal Method No. 3 — Chipping (May 25, 2010 COSV GSP) Delete this Method 2- 01.3(1) Clearing (May 25, 2010 COSV GSP) Add the following: Clearing shall include removal of shrubs that are not called out on the plans as trees within the ROW and all adjacent storm drain swale areas. 2- 01.3(2) Grubbing (May 25, 2010 COSV GSP) Add the following: Grubbing shall include removal of all vegetative matter within the ground within the ROW that will be disturbed by the work shown on the plans. City of Spokane Valley 69 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 2 -01.4 Measurement (May 25, 2010 COSV GSP) Add the following: "Large Tree Removal ", shall be measured per each tree, including stump. 2 -01.5 Payment (May 25, 2010 COSV GSP) Add the following: Payment will be made in accordance with Section 1 -04.1, for each of the following bid items that are included in the proposal: "Large Tree Removal ", per each, shall be full payment for furnishing tools, labor, equipment, and materials required to remove and dispose of each tree including the stump to a depth of 4 feet below surrounding existing grade. The work also includes furnishing tools, labor, equipment, and materials required to furnish common borrow or material meeting the written approval of the Engineer; haul, place and compact the fill material to 95% of modified proctor maximum density so that the void left by the removed stump is filled up to the existing surface elevation. "Clearing and Grubbing ", per lut'np sum shall include the trimming and removal of branches and shrubbery of all plantings shown on the plans and the removal of all vegetative matter within the ground within the ROW that will be disturbed by the work shown on the plans. Section 2 -02 Removal of Structures And Obstructions 2 -02.1 Description (Dec 15, 2010 COSV GSP) Replace this Section in its entirety with the following: The work shall consist of the removal and disposal of existing street improvements where indicated on the Plans or as directed by the Engineer, including, but not limited to, structures, abandoned pipe, abandoned conduit, gutters, curb, sidewalk, ramps, and integral curb and gutter; concrete pavement, and drainage structures. Removal of paving, sidewalks, steps, drives, and other items shall be neatly and accurately saw cut to the prescribed limits. The work also includes the backfilling of trenches, holes or pits that result from such removal. 2- 02.3(2) Removal of Bridges, Box Culverts, and other Drainage Structures (February 5, 2010 COSV GSP) City of Spokane Valley 70 Agreement for construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Add the following after the last paragraph: Remove 1 Abandon Catch Basins and Inlets Frames and grates of inlets and catch basins to be abandoned shall be salvaged by the contractor and delivered to the City Maintenance Yard at 17002 E. Euclid Avenue, Spokane Valley, WA. The Catch basin shall be broken down to a depth of at least 4 feet below the revised surface elevation or removed entirely. inlets shall be removed entirely. All piping connections shall be plugged with commercial concrete. The remaining structure shall be filled with sand, or crushed surfacing top course and compacted to 95 percent of maximum density determined by the requirements of Section 2- 03.3(14)D. If the structure is removed entirely, the void shall be backfilled with crushed surfacing top course and compacted to 95 percent of maximum density determined by the requirements of Section 2- 03.3(14)D. Abandon existing Drywell The Contractor shall vactor clean the drywell of existing sludge and debris from the drywell before beginning work. Undamaged frames and grates of drywells and manholes to be abandoned shall be salvaged by the contractor and delivered to the City Maintenance Yard at 17002 E. Euclid Avenue, Spokane Valley, WA. Damaged frames and grates shall be disposed of by the contractor. All connection pipes shall be plugged for a distance of two pipe diameters with commercial concrete. Care shall be used in placing the concrete in the pipe to see that the opening of the pipe is completely filled and thoroughly plugged. The concrete cones of the drywell to be abandoned shall be crushed and the barrels backfilled with controlled density fill (CDF) per Section 2- 09.3(1)E. Remove existing Drywell The Contractor shall vactor clean the drywell of existing sludge and debris from the drywell before beginning work. Undamaged frames and grates of drywells and manholes to be abandoned shall be salvaged by the contractor and '-delivered to the City Maintenance Yard at 17002 E. Euclid Avenue, Spokane Valley, WA. Damaged frames and grates shall be disposed of by the contractor. All connection pipes shall be plugged for a distance of two pipe diameters with commercial concrete. Care shall be used in placing the concrete in the pipe to see that the opening of the pipe is completely filled and thoroughly plugged. The concrete cones and barrels of the drywell shall be removed and the void filled with approved subgrade material, compacted to 95 percent of maximum density determined by the requirements of Section 2- 03.3(14)D. approved by the engineer. 2- 02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters (June 1, 2009 COSV GSP) Replace Part 1 with the following: 1. Haul broken -up pieces to a disposal site furnished by the Contractor, Replace Part 2 with the following: 2. Any removed material to be incorporated into the project must meet the materials specifications as applicable for the proposed use. City of Spokane Valley 71 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Add the following to Part 3: Sawcutting shall be to full pavement depth unless otherwise designated by the Engineer. The cuts shall be neat and true with no shatter outside the removal area. For rigid pavement, removal to expansion joints may substitute for sawcutting, but no additional quantities or payments will be allowed if additional improvements are removed and subsequently replaced. Add the following: 5: Within the project boundaries, previous roadway overlays and repairs may have placed asphalt fill onto Portland cement concrete driveway approaches. For this project, the Contractor shall be required to remove this asphalt fill material where shown in the Plans or directed by the Engineer. This work shall be paid for at the same unit price as the "Remove Asphalt Concrete Pavement" bid item and no separate payment shall be made. Add the following: The Contractor shall locate all sprinkler heads and irrigation piping prior to beginning excavation of sidewalk or curb in accordance with Section 8 -03. (Dec 15, 2010 COSV GSP) Add the following: 2- 02.3(4) Removal of Abandoned Conduit The Contractor shall remove and dispose of abandoned conduit and vehicle detection loops that interferes with proposed construction found within the proposed road section or under sidewalk and curb areas. The cost for this work shall be included in the cost of the "Roadway Excavation Including Haul' bid item. 2 -02.4 Measurement (February 5, 2010 COSV GSP) Add the following: "Remove PCC Curb ", shall be measured per linear foot along the face of existing curb. "Remove PCC Curb and Gutter ", shall be measured per linear foot along the face of existing curb and gutter. "Remove PCC Sidewalk 1 Driveway Approach ", shall be measured per square yard along the ground for full depth of existing concrete. "Remove Asphalt Concrete Pavement ", shall be measured per plan view square yard regardless of thickness or depth of existing pavement. "Sawcut ACP Pavement ", shall not be measured. City of Spokane Valley 72 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 "Remove /Abandon Existing Catch Basin ", shall be measured per each. "Abandon Existing Drywell ", shall be measured per each. "Remove Existing Drywell ", shall be measured per each. "Miscellaneous Removal ", shall not be measured. "Grounding Rods Removal ". shall not be measured. 2 -02.5 Payment (February 5, 2010 COSV GSP) Replace this Section in its entirety with the following: Payment will be made in accordance with Section 1 -04.1, for each of the following bid items that are included in the proposal: Removal and disposal of items not included in this Special Provisions, but necessary to complete construction as shown on the Plans, shall be incidental to the project. "Remove PCC Curb and Gutter ", per linear foot; shall be full payment for furnishing tools, labor, equipment, and materials required to sawcut, remove, load, haul and dispose of curb or curb and gutter at locations shown on the plans or where directed by the Engineer. "Remove PCC Sidewalk I Driveway Approach ", per square yard; shall be full payment for furnishing tools, labor, equipment, and materials required to sawcut, remove, load, haul and dispose of the work as specified. The cost for repairing or relocating existing sprinkler heads or lines, damaged during sidewalk construction shall be included in this bid item. The cost for Sawcutting ACP Pavement shall be included in other bid items If construction activities damage the surface or face of previous sawcuts, the contractor shall make another sawcut, at his own cost, prior to patching back. The cost of sawcutting curb, curb and gutter, sidewalk, and PCC driveway approach is paid for under other bid items. "Remove Asphalt Concrete Pavement ", per square yard; shall be full payment for furnishing tools, labor, equipment, and materials required to remove, load, haul and dispose of the existing full depth asphalt concrete pavement as specified. If the bid item "Remove Asphalt Concrete Pavement" is not included in the bid schedule, all costs associated with pavement removal shall be included in the bid item "Roadway Excavation Incl. Haul ". "Remove 1 Abandon Existing Catch Basin ", per each; shall be full payment for furnishing tools, labor, equipment, and materials required to perform the work as specified. City of Spokane Valley 73 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -049 "Abandon Existing Drywell", per each; shall be full payment for furnishing tools, labor, equipment, and materials required to perform the work as specified including vactoring out existing sediment and debris from the drywell before abandonment. "Remove Existing Drywell", per each; shall be full payment for furnishing tools, labor, equipment, and materials required to perform the work as specified including vactoring out existing sediment and debris from the drywell before removal, furnishing, placing and compacting the material to fill the void. In areas where a new pedestrian ramp or sidewalk is to be placed where an existing sidewalk or driveway does not currently exist, the unit contract price, per linear foot, for "Remove PCC Curb" or "Remove PCC Curb and Gutter" shall be full payment for all costs to sawcut and remove existing pavement behind curb to the limits shown on the plans and excavate to subgrade below proposed sidewalk and pedestrian ramp. "Miscellaneous Removal ", per lump sum, shall be full payment for furnishing tools, labor, equipment, and materials required to relocate or remove and dispose of miscellaneous materials shown on the plans. "Grounding Rods Removal ". per lump sum, shall be full payment for furnishing tools, labor, equipment, and materials required for cutting and removing a sufficient portion of World War 11 era grounding rods that may be uncovered in Evergreen Rd near 23rd Avenue to allow construction of the roadway section and ITS conduit. SECTION 2 -03 ROADWAY EXCAVATION AND EMBANKMENT 2 -03.3 Construction Requirements 2- 03.3(2).3 Drilling and Blasting Delete this section and replace with the following: Blasting is not allowed within this contract. If encountered, rock shall be removed by other methods. 2- 03.3(2).4 Controlled Blasting Delete this section and replace with the following: Blasting is not allowed within this contract. if encountered, rock shall be removed by other methods. 2- 03.3(3) Excavation Below Grade City of Spokane Valley 74 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Add the following after the second paragraph: Material shall be considered rock when, the Engineer witnesses that the Contractor is unable to progress with a Caterpillar 235 Track -Hoe (or equal), or a D -8 Caterpillar equipped with a single tooth ripper (or equal). The cost of equipment, labor and material to operate the above equipment shall be incidental to other bid items. Add the following after the last paragraph: Curb, Curb and Gutter, Sidewalk, and Driveway Excavation. Excavation to a depth even with the base of concrete structures or surfaces, which is necessary for the installation of crushed surfacing below new curbing, curb and gutter, sidewalk or driveway shall be considered as incidental to the construction work associated therewith, and no separate payment will be made. Where such excavation occurs in existing lawn or planting areas, care shall be exercised to not damage the areas adjacent to the new construction in accordance to Section 1- 07.16. 2- 03.3(7)C Contractor Provided Disposal Site Add the following: The Contracting Agency has not provided a waste site for the disposal of roadway excavation materials or construction debris. The Contractor shall provide the Engineer a list of waste sites used to dispose of project materials that lists the landowner, business address and physical address of the site. 2- 03.3(14)C Compacting Earth Embankments (March 1, 2008 COSV GSP) Add the following after the first paragraph: Backfilling in ditches and depressions, under sidewalks, and in other areas outside the traveled way shall be in accordance with Section 2- 03.3(14), provided that compaction in areas outside " the traveled way shall be to 92 percent of maximum density. In grass swales or other planting areas the Engineer backfill shall be compacted to 85 percent of maximum density. 2-03.4 Measurement (December 15, 2010 COSV GSP) Revise this section to read: "Roadway Excavation Incl. Haul" shall be measured by the neatline cubic yard and shall not be field measured. The excavation neatline cubic yard is defined as the calculated difference between the existing surface area elevations and the required excavated plan depth below finish grade over the area of excavation. The quantity shown on the Bid Schedule for "Roadway Excavation Incl. Haul' shall be paid unless the Engineer approves Contractor supplied City of Spokane Valley 75 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 calculations based on the original project topographic survey showing a more accurate quantity. "Roadway Excavation Incl. Haul" includes existing pavement removal south of 24th Avenue. "Embankment Compaction Method C" shall be measured by the neatline cubic yard and shall not be field measured. The embankment neatline cubic yard is defined as the calculated difference between the subgrade elevation and the existing surface area elevations after the existing pavement has been removed and/or the vegetation has been cleared and grubbed. The quantities shown on the Bid Schedule for "Embankment Compaction Method C" shall be paid unless the Engineer approves Contractor supplied calculations based on the original project topographic survey showing a more accurate quantity. SECTION 2 -07 WATERING 2 -07.1 Description (Dec 15, 2010 COSV GSP) Add the following after the first paragraph: Water for dust control shall be applied by the Contractor to adequately control dust throughout the entire construction period to the satisfaction of the Engineer. If the Contractor, fails to water project areas when directed by the Engineer, the Engineer will water the project and deduct the invoice cost of the watering from the project pay estimate. 2 -07.3 Construction Requirements (June 1, 2009 COSV GSP) Add the following new section: 2- 07.3.A Water Supplied from Hydrants The Contractor shall secure permission from and comply with all requirements of Vera Water and Power before obtaining water from fire hydrants. The Engineer shall be notified by the Contractor of such permission as soon as granted. The Contractor shall use hydrant wrenches only to open hydrants. He shall also make certain that the hydrant valve is open full, since a partially opened valve causes damage to the hydrant. A metered hydrant connection furnished by the Owner shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves must be closed slowly to avoid a surge in the system; which creates undue pressure on water lines. The Contractor shall carefully note the importance of following these directions. If one of the Contractor's employees damages a hydrant or pipeline resulting from improper hydrant use, he shall immediately notify the Owner so that the damage can be repaired as quickly as possible. The Contractor is responsible for damages resulting in hydrant misuse. City of Spokane Valley 76 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Upon completing the use of the hydrants, the Contractor shall notify the Owner so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the Owner, and the cost thereof shall, if necessary be withheld from the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the Owner pertaining to hydrant use. Violation of these requirements could render the Contractor liable for damage suits in the event of fire, because of malfunctioning or damaged fire hydrants. 4 -04 Ballast and Crushed Surfacing (March 19, 2010 COSV GSP) 4 -04.4 Measurement Add the following: "Crushed Surfacing Top Course, 2 In. Depth ", shall be measured by plan view square yard. "Crushed Surfacing Top Course, 4 In. Depth ", shall be measured by plan view square yard. "Crushed Surfacing Top Course, 6 In. Depth ", shall be measured by plan view square yard. "Crushed Surfacing Top Course, 8 In. Depth ", shall be measured by plan view square yard. Crushed surfacing top course used to bed conduit shall not be measured. (March 19, 2010-COSV GSP) 4 -04.6 Payment Add the following: "Crushed Surfacing Top Course, 2 In. Depth ", per square yard shall be full payment for furnishing tools, labor, equipment, and materials required to furnish, load, haul, place and compact crushed surfacing top course in a 2 inch deep layer in those areas shown on the plans. "Crushed Surfacing Top Course, 4 In. Depth ", per square yard shall be full payment for furnishing tools, labor, equipment, and materials required to furnish, load, haul, place and compact crushed surfacing top course in a 4 inch deep layer in those areas shown on the plans. City of Spokane Valley 77 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid Igo: 12 -009 "Crushed Surfacing Top Course, 6 In. Depth ", per square yard shall be full payment for furnishing tools, labor, equipment, and materials required to furnish, load, haul, place and compact crushed surfacing top course in a 6 inch deep layer in those areas shown on the plans. "Crushed Surfacing Top Course, 8 In. Depth ", per square yard shall be full payment for furnishing tools, labor, equipment, and materials required to furnish, load, haul, place and compact crushed surfacing top course in a 8 inch deep layer in those areas shown on the plans. City of Spokane Valley 78 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5 -04 HOT MIX ASPHALT 5-04.7 Description (Dec 15, 2010 COSV GSP) Section 5 -04.1 is supplemented with the following: Joint Adhesive consists of applying a modified asphalt adhesive material at construction joints in bituminous pavements or at boundaries of bituminous pavements and concrete pavements. 5-04.2 Materials (SC February 6, 2010) Section 5 -04.2 is supplemented with the following: Joint adhesive material shall conform to the following requirements: Test Cone Penetration, 77 °F (25 °C) (ASTM D 5329) Flow, 140 °F (60 °C) (ASTM D 5329) Resilience, 77 °F (25 °C) (ASTM D 5329) Ductility, 77 °F (25 °C) (ASTM D 113) Ductility, 39.2 °F (2 °C) (ASTM D 113) Adhesion, 77 °F (25 °C) (ASTM D 5329) Softening Point (ASTM D 36) Asphalt Compatibility (ASTM D 5329) 5 -04.3 Construction Requirements 5-04.30A A Material Transfer Device/Vehicle (SC August 3, 2009) Section 5- 04.3(3)A is deleted in its entirety. 5- 04.3(7) Mix Design Section 5- 04.3 (7)A2 Statistical or Nonstatistical Evaluation (SC February 6, 2010) Specification 60 -100 5 mm maximum 30% minimum 30 cm minimum 30 cm minimum 500% minimum 1700F(77C) minimum Pass City of Spokane Valley 79 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No. 12 -009 Section 5- 04.3(7)A2 Statistical or Nonstatistical Evaluation is revised as follows: When The Contract calls for either of these evaluation methods, the Contractor shall submit representative samples of the mineral materials that are to be used in the HMA production to WSDOT, or another Laboratory approved by the Engineer for verification testing. The verification agency will use these samples to determine anti -strip requirements, if any, in accordance with WSDOT test method T -718 and will also conduct verification testing of the proposed mix design. Verification testing of HMA mix designs proposed by the Contractor that include RAP will be completed with the inclusion of the RAP. All HMA will be evaluated as NonStatistical unless otherwise designated in the contract documents. 5- 04.3(8)A5 Acceptance Sampling and Testina -HMA Mixture (COSV Feb 5, 2010) Section 5- 04.3(8)A5 Test Results, first 2 paragraphs are revised as follows: The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field within 24hrs of the sampling. The Engineer will also provide the Composite Pay Factor (CPF) of the completed sub -lots after three sub -lots have been produced. The CPF will be provided by the midpoint of the next paving shift after sampling. Sub -lot sample test results (gradation and asphalt binder content) may be challenged by the Contractor. For HMA mixture accepted by statistical evaluation with a mix design that did not meet the verification tolerances, the test results in the test section including the percent air voids (Va) may be challenged. To challenge test results, the Contractor shall submit a written challenge within 7- calendar days after receipt of the specific test results. A split of the original acceptance sample will be re -run by the Materials Lab, hired by the City, to conduct Materials testing. The Contractor may witness and observe the testing of the challenge sample. The challenge sample will be tested for a complete gradation analysis and for asphalt binder content. The results of the challenge sample will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $250 per sample. 5- 04.3(8)A7 Test Section - HMA Mixture (SC February 6, 2010) Section 5- 04.3(8)A7 Test Section - HMA Mixture is deleted. 5- 04.3(9) Spreadina and Finishina (SC February 6, 2010) Section 5- 04.3(9) Replace the first paragraph with the following: City of Spokane Valley 80 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 The mixture shall be laid upon approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5- 04.3(3) shall be used to distribute the mixture. The temperature of the mixture at point of transfer into the paver shall not be lower than the recommended compaction temperature as stated on the mix - design. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 314" and HMA Class 1/2" wearing course 0.30 -feet other courses 0.35 -feet 6- 04.3(90) Compaction 5- 04.3(10)B Control 5- 04.3001131 General (COSY Feb 5, 2010) Revise the second sentence of the first paragraph to read: The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1 -06.2, using a minimum of 92.0- percent of the reference maximum density as determined by WSDOT FOP for AASHTO T209. 5- 04.3(10)B2 Cyclic Density (COSV Feb 5, 2010) Revise the second sentence of the first paragraph to read: Low cyclic density areas are defined as- spots or streaks in the pavement that are less than 91.0- percent of the reference maximum density. 6-04.3(10)B3 Longitudinal Joint Densi (COSY Feb 5, 2010) Revise the first paragraph to read: The Project Engineer will evaluate the HMA wearing surface for low density at the longitudinal joint in accordance with WSDOT SOP 735. Low density is defined as less than 91.0- percent of the reference maximum density. If one density reading, at the longitudinal joint is below 91.0 - percent of the reference maximum density, a $200 price adjustment will be assessed for that sublot. 5- 04.3 {101B4 Test Results City of Spokane Valley 81 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 (COSY Feb 5, 2010) Revise the first paragraph to read as follows: The Project Engineer will furnish the Contractor with a copy of the results of all compaction acceptance testing on the afternoon of the next working day. Determination of the relative density of the HMA with a nuclear moisture - density gauge requires a correlation factor and may require resolution after the correlation factor is known. Acceptance of HMA compaction will be based on the statistical evaluation and CPF so determined. Revise the first sentence of the second paragraph to read as follows: For a sublot that did not meet the minimum 92.0- percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. Revise the last sentence of the second paragraph to read as follows: When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core. Add the following sentence after the second paragraph: The Contractor shall pay for all traffic control costs associated with coring, regardless of the coring results. 5- 04.302M Transverse Joints (COSY Feb 5, 2010) Replace the first sentence in the second paragraph with the following: The Contractor shall construct and maintain asphalt wedges with the following ratios: • Drop offs less than 3- inches: 1 vertical to 12 horizontal • Drop offs greater than or equal to 3- inches: 1 vertical to 30 horizontal. 6-04.3(12)B Longitudinal Joints (Dec 15, 2010 COSV GSP) Section 5- 04.3(12)B is supplemented with the following: The Contractor shall install Joint Adhesive to all joints (longitudinal or transverse) of wearing course lifts that are not hot lapped or as designated by the Engineer in addition to all HMA longitudinal step wedge joint locations. City of Spokane Valley 82 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Equipment used for performing the joint adhesive application shall be maintained in satisfactory working condition at all times. Prior to the application of the joint adhesive the face of the joint shall be thoroughly dry and free from any loose material, dust, or other debris that would inhibit adhesion. Heating and pumping of joint adhesive shall be in accordance with manufacture recommendations. Application of the joint adhesive shall be in a continuous, 118 inch thick band over the entire vertical face of the longitudinal and transverse joints and over the vertical face of the HMA longitudinal step wedge joint. Longitudinal joint adhesive shall be applied concurrent with HMA placement and application shall be limited to the surfaces that will be paved during the same working shift. One week prior to installation, the Contractor shall supply the Engineer with a copy of the manufacturer's equipment and installation recommendations. Longitudinal step wedge joint A continuous longitudinal step wedge joint shall be constructed along the longitudinal joint at centerline as shown on the Plans. The HMA step joint shall consist of a vertical step not less than s/ -inch or more than one -half the compacted lift thickness. The remaining depth below the vertical step shall be tapered at a slope not steeper than 4:1. The sloped portion of the HMA step wedge joint shall be uniformly compacted. Longitudinal Joint Adhesive shall be applied on the vertical face of the joint prior to placing the adjoining hot mix asphalt. The longitudinal step wedge joint need not be constructed within culdesacs or on residential streets with a centerline length less than 300 feet. 5-04.3031 Surface Smoothness (COSY January 2, 2012) Section 5- 04.3(13) The second sentence of the first paragraph is revised to the following: The completed surface of the wearing course shall not vary more than 118 inch for posted speeds of 45 MPH or higher or % inch for posted speed of 40 MPH or lower from the lower edge of a 10 -foot straightedge placed on the surface parallel to the centerline. Section 5- 04.3(13) The sixth paragraph is deleted and replaced with the following: Any paved areas that do not shed water, but pond it; shall be counted as an excessive defect. 5- 04.3041 Planina Bituminous Pavement (COSY Feb 5, 2010) Section 5- 04.3(14) is supplemented with the following: City of Spokane Valley 83 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 The Contractor shall perform the planing operations no more than 2 calendar days ahead of the time the planed area is to be paved with HMA, unless otherwise allowed by the Engineer in writing. This will require multiple mobilizations. The Contractor shall broom and sweep all planed surfaces until the surfaces are clean of loose debris the day of planning operations. 5 -04.4 Measurement (SC February 6, 2010) Section 5 -04.4 is revised as follows: HMA CL. _ PG _, Ft. Depth, HMA CL. _ PG Ft. Depth Patching, and HMA CL. _ PG _, _ Ft. Depth Misc. Area will be measured by the square yard per typical section /details shown on the plans. HMA Miscellaneous Areas will be for; driveway approaches, parking lots, areas designated on the plans and where designated by the Engineer. If the Contractor elects to remove and replace HMA as allowed by Section 5- 04.3(11), the material removed will not be measured. Asphalt For Fog Seal will be measured by the ton, before dilution, in accordance with Section 1- 09.2. "Bituminous Planing, 1 -112 Inch Depth" will be measured by the square yard. "Shim Planing Bituminous Pavement" will be measured per square yard. "Micromill Bituminous Pavement" will be measured per square yard. "Joint Adhesive ", will be measured per linear foot. "Asphalt Concrete Curb, Type C ", will be measured per installed linear foot. The Type C curb section does not-include the full depth HMA section underneath it. "HMA Spillway ", shall be measured per each. 5 -04.5 Payment (SC February 6, 2010) Section 5 -04.5 is supplemented as follows: "HMA CL. 1/z" PG 64 -28, 0.33 Ft. Depth ", per square yard. The unit contract price square yard for "HMA CL. ' /z" PG 64 -28, 0.33 Ft. Depth" shall be full compensation for mobilization, furnishing and installing all material, labor, and equipment to place 4 inch HMA in accordance with the requirements of Section 5 -04. "HMA CL. 1/" PG 64 -28, 0.125 Ft. Depth ", per square yard. City of Spokane Valley 84 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 The unit contract price square yard for "HMA CI_. W PG 64 -28, 0.125 Ft. Depth" shall be full compensation for mobilization, furnishing and installing all material, labor, and equipment to place a 1 -112" overlay in accordance with the requirements of Section 5 -04. "HMA CL.' /" PG 64 -28, 0.33 Ft. Depth, Patching ", per square yard. The unit contract price square yard for "HMA CL. %Z" PG 64 -25, 0.33 Ft. Depth, Patching" shall be full compensation for mobilization, sawcutting, furnishing and installing all material, labor, and equipment to place 4 inches of HMA in utility and road widening patches in accordance with the requirements of Section 5 -04. "HMA CL.' /" PG 64 -28, 0.17 Ft. Depth, Misc. Area ", per square yard. The unit contract price square yard for "HMA CL. W PG 64 -28, 0.33 Ft. Depth, Misc. Area" shall be full compensation for mobilization, sawcutting, furnishing and installing all material, labor, equipment to place 2 inches of HMA at locations shown on the plans in accordance with the requirements of Section 5 -04. "Bituminous Planing, 1 -112 Inch Depth" per square yard. The unit contract price per square yard for "Bituminous Planing, 1 -112 Inch Depth" shall be full pay for all mobilization labor, tools, excavation, and equipment necessary to mill the existing pavement to a depth of 1 -112 inches to the lines and locations shown on the plans; sawcut and hand mill the edge adjacent to existing pavement; and dispose of the grindings at a Contractor furnished location. "Shim Planing Bituminous Pavement" per square yard. The unit contract price per square yard for "Shim Planing Bituminous Pavement" shall be full pay for all mobilization labor, tools, excavation, and equipment necessary to differentially mill the existing pavement from a depth of 1 -112 inches to a depth of '/ inch to the lines and locations shown on the plans; sawcut and hand mill the edge adjacent to existing pavement; and dispose of the grindings at a Contractor furnished location. "Micromill Bituminous Pavement" per square yard. The unit contract price per square yard for "Micromill Bituminous Pavement" shall be full pay for all mobilization labor, tools, excavation, and equipment necessary to mill the existing pavement to a depth of Y2 inch to the lines and locations shown on the plans and. dispose of the grindings at a Contractor furnished location. All costs for asphalt tack coat shall be included in the unit contract price per ton or square yard of the HMA. "Joint Adhesive ", per linear foot. The unit contract price per linear foot for "Joint Adhesive" shall be full pay for all mobilization labor, tools, excavation, and equipment necessary to furnish and install the Joint Adhesive. "Asphalt Concrete Curb, Type C ", per linear foot. The unit contract price per linear foot for "Asphalt Concrete Curb, Type C ", shall be full compensation for mobilization, furnishing and installing all material, labor, and equipment to place a Type C curb constructed with Hot Mix Asphalt in accordance with the requirements of Section 5 -04. "HMA Spillway ", per each. City of Spokane Valley 85 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 The per each unit contract price for "HMA Spillway ", shall be full compensation for mobilization, furnishing and installing .all material, labor, and equipment to place the spillway constructed with Hot Mix Asphalt to the lines, grades and dimensions and at the locations shown on the plans. 5- 04.5(1)B Price Adjustments for Quality of HMA Compaction Section 5- 04.5(1)B is deleted and replaced with: The maximum CPF of a compaction lot is 1.00. For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in square yards, and the unit contract price per square yard of the mix. (Note: If the bid is for multiple lifts the NCCF will also be multiplied by the percent of the total lift thickness represented.) Add the following: Section 5- 04.5(1)C Thickness Deficiency When HMA is paid by the square yard for a given depth, a Thickness Deficiency Payment Deduction shall be subtracted from the HMA bid item unit price if the average depth of the HMA pavement placed is less than that shown on the Plan Section. When Asphalt Concrete pavement is cored for a Control lot as stipulated in Section 5- 04.3(10) the Engineer will measure cores for pavement depth deficiencies greater than 0.01 foot. if the average thickness deficiency of the cares in a Control Lot is greater than 0.01 foot, the following table will be used to determine the Thickness Deficiency Payment Deduction to the HMA bid item unit price for the quantity in that lot. The Contractor shall be notified of the thickness deficiency and given an opportunity to view the cores before destruction of the cores for Rice Density verification. At the engineer's discretion, cores for thickness deficiency will be taken when calculated Yields indicate a thickness deficiency. Average Thickness Thickness Deficiency Deficiency Payment Deduction (Foot) (% Unit price Per Square )ard) 0.00 to 0.01 0 Greater than 0.01 to 0.02 15 Greater than 0.02 to 0.03 23.5 Greater than 0.03 to 0.04 32 Greater than 0.05 100* * The HMA for this lot will be rejected by the Engineer. City of Spokane Valley 86 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Section 6 -02 Concrete Structures 6- 02.3(2)B Commercial Concrete (March 1, 2008 COSV GSP) Add the following after the second paragraph: Coarse aggregate for commercial concrete shall conform to Sections 9- 03.1(4). The nominal maximum size aggregate shall be no less than 314 -inch and no more than 1 112 - inches. The use of mobile mixers that measure material by volume shall not be allowed unless pre - authorized in writing by the Engineer. 6- 02.3(2)D Lean Concrete (December 2, 2009 COSV GSP) Add the following after the first sentence: Lean concrete shall not be used as backfill in conjunction with underground utility construction. Instead, Controlled Density Fill (CDF) meeting the requirements of Section 2- 09.3(1)E or as amended by this document shall be used. 6- 02.3(4)C Consistency (March 1, 2008 COSV GSP) Replace Item 3 in the first paragraph with the following: 3. 5- inches for non - vibrated concrete Add the following after the last paragraph: Slump tests shall be performed in accordance with WSDOT Test Method No. 804. For commercial class concrete, the MAXIMUM allowable slump shall be 5- inches. City of Spokane Valley Evergreen Rd Reconstruction Project 87 Agreement for Construction Services SVPW Bid No: 12 -009 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS SECTION 7 -02 CULVERTS Add the following: 7 -02.2 Materials All culvert pipe shall be ductile iron pipe. Ductile Iron Pipe shall meet the requirements of Section 9- 30.1(1). SECTION 7 -04 STORM SEWERS Add the following: 7 -04.2 Materials All storm drain pipe shall be ductile iron pipe. requirements of Section 9- 30.1(1). 7 -04.4 Measurement Ductile Iron Pipe shall meet the "Ductile Iron Storm Sewer Pipe _ In. Diam. ", shall be measured per linear foot installed, measured along the invert. 7 -04.5 Payment "Ductile Iron Storm Sewer Pipe _ In. Diam." per linear foot. Delete the following paragraph: The unit Contract price per linear foot for storm sewer pipe of the kind and size specified shall be full pay for all Work to complete the installation, Including adjustment of inverts to manholes. Add the following paragraph: The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full pay for all Work to complete the installation, including adjustment of inverts to manholes, and for testing the storm sewer pipe in accordance with Section7- 04.3(1). SECTION 7 -05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7 -05.2 Materials City of Spokane Valley 88 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 (April 1, 2008 SC GSP) Add the following: Manhole Steps and Entry Couplings Manhole steps are required for all manholes except Type III manholes. Manhole steps shall be reinforced copolymer polypropylene plastic as manufactured by Lane International Corporation or an alternate acceptable to the Engineer. Manhole steps shall have integral restraints to prevent side slippage of feet. Entry couplings shall be Kor -N -Seal or a PVC manhole adapter as manufactured by GPK Products, Inc. or a Dura -Seal III gasket as manufactured by Dura -Tech, Inc., or acceptable alternate. Gasket material shall comply with the provision of ASTM D -2000 3 BA715. Kor -N- Seal shall be installed at the manhole manufacturer's plant. Field installation will not be permitted. Locking Manhole Lids All manholes not located within paved public roads shall have locking manhole covers conforming to Spokane County Standard Plan U -14. Manhole Cone Section All manholes shall be constructed with gasketed eccentric cone sections, .unless otherwise specified by the Engineer. 7 -05.3 Construction Requirements (April 1, 2008 SC GSP) - Delete the fifth paragraph and replace it with the following: Steps shall be firmly secured to the manhole sections, shall be vertically aligned as shown on the Standard Plans and shall project uniformly from the inside wall. Steps shall be cast in manhole sections or installed by being driven into a drilled or formed hole per manufacturer's recommendations. Chipping out or drilling an oversized hole and grouting in the steps shall not be acceptable. In the sixth paragraph, add the following: The cut shall be made by drilling or sawing but not by a sledgehammer. In the eleventh paragraph, add the following: Entry couplings shall be installed per manufacturer's recommendations. The opening shall be preformed or cored. Breaking an opening with a sledgehammer is not acceptable. Where connections are made using entry couplings other than sand collars, the void surrounding the pipe at the entry point shall be filled with grout flush with the inside wall of the manhole. City of Spokane Valley 89 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Add the following: Completed manholes shall be carefully checked to insure that they are properly set to grade and have not been damaged during construction. Repairs to damaged manholes shall return the manholes to their original condition. If a damaged manhole cannot be repaired to its original condition, the manhole shall be replaced at no additional cost to the Owner. The Contractor shall provide protection for each manhole to protect the finished and cleaned invert. Any debris shall be removed before the cover is finally removed for installation of the permanent cast -iron frame and cover. The only exception to providing this temporary cover is when a manhole frame and cover is immediately installed in place after the invert is completed. The Contractor shall completely clean all manholes prior to request for final inspection. Cleaning shall include, but not be limited to: debris removal; removal of mortar, dirt, and asphalt from steps; removal of asphalt from the manhole cover and ring. Drywells Dec 11, 2009 SV GSP) The concrete used for the concrete slab under roadways over the gravel backfill shall not have plasticizer admixture. The minimum required quantity of gravel backfill for Type "A" drywells is 30 cubic yards, 42 tons; and for Type "B" drywells is 40 cubic yards, 56 tons. The backfill shall be placed and compacted as requested by the Engineer. Manhole Tests The Contractor shall use either the water exfiltration method or vacuum method described below. a. Water Exfiltration Test: Prior to testing, the manhole shall be completely constructed, and all inlet and outlet pipes shall be plugged. The Contractor shall fill the manhole to a depth of 6 -feet above the highest pipe crown with water. Four hours after the manhole has been filled, the Contractor shall refill the manhole to original water level and commence the test. The Contractor shall keep the water surface to the six -foot level for a 6 -hour period. The leakage rate shall not exceed 0.2 gallons per hour per foot at test head above the pipe crown elevation b. Vacuum Testing: Each manhole shall not be tested until after final assembly and backfilling is completed. The Contractor shall plug all openings in the sides of the manhole and all pipes entering the manhole, taking care to securely brace the plugs from being drawn into the manhole. Openings shall be plugged with a non - shrink grout acceptable to the Engineer. The test head shall be placed at the inside of the top of the cone section and the seal inflated in accordance with the manufacturer's recommendations. A vacuum of 10- inches of mercury shall be drawn and the vacuum pump shut off. With the valves closed, the time shall be measured for the vacuum to drop to 9- inches. The manhole shall pass if the test time is in accordance with the following table: City of Spokane Valley 90 /Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Depth (ft) of Manhole 8 10 12 14 16 18 20 22 24 26 28 30 Diameter (inches)/Time (seconds) 48" 60" 72" 14 18 23 17 23 28 21 28 34 25 32 40 28 37 45 32 41 51 35 46 57 39 51 62 42 55 68 46 60 74 49 64 80 53 69 85 Manhole Test Selection and Acceptance The Engineer will select the manholes, quantity as specified in the bid documents, at random for testing. [f any of the originally selected manholes fails the test, the Engineer reserves the right to select additional manholes for testing until the number of consecutive passing first attempt tests reaches the number of manholes to be tested, as specified in the bid document. Manholes failing the test shall be repaired and re- tested until they pass. Re- tested manholes will not be included in the total number to be tested as specified in the bid documents. The Contractor shall repair and re -test failing manholes at no additional cost. Any repairs done to the failing manholes, in order to make them pass, shall be performed to all remaining manholes prior to the Engineer selecting additional manholes for testing. The repairs shall be made at no additional cost to the Owner. The cost for testing manholes beyond the original number specified in the bid documents or re- testing of manholes shall be considered incidental to the cost of manhole testing. Native Material Native material in the bottom of the trench shall be re- compacted with:a small mechanical vibratorlcompactor or equal before setting the manhole base. Special care shall be taken at the manhole, where over excavation occurs, to recompact under the pipe. Channels Channels shall be constructed to a uniform section and grade as shown on the plans. Channel sections shall not be smaller than the connecting pipes. All channels with deviations not acceptable to the Engineer shall be removed and reconstructed at no additional cost to Spokane County. Channel surface shall have a smooth trowel finish. Metal Frames and Grates Metal grates shall be fabricated from ductile iron conforming to the requirements of Section 9- 06.14. Metal frames may be fabricated from gray iron in accordance with Section 9 -06.9. Any existing frame and grate that is removed shall be placed within the right of way where directed by the Engineer and shall remain the property of the City. City of Spokane Valley 91 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Cement concrete adjustment blocks shall be placed and grouted to provide the proper alignment and grade for the frame and grate. Polyethylene adjustment rings may also be used, subject to the acceptance of the Engineer. When adjusting existing structures to new grades the maximum vertical distance between the top of storm drain or sanitary sewer structure slab or cone section and the bottom of grate shall be 13 inches and the minimum vertical distance shall be 2 inches. if this vertical distance is exceeded, the Contractor shall remove the existing cone or lid; furnish and install a barrel section; reset the lid or cone; before furnishing and installing all necessary concrete collars or rings. Manhole Ring and Covers Manhole rings and covers shall be manufactured to assure a non - rocking fit with any cover position. if the assembly rocks, subsequent to corrective work, the Engineer may require complete replacement of the components. Grinding of components shall not be allowed. Catch Basin Type 2 Cone Sections Only Gasketed eccentric cone sections shall be used when allowed in lieu of flat slab tops. 7- 05.30) ADJUSTING MANHOLES AND CATCH BASINS TO GRADE Add the following: Frames and grates of manholes and catch basins that will be replaced shall be salvaged by the contractor and delivered to the City Maintenance Yard at 17002 E. Euclid Avenue, Spokane Valley, WA. Manhole Rim Elevations Precast concrete adjustment rings shall be used in manhole construction. Final adjustment shall be made using waterproof non - shrink grout, mortar or metal shims. Polyethylene adjustment rings may also be used, subject to the acceptance of the Engineer. "Infra - Riser", manufactured by East Jordan Iron Works, may be used. The manhole rim elevations shown on the Plans are estimates only. The Contractor shall set the rim elevations at 118- to 318- inches below the surrounding final pavement or ground per the road section details shown on the Plans or as requested by the Engineer. All adjustment rings, concrete bricks or shims shall be mortared in place. The adjustment section shall then receive coating of waterproof non - shrink mortar grout on the outside with the mortar struck off and pointed on the inside. The casting shall also be set in mortar. Existing manholes, drywells, inlets, or catch basins may require adjustment to provide for drainage and driveway exposure. Adjustments up to 4- inches shall be considered incidental to other Bid items. All adjustments of manholes, drywells, catch basins, and other surface features shall be complete prior to placement of the final lift of HMA. Each adjustment made subsequent to the final lift,of HMA shall be subject to a penalty of $1,000. .City of Spokane Valley 92 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 (December 2 2009 COSV GSP) In order to prevent soil or debris entering sewer manholes during construction, the Contractor shall locate and uncover by hand work the existing catchbasins and manholes on grading and paving improvements and shall place a shield over the manhole channel. This shield shall remain in place until the grading or subgrade operation is completed. Within 24 hours thereafter, the earth or debris shall be carefully cleaned off and the shield removed. The Contractor shall take care to insure that no soil or debris falls into the sewer channel. Prior to final acceptance the Contractor shall jet all storm drain pipes and clean out all catchbasins within the projects limits and to and including the next pipe and manhole or catchbasin downstream of the project. Prior to final acceptance the Contractor shall clean all sewer pipes and clean out all manholes within the projects limits and to and including the next pipe and manhole downstream of the project. 7- 05.3(2) Abandon Existing Manholes (April 1, 2008 SC GSP) Delete and replace with the following: 7- 05.3(2) Abandon Existing Manholes, Drywells and Catchbasins Where shown on the plans or directed by the Engineer, existing manholes, drywells, inlets and catch basins shall be abandoned or removed in accordance with Section 2 -02. 7- 05.3(3) Connections To Existing Manholes (April 1, 2008 SC GSP) Add the following: The Contractor shall make the connection in accordance with Spokane County Standards (Ref. Standard Plan No. U -11) and the details shown on the Plans. The Contractor shall verify the existing manhole invert elevation prior to laying the new upstream line. Any deviation of the invert elevation from the plans shall be adjusted for in the grade of the upstream pipe so as to meet the design elevation at the next upstream manhole. When the connection to an existing manhole will bring existing flow immediately to the new line, the Contractor shall not make the connection until all downstream lines are inspected and accepted by the Engineer. In making connection to existing manholes, core the manhole to the diameter sufficient for installation of the adapter diameter required for the pipe diameter shown on the Plans. Coring shall also include the manhole channel. Install the adapter and connect the new pipe to the manhole. Adapters shall be "Inserta Tee" by Fowler Industries, no substitutes will be accepted. Shape the new manhole channel to provide a smooth and uniform transition to the existing channel. The new channel shall slope at a minimum of 0.5% slope, unless the Owner accepts a flatter slope. City of Spokane Valley 93 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Connections to existing manholes shall be coordinated through the Engineer with a minimum of 24 hours notice. The Owner's representative shall be on -site prior to manhole core drilling and during connection. In addition, the Contractor shall notify Spokane County Wastewater Operations at 477 -1984, 24 hours prior to performing the work. 7- 05.3(4) Drop Manhole Connection (April 1, 2008 SC GSP) Delete the contents of this Section and replace with the following: Drop manhole connections shall be constructed in accordance with Spokane County Standard Plan Sheet U1 0A or U1 0B and as shown on the plans. Add the following new Section 7- 05.3(5) Precast Concrete Drywells: 7- 05.3(5) Pre -Cast Concrete Drywells (April 1, 2008 SC GSP) This provision covers the work required for removal and installation of precast concrete drywells, connecting to existing drywells and restoration of drywells partially exposed for trench excavation. Prior to connecting to an existing drywell the Contractor shall clean the existing drywell of debris, soil, and water by vectoring. _. Precast concrete drywells shall be constructed or replaced per the standard details as shown on the plans and as directed by the Engineer. Alternate drywells equal and similar to those shown on the plans may be furnished subject to the approval of the Engineer, in writing. The Contractor shall furnish the Engineer a certification from the supplier that drywells furnished have been constructed in accordance with Spokane Valley City Standards, at the time of delivery. All cement concrete for the precast sections shall be Class "4000" meeting the requirements of Section 6 -02 of the Standard Specifications. All components of the dry well shall be subject to the inspection and approval of the Engineer. The Contractor at his expense shall replace any defective component. The cast -in -place concrete cap shall be poured to the diameter of the excavation. The Contractor shall replace the fabric liner, special backfill, and .concrete cap as directed by the Engineer for drywells partially exposed for trench excavation. 7 -05.4 Measurement City of Spokane Valley 94 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid Igo. 12 -009 Replace the first Paragraph with the following: Manholes will be measured per each. In addition, extra depth for all Type I and Type 11 manholes shall be the distance from the invert to the top of the cover less 12.0 feet (measured to the nearest 0.1 feet). (March 1, 2008 COSV GSP) Add the following: "Manhole Frame and Grate Incl. Adjustment ", will be measured per each. "Adjust Existing Manhole ", will be measured per each. "Adjust Existing Catch Basin, or Drywell", will be measured per each. "Existing Drywell Connection ", will be measured per each. "Adjust Valve Box ", will be measured per each. "Spill Control Separator ", will be measured per each. "Concrete Inlet ", will be measured per each. "Curb Inlet Type 2 ", will be measured per each. "Catch Basin Type 1 ", will be measured per each. "Precast Concrete Drywell Type A", will be measured per each. "Precast Concrete Drywell Type B ", will be measured per each. Add the following: "Structure excavation Class B" and "Structure excavation Class B including haul" will not be measured for payment when associated with manhole, inlet, catch basin and drywell construction. "Connection to Existing Manhole," will be measured per each. "Manhole Test," will be measured per each, for manholes passing the test the first time. Add the following: "Addition of One Foot Manhole Section to existing Manhole" shall not be measured. 7 -05,5 Payment (February 5, 2010SV GSP) City of Spokane Valley 95 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Add the following: Trench Fence Penalty At the end of each day's work the Contractor shall provide and install a safety fence completely around all excavations greater in depth than 24 inches below finish grade. The fence shall be a minimum 42 -inch mesh wire or plastic with temporary steel posts. Plastic fence shall be a bright orange or other color acceptable to the Engineer. Wire fence shall be liberally marked with bright orange flagging acceptable to the Engineer. Each failure occurrence by the Contractor to install a safety fence completely around an excavation shall be subject to a penalty of $1,000. The penalty amount will be subtracted from the monies owed for work completed under this section. Since a penalty will be assessed for each excavation not completely fenced, multiple penalties may be assessed in a given day. (March 1, 2008 COSV GSP) Add the following sentence: The cost of "Structure Excavation Class B, including haul" required for installation of any manhole, inlet, catchbasin or drywell structure shall be included in the unit bid price for each structure. Add the following: "Precast Concrete Drywell, Type A," per each. The unit contract price per each for "Precast Concrete Drywell, Type A," shall be full pay for furnishing the tools, labor, equipment, and materials including, but not limited to: structure excavation Class B including haul; furnishing and installing geotextile, gravel backfill for drywell and the drywell structure conforming- to Type A shown on Spokane Valley Std Plan S -102 with one, four feet deep barrel, concrete slab; grouting or pipe connections, concrete adjustment rings, and new frame and solid cover. "Existing Drywell Connection ", per each. The unit contract price per each for "Existing Drywell Connection" shall be full pay for furnishing the tools, labor,, equipment, and materials necessary or incidental to: sawcutting and removing the 4 inch concrete slab; structure excavation class B including haul; removing the underground drainage geotextile; removing the gravel backfill for drywell; coring or sawcutting a new entrance into the drywell at the location and elevation shown on the plans; furnishing and placing gravel backfill for drywell material as needed; grouting the new storm drain pipe into place; backfilling the pipe with controlled density fill (CDF); and removing construction debris after construction is complete. "Precast Concrete Drywell, Type B," per each. The unit contract price per each for "Precast Concrete Drywell, Type B," shall be full pay for furnishing the tools, labor, equipment, and materials including, but not limited to: structure excavation Class B including haul; furnishing and installing geotextile, gravel backfill for drywell and the drywell structure conforming to Type B shown on Spokane Valley Std Plan S -102 with two, four feet deep barrels, concrete slab; grouting or pipe connections, concrete adjustment rings, and new frame and solid cover. City of Spokane Valley 96 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 "Catchbasin Type V, per each. The unit contract price per each for "Catchbasin Type 1" shall be full pay for furnishing the tools, labor, equipment, and materials including, but not limited to: structure excavation Class B including haul; furnishing and installing the catchbasin structure conforming to Spokane Valley Std Plan S -112; furnishing and installing the frame and grate shown on the plans; adjustment rings, grouting or pipe connections, backfill, and other related items. "Catchbasin Type 2, 48 In. Diam. ", per each. The unit contract price per each for "Catchbasin Type 2, 48 In. Diam." shall be full pay for furnishing the tools, labor, equipment, and materials including, but not limited to: structure excavation Class B including haul; furnishing and installing the catchbasin structure conforming to WSDOT Std Plan B- 10.20 -00 except with a minimum 48 inch deep catch below outlet pipe invert (instead of 24 inches), cast -iron rings, cover, frame, steps, adjustment rings, grouting or pipe connections, backfill, and other related items. "Concrete Inlet ", per each. The unit contract price per each for "Concrete Inlet" shall be full pay for furnishing the tools, labor, equipment, and materials including, but not limited to: structure excavation Class B including haul; furnishing and installing the concrete inlet type 1 structure conforming to Spokane Valley Standard Plan S -113; frame and grate shown on the plans; grouting and pipe connections, backfill, and other related items. "Curb Inlet, Type 2 ", per each. The unit contract price per each for "Curb Inlet, Type 2" shall be full pay for furnishing the tools, labor, equipment, and materials including, but not limited to: structure excavation Class B including haul; furnishing and installing the curb inlet type 2 structure conforming to Spokane Valley Standard Plan S -111; frame and grate shown on the plans; grouting and pipe connections, backfill, and other related items. "Spill Control Separator ", per each. The unit contract price per each for "Spill Control Separator" shall be full pay for furnishing the tools, labor, equipment, and materials necessary or incidental to furnish and install the spill control separator at the locations shown on the plans. "Adjust existing Catch Basin or Drywell", per each. The unit contract price per each for "Adjust existing Catchbasin or Drywell" shall be full payment for furnishing the tools, labor, equipment, and materials necessary or incidental to adjust the existing structures to grade, including, but not limited to: structure excavation Class B including haul; interim adjustments up or down as may be required; excavation, backfilling, compaction; protection of the structures; provisions for continued street drainage; pavement patching, surfacing; restoration of adjacent areas in accordance with the specifications and plans; and removing construction debris after construction is complete. Payment for locating, uncovering, shielding, cleaning and jetting sewer manholes, storm water catchbasins, and drywells is included under the "Adjust Existing Catchbasin or Drywell" pay item price. "Adjust existing Manhole, " per each. The unit contract price per each for "Adjust existing Manhole, " shall be full payment for furnishing the tools, labor, equipment, and materials necessary or incidental to adjust the existing structures to grade, including, but not limited to: structure excavation Class B including City of Spokane Valley 97 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 haul; interim adjustments up or down as may be required; excavation, backfilling, compaction; protection of the structures; provisions for continued street drainage; pavement patching, surfacing; restoration of adjacent areas in accordance with the specifications and plans; and removing construction debris after construction is complete. Payment for locating, uncovering, shielding, cleaning and jetting sewer manholes, is included under the "Adjust Existing Manhole" pay item price. The unit contract price, per each, for "Adjust Existing Manhole" shall also be full payment for furnishing and installing a barrel riser to the existing sanitary sewer manhole located in the center island of the roundabout in the intersection of Broadway Avenue and Flora Road. "Manhole Frame and Grate Incl. Adjustment ", per each. The unit contract price per each for "Manhole Frame and Grate Incl. Adjustment ", shall be full payment for furnishing the tools, labor, equipment, and materials necessary or incidental to remove the existing cover, frame and collars; shield the open manhole or drywell to prevent construction debris falling in; furnish and install collars required to adjust to the finish grade; furnish and install new frames without gussets and new cover; cleaning and jetting sewer manholes or drywells after completion of improvements. "Adjust Existing Valve Box ", per each, shall be full payment for furnishing the tools, labor, equipment, and materials necessary or incidental to adjust the existing structures to grade including, but not limited to, structure excavation Class B including haul; interim adjustments as may be required, excavation, backfilling, compaction, protection of the structures, provisions for continued street drainage, pavement patching, surfacing, restoration of adjacent areas in a manner acceptable to the Engineer. "Connection to Existing Manhole," per each. Payment for a "Connection to Existing Manhole" shall include all work related to coring, adapter installation, channel modifications, saw cutting. Payment for work related to pavement removal and replacement, crushed surfacing replacement, curbs and gutters will be included under related proposal bid items. In cases where no modification to the existing manhole or its components is required, and connection requires only removal of an existing pipe or cap, no payment shall be made under this bid item, and the cost of such a connection shall be incidental to other bid items. "Manhole, Type ," per each. Payment for Manhole, Type , per each shall include cast -iron rings, cover, steps, adjustment rings, excavation and backfill, and other related items. "Extra Depth Manhole, Type ," per vertical foot. "Manhole Test," per each. "Drop Manhole Connection," per each. The payment for the various items specified above shall be full pay for furnishing all labor, materials, tools, and equipment necessary to complete each unit according to the plans and specifications, including the furnishing and placing of all accessories. City of Spokane Valley 98 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 SECTION 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS 7- 08.3(1)(A) Trenches (April 1, 2008 SC GSP) Delete the second paragraph in its entirety. Delete the third paragraph and replace it with the following: The trench shall be of such width to permit workmen to satisfactorily install the pipe and structures, and to provide safe working conditions for the Contractor's employees and the Engineers representatives for testing and observation in accordance with federal, state and local requirements: In the event the Plans or specifications impose limitations on trench width, the Contractor shall provide adequate shoring to provide safe working conditions. For common excavation the depth to be excavated below the pipe invert elevation shall be fl- inches where native material does not meet pipe zone specifications, in the written opinion of the Engineer, and 6- inches for rock excavation. Pipe bell holes shall be provided at each piping joint to permit the joint to be,made properly and to ensure that the pipe is supported along the full length of the pipe barrel and not at the joint. Delete the sixth paragraph and replace it with the following: Removal and Replacement of Unsuitable Foundation Material When the material in the trench bottom is not adequate to support the pipe or manhole, the Engineer will require additional excavation up to 18" deep. The Contractor will then import, place and compact material to replace the unsuitable material. The bottom of the trench shall be backfilled to the bottom of the pipe zone or manhole base with crushed surfacing top course per Section 9- 03.9(3). The Contractor shall notify the Engineer when such conditions are encountered. Change the second sentence of the eleventh paragraph to read as follows: "The embankment material shall be compacted to 95% density for the top 2 -feet and 92% for the remainder of the embankment material and the moisture content at the time of compaction shall be between optimum and 3 percentage points below optimum as determined by the Compaction Control Tests specified in Section 2- 03.3(14)D, and the pipe installed in accordance with the Standard Plan. Add the following: The removal of boulders and rocks encountered during trenching for waterline, stormdrain and sewer lines, that cannot be used as backfill, shall be paid under bid item "Removal and Replacement of Unsuitable Material ". City of Spokane Valley 99 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 (May 14, 2010 SV GSP) Trench Fence Penalty At the end of each day's work the Contractor shall provide and install a safety fence completely around all excavations greater in depth than 24 inches below finish grade. The fence shall be a minimum 42 -inch mesh wire or plastic with temporary steel posts. Plastic fence shall be a bright orange or other color acceptable to the Engineer. Wire fence shall be liberally marked with bright orange flagging acceptable to the Engineer. Each failure occurrence by the Contractor to install a safety fence completely around an excavation shall be subject to a penalty of $1,000. The penalty amount will be subtracted from the monies owed for work completed under this section. Since a penalty will be assessed for each excavation not completely fenced, multiple penalties may be assessed in a given day. Stockpiles Material stockpiles including trench excavation shall not block emergency entrance to side streets. Material stockpiles shall not remain more than 24 hours, excluding weekends and holidays, in any location. Trench Excavation Safety System The Contractor shall provide a Trench Excavation Safety System, per Chapter 39.04 RCW, meeting the provisions of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW for all trenches in excess of 4 -feet deep. The Engineer will not review, approve, or have any liability for the adequacy of the Contractor's Trench Excavation Safety System. Soil Information Soils logs are included in Appendices for information only. A geotechnical report is not provided. The Contractor shall make its own interpretation and conclusions on geotechnical conditions, as per Section 1 -02.4. 7- 08.3(1)C BEDDING THE PIPE (April 1, 2008 SC GSP) In the first sentence of the second paragraph, change "90 percent" to "92 percent." Delete the third and fourth sentences of the second paragraph and replace with the following: The Contractor shall compact the bedding with a "J" bar or similar device as accepted by the Engineer. A maximum of 6- inches of bedding material shall be placed before use of the "J" bar. Bedding material shall be placed a minimum of 12- inches horizontally to each side of the pipe to facilitate compaction of the bedding material. Bedding material shall be placed to a minimum depth of 12- inches above the pipe prior to backfilling. Ductile Iron Storm Water Pipe City of Spokane Valley 100 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 The Contractor shall furnish and install bedding material meeting the requirements of one of the following materials: 1) Crushed Surfacing Top Course, Section 9- 03.9(3), or 2) Bedding material for thermoplastic pipe shall be clean sand /gravel mixture free from organic matter and conforming to the following gradation: Sieve Size Percent Passing 3/" square 100 U.S. No. 4 50 -100 U.S. No. 200 0 -15 No alternative material will be used. 7- 08.3(2)A Survey Line And Grade (April 1, 2008 SC GSP) Delete the contents of this Section and replace with the following: The Contractor shall provide all construction staking required for installation of the pipe. The Engineer will provide the Contractor the benchmark elevations and a description of the benchmark prior to the start of construction per Section 1.05.4. 7- 08.3(3) Baclkfilling (April 1, 2008 SC GSP) Delete the first sentence of the third paragraph and replace it with the following: Pipe zone backfill shall be placed in loose layers and each layer compacted to 95% maximum density for the top 2 -feet and 92% for the remainder of the backfill. Delete the third and fourth sentences of the fourth paragraph and replace with the following: Backfill shall be compacted to at least 90% of maximum density in non -road areas and to at least 95% of maximum density for the top 2 -feet and at least 92% of maximum density for the remainder of the backfill in trenches in road areas. Delete the last sentence of the fourth paragraph and replace it with the following: Materials determined by the engineer to be unsuitable for backfill at the time of excavation shall be removed and replaced with suitable back fill material. Payment shall be made under the item "Removal and Replacement of Unsuitable Material", per cubic yard. Add the following: City of Spokane Valley 101 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Sid No. 12 -009 The Contractor shall provide, place and consolidate imported backfill to compensate for lost volume of native material due to compaction to specified density and/or removal of unsuitable material, where authorized by the Engineer. The Engineer shall be notified 24 hours prior to placing imported backfill. Imported backfill shall be excess excavated trench material from other areas of the project or material imported from an outside source. Imported backfill shall be uniformly graded, free of topsoil, organic matter, and frozen soil. Maximum size shall be 4 -inch diameter and not more than 15% by weight shall pass the number 200 sieve. The lift thickness shall be based on the Contractor's ability to maintain the proper compaction throughout the entire depth of the lift as verified by compaction test results. The maximum lift thickness shall be 18- inches unless approved by the Engineer. When requested by the Engineer, the Contractor shall excavate, including backfill and re- compaction, to the depth requested by the Engineer for density testing at no additional cost to the Owner. Native material in the bottom of the trench disturbed by the bucket teeth or the Contractor's operation shall be re- compacted with a vibratory or mechanical compactor acceptable to the Engineer before laying the pipe. The top 2 -feet of the sewer trench shall be free of asphalt concrete pavement larger than 1'/- inch. Drywell rock encountered in trench excavation shall be mixed with the native material so as not to exceed 25% by weight. Asphalt Concrete pavement used in trench backfill shall be mixed with the native material so as not to exceed 25% by weight. 7- 08.3(4) Plugging Existing Pipe (April 1, 2008 SC GSP) Delete the first sentence and replace it with the following: Where shown in the Plans or where designated by the Engineer, existing pipes shall be plugged on the exposed open end for a distance of two pipe diameters with commercial concrete, mortar, or material approved as equal by the Engineer. Add the following: 7- 08.3(5) Marking Tape (March 1, 2008 COSV GSP) Marking Tape shall be installed over all culverts, storm sewers, waterlines, underdrains and sanitary sewer mains. The tape shall be placed at the location where shown on the plans, or if not shown, approximately 18 inches above the top of the pipe over the entire length of the pipe. City of Spokane Valley 102 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Marking tape shall be a minimum of 3 inches wide, marked with the appropriate utility name, and color. 7 -08.4 Measurement Add the following: Measurement of the Trench Excavation Safety System will be by the linear foot measured along the centerline of the pipe for the main line and will also include the centerline length of side sewer pipe. Imported pipe bedding will be field measured by the linear foot along the centerline of pipe where the Engineer requests imported bedding. "Plug Abandoned Pipe" shall be measured "Per Each" for each pipe end with a nominal size greater than 4" diameter that is plugged per the specifications, but does not include pipes with a nominal diameter of 4" or less. (March 1, 2005 CQSV GSP) Replace the following sentence: "Structure excavation Class B" and "Structure excavation Class B including haul" will be measured by the cubic yard as specified in Section 2 -09." with "Trench excavation for stormwater, sewer, and underdrain piping shall not be measured, unless the excavation meets the definition of "Trench Rock Excavation." Add the following: "Stor-_m Trench Safety System" will not be measured for payment. "Storm Drain Encasement ", shall be measured per linear foot along the invert of the storm drain pipe encased. 7 -08.5 Payment Delete the contents of this Section and replace with the following: Payment will be made in accordance with Section 1 -04.1 for each of the following bid items that are included in the proposal: "Removal and Replacement of Unsuitable Foundation Material," per cubic yard. "Removal and Replacement of Unsuitable Material," per cubic yard. "Trench Excavation Safety System," per linear foot. City of Spokane Valley 103 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 "Plug Abandoned Pipe ", per each. The unit contract price per cubic yard of "Removal and Replacement of Unsuitable Foundation Material" shall be full pay for all work to remove, haul and dispose of unsuitable pipe foundation material and replace and compact suitable material, as specified in section 7- 08.3(1)A of these special provisions. If such bid item is not included in the proposal, the cost shall be negotiated and payment will be included in a change order. The unit contract price per cubic yard for "Removal and Replacement of Unsuitable Material' shall be full pay for all work to remove unsuitable material and replace and compact suitable material, if such bid item is not included in the proposal, the cost shall be negotiated and payment will be included in a change order. Add the following: "Storm Trench Safety System," per lump sump. The unit contract price per lump sum of "Storm Trench Safety System" shall be full pay for all work to furnish and install a safety system meeting all applicable state and federal requirements for all storm drain system associated work. Payment for the Storm Trench Safety System shall not be construed as acceptance or approval of the Contractor's Trench Excavation Safety System. Payment for removal, hauling and disposal of excess backfill is incidental to the cost of pipe installation. All costs associated with excavation (except trench Rock Excavation), bedding, and backfilling in the installation of water and storm sewer pipes shall be included in the unit Contract Price per foot for the size and type of pipe being jointed. (February 5, 201 OSV GSP) Add the following: Trench Fence Penalty At the end of each day's work the Contractor shall provide and install a safety fence completely around all excavations greater in depth than 24 inches below finish grade. The fence shall be a minimum 42 -inch mesh wire or plastic with temporary steel posts. Plastic fence shall be a bright orange or other color acceptable to the Engineer. Wire fence shall be liberally marked with bright orange flagging acceptable to the Engineer. Each failure occurrence by the Contractor to install a safety fence completely around an excavation shall be subject to a penalty of $1,000. The penalty amount will be subtracted from the monies owed for work completed under this section. Since a penalty will be assessed for each excavation not completely fenced, multiple penalties may be assessed in a given day. SECTION 7 -49 Water Mains City of Spokane Valley 104 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Delete this section its entirety and replace with the following Specification Sections: Section 02221 Trench Excavation, Backfill and Compaction Section 02660 Water Pipe, Services and Appurtenances SECTION 7 -12 Valves For Water Mains Delete this section its entirety and replace with the following Specification Sections: Section 02221 Trench Excavation, Backfill and Compaction Section 02560 Water Pipe, Services and Appurtenances SECTION 7 -14 Hydrants Delete this section its entirety and replace with the following Specification Sections: Section 02221 Trench Excavation, Backfill and Compaction Section 02560 Water Pipe, Services and Appurtenances SECTION 7 -14 Service Connections Delete this section its entirety and replace with the following Specification Sections: Section 02221 Trench Excavation, Backfill and Compaction Section 02560 Water Pipe, Services and Appurtenances City of Spokane Valley 105 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 DIVISION 8 MISCELLANEOUS CONSTRUCTION SECTION 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8- 01.3(2)B Seeding and Fertilizing Materials Add the following: Seed shall be "Dryland Mix" by Rainer Seeds (1- 800 -828- 8873), Davenport, WA or approved equal. Drxland Seed Mixture 1. Sheep Fescue 35% 2. Hard Fescue 35% 3. Armadillo Hybrid Bluegrass 20% 4. Perennial Ryegrass 10% Mulching Material: Silva Fiber or approved equal at 2500 lbs. per acre for hydroseeding operations. Water: Clean, fresh and free of substances or matter which could inhibit vigorous growth of grass. Herbicide: Prohibited from use on any part of this project. Tackifier: J -Tac or approved equivalent at 50 lbs. per acre. Dryland Seedmix: Seed shall be applied within the following windows only: Spring Seeding: February 15 to March 15 Fall Seeding: September 15 to November 1 Hydroseeding: • Apply seeded slurry with a hydraulic seeder at a rate of 7 lbs per 1000 sq ft evenly in two intersecting directions. • Mulchltackifier to be applied as part of the slurry mix, and shall be applied to a thickness of 118 inches. Maintain clear of shrubs and trees. • Apply water with a fine spray immediately after each area has been mulched. 8 -01.4 Measurement (March 1, 2008 COSV GSP) Add the following: City of Spokane Valley 106 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 "ESC Lead" will not be measured for payment. "Erosion Control" will not be measured for payment. "Seeding, Fertilizing and Mulching" shall be measured by the square yard. 8 -01.5 Payment (March 1, 2008 COSV GSP) Add the following: "Erosion Control ", per lump sum. The lump sum contract price for "Erosion Control" shall be full pay for all Erosion Control work, including but not limited to: payment for ESC Lead; preparing and submitting a Temporary Erosion and Sediment Control Plan (TESC plan) (revising the TESC Plan sheet in the 'Coritract Documents,- as necessary); and installing, inspecting and maintaining the Best Management Practices (BMP's) shown on the TESC plan. "Seeding, Fertilizing and Mulching" by the square yard, plan view. SECTION 8 -02 ROADSIDE RESTORATION 8 -02.2 Materials (Jan 2, 2012 COSV GSP) Add the following: Washed River Rock shall consist of washed river cobbles with 100% passing the 3" square sieve and 0 5 passing the 1 inch square sieve. Bark Mulch shall be manufactured from Pine Bark and shall be free of non - organic and man- made debris. Maximum particle size shall be 2 inches. Sod shall contain the following mix of varieties: 1. Kentucky Bluegrass 80% to 100% 2. Perennial Ryegrass 0% to 20% 8 -02.3 Construction Requirements (August 1, 2008 COSV GSP) Add the following: The Contractor shall identify and protect all existing sprinkler irrigation systems from damage prior to installing sod, placing bark mulch on top soil. The Contractor shall relocate City of Spokane Valley 107 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 existing sprinkler heads of lines to the satisfaction of the Engineer after installation of bark mulch. The Contractor shall remove all stones and existing vegetation and then hand -rake smooth all areas to be covered by Bark Mulch or covered with washed river rock. The Contractor shall furnish and install washed river rock to match adjacent areas. 8 -02.4 Measurement (August 1, 2008 COSY GSP) Add the following: "Bark Mulch" will be measured per square yard, in a layer two inches deep. "River Rock" will be measured per square yard, in a layer two inches deep. "Topsoil, Type B" will be measured per square yard, in a layer two inches deep. 8 -02.5 Payment (August 1, 2008 COSV GSP) Add the following: "Bark Mulch ", per square yard. The unit Contract price per square yard for "Bark Mulch ", shall be full pay for all costs necessary to,furnish all labor, tools, equipment and materials to bring the area to final grade with topsoil, smooth the area by raking, removing rocks and gravel, remove by hand all plants in the area to be covered, and furnish and install the Bark Mulch, two inches deep. "River Rock ", per square yard. The unit Contract price per square yard for "River Rock ", shall be full pay for all costs. necessary to furnish all labor, tools, equipment and materials to bring the area to final grade with topsoil, smooth the area by raking, removing rocks and gravel, remove by hand all plants in the area to be covered, install black weed barrier, and furnish and install the Washed River Rock, two inches deep. "Topsoil, Type B" per square yard. City of Spokane Valley 108 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 The unit Contract price per square yard for "Topsoil, Type B ", shall be full pay for all costs necessary to furnish all labor, tools, equipment and materials to bring the area to final grade with topsoil, two inches deep, smooth the area by raking, removing rocks and gravel. SECTION 8 -03 IRRIGATION SYSTEMS (May 14, 2010 COSV GSP) 8 -03.9 Description Add the following: This work also consists of reconfiguring existing irrigation systems behind back of sidewalk. 8 -03.2 Materials Add the following: Components from the existing system may be re -used, if they are not damaged during removal and relocation. New sprinkler system components shall be the same type when still available. 8 -03.3 Construction Requirements Add the following: The Contractor shall meet with the adjacent property Owner prior to beginning clearing and grubbing operations. The Contractor and Owner shall test the existing system to verify that it currently is operational. The Contractor and Owner, during the meeting shall identify and flag all existing sprinkler head locations; piping locations; valve locations; and develop a plan of the revised system that relocates piping and sprinkler heads onto private property. The plan shall show the new or re -used sprinkler head locations; new piping size and configuration; and locations where revised piping will tie into the existing system. The plan shall be drawn to scale showing the revised irrigation system relative to the new sidewalk and driveway approaches. The Contractor shall obtain the owner's approval of the irrigation system reconfiguration in writing, and provide a copy to the Engineer, prior to demolition, of the existing system. The Contractor shall flush and test all lines in the system after completion of the line modifications. All tests shall be conducted at existing residential household pressure. If head coverage or pressure is not satisfactory to the Owner, the Contractor will replace heads and re- flush the system until it is. The Contractor is responsible for insuring existing lawn and plants are watered while the irrigation is being reconstructed. Work shall be completed within one week after the system has been altered. City of Spokane Valley 109 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 8- 03.3 (11) Construction Requirements Section 8- 03.3 (11) is supplemented with the following: The Contractor shall demonstrate. to the Engineer the operation of the revised irrigation system before placement of sod or seeded lawn. 8 -03.4 Measurement Add the following. "Irrigation System Revision" shall be measured per each. 8 -03.6 Payment "Irrigation System Revision" per each. The unit Contract price per each for "Irrigation System Revision" shall be full pay for all costs necessary to furnish all labor, tools, equipment and materials to reconfigure a private lawn sprinkler system that is impacted by installation of project work. The work shall include, but not be limited to, install new lines, valves and fittings; repair pipes, replace sprinkler system components with same type, replace valves and fittings, flush pipes, and test system for proper operation. The Contractor shall be responsible for lawn and plant or irrigation system damage resulting from project work on the irrigation system. SECTION 8 -04 CURBS, GUTTERS, AND SPILLWAYS 8 -04.3 Construction Requirements 8- 04.3(1) Cement Concrete Curbs, Gutters, and Spillways (Jan 1, 2012 COSV GSP) Add the following after the last paragraph: If measured air content is found below or above the values stated in Section 6- 02.3 (2), the Contractor shall immediately make changes in mixing or materials as will be necessary to comply with the requirement for air content. The Engineer reserves the right to reject concrete work not meeting the entrained air requirements. In such case, the Contractor shall repair or replace the defective work at no cost to the Contracting Agency. The finished curb, curb and gutter, gutter, curb and walk combination, spillway or their combinations shall conform to line, grade, and cross - section. The horizontal variance shall City of Spokane Valley 110 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 not be greater than 114 -inch when checked with a 10 -foot straight edge, nor greater than 118 -inch in a 5 -foot distance or less. The vertical variance shall not be greater than 114 -inch when checked against plan elevation. The cross - section dimension variance shall not be greater than 114 -inch. Finished concrete out of specification for line, grade, or cross - sectional dimension shall be removed and replaced at no cost to the Contracting Agency. If directed by the Engineer, areas above grade may be ground to the above limits and left rough. Curb Replacement. Broken, deteriorated, or improperly located curbing has been designated for removal and replacement as required to effect a satisfactory gutter with the new curbing of the street improvement. Curb removal shall meet the requirements of Section 2- 02.3(3). Curb, curb and gutter, or pedestrian curb shall not be placed monolithically with sidewalk, sidewalk ramp or driveway approach. Expansion Joints, extending the full section and depth of the curbs and curb and gutter shall be placed at all curb returns, on each side of storm drain frames and grates and at a maximum spacing of 100 feet. Contraction joints shall be placed every 5 feet on center and the location shall align with sidewalk joints when the sidewalk and curb are adjacent. SECTION 8 -06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8 -06.3 Construction Requirements (March 1, 2008 COSV GSP) Replace "in a transverse direction" with "in a direction parallel to the curb line" in the third sentence of the first paragraph. 8 -06.4 Measurement "Driveway Approach " shall be measured per square yard. 8 -06.6 Payment "Driveway Approach " per square yard. The unit Contract price per square yard for "Driveway Approach ", shall be full pay for all costs necessary to furnish all labor, tools, equipment and materials to excavate to subgrade; load haul and dispose of excavated material; compact the subgrade; furnish, place, finish, cure and protect the Portland Concrete Cement approach. City of Spokane Valley 111 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 8 -12.1 Description Add the following: This work also consists of furnishing and installing a composite fence with posts and rails where shown on the plans. This work also consists of lowering the height of existing wood fences where shown on the plans. This work also consists of furnishing, installing and removing temporary fencing with posts and fabric that will enclose small children, where shown on the plans. 8 -12.2 Materials Add the following: A.Composite Fencing shall be high density polyethylene (HDPE) and wood flour, extruded into sizes and shapes with the following physical properties: 1. ASTM D -790 Flexural Properties of Fence Board (flat): a) E1= 170,000 lb *in2 b) Mu =2,685 in *lb 2. ASTM D -6109 Flexural Properties of Rail: a) Edge -wise 1) E1= 2,411,000 lb *in2 2) Mu= 8,618 in *lb b) Flat -wise 1) E1= 565,600 lb *in2 2) Mu =4,526 in *lb 3. Izod Impact Resistance Test when tested in accordance with ASTM D -256: a) Fence Board -0.78 ft *Ibflin b) Rail -0.63 ft *Ibflin City of Spokane Valley 112 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 4. ASTM D -6108 Ultimate Compressive: a) Fence Board -2,970 psi b) Rail -3800 psi 5. ASTM D638 Ultimate Tensile Strength a) Fence Board -1,895 psi Weathered Fence Board- 1,503 psi b) Rail -1,734 psi Add the following: Gray wood stain shall be BEHR Semi - Transparent Waterproofing Wood Stain or approved equal. 8 -12.3 Construction Requirements Add the following: Composite Fence Prior to installing the composite fence the Contractor shall meet in the field with the Engineer and the adjacent property owner. The fence shall be installed in accordance with the manufacturer's recommended procedures. The Contractor shall provide the Engineer and the property owner each a copy of the manufacturer's installation procedures and tell the adjacent property owner and the Engineer his schedule and ask for any know conflicts such as underground sprinkler line locations or underground utility locations. Add the following: Lower Wood Fence Contractor shall meet in the field with the Engineer and the adjacent property owner prior to beginning fence modifications so that the property owner can identify sprinkler head locations and coordinate irrigation timing. The Contractor shall remove and reuse the existing toprail, connection hardware and slats. The existing posts shall be shortened and the existing top trim shall be replicated. The existing slats shall be shortened and re- installed. The Contractor shall furnish new galvanized nails and galvanized screws to install the top rail. The Contractor shall stain the reconfigured post tops. And remove and dispose of all debris. Add the following: City of Spokane Valley 113 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Temporary Fence Prior to installing temporary fence the Contractor shall meet in the field with the Engineer and the adjacent property owner. The Contractor shall tell the adjacent property owner and the Engineer his installation method and schedule and ask for any know conflicts such as underground sprinkler line locations or underground utility locations. The Contractor shall install temporary fencing prior to clearing and grubbing activities. The maximum post spacing shall be 6 feet and the mesh shall be staked securely to the ground every two feet between each post. If the existing ground elevation varies along the fence, the contractor shall dig the fence mesh into the ground so that at no point does the bottom of the mesh lie above existing grade more than '/ inch. The temporary fence shall be securely fastened to existing fencing or end post so that the private property is securely enclosed with no opening greater than 2 inches diameter exists from the ground to a height of 44 inches above ground. After the project has been substantially completed, the Contractor shall remove the temporary fencing fabric and posts and shall fill in all post holes. 8 -12.4 Measurement Add the following: "Furnish and Install Composite Fence" will be measured per horizontal linear foot of fence installed. "Temporary .Fence" will be measured per horizontal linear foot of fence installed. "Lower Wood Fence" will be measured per horizontal linear foot of fence lowered. 8 -12.5 Payment Add the following: "Furnish and Install Composite Fence" per linear foot. The unit Contract price per linear foot for "Furnish and Install Composite Fence" shall be full pay for all costs necessary to furnish all labor, tools, equipment and materials to furnish and install a new composite fence at the locations shown on the plans. City of Spokane Valley 114 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 "Temporary Fence" per linear foot. The unit Contract price per linear foot for "Temporary Fence" shall be full pay for all costs necessary to furnish all labor, tools, equipment and materials to install and remove the temporary fence at locations shown on the plans. "Lower Wood Fence" per linear foot. The unit Contract price per linear foot for "Lower Wood Fence" shall be full pay for all costs necessary to furnish all labor, tools, equipment and materials to lower wood fencing at locations shown on the plans. SECTION 8 -13 MONUMENT CASES (February 5, 2010 COSV GSP) 8 -13.1 Description Add the following: This work also includes salvaging the existing monument; coring the asphalt or setting the monument case within concrete pavement; furnishing and placing the monument and case; and coordinating with a City Consultant Surveyor who will re- establish the restored point on the set monument within the monument case. 8 -13.2 Materials Add the following: Monument shall be furnished by the City. The Case and rod shall conform to Spokane Valley Standard Plan R -145. 8 -13.3 Construction Requirements Replace the last sentence with the following: The Contractor shall salvage the existing monument and deliver it to the Engineer. The Contractor shall coordinate with the licensed land Surveyor (City Surveyor) who the City has retained to be responsible for the filing of permits for monument removal and replacement with the Washington State Department of Natural Resources, as required by WAC- 120 -070. The Contractor shall furnish and install the monument case and the monument anchor pipe. The Surveyor Consultant, hired by the City shall furnish, install, label, and mark the monument cap inside the monument case. The Contractor shall notify the City Surveyor at least 7 calendar days prior to the date that the monument case will be placed. When surrounded by HMA pavement the monument case may be set either of two ways: City of Spokane Valley 115 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 A. The monument may be set after the first lift of paving is completed. The Contractor shall center the monument on the point and set the monument in cement epoxy with a minimum compressive yield strength of 5,000 psi. The Contractor shall place the final HMA lift around the case so that the top of the monument cover shall be recessed below the surrounding pavement elevation by %" inch. B. When the monument is set after the HMA wearing course has been placed, the contractor shall core a twenty inch diameter hole in the pavement; center the monument on the point and set the monument in epoxy cement with a minimum compressive yield strength of 5,000 psi. The top of the monument cover shall be recessed below the surrounding pavement elevation by'/" inch. When surrounded by Portland Cement Concrete pavement the monument case shall be placed in the formwork prior to placing the concrete. The top of the monument cover shall be recessed below the surrounding pavement elevation by %" inch. 8 -13.4 Measurement Add the following: " Monument Case and Cover" shall be measured per each. 8 -13.4 Payment Add the following: "Monument Case and Cover' per each. The unit cost for "Monument Case and Cover" per each shall be full pay for furnishing all materials, equipment and labor to furnish and install the monument and case in the street. SECTION 8 -14 - CEMENT CONCRETE SIDEWALKS 8 -14.2 Materials (March 1, 2008 COSY GSP) Add the following after the last paragraph: If measured air content is found above or below the specified range, the Contractor shall immediately make changes in mixing or materials as will be necessary to comply with the requirement for air content. The Engineer reserves the right to reject concrete work not meeting the entrained air requirements. In such case, the Contractor shall repair or replace the defective work at no cost to the Contracting Agency. City of Spokane Valley 116 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 8- 14.3(3) Placing and Finishing Concrete (March 1, 2008 COSV GSP) Add the following to the third paragraph: Joints and edges shall be tooled with a 112 -inch to 318 -inch radius edger. Contraction joints shall located no more than six feet apart and shall be tooled 1 -inch deep, for the full width of the sidewalk and curb. Depending on the type, the sidewalk shall be divided into panels by scoring 1I2 -inch deep in the manner shown on the Standard Plans. Panels shall be created by scoring joint lines so that no angles are created that are less than 90 degrees. When the sidewalk is adjacent to curb, the contraction joint locations shall match the contraction joints in the curb or curb and gutter. The finished sidewalk, curb and walk combinations, driveway, curb ramp or their combinations shall conform to line, grade, and cross - section. There shall be no horizontal variance greater than 114 -inch when checked with a 10 -foot straight edge, nor greater than 118 -inch in a 5 -foot distance or less. There shall be no vertical variance greater than 114 - inch when checked against plan elevation. There shall be no cross - section dimension variance greater than 114 -inch. Finished concrete out of specification for line, grade, or cross - sectional dimension shall be removed and replaced at no cost to the Contracting Agency. If directed by the Engineer, areas above grade may be ground to the above limits and left rough. 8- 14.3(4) Curing (March 1, 2008 COSV GSP) Replace this Section in its entirety with the following: The curing materials and procedures outlined in Section 5- 05.3(13) shall apply, except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The curing period for sidewalks shall be a minimum of 3 days. The curing period for driveways shall be a minimum of 7 days. During the curing period, traffic, both pedestrian and vehicular, shall be excluded. If methods of construction cannot exclude pedestrian or vehicular traffic, the Contractor shall use a high -early strength concrete with the prior approval of the Engineer. In this case, the sidewalk or driveway shall remain closed until the concrete reaches a minimum of 2500 PSI compressive strength, provided that vehicular traffic may be excluded for such additional time, as the Engineer may direct. The provisions of Section 6- 02.3(6)A, "Weather and Temperature Limits to Protect Concrete" shall apply with the following revisions: • The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in event of rain or other inclement weather. • Concrete placed in air temperatures below 35 degrees Fahrenheit shall be covered with City of Spokane Valley 117 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid Igo: 12 -009 1 -inch thick insulated thermal blankets for the duration of the curing period. Extra insulation shall be used to protect the corners and edges of the concrete. (Jan 2, 2092 COSV GSP) Add the following: If the Contractor fails to protect, tent or cover the flatwork and vandals, rain, or wind damage the surface finish, the Contractor shall remove and replace the damaged flatwork at his cost. The City will not accept repairs of flatwork that the Contractor failed to protect. 8- 14.3(5)A Detectable Warning Surface in HMA The detectable warning surface shall be yellow with 24" x 48L outside dimensions. The truncated dome pattern shall comply to current ADA standards and have a slip resistant surface on the top of the domes. The Contractor shall install the detectable warning surface where shown on the plans. The Contractor shall make a neatline sawcut 24 -112" x 48 -112" and remove the HMA within the sawcut to a minimum depth of 5 inches. The sawcuts shall not extend beyond the corners of the removed asphalt. The Contractor shall then grout the detectable warning surface plates into the hole with commercial cement concrete so that the base of the truncated domes is within 118 inch above or below the surface of the surrounding HMA. 8 -14.4 Measurement Replace this section with the following: "Cement Concrete Curb Ramp Type Parallel A" shall be measured per linear foot along the face of the curb. "HMA Detectable Warning Surface in HMA" shall be measured per each. 8 -14.5 Payment Add the following: The unit contract price per each for "Cement Concrete Curb Ramp Type Parallel A" shall be full pay for furnishing and installing a parallel curb ramp in accordance with WSDOT Standard Plan F- 40.12 -01 at locations shown on the plans. The unit contract price per foot for "Pedestrian Curb ", shall be full pay for furnishing and installing the pedestrian curbs where shown on the Plans. City of Spokane Valley 418 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 8 -20 illumination, Traffic Signal Systems, and Electrical 8 -20.2 Materials Add the following: All conduit shall be Sch 80 PVC Conduit unless shown otherwise on the Plans. 8 -20.5 Payment Add the following: The unit contract price per linear foot for "Conduit Pipe 2 In. Diam," also includes the cost of furnishing and installing detectable warning tape, pull wire, end caps and Y2 inch diameter rebars used for marking the stubouts. 8 -22 Pavement Marking (May 14, 2010 COSV GSP) 8 -22.1 Description This section is revised to read: This work consists of furnishing, installing, and removing pavement markings upon the roadway surface in accordance with the Plans, Standard Plans, the FHWA publication Standard Alphabet for Highway Signs and Pavement Markings and these Specifications, at locations shown in the Contract or as ordered by the Engineer in accordance with Section 1- 04.4. Pavement Markings may be either Longitudinal (long) Line Markings or Transverse Markings. Longitudinal line markings are generally placed parallel and adjacent to the flow of traffic. Transverse markings are generally placed perpendicular and across the flow of traffic. Word and symbol markings are classified as transverse markings. Traffic letters used in word messages shall be 8 -feet high. 8 -22.2 Materials (February 5, 2010 COSV GSP) Section 8 -22.2 is supplemented with the following: City of Spokane Valley 119 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Material for pavement marking shall be paint or plastic as noted in the bid item meeting the requirements of Section 9 -34 and selected from the approved materials listed in the Qualified Products Lists. Glass beads for paint shall meet the requirements of Section 9 -34.4. Glass beads for plastic shall be as recommended by the material manufacturer. A m ethyl methacryl ate pavement marking, type D -1 shall be used for extruded plastic line, plastic wide line, plastic stop bars, and plastic crosswalk lines. A methylmethacrylate pavement marking, type D -1, type D -2 or D -5 shall be used for Plastic Traffic Arrow and Plastic Traffic Letter. 8 -22.3 Construction Requirements 8- 22.3(7) Preliminary Spotting (March 1, 2008 COSV GSP) Replace the first Sentence with the following: The Contractor shall provide preliminary spotting of the lines for Engineer Approval, before marking begins, based on his construction staking control. 8- 22.3(2) Preparation of Roadway Surfaces The following new sentence is inserted after the first sentence in the second paragraph: The temperature requirement may be superseded by the material manufacturers written installation instructions. Delete the last sentence of the second paragraph of Section 8- 22.3(2) and replace with the following: The pavement shall be cured in accordance with the pavement marking material manufacturer's recommendations. Temporary pavement markings shall be in place during the curing period. The last sentence in the third paragraph is revised to read: City of Spokane Valley 120 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 These cure periods may be reduced if the manufacturer performs a successful bond test and approves the reduction of the pavement cure period. 8- 22.3(6) Removal of Pavement Markings Add the following: Existing pavement markings shall be removed by high pressure water jetting or other procedure approved by the Engineer in writing 2 working days in advance. 8 -22.4 Measurement Add the following: "Remove Pavement Marking ", shall not be measured. 8 -22.5 Payment Add the following: "Remove Pavement Marking ", per lump sum. The unit Contract price per lump sum for "Remove Pavement Marking ", shall be full pay for removing existing pavement markings outside of the limits of excavation to the limits shown on the Plans so that temporary pavement marking can be laid down. The quantity for "Painted Wide Line ", per linear foot in a tapered line shall be an equivalent length of 8" wide line with the same area as the taper. 8 -23.5 Payment Add the following: All costs for removal of existing pavement markings in transition areas where the Engineer directs Temporary Pavement Marking be applied on approaches to the proposed construction shall be included in the unit Contract price for "Temporary Pavement Marking ". Section 8 -24 ROCK WALL Delete this section in its entirety and replace with the following: City of Spokane Valley 121 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 8 -24 SEGMENTAL CONCRETE MASONRY RETAINING WALL 8 -24.1 Description The segmental concrete masonry retaining wall work includes, but is not limited to: excavation, furnishing and installing leveling pad; furnishing and installing segmental concrete standard and cap units, furnishing and installing shear connectors; furnishing and installing unit fill and, furnishing and installing backfill in accordance with the Plans and Specifications, or as designated by the Engineer. 8 -24.2 Materials Segmental Concrete Standard Unit: Standard Units shall have the following nominal dimensions: Height 8 ", Face Width 18 ", Depth 18 ". Standard Cap Units shall have the following nominal dimensions: Height 4 ", Face Width 18 ", Depth (transverse to face) 10- 112 ". They shall meet the requirements of ASTM C90 and have a sculptured rock face or split face finish. The units shall be gray in color. All units used shall be homogenous color and finish. The Contractor shall submit manufacturer information showing the shear connectors have a shear capacity of at least 500 pounds per linear foot of horizontal shear between each block of each course. Base leveling pad material and backfill shall conform to Section 9- 03.9(3) crushed surfacing base course (CSBC). 8 -24.3 Construction Requirements 8- 24.3(1) Quality Assurance The completed segmental Concrete unit wall shall meet the following tolerances: Wall batter shall be near vertical. 2. The exterior slope plane and grade in the finished surface of the wall shall be within 0.33' in 100 feet of length. 8- 24.3(2) Excavation The Contractor shall stake the location and elevation of the wall. Prior to excavation, the contractor shall verify with the Engineer final grades and elevations so that the completed segmental concrete retaining wall shall be coordinated with the adjacent storm drain 1 culvert outfall pipe. Excavation shall be to the verified lines and grades. 8- 24.3(3) Leveling Pad The leveling base pad shall have a minimum thickness of 6 inches and be compacted to a minimum of 95% of modified Proctor. The leveling pad shall be prepared to insure full contact to the base surface of the segmental concrete units. 8- 24.3(4) Segmental Concrete Unit Installation The first course of segmental concrete units shall be placed on the leveling pad and checked for alignment and grade. Position vertically adjacent segmental concrete units City of Spokane Valley 122 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 as recommended by the Manufacturer. Whole, or cut units shall be erected with running bond approximately centered on units above and below. Cap units shall be glued to underlying units with an adhesive recommended by the segmental unit manufacturer. 8- 24.3(5) Segmental Concrete Unit Rackfill Wall backfill placement and compaction shall be completed in 8 inch lifts after each course is laid. Topsoil shall be placed over the backfill to match the cap rock elevation as shown on the appropriate section in the plans. 8 -24.4 Measurement Segmental Concrete Retaining Wall shall be measured by the installed square foot of vertical face. 8 -24.5 Payment Payment will be made in accordance with Section 1 -04.1 for: Segmental Concrete Retaining Wall, per square foot. The unit contract price for Segmental Concrete Retaining Wall, per square foot shall include the cost of loading, haul and disposal of all excavation; furnishing and installing leveling pad and backfill, furnishing and installing segmental units with shear connectors and cap stone adhesive; placing topsoil and re- grading top of wall slopes prior to hydroseeding. DIVISION 9 MATERIALS 9- 03.8(2) HMA Test Requirements (March 1, 2008 COSV GSP) In the first sentence replace the word "Vacant" with the following: The number of ESAL's for the design and acceptance of the HMA shall be 1 million. 9- 03.8(3)13 Gradation — Recycles! Asphalt Pavement and Mineral Aggregate (February 5, 2010 SC GSP) Replace the first sentence of the first paragraph with the following: The RAP utilized in the production of HMA shall be sized prior to entering the mixer with 100 percent passing a 1 inch sieve so that a uniform and thoroughly mixed HMA is produced in the mixer. 9- 03.92(5) Gravel Rackfill For Drywells (April 1, 2008 SC GSP) Delete the contents of this Section and replace with the following: City of Spokane Valley 423 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Special backfill for drywells shall consist of primarily unfractured naturally occurring free draining material conforming to the following gradation: Sieve % Passing 3" 100 1" 15 U.S. #200 2 max. Fracture shall be 20 percent max. All percentages are by weight. SECTION 9 -05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9- 05.15(1) Manhole Ring And Cover (COSV February 5, 2010) Delete.the contents of the Section and replace with the following: Frames and covers shall provide a minimum 24 -inch diameter opening. Castings shall be free of porosity, shrink cavities, cold shots or cracks, and all surface defects that impair serviceability. Frames and covers shall be machine ground on seating surfaces so as to insure non - rocking fit in any position and interchangeability. Frames shall have all gussets removed if installed in a PCC pavement. Frames shall be cast iron conforming to the provisions of ASTM A48, Class 40 or better, or ductile iron conforming to the provisions of ASTM A -536, Grade 80- 50 -06. Covers shall be ductile iron conforming to the provisions of ASTM A -536, Grade 80- 50 -06. Section 9 -28.1 Signing Materials and Fabrication Add the following: Background reflective sheeting for signs that are not specified shall be Type Ill reflective sheeting. Legend reflective sheeting for signs that are not specified shall be Type III reflective sheeting. Section 9- 28.14(2) Steel Structures and Posts Replace this section with the following: Sign Posts shall be a minimum 10 feet long, "U" channel, 3 lb/foot minimum unit weight, with a breakaway bolted connection. Minimum post and base cross sectional area (including holes) shall be .837 in2. Minimum post Sx about the XX axis shall be .336 in3. Each sign post shall be mounted to a 3 foot long "U" channel, 3 lb/foot minimum unit weight, base driven into the existing ground. Bolts and fasteners shall be either galvanized or stainless steel. Post and base shall be either galvanized or be epoxy coated green. City of Spokane Valley . 124 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Section 02221 Waterline Trench Excavation, Backfill and Compaction Section 02560 Water Pipe, Services and Appurtenances SECTION 02221- TRENCH EXCAVATION BACKFILL AND COMPACTION 1.00 GENERAL 1.01 DESCRIPTION: A. The work specified in this Section includes trench excavation for pipe and appurtenances, bedding, trench backfill, compaction, finish grading and clean -up. Unless specified elsewhere, the work of this Section also includes clearing, grubbing, removal of all materials of whatever nature in the excavation limits, disposal of all waste materials, repairs and restorations, and maintenance of temporary surfaces as required. B. Special provisions, requirements and/or revisions to this Specification and/or Bid Item(s) may be included on the Drawings or Details. C. See also the Standard Specifications for A.C. pavement, concrete, and other surface removal and placement items. 1.02 QUALITY ASSURANCE: A. Soils and Backfill Moisture density standard ASTM D 15 57 method unless otherwise specifically approved. B. In -Place Density Determination Sandcone method ASTM D1556 or nuclear method ASTM D2922. C. Classification of Soils ASTM D2487 1.03 SUBMITTALS: A. Submittals shall conform to the Standard Specifications. B. All Materials shall be approved by the Engineer prior to the start of work and shall be submitted with the standard cover sheet. The Contractor shall provide the engineer with four (4) copies of submittals. C. All materials shall be approved by the Engineer prior to the start of work. The Contractor shall notify the Engineer in advance of his intention to import material and of the borrow area selected. If feasible, the Engineer will inspect the material and source for approval, or he shall require the Contractor to submit a representative sample of proposed material for review. If the Contractor chooses to manufacture and/or process, in any way, materials to be used, whether the material is to be imported, borrowed on -site, or obtained directly from the excavation, such material and process shall be approved by the Engineer prior to its use. All City of Spokane Valley 125 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 SECTION 02221 - TRENCH EXCAVATION BACEFILL AND COMPACTION materials, whether native or imported, shall be subject to continued review by the Engineer for approval or rejection as the work progresses. D. Unless specified otherwise elsewhere, prior to beginning of any excavation work, the Contractor shall provide the Engineer with an opportunity to obtain representative samples of all backfill materials, including representative native materials, to be used for determination of Proctor moisture - density curves. Unless specified otherwise, the cost of such determinations shall be the responsibility of the Owner. It is the Contractor's responsibility to provide such samples, or the opportunity for the Engineer to obtain such samples adequately, in advance of the work. 2.00 PRODUCTS 2.01 FOUNDATION STABILIZATION MATERIAL: Unless other or additional requirements are specified on the Drawings or Details, foundation stabilization material, where required to replace soft or unsuitable trench bottoms, shall be well- graded, 2 -112 inch minus granular material essentially free of dirt, silt, clay, and organic or deleterious matter. The material shall have no more than 10% by weight passing the No. 200 sieve size. 2.02 PIPE BEDDING MATERIAL: A. Ductile Iron & Steel Pie All Sizes Thermoplastic Pipe 4" Diameter and Larger Unless other or additional bedding material requirements are required by the Drawings, pipe bedding material to be installed and compacted under, around and above all pipe as specified in this Section shall be clean, well- graded sand or sand/gravel mixture with a maximum particle size of 3/4 inch, entirely free of clay, silt, organic or deleterious matter and frozen material. Minimum material weight shall be 110 pounds per cubic foot at 95% relative compaction. Bedding shall conform to the following graduation requirements: Sieve Size Percent Passing 1" square 100 114" square 25 -80 [mile W11% B. Copper Water Service Pipe, Thermoplastic Pipe Less Than 4" Diameter All requirements of 2.02 A. herein apply, except that bedding material shall be clean sand, free of gravel, with no more than 5% passing the No. 200 Sieve (by weight). City of Spokane Valley 126 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 SECTION 02221 - TRENCH EXCAVATION, BACKFILL AND COMPACTION 2.03 TRENCH BACKFILL MATERIAL: Unless other or additional trench backfill material requirements are indicated on the Drawings, trench backfill material shall be well graded, sand, gravel, crushed rock, or native soil material free of humus, organic, frozen or deleterious material and debris. It shall contain no rocks larger than 2" in largest dimension, with no more than 25% of the material being such rock. The material shall contain no more than 5 percent by weight passing the No. 200 sieve. It shall also be free of any consolidated, saturated or deleterious matter that may damage the pipe or structures or present a compaction problem. If the Engineer determines that the native excavated material is unsuitable for trench backfill, the Contractor shall backfill with approved native material from another work area or, if not available, with imported material. 3.00 EXECUTION 3.01 PREPARATION OF EXCAVATION AREA: A. Where clearing or partial clearing of the pipeline alignment and/or work area is required, such clearing shall be completed prior to starting trench excavation. Unless other or additional clearing, grubbing, and/or existing surfaces removal requirements are specified elsewhere in the Specifications or on the Drawings, pavements, trees, roots, brush, grass and other materials in the pipeline alignment that are unsuitable for trench backfill shall be stripped and disposed of off site, in conformance with all applicable ordinances and regulations. In no case shall trench excavation material cover brush or trees. B. All bituminous and concrete pavements in the trench excavation area shall be neatly cut in an approved manner prior to trench excavation. Such pavements, including roads, walks, parking areas, curbs, and other paved surfaces, shall be cut on each side at least 12" wider than the width of the top of the trench. In no case shall existing pavements be removed in such a manner as to damage the remaining pavement or lift it off its base material. Pavement materials so cut and removed shall be disposed of off site, in conformance with all applicable ordinances and regulations. Additional or other pavement removal requirements may be indicated on the Drawings or elsewhere in the Specifications. C. Unless a separate payment item or items are provided in the Specifications or on the Drawings, all costs of such stripping and disposal of waste material shall be considered incidental to trench excavation and no additional payment will be made therefore. City of Spokane VaIley 127 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 SECTION 02221- TRENCH EXCAVATION, BACKFILL AND COMPACTION 3.02 OBSTRUCTIONS: A. Objects encountered during trench excavation operations, such as tree roots, stumps, abandoned structures or portions of structures, abandoned piping, logs, debris, paving, railroad ties, or any and all other obstructions shall be removed and disposed of off site, in conformance with all applicable ordinances and regulations. The Engineer, if requested, may make changes in the pipeline alignment to minimize interference caused by such obstructions when encountered. B. Unless a separate payment item or items are provided in the Drawings or Specifications, the cost of removal and disposal of such obstructions, as well as the cost of delays that may be caused by same, shall be considered incidental to trench excavation and no additional payment will be made. 3.03 CLASSIFICATION OF TRENCH EXCAVATION: A. General I . Trench excavation may be classified or unclassified. If a trench rock excavation bid item is included, then the following definition of trench rock excavation shall apply to that bid item. If no trench rock excavation bid item is provided, and if no other excavation classifications and bid items are provided, then all trench excavation of any nature, including excavation and disposal of rock as defined below, shall be considered included in trench excavation and no additional payment will be made. 2. All trenches shall be sloped and/or braced and sheeted and trench excavation material stored and retained in accordance with the most stringent of the applicable laws and regulations, in accordance with good safety practice, and as necessary to protect persons, adjacent or affected properly, and the work. The Contractor shall be solely responsible for determining and utilizing the necessary sloping, bracing and/or sheeting. B. Trench Excavation Trench excavation shall be such excavation where the excavated material is piled essentially beside the trench as it is removed and backfilled from this position. Also included in this defmition is any and all material of whatever nature that must be transported to another site for disposal or for temporary stockpiling prior to backfill, hauled without stockpiling due to confined work area, or transported to another trench backfill location for any reason. Unless specifically provided for in other bid item(s), all costs of such handling, transport, stockpiling and /or disposal shall be considered incidental to trench excavation and no additional payment will be made. City of Spokane Valley 128 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 SECTION 02221- TRENCH EXCAVATION, BACKFILL AND COMPACTION C. Rock Excavation Rock excavation shall be excavation of boulders (exceeding 1.0 cubic yard in volume), ledge rock, or other solid rock material requiring pneumatic equipment ( "hoe ramming ") for its removal. Boulders, or other rock larger than 1.0 c.y. not requiring the use of pneumatic equipment ( "hoe- ramming ") shall not be considered rock excavation under this bid item. Hard pan, hard clay and glacial till or sandstone, siltstone, shale or other rock which is soft or weathered, or other extensively fissured rock will not be considered rock excavation and is not defined as rock requiring hoe ramming. No hoe ramming of rock shall be done without prior approval by the Engineer that such operations are required. 2. All boulders, ledge rock, and other solid rock shall be removed to provide at least 6" clearance below the pipe. Excess excavated rock material and rock excavation that is not suitable for backfill shall be removed and disposed of off -site by the Contractor. Unless a specific bid item is provided, such removal and disposal of excess or unsuitable rock excavation material shall be considered incidental and no additional payment shall be made. Materials removed shall be replaced with materials from adjacent excavations or with imported material as designated by the Engineer. 3.04 TRENCH EXCAVATION SAFETY SYSTEM: A. The Contractor shall provide a Trench Excavation Safety System in compliance with all federal and state regulations. The safety system shall meet the provisions of the Washington Industrial Safety and Health Act, as set forth in the latest Revised Code of Washington (RCW), as required for trench excavations. B. Neither the Engineer nor the Owner will inspect, review, approve, or have any liability for the adequacy of the Contractor's Trench Excavation Safety System. Payment for the Trench Excavation Safety System will be made under a separate Bid Item.-Payment for the Trench Excavation Safety System shall not be construed as acceptance or approval of the Contractor's Trench Excavation Safety System. C. The bid item for such Trench Excavation Safety System shall reflect the actual cost of providing the system. Bids received with a lower than actual cost may be judged non- responsive and, therefore, rejected. 3.05 LIMITS OF EXCAVATION: A. The length of trench excavated in advance of pipe Iaying shall be kept to a minimum and, in no case, shall exceed 150 feet, unless specifically approved by the Engineer. B. The trench shall be of sufficient width to permit proper assembly of the pipe and installation and compaction of bedding and backfill materials. Trench width at the surface of the ground City of Spokane Valley 129 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 SECTION 02221- TRENCH EXCAVATION, BACKFILL AND COMPACTION shall be kept to the minimum necessary to install the pipe, but in full conformance with federal; state, and local safety requirements. Trench width shall also conform to applicable Drawing or Details. 3.06 EXCAVATION LINE AND GRADE: A. Trench excavation shall be made to the lines and grades indicated by the Drawings and Specifications and/or as established by the Engineer in the field, with proper allowance for all bedding or foundation replacement requirements. Unless specified otherwise on the Drawings or Details, excavation shall allow for the installation of bedding material below the pipe as specified herein under 3.09 "Bedding Material Installation and Compaction". If the trench is excavated below the required grade at the option of, or error by, the Contractor, the trench bottom shall be brought back to grade with compacted bedding or foundation replacement material compacted in lifts to 95% density, as herein specified, at no additional cost to the Owner. B. Trench excavation planning and operation shall result in the installation of all pipe, appurtenances and structures in full conformance with the installation and testing requirements specified for the particular type of pipe, structure, and/or appurtenances for which the excavation is intended. In the case of water pipe or other pressure pipe installations, the trench shall provide for straight grades between vertical bends shown on the Drawings, with no localized high points. A depth deeper than the specified minimum excavation depth may be required to avoid such localized high points. In the case of gravity sewer pipes, the specified finished pipe grade and alignment will require exacting and careful trench excavation and workmanship to provide a firm trench bottom and pipe foundation. In all cases, a firm and unyielding trench bottom shall be provided for pipe, structure and appurtenance foundation. 3.07 UNSUITABLE FOUNDATION CONDITIONS: Wherever trench excavation results in a trench bottom that contains voids, is saturated, soft, or is in any other way unsuitable for foundation in the opinion of the Engineer, such trench bottom material shall be removed to a depth approved by the Engineer and disposed of by the Contractor. Approved Foundation Stabilization Material shall be placed and compacted by the Contractor in lifts to a relative density of at least 95 %, as herein specified. 3.08 CONTROL OF WATER: A. During excavation, installation of pipe, structures and appurtenances, backfill operations, and the placing and curing of concrete, all excavation areas shall be kept free of water except as otherwise specified or designated on the Drawings. The Contractor shall, at all times, control surface and subsurface drainage so as to prevent its entering the work. In no case shall the pipe or appurtenances being installed be used as a conduit to remove or transport surface or subsurface drainage. City of Spokane Valley 130 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 SECTION 02221- TRENCH EXCAVATION, BACKFILL AND COMPACTION B. The Contractor shall furnish, install, and operate in such locations and, when necessary, such equipment and materials that are required to keep excavations free from water, and shall dispose of water without causing nuisance, damage, or injury to persons or property. He shall, at all times, have sufficient and reliable pumping equipment and pump drives on hand, in good working order, and operational, in spite of all ordinary emergencies, including power outages. He shall also have available, at all times, adequate and competent manpower to operate and maintain such equipment as necessary. C. The control of groundwater shall also prevent the softening oftrench and excavation bottoms and dewatering materials, equipment, and methods shall prevent the removal of natural soils. Dewatering operations shall draw down subsurface water to a level at least 1 foot below the bottom of the excavation, result in the maintenance of the undisturbed state of foundation soils, and allow proper pipe, structure, and appurtenance installation, as well as the installation and compaction of all backfill materials to the specified density. Dewatering installation and operations shall not reduce the water level to the extent that it may damage or endanger other structures or improvements in the vicinity. D. Open and cased sumps shall not be used as primary dewatering methods for excavations deeper than 3 feet below the static water level. E. The release of groundwater to its static level shall be performed in such a manner as to maintain the undisturbed state of the foundation soils to prevent disturbance of compacted backfill materials and prevent flotation or movement of pipe, structures, or appurtenances. F. Unless a separate Bid Item is provided, all control of water and dewatering design, labor, materials, and equipment shall be considered incidental to trench excavation and no additional payment will be made therefore. 3.09 BEDDING MATERIAL INSTALLATION AND COMPACTION: A. The specified pipe bedding material shall be placed and compacted for all pipe, structures, and appurtenances. All bedding material shall be compacted to 95% relative density, as determined by ASTM D -1557, unless otherwise indicated on the Drawings or Details. B. In addition to the requirements specified herein, all pipe backfill and compaction methods and equipment shall also conform to the pipe manufacturer's written installation instructions or manuals, which the Contractor shall have on the site. Water settling of the trench to attempt compaction shall not be allowed, unless specifically approved by the Engineer or indicated on the Drawings. C. Pipe bedding material shall be placed in the trench in such a manner as to protect the pipe and appurtenances from movement or damage. In general, material shall be placed into the trench by pushing it from the end of the trench at an angle along and over the pipe so that the material is placed in the form of a rolling slope rather than by side filling. Free falling material shall not be allowed to fall directly on the pipe. City of Spokane Valley 131 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 SECTION 02221 - TRENCH EXCAVATION BACKFILL AND COMPACTION D. Unless specified otherwise on the Drawings or Details, a minimum of 4" of bedding material shall be installed under the pipe where no rock exists in the trench bottom and a minimum of 6" under the pipe where the trench bottom is in rock. The trench bottom and bedding shall be hand - graded and compacted to provide uniform and continuous support for the full length of the pipe. Depressions in the bedding shall be hand - formed to allow proper assembly of the pipe. Care should be taken to make the depression no larger than necessary, and to hand -fill and compact bedding material into and around the pipe bell to provide adequate support of the pipe and pipe joint. E. Bedding material shall be placed in maximum 8" lifts to the spring line of the pipe, taking care to adequately place and compact the material for the full width of the trench to the specified density, under and around the pipe on both sides evenly, and for its full length, so as to provide adequate lateral pipe support and strength without altering its proper grade and alignment. T -bars of proper weight and shape shall be used for hand - compacting bedding material under and around the pipe, taking necessary precautions to prevent movement of the pipe during the operation. F. After placement and compaction of bedding material to the pipe spring line, additional bedding material shall be placed and compacted in sufficient lifts to obtain the specified compaction. Unless specified otherwise on the Drawings or details, bedding material shall be placed and compacted to a depth of at least 12" above the pipe and for the full width of the trench. G. Bedding and/or side support material that is disturbed by removal or moving'-the trench excavation safety system shall be re- compacted to specified density before proceeding with backfilling. 3.10 TRENCH BACKFILL AND COMPACTION: A. Unless indicated otherwise on the Drawings, all trench backfill in roadway and other surfaced areas shall be compacted to at least 92% of maximum density, as determined by AASHTO T -180, except the top 2' of backfill under paved areas shall be completed to 95 %. Trench backfill in other areas shall be compacted to at least 90% of maximum density, as so determined. All trench backfill material shall be as specified herein. B. The Contractor shall not side fill the trench with backfill material until at least 2' of bedding and backfill material has been placed and compacted. Trench backfill material, as specified, shall be placed and compacted in lifts to the specified density. The Contractor shall select and use compaction equipment such that the pipe and appurtenances are not moved or damaged in any way. In general, heavy self - propelled equipment shall not be operated in the trench until at least 3' of backfill has been placed and compacted. City of Spokane Valley 132 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 SECTION 02221- TRENCH EXCAVATION, BACKFILL AND COMPACTION 3.11 BACKFILL SETTLEMENT: Settling of any trench within one year after final acceptance of the work shall be considered incontrovertible evidence of inadequate compaction. Upon notification of such settlement, the Contractor shall promptly perform such remedial work as may be required to correct the deficiency to the satisfaction of the Owner, including replacement of surfacing materials, at no additional cost to the Owner. If such remedial work is not promptly performed, the Owner may exercise its rights as holder of the required performance bond and make such repairs as it deems fit, recovering the resulting expenses from the bond surety. 3.12 RESTORATION, FINISHING AND CLEAN -UP: The Contractor shall restore, replace, or repair such surfaces, structures, and improvements as may have been disturbed, removed, or damaged as a result of his operations. All such items shall be returned to a condition equal to that before the work began and to the satisfaction of the Owner. All surplus and waste materials shall be removed and surfaces cleaned. Of particular importance are existing drainage facilities and ditches, which shall be carefully and completely restored to their intended function as soon as possible after disturbance, even if all other work in the area is still under way. Partial or final payments may be withheld if required restorations, repairs, finishing and clean- up are not satisfactorily completed. 3.13 TRENCH BACKFILL SURFACE MAINTENANCE: A. Unless required otherwise on the Drawings or specified elsewhere in the Specifications, temporary trench backfill surface restoration and maintenance shall be as required in this paragraph and performed at no additional cost to the Owner. B. The Contractor shall diligently and continuously maintain temporary trench surfaces after backfill to provide smooth and firm traffic surfaces, where required, until permanent surfacing is placed. This maintenance may include placement of crushed rock, oil, and/or temporary pavement materials to keep traffic areas smooth. Dust control shall also be performed as required. C. Temporary surfaces shall be maintained by the Contractor until the following operations and items, as required, have been completed and approved by the Engineer: 1. Installation of service connections, lines and appurtenances 2. Installation of valve boxes, cleanouts, manholes and other surface features 3. Pipeline, manhole and other testing 4. Clean-up and restoration of all other physical features Restoration and repair of disturbed utilities as required City of Spokane Valley 133 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 SECTION 02221 - TRENCH EXCAVATION, BACKFILL AND COMPACTION D. No permanent pavement or other surface replacement or repair shall be undertaken until the above items have been satisfactorily completed and approved by the Engineer. 4.00 MEASUREMENT AND PAYMENT 4.01 GENERAL: A. If no specific bid item is provided, measurement and payment shall be considered incidental and shall be included in the bid price for other items of work for the project. B. The estimated quantities shown in the bid form are estimates only, being given only as the basis for the comparison of bids, and the Owner does not warrant, expressly or implication, that the actual amount of work will correspond therewith. The right to increase or decrease the amount of any class or portion of the work, to delete items of work, or to make changes in the work required, as may be deemed necessary, is reserved by the Owner as provided elsewhere in the Specifications. The basis of payment will be the actual unit bid items of work preformed and measured in accordance with the Contract. All prospective bidders should note that certain bid items may be included in the Contract Proposal to establish a unit price should the use of those items become necessary during construction. Allowance will not be made for, loss of anticipated profits or additional compensation should the use ofthese items be deem unnecessary. C. The Engineer shall make all measurements and determine all quantities and amounts of work done under the Contract. At the time measurements are made for quantity determinations, the Contractor, or his authorized assistant, shall be present to verify such measurements. From quantity figures so ascertained, it will be the Contractor's responsibility to prepare a monthly periodical estimate of the work accomplished to date. 4.02 BID ITEMS: The prices bid for any and all items of work shall cover the cost of furnishing all labor, materials, equipment, tools, supervision, and any other incidental costs required to provide complete and satisfactorily operational system(s) in accordance with these Contract Documents. Special provisions, requirements, and revisions to these Bid Items and/or additional Bid Items may be included on the Drawings or Details. The bid price shall include warranty of all materials and equipment furnished and work performed for a period of one (1) year from the date of Substantial Completion of the entire Project, unless longer periods are specified elsewhere in these Contract Documents. City of Spokane Valley 134 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 SECTION 02221 - TRENCH EXCAVATION BACKFILL AND COMPACTION A. Trenching, Bedding and Backfill 1. This Bid Item shall include all trench excavation, bedding, backfilling and compaction, including placing and compacting, not furnishing, imported bedding and backfill material if required. It shall include transporting and disposing of excess trench excavation material not included in other bid items provided, and finish grading. 2. Measurement and Payment shall be per Lineal Foot (L.F.), as measured along the installed pipe by the Engineer. Measurement shall be made through fittings, valves, connection details, manholes and clean -outs, as applicable. B. Furnish Imported Trench Backfill 1. This Bid Item shall include furnishing only (not placing or compacting) imported trench backfill material, in conformance with the applicable material specifications. Also included shall be transporting imported material to the site and transporting and disposing of excess trench excavation material resulting from utilization of imported backfill. 2. Measurement and Payment shall be on a unit price per Cubic Yard (C.Y.) or per Lineal Foot (L.F.), as measured by the Engineer along the installed pipe where imported backfill is placed at the direction of the Engineer. Imported material will be paid for only at the locations where its use is required by the Engineer, or specifically identified on the Plans or elsewhere on these specifications. C. Trench Foundation Stabilization 1. Includes extra excavation of unsuitable material, furnishing, placing and compacting foundation stabilization material. Also included shall be transporting and disposing of excess excavation material resulting from utilization of imported backfill. 2. Payment shall be made on a unit price Cubic Yard (C.Y.) or Lineal Foot (L.F.) basis, as measured by the Engineer. Trench foundation stabilization shall be paid for only at locations where its use is required by the Engineer or specifically identified on the Plans. D. Furnish Pipe Bedding This Bid Item shall include furnishing only (not placing or compacting) bedding material, in conformance with the applicable material specifications. Material may be screened on -site or off -site and imported. Also included in this Bid Item shall be transporting imported bedding material to the site (if required), and transporting and disposing of excess trench excavation material resulting from utilization of imported bedding. Measurement and payment will be on a Lineal Foot (L.F.) basis, as measured to the nearest foot by the Engineer in the field along the installed pipes where bedding is placed. Imported (or screened on -site) bedding City of Spokane Valley 135 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 SECTION 02221- TRENCH EXCAVATION, BACKFILL AND COMPACTION material shall be used for all pipe, unless specifically indicated otherwise in the field by the Engineer or specifically identified otherwise on the Plans or elsewhere in the specifications. E. Trench Excavation Safety System This Bid Item shall include furnishing and implementing a Trench Excavation Safety System in conformance with the applicable codes and specifications. Measurement and payment will be on a Lump Sum (L.S.) basis or on a Lineal Foot (L.F.) basis, as measured to the nearest foot by the Engineer in the field along the trench in which excavation exceeds a depth of 4 feet and where such safety system is actually used. F. Trench Rock Excavation 1. When included as a Bid Item, hoe ramming shall include all work necessary for using pneumatic equipment ( "hoe ramming ") for boulders (larger than 1.0 cubic yard), ledge rock, or other solid rock formations to allow excavation of the pipeline trench as specified herein. Removing, hauling and disposal of oversize, unsuitable, or excess material resulting from hoe ramming shall be considered incidental and no separate payment will be made therefore. Furnishing imported trench backfill shall be considered incidental and no separate payment will be made unless a separate Bid Item is included for imported backfill. Excavation and backfill operations are included in other Bid Items. Boulders smaller than 1.0 cubic yards shall not be classified as rock requiring hoe ramming. 2. Measurement and Payment shall be per Cubic Yard (C.Y.) or Lineal Foot (L.F.) of pneumatically fractured rock as indicated on the Bid Form, as measured in place by the Engineer. No hoe ramming of rock will be paid for without prior approval by the Engineer that such operations are required. Measurement and payment limits on a C.Y. basis shall not extend beyond the width of the trench bottom or beyond the actual vertical dimensions of rock within the trench. The width of the trench bottom for determining the basis,of payment shall be 36" unless specified otherwise on the drawings. Vertical distances shall be measured from the upper surface of the rock as defined in Paragraph 3.03 C "Rock Excavation", to an elevation 6 inches below the underside of the pipe barrel. Measurement and payment on a L.F. basis shall be for the length of pipe trench where hoe ramming occurred, not including trench portions where rock was not encountered. All fixed costs for this Bid Item shall be included in this Bid Item. * *END OF SECTION" City of Spokane Valley 136 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Section 02550 - WATER PIPE, SERVICES AND APPURTENANCES 1.00 GENERAL 1.01 DESCRIPTION OF WORK INCLUDED: A. The work described in this Section includes fiunishing and installing all water mains, fittings, valves, services, service pipe, thrust restraint and any and all other labor, materials and equipment necessary for the proper completion of the system as shown on the plans and described in the specifications. All required system disinfection and testing is also included in this Section. B. Special provisions, requirements and/or revisions to this Specification and/or Bid Item(s) may be included on the Drawings or Details. 1.02 MATERIAL STORAGE AND HANDLING: A. The Contractor shall make his own arrangements for adequate area and access thereto for proper and safe storing and protection of all pipe materials and appurtenances prior to installation. All pipe shall be stored on a flat and reasonably level surface, with the full pipe length supported to prevent distortion of the pipe during storage. Pipe shall not be stacked in piles higher than 5 feet. Pipe and other materials shall be unloaded, handled, transported and stored using all possible means to protect the materials and in full conformance with the manufacturer's written instructions, which the Contractor shall have on site. During cold weather, extra care shall be taken in handling all materials. B. Submittals shall conform to the Standard Specifications. C. All Materials shall be approved by the Engineer prior to the start of work and shall be submitted with the standard cover sheet. The Contractor shall provide the engineer with four (4) copies of submittals. 2.00 PRODUCTS 2.01 GENERAL: All materials required for proper completion of the work shall be new, of the highest quality, in conformance with the applicable AWWA standard, of proper pressure rating for the Owner's system and for the specified test pressure, and subject to the approval of the Engineer. 2.02 WATER MAIN PIPE: A. Ductile iron pipe shall be cement mortar lined with push on, mechanical, restrained or non - restrained joints as shown on the Drawings, in accordance with AWWA C104, C111, and C 151 of the size shown on the Drawings and/or in the Bid Items included in this Section. See below for restrained joint specifications. Pipe shall be of the wall thickness specified in AWWA C- 151/A21.51 for minimum pressure class 350 psi for pipe size 12" and smaller, City of Spokane Valley 137 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Section 02560 - WATER PIPE SERVICES AND APPURTENANCES unless specified otherwise on the Drawings or elsewhere in these Contract Documents. For pipe sizes larger than 12 ", the wall thickness class and/or pressure class rating shall be as specified on the Drawings or elsewhere in these Contract Documents. All flanged pipe shall be of the thickness specified in AWWA C- 115/A21.15. B. PVC pipe shall be AWWA C -900 Class 150, unless specified otherwise. C. High density polyethylene pipe (HDPE) 3" and larger shall be DR 9 (200 psi WPR), ductile iron pipe size (DIPS) or steel pipe size (1PS) as needed to coordinate with and connect to other pipe and fittings in this project. The pipe shall contain no recycled compounds except that generated in the manufacturer's own plan from resin of the same specification from the same raw material. All pipe shall be in fill conformance with AWWA C906, have nominal burst values of three times the Working Pressure Rating (WPR) of the pipe, and be NSF approved for potable water use. Pipe shall be Driscoplex 5100, Plexco HDPE (PE3408) or approved equal. D. High density polyethylene pipe (HDPE) 2" and smaller shall be IPS DR 9 (200 psi WPR). The pipe shall contain no recycled compounds except that generated in the manufacturer's own plan from resin of the same specification from the same raw material. All pipe shall be in full conformance with AWWA C901, have nominal burst values of three times the Working Pressure Rating (WPR) of the pipe, and be NSF approved for potable water use. Pipe shall be Driscoplex 5100, Plexco HDPE (PE3408) or approved equal. E. The type(s) of pipe to be used in this project shall be as specified on the Drawings or in the Bid Proposal pages. Unless indicated otherwise, only one pipe material shall be used on the proj ect. 2.03 PIPE FITTINGS AND COUPLINGS: A. Water main pipe fittings shall be cement mortar lined cast or ductile iron of pressure rating in conformance with the specified pipe, and in conformance with AWWA C 104, C 110, C 111 and C 15.3. Fitting configuration, size and end type shall be as shown on the Drawings and as required for the pipe, valves, details and appurtenances, as specified herein. See below for restrained joint specifications. B. All couplings shall be ductile iron of the type and size required by the connecting pipe, material, or appurtenances and of pressure rating at least equivalent to the other materials. The location, size and type of all couplings shall be as shown on the Drawings, or as approved by the Engineer. Ductile iron for center rings, bodies and end rings shall meet ASTM A536. Gaskets shall be virgin SBR, compounded for water service and meeting ASTM D2000 3BA 715. Bolts and nuts shall be high strength, low alloy steel meeting AWWA C111. Straight couplings shall be Romac 501 or approved equal. Flanged coupling adapters shall be used above ground only and shall be Romac FCA 501, or series 2100 megaflange EBAA, IRON, Inc., or approved equal. C. All j oints with accessories, including gaskets, shall have a minimum working pressure rating City of Spokane Valley 138 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Section 02560 - WATER PIPE, SERVICES AND APPURTENANCES equivalent to the minimum working pressure rating of the pipe and shall be in accordance with AWWA C110, C111 and C115, including Appendices. D. Gaskets for flanged pipe and fittings shall be a minimum 1/8 inch thick, full -faced or ring, synthetic rubber, and meet the material requirements of ANSI A21.11. Special gaskets may be needed for pipeline pressures over 250 psi per AWWA C111 and C115 and manufacturer's recommendations. Contractor shall provide documentation of gasket pressure rating with submittals. E. Fittings for HDPE Pipe Butt Fusion Fittings shall be PE3408 HDPE and in full conformance with ASTM D3261. Molded and fabricated fittings shall have a pressure rating equal to the pipe unless otherwise specified in the plans. Fabricated fittings shall be manufactured using Data Loggers. Temperature, fusion pressure, and a graphic representation of the fusion cycle shall be part of the quality control records. All fittings shall be in full conformance with AWWA C906 and have nominal burst values of three and one -half times the Working Pressure Rating of the fitting. 2. Electrofusion Fittings shall be PE3408 HDPE and in full conformance with ASTM F1055. Fittings shall have a pressure rating equal to the pipe unless otherwise specified on the plans. All electrofusion fittings shall be in full conformance with AWWA C906 and have nominal burst values of three and one -half times the Working Pressure Rating (WPR) of the fitting. 3. Flanged and Mechanical Joint Adapters shall be PE3408 HDPE and in full conformance with ASTM D3261. Fittings shall have a pressure rating equal to the pipe unless otherwise specified on the plans. 2.04 RESTRAINED JOINTS FOR PIPE, VALVES AND FITTINGS FOR DI PIPE: A. The type of thrust restraint used shall be as indicated on the Drawings. If not indicated, restrained j oint pipe, valves and fittings, or thrust blocks, at the Contractor's option, shall be used. B. All restraining type joints, glands, gaskets, couplings, clamps or other devices used with ductile iron (DI) pipe shall: 1. Be specifically designed, tested, manufactured, FM approved, and UL listed for the specific type, material, size and class of pipe upon which it is proposed for use and for buried service; 2. Have bodies (if applicable) made entirely of ductile iron; 3. Have a minimum tested safety factor of 2.0 times rated pressure of both the device and City of Spokane Valley 139 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Section 02560 - WATER PIPE, SERVICES AND APPURTENANCES the pipe for all tests, when tested on the specific pipe type, material, size and class upon which it is proposed for use. 4. Shall be as manufactured by EBAA Iron, Inc., or approved equal. 5. Thrust blocks shall be used at connections between an existing water main and new water main. Joint restrain is not allowed because thrust restrain of existing mains is unknown. 2.05 RESTRAINED JOINTS FOR PIPE, VALVES AND FITTINGS FOR PVC PIPE: A. The type of thrust restraint used shall be as indicated on the Drawings. 2.06 VALVES AND VALVE BOXES: A. All valves larger than 2" shall be butterfly valves or resilient seat gate valves in accordance with AWWA C504 and C509, respectively, as indicated on the Drawings, with 2" operating nut (for buried service) or handwheel opening counter clockwise. Butterfly valves shall be Class 150B, Pratt, M & H Dresser or approved equal. Resilient seat gate valves shall be American Darling, M & H Dresser, or approved equal. B. Except as shown on the Drawings or Detail Drawings, valve boxes for buried - service valves shall be cast iron two- piece, slide -type, adjustable boxes with cast iron drop type lids marked "Water ". C. Inside diameter of the bottom portion of the box shall be at least 8 "; minimum inside diameter of the upper portion of the box shall be 5 -'/4 ". Only identical cast iron valve box extensions shall be utilized. Valve box complete extension shall range from 48" to 72" 2.07 FIRE HYDRANTS: Fire hydrants shall conform to AWWA C502 with two 2 -1/2" hose connections, one 4 -1 /z" pumper port and 5 -%2" valve opening. Operating nut shall conform to the Owner's standard. 2.08 WATER SERVICE INSTALLATIONIREPAIR MATERIALS: A. All materials shall conform to AWWA C800. All service pipe shall be copper unless otherwise specified on the drawings. Except at HDPE service pipe, all materials shall provide electrical conductivity. 1. HDPE Service Pipe ,Shall conform to paragraphs 2.02 D and 2.03 E of this Section 02560. 2. Service Saddles City of Spokane Valley 140 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Section 02560 - WATER PIPE, SERVICES AND APPURTENANCES Service saddles for ductile iron and steel pipe shall be ductile or malleable iron double strap saddles, Romac Style 202, or approved equal. Service saddles for PVC pipe shall be ductile iron with minimum 2" wide stainless steel strap. Service saddles for HDPE pipe shall be nylon saddle with stainless steel double strap and spring washers. 3. Corporation Stops Corporation stops shall be high quality bronze water works fittings conforming 'to AWWA C800, with male iron pipe thread inlets and outlets suitable for the connecting service pipe material, Ford, Mueller or approved equal. 4. Curb Stems and Curb Boxes Curb stops, if required, shall be high quality bronze water works fittings conforming to the applicable AWWA standard and with the end types shown on the Plans or Details. Standard adjustable, two- piece, cast iron curb boxes shall be properly installed on all curb stops unless shown otherwise on the Drawings. All curb stops and connecting pipe shall be installed using end types that will restrain the curb stop and prevent it from coming off the service pipe under pressure, if the service pipe on the customer side of the stop is not connected. Electrical conductivity shall be adequate for high amperage electrical pipe thawing. 5. Pack Joints Pack joint couplings shall provide a water -tight seal on all types of service pipe, including existing service pipe materials, and shall provide both positive end restraint and positive and adequate electrical conductivity for high amperage electrical pipe thawing. They shall be Ford "Pack Joint Couplings ", or Mueller 110 compression couplings, with the end types as required for the particular pipe diameter and material encountered. 2.09 UTILITY MARKING TAPE: A. Detectable Detectable marking tape shall be 5.0 mil overall thickness, with a 50 gauge aluminum foil core covered by polyethylene. Tape shall be color coded, impregnated with permanent message printing under a mylar layer. Color and message shall be appropriate for specific utility. Tape shall be THORTEC, or equal. B. Non - Detectable Non - detectable marking tape shall be 4.0 mil overall thickness polyethylene, color code impregnated, with permanent message printing. Color and message shall be appropriate for specific utility. Tape shall be SHIELDTEC, or equal. City of Spokane Valley 141 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Section 02560 - WATER PIPE SERVICES AND APPURTENANCES 2.10 PIPE LOCATING WIRE AND CLAMPS: Pipe locating wire shall be #10 insulated THHN solid copper. Clamps for attaching the locating wire to water services shall be UL listed ground clamps commonly used for grounding wire to copper, or galvanized steel water service pipes. Clamps shall be of the appropriate size as required for the wire and service pipe in the field. 2.11 RIGID INSULATION: Insulation shall be closed cell, extruded polystyrene foam with minimum compressive strength of 25 psi (ASTM D1621 -73) and maximum water absorption of 0.3% (ASTM C272 -73). Minimum insulation board thickness shall be 2 ", unless otherwise specified. Insulation shall be installed in locations as shown on the Drawings or where minimum cover cannot be achieved. 2.12 THRUST BLOCKS: All concrete for thrust blocks shall be made from high -early strength concrete with 3" slump, using six (6) %z sack mix (611 pounds per cubic yard). Minimum 28 -day compressive strength shall be 3,000 psi. All steel used to restrain fittings or valves shall be hot dip galvanized after fabrication and bending and coated with bitumastic after installation. 2.13 POLYETHYLENE ENCASEMENT: Polyethylene encasement for ductile iron pipe, fittings and appurtenances, where required, shall conform to the latest revision of AWWA C105. 2.14 OTHER MATERIALS: All other materials not specifically described, but required for proper completion of the work, shall be new, of the highest quality, in conformance with the applicable AWWA standard, of proper pressure rating for the Owner's system, and subject to the approval of the Engineer. 3.00 EXECUTION 3.01 TRENCHING, BEDDING, AND BACKFILLING: A. All trenching, bedding, backfilling, and compaction for water pipelines and appurtenances shall be done in strict conformance to the requirements of Section 02221 of these Specifications. B. Pipelines 4" in diameter and larger shall be bedded as specified herein and as shown on the applicable Detail Drawing. Pipelines smaller than 4" in diameter (service pipe) shall be bedded as specified herein, with a minimum of 4" of pipe zone bedding material underneath City of Spokane Valley 142 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Section 02560 - WATER PIPE SERVICES AND APPURTENANCES and a minimum of 6" to each side and over the top of the pipe, unless specified otherwise on the Drawings, or in the Details. 3.02 INSPECTION OF MATERIALS: All pipe and appurtenances shall be inspected before installation for cracks, defects, and workability. All dirt, scale, and burrs shall be removed as required for proper installation. 3.03 PIPELINE INSTALLATION: A. General 1. All pipe and appurtenances shall be installed in accordance with the manufacturer's published recommendations and the appropriate AWWA Standard, except as modified by these Specifications. The .Contractor's on -site representative shall have, at all times, a copy of the manufacturer's installation booklet. A copy of the appropriate installation booklet shall also be provided by the Contractor for the Engineer. 2. All pipe shall be laid on the lines and grades shown on the Drawings. If no pipe grades are shown, all pipe shall be laid on a straight grade without localized high points. In no case shall any pipe have an earth cover less than 5.0 feet, unless shown otherwise on the Drawings, or as may be approved in the field by the Engineer. 3. Maximum allowable pipe or joint deflection shall be 80% of manufacturer's recommended maximum. 4. Unless specifically approved otherwise by the Engineer, pipe laid on slopes steeper than 15% shall be laid uphill, with the bells facing uphill. 5. All water pipelines and appurtenances, including new services, shall be pressure tested -and disinfected in accordance with these Specifications. 6. The Contractor shall provide adequate thrust restraint for both the test pressures and for normal system operation. B. Fittings All fittings shall be installed on a compacted foundation of bedding material and restrained with restrained joints or thrust blocks as shown on the Drawings and Detail Drawings. A torque wrench shall be used for final tightening of all mechanical joint and flanged end fittings. City of Spokane Valley 143 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Section 02560 - WATER PIPE, SERVICES AND APPURTENANCES C. Restrained Joint Pipe and Fittings 1. The type of thrust restraint used shall be as indicated on the Drawings. If not indicated, restrained j oint pipe, valves and fittings or thrust blocks, at the Contractor's option, shall be used. 2. Restraining type joints, glands, gaskets, couplings, clamps or other devices shall be installed in strict conformance with the manufacturer's written instructions for the specific pipe and fitting on which it is being installed. Such written instructions shall be in the possession of the installer(s) at all times. 3. All restraining type joints, glands, gaskets, couplings, clamps or other devices shall remain exposed for inspection after assembly prior to backfill whether or not a First Test (see Pipeline Testing) is conducted. 4. Pipe joint restraint shall be provided on all pipe connected to a restrained joint fitting or valve unless a thrust block is used. Unless specified otherwise on the Drawings, the minimum length of pipe with joint restraint shall be as shown on the following table, as adjusted for actual test pressure and pipe depth at time of testing. The length of pipe indicated in the following table shall apply for each pipe connected to the valve or fitting; for example a 40' table value shall mean a minimum 40 feet of restrained joint pipe in each direction from the valve or fitting, at 100 psi test pressure. MINIMUM LENGTH RESTRAINED JOINT PIPE AT FITTINGS(') AND VALVES PRESSURE 100 PSP), MIN. COVER DEPTH 4.0 "-U' PIPE DIA. D.I. PIPE(4) PVC PIPE(4) 4 ", 6" 15' 20' S", 10" 20' 25' 12" 25' 30' (l) One -half of the lengths shown may be used for 22 -Y2" and I -1 %4" elbows. (2) For other pressures (i.e., testpressures) multiply by ratio to 100 psi. (3) Assumes pipe bedding compacted to minimum 90 %. (4) For dead ends use 150% of the table value for DI pipe and use 200% of the table value for PVC pipe. D. Valves Install valves in vertical position on a compacted foundation; check workability before installation. Valves not bolted to a fitting flange shall be installed with thrust blocks and/or restrained joints as specified herein. Furnish and install a valve box for each buried valve. City of Spokane Valley 144 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 E. F G. H. 1. Set valve boxes during backfilling to be plumb; cushion lower unit from valve body; set top elevation 1/4 -inch low in roadways and 1" high in other areas. 2. Extra care shall be taken when installing the upper unit of the valve box to provide adequate foundation under the lip to avoid future settlement of box. Thrust Blocks Install concrete thrust blocks at all changes in direction and at all connections and branches from the main. Size and place the thrust blocks in accordance with the Detail Drawings and/or as may be shown on the Drawings. Protect concrete during curing period. For restrained joint pipe, valves and fittings, install thrust blocks only where shown on the Drawings; however, at the Contractor's option, temporary blocking for testing may be utilized. Fire Hydrants (New, Reconnect or Replace Hydrants shall be installed in accordance with the Detail Drawings and/or as shown on the Drawings. Hydrants shall be installed in a plumb position, with the break flange just above the finished grade or finished curb grade. Pumper port shall face the street, unless directed otherwise by the Engineer. 2. Where re- connection of an existing hydrant from an existing main to a new main is required, the Contractor shall preserve and protect the existing hydrant. Hydrant pipe may or may not be replaced, as may be shown on the Drawings or as required by the Engineer in the field. Prior to installing the new main, the Contractor shall expose the existing hydrant pipe to determine connection and grade requirement. 3. Where an existing hydrant is to be replaced by a new one as shown on the Drawings or as directed by the Engineer in the field, the Contractor shall remove the old hydrant full depth, if the new hydrant is to be installed at the same position„ or at least 6" below finished grade if the new hydrant is to be installed elsewhere. All pipe and hydrant components left below grade shall be abandoned as specified herein. All removed pipe and components shall be disposed of offsite, unless directed otherwise. Polyethylene Pipe Installation. 1. Joints between plain end pipes and fittings shall be made by butt fusion, and joints between main and saddle branch fittings shall be made using saddle fusion procedures that are recommended by the pipe and fitting manufacturer. The Contractor shall ensure that the person making heat fusion joints have received training the manufacture's City of Spokane Valley 145 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Section 02560 - WATER PIPE, SERVICES AND APPURTENANCES recommended procedure. The Contractor shall maintain records of trained personnel. External and internal beads shall not be removed. 2. Polyethylene pipe and fittings maybe joined together or to other materials by means of: (a) flanged connections (flanged adapters and back -up rings), (b) mechanical couplings designed for joining Polyethylene pipe or for joining Polyethylene pipe to another material, or (c) electro- fusion. When jointing pipes and fittings the manufacturer's installation instructions shall be followed. Installation shall be accordance with ASTM D2321, manufacturer's recommendations, and this specification. 4. Pipe shall be bedded and backfilled in accordance with Section 02221. I. Polyethylene Encasement Polyethylene encasement for ductile iron pipe, fittings and appurtenances will not be required except where called out on the Drawings. Where required it shall be installed in accordance with AWWA C 105, method A, B or C at the Contractor's option unless specified otherwise on the Drawings. 3.04 CONNECTIONS TO EXISTING PIPELINES: A. At the locations shown on the Drawings, connections shall be made to existing pipelines. The Contractor, in advance of pipe trenching operations, shall expose the existing pipeline and determine the connection and grade requirements. Elbows and short lengths of pipe shall be used where necessary to connect to existing mains. Where approved by the Engineer, the new pipe alignment may be adjusted to make the connection. Connection details to existing mains are based on information available on size, type and location of existing pipe. The Contractor shall excavate and expose existing pipe where new mains are to be connected, prior to starting work in the area, to confirm location, depth, type and size of existing items and to confirm fittings and couplings required. The Contractor shall have the proper materials on hand prior to interrupting service and shall organize and perform his work to minimize interruptions. Care should be taken to prevent contamination of existing mains and new pipe and fittings. Disinfect prior to assembly. 3.05 BLOWOFF ASSEMBLIES: Blowoff assemblies shall be constructed according to Detail Drawing. Location of assembly and distance from main shall be as shown on the Plans, or as directed by the Engineer in the field. 3.06 AIR VACUUM RELIEF STATIONS: Install manholes, piping, fittings and valve assemblies plumb and vertical according to the Detail Drawings and in the locations shown on the Plans. City of Spokane Valley 146 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Section 02560 - WATER PIPE, SERVICES AND APPURTENANCES 3.07 UTILITY MARKING TAPE: A. Detectable Marking Tape Unless otherwise indicated on the Plans, or unless pipe locating wire is installed, detectable utility marking tape shall be installed in all non - metallic pipe installations. Tape shall be placed a minimum of 24" above the pipe, but not less than 12" below finished grade. B. Non - Detectable Marking Tape Except where detectable marking tape is installed, non - detectable tape shall be installed in all pipe installations where pipe is not installed in a street right -of -way, whether or not pipe locating wire is installed. Tape shall be placed a minimum of 24" above the pipe, but not less than 12" below finished grade. 3.08 PIPE LOCATING WIRE AND CLAMPS: Pipe locating wire shall be installed in all non - metallic pipe installations, unless indicated otherwise on the Drawings. Wire shall be installed directly above and within 3" of the pipe, with care to prevent damage to the wire. The Contractor shall minimize the use of splices in the locating wire. Splices may be made where approved by the Engineer. Approved splices and anywhere the locating wire insulation is damaged shall be sealed and made waterproof by the Contractor using an approved material to prevent corrosion of exposed wire. Wire shall be attached to each service connection at the main with clamps, as specified, to provide continuity through service pipes or through service locating wire. Wire shall be brought up into all main line valve boxes to the ground surface, with 1" of extra wire. Where mains intersect, or where more than one valve is installed, all wires shall be brought up into all valve boxes using jumper wires. The use of wire nuts is acceptable only inside the upper portion of valve boxes where they are accessible from the surface. Wire shall be brought up outside the lower box and inside the upper valve box section. Install a spacer to prevent the wire from being pinched between the upper and lower. box sections. The .Contractor shall test and demonstrate the continuity of all locating wires after backfill and compaction. 3.09 RIGID INSULATION: Rigid insulation shall be placed at the top of the pipe zone bedding, but no more than 12" over the water main or services whenever the minimum depth of cover cannot be achieved, as approved by the Engineer, or where required on the Drawings. The insulation shall be 2" wide and extend 5 additional feet along the length of pipe after minimum cover has been achieved, beyond the particular crossing, or as specified otherwise. Typical installation locations shall include, but not be limited to, creek, culvert, and ditch crossings. 3.10 ABANDONMENT OF EXISTING PIPE: See drawings. City of Spokane Valley 147 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Section 02560 - WATER PIPE, SERVICES AND APPURTENANCES 3.11 PIPELINE TESTING: A. In General 1. All piping and appurtenances shall be tested as specified herein. All pipeline tests shall be conducted after installation of service saddles and corporation stops, if any, and other appurtenances that are directly connected to or a part of the pipeline. Service pipe shall be tested with the mains, or separately, at the Contractor's option. Also at the Contractor's option, the testing, disinfection, and flushing of any portion of pipeline may be combined into one operation. 2. The Contractor shall notify the Engineer 24 hours in advance of testing operations. All testing shall be done in the presence of the Engineer. 3. All testing equipment, fittings and gauges shall be provided by the Contractor and shall be approved as satisfactory by the Engineer prior to testing. The Engineer may, at any time, require a calibration check of the test pressure gauge. 4. Before testing, at least 36 hours shall elapse after the last concrete thrust block has been cast with high - early- strength cement, and at least seven days shall elapse after the last concrete thrust block has been cast with standard cement, unless otherwise required by the Drawings or Specifications. 5. The Contractor shall provide adequate permanent thrust restraint prior to testing. Pressure and Leakage Testing 1. General a. All new piping and appurtenances shall be hydrostatically tested as follows. The following combined pressure and leakage test shall be conducted on each individual section of installed pipe between valves. Unless indicated otherwise on the Drawings, the First Test may be conducted or eliminated, at the Contractor's option. i. First Test: An initial pressure and leakage test shall be conducted as soon as possible after sufficient backfill has been placed to prevent the movement of the pipe. Backfill shall be placed in such a manner that all couplings, fittings, valves and connections, including service connections, are completely exposed for visual inspection. The Contractor shall provide adequate lateral and vertical restraint to all pipe, valves and fittings during all testing. City of Spokane Valley 948 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Section 02560 - WATER PIPE, E SERVICES AND APPURTENANCES ii. Second Test: A final pressure and leakage test shall be conducted after all backfilling has been completed and before placement of permanent surfacing or structures. iii. Test Pressure: Test pressure for all piping shall be 200 psi, unless otherwise indicated on the Drawings. The Contractor shall configure his testing setup and procedures such that the pressure against all new and existing valves and fittings shall not exceed their allowable test pressure. 2. Procedure a. Test Duration: The total time for each combined pressure and leakage test for each section shall be a minimum of 2 hours. b. Filling The pipeline shall be filled with water for a minimum of 24 hours. Each section of the pipeline shall be filled slowly with water and all air expelled by means of taps at points of highest elevation. c. Pressurization: The specified test pressure shall be applied to the pipe and shall be maintained for the specified time. If the test pressure exceeds the capacity of the valves isolating the section of pipeline being tested, the. Contractor shall.pressurize adjacent sections with sufficient pressure to reduce the differential pressure on the valves to within their rated capacity. 3. Visible Leakage During the first test, all pipe, couplings, fittings, valves and hydrants shall be examined by the Engineer and Contractor. All cracked or defective elements shall be replaced. Any observed leakage, regardless of the amount, shall be corrected. The test shall be repeated as necessary until all visible leakage has been corrected. The amount of any leakage that cannot be located and repaired shall be accurately measured by the Contractor. 4. Allowable Leakaize a. During the second test, the amount of water pumped into the lines to maintain the test pressure shall be accurately measured by the Contractor. City of Spokane Valley 149 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Section 02560 - WATER PIPE, SERVICES AND APPURTENANCES b. The allowable leakage rate for the pipe tested shall be as specified in AWWA C600 or, if not covered by AWWA, then as recommended in the pipe manufacturer's installation guide. If the Contractor elects to eliminate the First Test, however, regardless of the length of pipe being tested, the allowable leakage shall not exceed that for 350 feet of pipe, unless indicated otherwise on the Drawings. If the test leakage rate in any pipe is greater than the allowable, or greater than the leakage measured during the first test, the leakage shall be located and repaired. The test shall be repeated until the leakage rate is less than the allowable. 5. Connections to Existing Piping The j oints that are necessary to connect a pipeline, fitting, or valve to an existing pipeline shall be subjected to a visible leakage test (all joints exposed), conducted at system pressure for at least two (2) hours. All visible leakage shall be corrected by the Contractor. The test shall be repeated as necessary until all visible leakage has been corrected. It is the Contractor's responsibility to ensure that all fittings and pipe are adequately restrained while exposed during testing. 3.12 PIPELINE DISINFECTION: A. General 1. It is the Contractor's responsibility to provide adequate disinfection and bacteriological test sampling of all water lines and appurtenances in accordance with the Department of Health requirements. Bacteriological test samples shall be taken at least once for every 1,200 lineal feet of pipe, or less, according to local utility or regulatory standards. It is also the Contractor's responsibility to ensure that neither contaminated water, nor water with strong chlorine solution enters any mains in use. 2. A disinfection method other than that specified herein may be used by the Contractor, provided it meets with the requirements stated herein, as well as AWWA Standard C651, and is specifically approved by the Engineer. B. Water Pipelines Use hypochlorite tablet method, placing tablets in pipe during laying; maintain scrupulous cleanliness during pipe laying so that no trench water or foreign matter enters pipe. 2. Attach tablets of 5G hypochlorite to top of pipe with potable water grade Permatex No.1 under tablet only; for each length of pipe, use sufficient tablets for a dose of 50 mglL. 3. When the pipe installation has been completed, fill the main with water, keeping filling velocity less than 1- ft/sec.; allow water to remain in the pipe for at least 24 hours. City of Spokane Valley 150 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Section 02560 - WATER PIPE, SERVICES AND APPURTENANCES 4. Pipe, fittings and couplings connecting to an existing main and which cannot be disinfected with a new main, shall be thoroughly swabbed and flushed with strong chlorine solution immediately prior to installation, as should the existing main where exposed. 6. Flushing 1. After completion of filling, testing, and disinfection, flush heavily chlorinated water from the line by draining at low points until line is completely empty; refill with water and continue to flush main until chlorine residual of less than 1 mg/T_ is obtained. 2. It is the Contractor's responsibility to provide for the adequate and safe disposal of water flushed from mains. 3.13 WATER SERVICE INTERRUPTION, TEMPORARY WATER SERVICE: A. Water service interruption shall be kept to a minimum. Contractor shall install and maintain temporary water mains and services, at his own expense, in order to provide near - continuous water service. All service interruptions shall be coordinated with the Owner. B. Material for temporary lines shall be WADOH approved and shall be thoroughly flushed and chlorinated prior to use. Material may be new or used. C. Contractor shall provide an individual temporary service for each house or business affected. If more than one service is affected, the temporary main shall be a minimum size of 2" diameter. D. The Contractor shall obtain prior approval of the use of a fire hydrant for temporary water service. E. Contractor shall use the proper wrench for the hydrant and shall be responsible for any damage that occurs to the hydrant. 4.00 MEASUREMENT AND PAYMENT 4.01 GENERAL: A. If no specific Bid Item is provided, measurement and payment shall be considered incidental and shall be included in the bid price for other items of work for the project. B. Payment for installed items shall be 50% maximum prior to completion of all testing. C. The estimated quantities shown in the bid form are estimates only, being given only as the basis for the comparison of bids, and the Owner does not warrant, expressly or implication, City of Spokane Valley 151 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Section 02560 - WATER PIPE. SERVICES AND APPURTENANCES that the actual amount of work will correspond therewith. The right to increase or decrease the amount of any class or portion of the work, to delete items of work, or to make changes in the work required, as may be deemed necessary, is reserved by the Owner as provided elsewhere in the Specifications. The basis of payment will be the actual unit bid items of work preformed and measured in accordance with the Contract. All prospective bidders should note that certain bid items may be included in the Contract Proposal to establish a unit price should the use of those items become necessary during construction. Allowance will not be made for loss of anticipated profits or additional compensation should the use ofthese items be deem unnecessary. D. The Engineer shall make all measurements and determine all quantities and amounts of work done under the Contract. At the time measurements are made for quantity determinations, the Contractor, or his authorized assistant, shall be present to verify such measurements. From quantity figures so ascertained, it will be the Contractor's responsibility to prepare a monthly periodical estimate of the work accomplished to date. 4.02 BID ITEMS: The prices bid for any and all items of work shall cover the cost of furnishing all labor, materials, equipment, tools, supervision, and any other incidental costs required to provide complete and satisfactorily operational system(s) in accordance with these Contract Documents. Special provisions, requirements, and revisions to these Bid Items and/or additional Bid Items may be included on the Drawings or Details. The bid price shall include warranty of all materials and equipment furnished and work performed for a period of one (1) year from the date of Substantial Completion of the entire Project, unless longer periods are specified elsewhere in these Contract Documents. A. Water Pipe 1. These Bid Items shall include furnishing, installing, testing and disinfection of the specified water pipe including trench excavation, placing and compacting (not furnishing) bedding, backfilling and compaction work as specified in Section 02221, unless a separate Bid Item is provided for same. It shall include pavement removal and replacement or other surface restoration, unless a separate Bid Item is provided for same. It shall also include pipe locating tape or wire, if applicable, unless a separate Bid Item is provided. It shall include polyethylene encasement for ductile iron pipe where required, unless a separate Bid Item is provided. It shall not include pipe joint restraining devices that are included in the Bid Item for the applicable Water Pipe Connection Detail, Fitting or Valve. 2. Payment shall be per Lineal Foot (LF) and shall be based on actual length of pipe installed, tested and accepted, as measured along the pipe, but not including pipe fittings City of Spokane Valley 152 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: I2 -009 Section 02560 - WATER PIPE SERVICES AND APPURTENANCES or Details for which separate Bid Items are provided. Measurement shall be to the nearest foot, as measured by the Engineer. B. C Fittings 1. These Bid Items shall include furnishing and 'installing ductile or cast iron fittings which are not included in other Bid Items, of the size indicated. All work and appurtenances related to these items are included, such as restraining type devices or thrust blocks where applicable. It shall include polyethylene encasement for fittings where required, unless a separate Bid Item is provided. These Bid Items include fittings not specifically shown on a Water Pipe Connection Detail but which are required to connect the Detail to an existing main. It shall include pavement replacement or other surface restoration unless a separate Bid Item is provided for same. 2. Measurement and Payment shall be per Each (EA) fitting installed and tested. C. Water Pie Connection Details These Bid Items shall include furnishing and installing all items required to complete the indicated Detail(s) as shown on the Drawings. All work and appurtenances related to these items are included, such as valves, valve boxes, fittings, all restraining devices for fittings and pipe, and/or thrust blocks, excavation, bedding, backfilling and compaction related to the installation of the detail, except elbows or other fittings not shown on the Drawings but required to connect a Detail .to an existing main. It shall include polyethylene encasement for fittings and valves where required, unless a separate Bid Item is provided. It shall include pavement replacement or other surface restoration, unless a separate Bid Item is provided for same. It shall include pipe required to connect a Detail to an existing main, unless a separate Bid Item is provided for same. Payment shall be on a Lump Sum (LS) basis for each Detail. D. Resilient Seat Gate Valves (RSGV) 1. This Bid Item shall include furnishing and installing resilient seat gate valves that are not included in other Bid Items, of the size indicated and as shown on the Drawings. All work and appurtenances related to these items are included, such as excavation, bedding, backfill, valve boxes, restrained type glands, or thrust blocks where applicable. It shall include polyethylene encasement for valves where required, unless a separate Bid Item is provided. It shall include pavement replacement or other surface restoration, unless a separate Bid Item is provided for same. 2. Measurement and payment shall be per each (EA) valve installed and tested. E. , Butterfly Valves (BFV) 1. This Bid Item shall include furnishing and installing butterfly valves that are not included in other Bid Items, of the size indicated and as shown on the Drawings. All work and City of Spokane Valley 153 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Section 02560 - WATER PIPE, SERVICES AND APPURTENANCES appurtenances related to these items are included, such as excavation, bedding, backfill, valve boxes, restrained type glands, or thrust blocks where applicable. It shall include polyethylene encasement for valves where required, unless a separate Bid Item is provided. It shall include pavement replacement or other surface restoration, unless a separate Bid Item is provided for same. 2. Measurement and Payment shall be per each (EA) valve installed and tested. F. Reconnect Fire Hydrant 1. This Bid Item shall include all materials and labor required to preserve and protect the existing fire hydrant (including its valve and pipe if applicable) where shown on the Plans and reconnecting to the new water main. It shall include furnishing and installing the tee, valve (if indicated), tie rods or other restraint and couplings (if necessary) required to complete the fully restrained reconnection to the new main, including all excavation, bedding, backfilling, compaction and related work. It shall include polyethylene encasement for valves and/or fittings where required, unless a separate Bid Item is provided. Restoration and/or pavement replacement shall be included, unless a separate Bid Item(s) is provided for same. Hydrant pipe (including excavation, bedding and backfill) is included in other Bid Item(s). 2. Measurement and payment shall be on a per each (EA) basis for the completed and tested fire hydrant reconnection. G. New Fire Hydrant Assembly This Bid Item shall include fiunishing and installing a complete assembly as shown on the Detail Drawing and where indicated on the Plans or directed by the Engineer. It shall include furnishing and installing the main line tee, hydrant valve, hydrant, thrust block (if applicable), drain gravel, and all excavation, backfill and compaction for these items. It shall include polyethylene encasement for valves and /or fittings where required, unless a separate Bid Item is provided. Surface restoration(s) shall also be included, unless a separate Bid Item provides for same. Hydrant pipe (including excavation, bedding and backfill) is included in other Bid Item(s). H. % 1 ", 1 -I/2 ", or 2" Service Connection These Bid Items shall include furnishing and installing saddles and corp stops, as specified herein, for new water service connections or reconnection of existing services to a new main as shown on the Plans or where directed by the Engineer. New service pipe, locating wire, and clamp are also included unless a separate Bid Item(s) is provided for same. In the case of reconnection of existing services to a new main, location and disconnection of the existing service and the installation of a coupling and service pipe is included, unless a separate Bid Item(s) is provided for same. Payment shall be per each (EA) completed connection. City of Spokane Valley 154 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: 12 -009 Section 02560 - WATER PIPE. SERVICES AND APPURTENANCES I. 3/4" 1" 1 -1/2" or 2" Service Pi e 1. These Bid Items shall include fin-nishing and installing the specified pipe, locating wire and clamps as required. Also included is excavation, placing and compacting (not fu mishing) bedding, backfilling, and compaction work as specified in Section 02221. Pavement or other surface replacement is included, unless a separate Bid Item(s) is included for same. 2. Payment shall be per Lineal Foot (LF) as measured to the nearest foot by the Engineer in the field. J. 3/4 ", 1 ", 1 - %2 ", or 2" Curb Stop These Bid Items shall include furnishing and installing the .applicable size curb stop in accordance with the Detail Drawings and these Specifications including the curb box. Payment shall be per each (EA) completed installation. K. Insulation for Service Pipe Installation This Bid Item shall include all materials and labor required to provide and install the specified thickness of insulation board for water pipe or service where shown on the Drawings. Payment shall be per Lineal Foot (LF) of pipe insulation installed along the pipeline, regardless of pipe size. * *END OF SECTION ** City of Spokane Valley 155 Agreement for Construction Services Evergreen Rd Reconstruction Project SVPW Bid No: I2 -009 PART 7 WAGE RATE INFORMATION WA St. Prevailing Wage Rates for Public Works Contracts, Spokane Co., 3/12/12 L &I Policy Statement Regarding Production of Standard or Non Standard Items State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360 - 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 3/12/2012 Coun Trade Job Classification Wa a Holiday'Overtimel Note 'Spokane Asbestos Abatement Workers iJourney Level $20.82f .. _..._..- — 7 - -- .. zSpokane'Boi term akers Journey Level $60.241 1C G Spokane; Brick Mason - - - -_ -- -_ iJourney Level - ! $40.58 - -5N - � 5A -- 1N I= S okane'Building -- Service Employees ;Janitor $12.37 1. Spokane; Building Service Employees Shampooer $12.88; ;Spokane Building Service Employees !Waxer $12.88& 'Spokane'Bui[ding Service Employees ;Window Cleaner $14.35 5D 1 Spokane'.Cabinet Makers (In Shy ;Journey Level $14.30. -`� Spokane ig: nters ; Carpenters $37.9W 5A 1B 8N - Spokane Cement Masons Uourney Level - $36.50 7B 1.N - p Divers Et Tenders Diver $73.34 5A j 1 B 8A f Spokane: Divers Et Tenders Diver on Standby Div e � 9 $42.5 9 ; 5A 11 B -----_--_..___ F Spokane Divers Et Tenders j Diver Tender _ $41.591 - -- -- -5A -1 B . _•.__ _.......___ ti Spokane Divers Et Tenders !Diving Master $50.24. 5A , — — ` s p Tenders S okane Divers Ft Ten . Surface RCV 8t ROV Operator $41.59: 5A 1B -,Spokane Divers Et Tenders Surface RCV Et ROV Operator $39.84; 5A 1B f Tender Spokane' Dredge Workers Assistant Engineer $47.09 5D Spokane, Dredge Workers Assistant Mate(deckhand) $46.58 5D - N 8D S okane�Dred e Workers p g n Boatmen $47.09 .......... 5D _. IN 8D Spokane. Dredge Workers Engineer Oiler $47.14 —D 1N 8D Spokane; Dredge Workers leverman, Hydraulic $48.71; 5D IN 8D Spokane . Dredge Workers 'Maintenance $46.58 ` 5D IN 81) Spokane. Dred a Workers Mates $47.09;. 5D IN SD ' F IS poka ne. Dredge -Workers. Oiler .�Spokanel� D086g[L A�pticator �Journey Level ;Spokane Dw oft Tapers !Journey Level Spokane Electrical Fixture Maintenance Journey Level Morkers a Inside Journeyman ,�pok ne Electricians ,,Spokane, Electricians - Motor Shoo rCraftsman _L_-$_46.581 5D. -$37-901f 5A $32.511 7E 113 aN $30.89 $43.46 7G I E $1 5.37:� ....... . . . 'Spokane 'Electricians -Motor Shop !journey Level $14.69� {Spokane Electricians - Powerline Cable Splicer $64.95 5A 4A Construction "Spokane �Etectricians - Powerline jCertified Line Welder $59.37. LA 4A �Construction ,,Spokane Electricians - Powerline Groundperson I $42.16' 5A 4A Construction Spokane Electricians •- PowerLine Head Ground person r 44.50(1 5A 4A Construction �L Spokane I Electricians - Powerline !Heavy Line Equipment I $59.37: 5A V 4A Construction :Operator Spokane! Electricians - Powerline Jackhammer Operator $44.50 5AA 4A Construction Spokane Electricians - Powerline lJourney Level Lineperson $59.371 5A i 4A Construction 'Spokane' Electricians - Powerline :Line Equipment Operator $49.951 5A AA �Construction ,:Spokane !Electricians - Powerline Pole Sprayer $59.37' 4A i Construction [,-SpokaneElectricians - Powerline jPowderperson $44.50' 5A 4A 'Construction Spokane' Electronic Technicians j ourney Level $18.75i RSpokane! ELevator Constructors iMechanic $75.24` — --- ------- 7D 4A — -- -------- :Spokane! Elevator Constructors Nechanic In Charge $82.M 7D 4A Spokane Fabricated Precast Concrete — --------- - 'Journey Level - In Factory $20.23 Products Mork Only Spokane Fence Erectors Fence Erector $31.41 "Spokane' Flapgers 'Journey Level $31.01 7B IM 'Spokane Glaziers :Journey Level $20.08 'Spokane: Heat Ft Frost Insulators And journey Level $24.23: Asbestos Workers Spokane Heating Equipment Mechanics Journey Level $45.31 6Z 1B .Spokane. Hod Carriers Et Mason Tenders Journey Level $34.24; 7B 1M Spokane Industrial Engine And Machine Journey Level $15.656 t 'Mechanics Spokane Industrial Power Vacuum Cleaner; Journey Level $9.24; -- -------- - 1,5pglCane�lnland Boatmen. .. _Journey_ Level... -- - - - -- .L. -_ -�4 - -- - -; - - -� - - - -- Spokane Inspection /Cleaning /Sealing Of !Cleaner Operator, Foamer $9.73! a ;Sewer Et Water Systems By Operator ' Remote Control { Spokane! Inspection /Cleaning /sealing Of Grout Truck Operator t $11.48 1 i r ;Sewer Et Water Systems B 1 `Remote Control -A 1 - - - - -- -- -- Spokane inspection /Cleaning /Sealing Of Head Operator - ! $12.78 1 Sewer F± Water items By I f;Remote Control .V. - -- - -- -^ _......fft._ -_ Sealing ,Spokanehns ection/Cleamn /Sea �Technician_+_..---- $9.04` ' , ;Sewer It Water Sy5tems B Remote Control . ISpokane .i{nspectionlCleanin /Sealing i g Of �Tv Truck Operator Of $10.53: i 1 rSewer It Water Systems B '`Remote Control - - Spokane ;Insulation Applicators Journey Level } $37.90: 5A — SN 1B • _ -.. ''Spokane IIronworkers iJourneyman ` $51.45; 7N 10 'Spokane; Laborers lAir And Hydraulic Track Drill - .._,.- - __......._.._.... $33.65' 76 1M i - 4... - ..._._ ... .... - Spokane'; Laborers Asphalt �I_...__ .. -_. - -_. ._. _.._ ..._..___..._ -Spokane Laborers �_______ Roller Walking Asph g $33.38; - _ - - �g---- _._''_.___ - - - -- �--- -- 1M-- ._--- �_--� Spokane: Laborers ------- -�Bruk Pavers G $33.11 7B 1M Spokane Laborers p Brush Feeder _. - -- g .. ,._ $33.11' 1 M Spokane: Laborers Brush Machine $33.65 76 a Spokane, Laborers Caisson Worker, Free Air r $33.65! 7B IM . 3SpokaneLaborers ;Carpenter Tender $33.11' 7B 1M Spokane laborers ;Cement Finisher Tender i $33 �8i 7B 1M ` Spokane i Laborers ,Cement Handler $33 $ - 7B � 1M 'Spokane!: Laborers p Chain Saw Operator Fx Faller $33.65; 7B 1M 'Spokane;Laborers ;Clean -up Laborer $33.11' 76 1M Spokane Laborers :Compaction Equipment E.. $33.38; 7B 1M ! .. I Spokane ;'Laborers - Concrete Crewman -- - - - $33.11; 7B 1M 'Spokane Laborers Concrete Saw, Walking $33.38; 7B 1M_ 'S okane Laborers ;Concrete Signalman $33.11 7B 1M S okane Laborers P k Concrete Stack - $33.65. .. TB_.. - — M �Spokane Laborers Confined Space Attendant $33.11 7B 1M ;Spokane Laborers Crusher Feeder $33.11 76 1M `Spokane Laborers Demolition $33.11 7B 1M %Spokane; Laborers - Demolition Torch _._.._...__. ;_ $33.38' 7B iM._....- .: -._._ _..... Spokane Laborers :Dope Pot Fireman, Non- $33.38 7B 1M mechanical Spokane: Laborers ;D .. _...._._ .__. _.._ _. ell er Helper (when Required $33.38 7B 1M `5 okane I Laborers P �MoveEt-Position- Machine) _- . ------- - ._..--- Drills With Dual Masts $33.931 t__..._.�- _ -_ - 7B - - -.- - 1M --^ -�� - -- - -- S pokane Laborers Dry Stack Wafts I $33.111 76 1- IM - -^y ` J `-_ 7B 1M Spokane . Laborers IDumpman $33.11, h 'S pokane Laborers Erosion Control Laborer $33.11; 7B ` 1M ! Spokane I Laborers Final Detail Cleanup (i.e., $31.01 7B 1M 'Dusting, Vacuuming, Window z i ;C[eaning; Not Construction; I Debris Cleanup) l Spokane Laborers Firewatch $33 11, 7B 1 M S okane Laborers p 'Form Cleaning Machine $33.11 76 1 M ; 5 i Feeder Stacker � Spokane Laborers !Form Setter, Paving $33.38; 7B 1M 'Spokane Laborers General Laborer 33.11 ': $N - --_. 7B i IM I k Spokane Laborers ;Grade Checker j $35.64: 76 1M I Spokane Laborers ..�GroutMachine Hea de r Tender -- - - - - -- - - -- - - - - - - - -- _ - $33.11, -. _- _ L..__.. 78 -.. - - 1M - - - - -- -..... _ -- - -- -.. Laborers Spokane � r__.___..- _- _._._..._._._... ;Guard Rail _ _.',-_ �.__._.__._-.-.---_----.--.._.___ �..__. �._r_.-._-.-_,-_.---_ $33.11 7B ' �- _- �,_- __— 1M ___..,_.�.�.- _..___._� ;Spokane; Laborers ;Gunite I $33.65! 7B 1M ,Spokane! Laborers Hazardous Waste Worker ; $33.93! 713 1M ! (level A) .... ......... .._...._... 'Spokane! Laborers _ . __ Hazardous Waste Worker $33.65; 7B ! 1M 6 (level B) Spokane Laborers Hazardous Waste Worker $33.38 7B 1M (level C) -' - ' - ..IM -- - -- - -'Spokane Laborers -- Waste Worker $33.11. 7B - F HHazardous f( ) i Spokane Laborers Hdpe Or Similar Liner Installer $33.11 7B 1M kSpokaneILaborers -Y Scaler- - �W $33.65' 7B_..._�.._.__ 1M - Spokane; Laborers - _}High .^ - Jackhammer Operator Miner, - $33.38. 7B 1M I Class "b„ Beam Operator 33.65 76 1 M i FSpokanelLaborers 5P ---- . MinerClass °a,,.__......- ._...__.r__.. -_ � $33.1.1'__.. 1M...__..N, _ ... �... _...__ Spokane Laborers Labo---__.. ...._.._ - -- - -. 'Miner' Class ..C.,......-- -..... -- --- - -...3 - ~� $33.65- 78.... - - -. 111+1- ..__--- ;._- __�._.._.__ Spokane Laborers Class .. ....__. ^` $33.93; 7B 1M - Spokane Laborers - - iMiner, 'Monitor Operator, Air Track Or, $33.65! 76 1M - Similar Mounting Spokane Laborers 'Mortar Mixer $33.65: 73 1M -Spokane Laborers Nipper $33.11 7B 1M Spokane:Laborers Nozzleman $33.65 76 1M Spokane Laborers Nozzleman Water to Include $33.38; 7B 1M :Fire Hose), Air Or Steam Spokane Laborers Pavement Breaker, 90 Lbs. ft $33.65 7B 1M s Over Spokane 11 Laborers IPavement Breaker, Under 90 $33.38i 7B IM j' Spokane Laborers 1 Pipelayer, Corrugated Metal $33.38� 7B 1 M ;Culvert And Multi-ptate ,Spokane Laborers 1pipewrapper $33.65 7B 1—M Spokane'Laborers ';Plasterer Tenders $33.65; 7B IM Spokane; Laborers Pot Tender $33.38� 7B Spokane Laborers Powderman $35.301 7B ,Spokane! Laborers �P'owderman Helper $33.38� Spokane'! Laborers ],Power Buggy Operator $33 38' 7B. IM- i Spokane Laborers Power Toot Operator, Gas, $33.381 7B IM Etectric, Pneumatic "Spokane Laborers !Railroad Equipment, Power $33.38: 7B 1M -i'Spokane Laborers Railroad Power Spiker Or 1 $33.3811 7B Puller, Dual Mobile ,'Spokane Laborers Remote Equipment Operator 1 $33.93 7B 1 M ;,Spokane Laborers Remote Equipment Operator $33.381 1B i 1M (i.e. Compaction And .:'Spokane Laborers i Riprap Person $33.11 7B 1M :Spokane Laborers Rodder Ft Spreader $33.38- 7B I M i Spokane; Laborers !SandbLast TaiLhoseman $33.11 71B 1—M S poka ne Laborers 'Scaffold Erector, Wood Or $33.11 7B IM Steel ,,Spokane Laborers Stake Jumper $33.11: 7B AM Spokane Laborers Structural Mover $33.1 7B 1 M Spokane:f Laborers !Taithoseman (water Nozzle) $33.11 7B ISpokane Laborers :Timber Bucker Et Fatter (by $33.11!' 7B 1M 'Spokane! Laborers ;:Track Laborer (rr) $33.11 7B i M Spokane Laborers Trencher, Shawnee $33.38' 7B LM- Spokane: Laborers Trenchless Technology $33.65; 7B 1M Technician Spokane Laborers Truck Loader $33.11 7B IM Spokane Laborers Tugger Operator $33.38. 7B 1M Spokane!: ' --------'--- iVibra�o �,A� � $33'65 7B IM - - -_- _'-- S pokane �| _`_--'_--- ''- -_ --_- iVVagonD�8s $33'38! 7B � IM | � i������- --' - '-�--'- —� - -- --�^-�----'--- --' -`-- - -'- Spokane Laborers � ������� -- -'-- ----'--- .Water Pipe Liner - --�-' ------ $33.]8' -|�----�-� Z� ----' 11M -` -- i -'' i 5 poKane Warble Setters !Journey Level �SpokaneAetal Fabrication �Automatic (hdpe Or Similar Fitter ,Spokane 'Meta[ Fabrication (in Shopl 1aborer 7B ! 11M Pipe And Liner) �Spokane !Metal Fabrication (in Shop) Painter !,Spokane !Meta[ Fabrication Spokane' Laborers 4etl-point Person $33. 11 7B i im :Spokane Wodular Buildini�Ls "Spokane Laborers Nheelbarrow, Power Driven $33.3Wi 7B im ,SpokaneiPfle Driver -'.Spokane Laborers - Underground Sewer �GeneraL Laborer Et Topman $33.11 7B IM 78 � Water | � 8D � . Spokane Power -'�------------�--�-'�--�-----,------f--'---��------ 'Asphalt Plant Operator Spokane! Laborers - Underp-round Sewer ft�Pipe Layer $33.65: 7B _1M �5 Operators �Assistant Plant Operator, $37'13. 78 1]M. ,Spokane i Landscape Construction Hrrigation Or Lawn Sprinkler $9.65' Fireman Or Pmmixer(asnhalt) ILI � ,Spokane ;Spokane landscape Construction 'Landscape Equipment $15.22 7D 1�\ 8D � 'Operators Or Truck Drivers Spokane Landscape Construction landscaping Or Planting $11.461 Laborers Spokane Lathers i Journey Level i 5 poKane Warble Setters !Journey Level �SpokaneAetal Fabrication (in Shop) Fitter ,Spokane 'Meta[ Fabrication (in Shopl 1aborer 7B ! 11M f 8D �Spokane !Metal Fabrication (in Shop) Painter !,Spokane !Meta[ Fabrication (In Shopj *lder :iSpokaneUl1wrigh Journey Level :Spokane Wodular Buildini�Ls :Journey Level ispokane Painters ;journey Level ,SpokaneiPfle Driver [5oohama| ''�----� 'journey Level i: Spokane Plasterers . '4'franme Truck (singe Drunn) � !Journey Level Spokane!, !Journey Level Installers . ! � _ ---- ------ __ 'Spokane Plumbers �P1paftte� Journey Level ! $55.35| 7E | �J ' Spokane| -- ' ------- -' -�-�----�--��---!---��---;' Truck (2 . � $37.7+ 7B ! 11M f 8D / | ' | . ~m`^ ' Drums) | [5oohama| ''�----� . '4'franme Truck (singe Drunn) � $37^13 78 � IM | � 8D � . Spokane Power -'�------------�--�-'�--�-----,------f--'---��------ 'Asphalt Plant Operator $38'34: 7G 1M � ' 0D �5 Operators �Assistant Plant Operator, $37'13. 78 1]M. ' 8D / � Fireman Or Pmmixer(asnhalt) � ,Spokane '����tantRefr�era�onPiant�! �]7-74� 7D 1�\ 8D � Chiller Operator (over 1O8O - .Spokane'Power Equipment Operators �AsyistantRefrgermton Plant � . (under � . ` ' � -_--_- _' '- ,Spokane Power Eguipment Operators AutonnathcSu (ditches �EtTrimmers) $]7.1] 7@ IM ' 8J} , �3B'34' 7B 11� ' �� � - � Spokane! Power Equipment Op rators IBackfillers (cleve[and F± 1 $37.7411 LQ_ IM 8D ',,"'Spokane 'Power Equipment Operators Backhoe Et Hoe Ram (under 1 $38.061 _iB IM ".Spokane] Power Equipment Operators Backhoe (4 5, 000 Gw Ft Under). $38.06: 7B IM flD Spokane! Power Equipment Operat ors Backhoe (45, 000 Gw To $38.34! LB - 110, 000 Gw) Spokane 'I Power Eguipment Operators Backhoe (over 110,000 Gw) $38.61 7B 1 M 1 Power Equipment Operators Backhoes Et Hoe Ram (3 Yds Et $38.61' LB I M ,',Spokane ,Spokane!Power Equipment Operators i Backhoes Et Hoe Ram (3 /4 Yd. $38.34- jB_ IM 8D Spokane Power Equipment Operators BagLey Or Stationary Scraper $37.13 7-B ,Spokane'Pbwer Equipment Operators Batc h & Wet Mix Operator $38.34 7B 1M 8D (multiple Units, 2 Et Ind. 4) Spokane Power Equipment Operators 'Batch PLant r± Wet Mix $37.74 7B 1M 8D 10perator, Single Unit i (concrete) Spokane Power Equil2ment Oper__a_t_o­_r_s'_'_ __TB_'a_tch Plant,(over 4 Units) $38.3+ 7B I im 8D .:Spokane Power Equipme[j�ra�tors Belt Finishing Machine $37.131: 7B Spokane Power Equipment Operators Belt Loader (kocal Or Simi tar) $37.74+ 7B JM 8D pokane 'Power Equipment Operators Belt-crete Conveyors With $37.74 7B 1M ED Power Pack Or Similar Spokane' Power E rators !Bending Machine $37.74; jB_ IM LD Power Equipment Operators Bit G ri nders $36.81 7B IM 8D ,,-�POKanel Spokane; Power Equipment Operators (finish Et Bluetop) $38.617' 7B I M 8D lAthey Et Huber Ft Similar When 1 Wsed As Automatic Spokane �— ---- Operator (motor ��� � $38.341 ` -- | --- -- / Spokane'Power Eguipment Op rators Blower Operator (cement) $37.13 7B IM �0 !!Spokane Power Equipment Operators Boat Operator $36.81 7B IM 8D 'Spokane Power Eguipment Operators Bob Cat (skid Steer) Spokane'Power Equipment Operators Bolt Threading Machine $36.81 7B 1M A-D Spokane Power EguiUment Operators Boom Cats (side) $38.34 7B IM 8D Spokane -Power Equipment Operators Boring Machine (earth) $37.74 7B LM_ 8D Spokane Power Equipment Operators Boring Machine (rock Under 8^ $37'74 78 11M 8D [NM (quarry AAaste� Joy Or Similar . ' -'- ---' - --'--- ' --- -- --- �----- --4--- ''� .Spokane 'Bump Cutter `.-,'-, S -"'nau $37.74' �� IM 8D / � - -- '� ' - |Or Similar) '-{''-' '� - -- - --'-'- --- . � --'----'—+---- . . � Spokane Power Eguipment Operators Ca b leway C ontroller I S38.34:1 LB 1M 8D 'Spokane Power Equipment Operators Labreway Operators $38.6111 7B 1M LD ;Spokane Power Equipment Operators 1 Cana[ Lining Machine $37.74! 7B im 8D !Carrydeck Et Boom Truck $38.06�� 7B 1M 8D (under 25 Tons) :Cement 8D S pokane Power Equipment Operators Hog $37.11' 7B 1 M r 5 po a-n'e o er 'Equipment Operators 'Chipper (without Crane) $37.74� 7B Cleaning Ft Doping Machine -,Spokane Power Equipment Operators �Ctamsheti, DragLine $39.71' 7B 1M ED �Spokane 'Power Equipment Ogerators Compactor (self-propelled Withl $38.34' 7B 1M �Spokane�Power Equipment Operators ;,Compressor (2000 Cfm Or $37.11 7B 1 M. �_D Over, 2 Or More, Gas Diesel Or. Etectric Power) 'Spokane Power Equipment Operators Compressors (under 2000 Cfm, $36.81' 7B i 1M 8D ?Gas, Diesel Or Electric Power) S pokane i Power Equipment Operators �Concrete Cleaning $38.61 LB _1M �Q 'Decontamination Machine Operator .'Spokane! Power Equipment Operators Concrete Pump Boon Truck $38.341 7B 1M 8D ,Spokane Power Equipment Operators 'Concrete Pumps (squeeze- $37.90' 7B IM _D rete, F(ow-crete, Whitman Et Spokane Power Eguivment Operators !Concrete Saw (multiple Cut) Spokane! Power Equipment Operators Concrete Slip Form Paver $38.34 7B im LD jSpokane! Power Eguipment Operators :Conveyor Aggregate Delivery $38.34� 7B IM. 8D tSpokane !Power Equipment Operators !Crane Oiler- Driver (cdL $36.81i 7B 1M ED Required) Et CaVe Tender, Mucking Machine %Spokane Power Equipment 012erators ranes (25 Tons Et Under), ALI $38.06 7B Im 8D Vagline ..Spokane Power Equipment ODerators 'Cranes (25 Tons To And $38.34, 7B IM 8D Spokane Soohane' 1nctuding45Tuns),AU 'Attachments Inct. CLamshetL, DrauKne —' Cranes (45 Tons To85Tons), $38.81 AK��cmen�|m±[�my�� � _ 4mdDrauhne . Cranes U95 Tons Et Over And $39.71 -ALL Climbing, Overhead, Rait Et 7B Im @D ' 78 ' 11M . . 8D� � 1 Spokane! Power Eguipment Operators 2jow -.rVeL-A AcKffii�hts-lfitL- e eAt rusV er B" !—M 1 -4 8D :Spokane! Power Equipment Operators 'Crusher, Grizzle Et Screening $38.3* 7B 1M I ED I Plant Operator 5 po kane Power Equipment Operators ;Curb Extruder (asphalt Or i $37.90{ 7B 1M AD Concrete) pokane Power Equipment Operators • 'Deck Engineer $37.74, 7B D Spokane f Power Eciuir)ment.Operators !Deck Hand f $36.81 LB 1M 8D .,.Spokane, Power Equipment -------------------- Operators 'Derricks Et Stiff legs (65 Tons Ft $38.61 7B LM I 8D Over) 15pokane Power Equipment 012erators Derricks 8t Stiff legs (under 65 1� $38.06 7B LM 1 8D jons) .. .. ..... ... .... Spokane, Power DQuioment — Operators ----- Distributor Leverman $37.131 7B 1M r 8D �Spokane Power Equipment 012erators Ditch Witch Or Similar $37.131 ZB IM f—D Spokane Power Equipment Operators -Dope Pots (power Agitated $37-131 7B IM -____I 8D f 8D Power Equipment Operators Dozer / Tractor (up To D-6 Or $37.741 7B IM Equivalent) And Traxcavator ------------- Spokane Power Equipment Operators i Dozer / Tractors (d-6 Et $38.341 IB I IM 8D Equivalent Et Over) Spokane Power Equipment Operators ';Dozer, 834 RIt Et Similar $38.341 7B I M 8D _Spokane wer Equipment Operators j Drill Doctor $38.34 ZP IM 1 8D 'Spokane Power Equipment Operato rs Dri [ter Licensed $39.711 7B IM 1 8D Spokane Power Equipment Operators ;Drillers Helper i $36.81! ZB_ —IM ED i Spokane Power Equipment Operators :Drilling Equipment (8" Bit Et $38.06' 7B _ LM 8D Over) (robbins, Reverse :Circulation Ft Similar) ` Spokane! Power Eguipment 012erators ;DriL[s (churn, C ore, Calyx Or $37.90 Z B 1M 8D Diamond) Spokane! Power Equil2ment Onerators. Elevating Belt (hoLland Type) $38.611 7B 1M 8D 'Tower 'I Spokane Equipment Operators ;Elevating Belt -type Loader $37.74�; 7B IM LD (euctid, Barber Green F± 'Similar) ,Spokane Power Equipment Operators Elevating Grader-type Loader $37.741 LB 1M SD '(dumor, Adams Or Similar) ....... .... .-Spokane Power Equipment Operators L:Elevator Hoisting Materials $37.13i 7B IM 88D Spokane Power Equipment Operators Equipment Serviceman, $37.90; 7B 1M 8D Greaser Et Oiler .Spokane Power Equipment Oi)erators Fireman F± Heater Tender $36.81 7B IM 8D -Spokane. Power Equipment Operators Fork Lift Or Lumber Stacker, $37-13 7B IM 8D Hydra -life Et Similar .Spokane Power Equipment Operators Generator Plant Engineers $37.7+ 7B 1M 8D (diesel Or Electric) Spokane Power Equipment Operators Gin Trucks (pipeline) $37.131 7B 1M 8D Spokane Power Equipment Operators Grade Checker $38.06, 78 LM_ 8D Spokane I Power Equipment Operators lGumte Combination Mixer Et $37.741 7B IM i 8D compressor 'Spokane I Power Equipment Operators H. d. Mechanic j $38.61 LB 1M i 8D Spokane! Power Equipment Operators H. d. Welder $38.61! 7B 1M 8D ,Spokane Power Ectuipment Operators Helicopter Pilot $39.71': 7B 1M i R_D i Spokane' Power Eguigment Operators !Helper, Mechanic Or Welder, $36.81; 7B ------------ 1M 8D i H. D 'Spok ane :Power Equipment Operators i Hoe Ram $38.06! 7B 1 M 8D `;Spokane Power Equipment 012 rators !Hoist (2 Or More Drums Or $37-90;t 78 jM_ I UD ''Tower Hoist) 5 Spokane; Power Equipment Operators '!Hoist, Single Drum $37.13! 7B IM !,Spokane Wower Equiqment 0 erators Hydraulic Platform Trailers $38.611 IM (goldhofer, Shaurerly And :Similar) — ---- --------- Spokane i Power Equipment Operators ;Hydro-seeder, Mulcher, $36.81;, 7B IM aD Nozztern an iSpokane! Power Equipment Operators 'Lime Batch Tank Operator $38.34� 7B IM 8D '(recycle Train) Spokane Power Equipment Operators ;Lime Brain Operator (recycle $38.341 7B 1M 1 8D ---- - --- - ------ - ------ - -- !Train) SSpokane Power Equipment Operators Loader (360 Degrees Revolving $38.61, 7B IM §�D lKoehring Scooper Or Similar) Spokane Power Equipment Operators Loader Operator (front -end Et $38.34;! 7B 1M 8D • !Overhead, 4 Yds. I ncl. 8 Yds.) Spokane; Power Equipment Operators ;Loaders (bucket Elevators And $37.13; 7B IM 8D Conveyors) Spokane! Power Equipment Operators j Loaders (overhead Et Front- .$38.61 7B IM 8D ;end, Over 8 Yds; To 10 Yds.) "Spokane, Power Equipment Operators Loaders (overhead Et Front $37.90i 7B 1M 8 Q end, Under 4 Yds.. R/t) .......... .... ...... .. ----- ---- Spokane Power Equipment Operators Loaders (overhead And Front- $39.71'! 7B 1M 8D end, 10 Yds. Et Over) S pokane:� Power Equi prn ent 0 perators Locomotive Engineer $37.74; 7B i IM ...... 8D Spokane Power Equipment Operators Longitudinal Float ---------- $37.13: IB 1M 8D 'Spokane Power Equipment Operators Master Environmental $38.61' 7B IM 8D 'Maintenance Technician Spokane Powe r Equipment Operators ;Mixer (portable - Concrete) $37.13 7B IM 8D :Spokane Power Equipment Operators 'MixermobiLe $37.74. 7B IM 8D 'Spokane Power Equipment Operators Mobile Crusher Operator $38.34 7B. Im 8D (recycle Train) Spokane Yower Equipment Operators - Nucking Machine _. _. $37.74 7B 1M 8D - Spokane Power Equipment Operators _ -_... _.........._.... .._ . Multiple Dozer Units With $38.34- LQ_ IM 8D -Single Blade ,",Spokane I Power Equipment Operators !Pavement Breaker, Hydra- $37.13 7B LM 8D ham �More Scrapers) iSpokane;Power Equipment Operators 'Paving (dual Drum) $38.06ii 7B LM_ 8D Spokane: Power Eguigment Operators Taving Machine (asphalt And $38.3* 7B I M, al) 1N\ DD_� :Screed Operator i $38.34� 7B L0 | 8D � Shovels (]Yds.EtOver) $38.61 ZB 10 | 8D � Shovels (under 3YdxJ � . _ _ - - $3O.34/ S pokane Power Equipment Operators Plant Oi ter $36.81 7B IM 8D jSpokane,� F�pment Operators Posthole Auger Or Punch $37.74� 7B IM 8D 'Spokane: Power Equipment Operat ors Power Broom $37.13� 7B im LD Spokane Power Eguipment Operators Pump (grout Or Jet) $37.74� ZB I M �D i Spokane' Power Equipment Operators iPumpman $36.81' 713 LM_ ISpokanelPower Eguil2ment 012erator :Quad-track Or Similar $38.341. 7B 1M 8D Equipment 1 Spokane: Power Equipment Operators �Railroad Ballast Regulation $37.13� 7B Im �Operator (self -propelled) 'Spokane! Power Equipment Operators Rai [road Power Tamper $37.13; 7B Im 8D �Operator (self -propelled) S pokane Power Equipment Operators Rai [road Tamper Jack Operator� S37.131 7B 1M 8D Spokane i Power Equipment Operators Rai [road Track Liner Operator $38 (self -propelled) �Spokane !Power Equipment Operators Refrigeration Plant Engineer S38.06! 7B Im 8D '(1000 Tons Et Over) J Spokane Power Equipment Operators :Refrigeration Plant Engineer $37.90: 7B jM (under 1000 Ton) jSpokane Power Equipment Operators 'Rotterman (finishing Asphalt $38.34' 7B im 81) D Spokane Power Equipment Operators RoLlers,'AlL Types. On Subgrade, 11 $36.811 7B 1M Including Seat And Chip :Coating (farm Type, Case, :John Deere And Similar,vi ',Compacting Vibrator), Except Spokane': Power Equipment Operators Roto Mill (pavement Grinder) $38.341 7B im ED Spokane. Power Eguil2ment Operators | | .-Spokane Power Equipment Operators :Spokane Power Eguipment --- Operators - r- '—'--'' Spokane: Power Equipment -' Operators '.'Spokane Power Equipment Operators Rubber4jred5craper | ' $38'61. j� 1M, / ' / �� � -n� Engine neYY�hThreeOr| --._ ~ . �More Scrapers) Rubber-tired 3khjders/r/t $37'96- 7Q 1N\ ! 8D � With Or Without Attachnlents\ ' , Scrapers, All, Rubber-tired_ $38.34- _ 78 1N\ DD_� :Screed Operator i $38.34� 7B L0 | 8D � Shovels (]Yds.EtOver) $38.61 ZB 10 | 8D � Shovels (under 3YdxJ � . _ _ - - $3O.34/ 7B 11m � 8D � 'Spokane; S' nabnan(vvh�r�vc, Hh�hhne` i = `�-'-'- �~'- �38'Ob/ ' i 78 | -- � 1� --' | ' ' 8X� ` ! :Hammerheads Or Similar) Operators J Spokane Power Equipment Operators / Spokane ' Power Equipment l� Operators /S ! Owrators- 1 Spokane Power Equipment Operators S oi I S tabi tizer (p Et H Or $37.74; 7B IM 8D - Underground Sewer Et Water Spokane Power Equipment Operators- -Underground Sewer Et Water ---___ � �5ookano. ' Power Equipment Spokane' Power Equipment Operators :Spray Curing Machine $37.il 7B 1M 8D kane Tower Equipment Operators Spreader Box setf-propelted) $37.13. 7B IM 8D I Spokane: Power Equipment Operators Spreader Machine $37.741 7B _1M 8D -,,Spokane Power Equipment Operators StraddLe Buggy (ross Et Similar $37.13' 7B 1M 8D !On Construction Job Only) Spokane: Power Eguil2ment Operators S u rfac6 H ea ter r± Pla ner $37.90:1 7B 1M 8 Q Machine Spokane:� Power Equipment Operators Tractor (f arm Type R t W i th $37.131 7B Attachments, Except Backhoe) �p'okane Power Equipment Operators Traverse Finish Machine $37.741 LB IM 8D Spokane Power Equipment Operators Trenching Machines (7 Ft. $38.341 7 IM Depth Ft Over) Spokane, Power Eciuipment Operators :Trenching Machines (under 7 $37.W 7B !Ft. Depth Capacity) ��jo a� e Power Equipment Operators Tug Boat Operator Spokane; Power Eguipment Operators Spokane Power Equipment Operators Spokane Power Equipment Operators Spokane'! Power Equipment Operators | / :Tugger Operator Turnhead (0th Re-screening) $37.90: 7B I A& Turnhead Operator $37.74: 7B 8D Ultra High Pressure Wateriet $38.611 7B IM 8D Cutting Toot System Operator, (30,000 Psi) Nactor Guzzler, Super Sucker $38.34 7B I M aD 'Vacuum Blasting Machine $38.61. 7B j_M 8D Operator Vacuum Drill (reverse $37.90� 7B 1M �EQ 'Circulation Drill Under 8" Bit) �YYe[dhluMachine $36,81` �VVhideys & Hammerheads, 48 | $38'81� ' _ _-_____- _'-. '---- -`_ ,A-frame Truck (2 Or More / $37'74� Z-B LM 8D � -----'-�' ---'- f'--'--� 7B IM ! 8D � 78 A Drums) ' A-frame Truck (single Drum) $37.131 7B -- Asphalt PLantOperator $38.34 !Assistant Plant Operator, | $37.13! .Fireman OrPugmiwer (aynhalt)i Assistant Refrigeration Plant Et $37.74' 7B _ Ym im BD � ' ' 8D 78 ' 1 M. ! 81D 7B IM 8D [,,Spokane i Power Equipment 012erators ,;Spokane Power Eguipment Operators J Spokane Power Equipment Operators / Spokane ' Power Equipment l� Operators /S ! Owrators- � � ';Underground Sewer Ft Water - ' '-- --'------'---------- | ' .Spokane: Underground Sewer Et Water -- - --- ' Spokane - - Underground Sewer Et Water Spokane Power Equipment Operators- -Underground Sewer Et Water ---___ � �5ookano. ' Power Equipment ---__-'_--- Operators- :Tugger Operator Turnhead (0th Re-screening) $37.90: 7B I A& Turnhead Operator $37.74: 7B 8D Ultra High Pressure Wateriet $38.611 7B IM 8D Cutting Toot System Operator, (30,000 Psi) Nactor Guzzler, Super Sucker $38.34 7B I M aD 'Vacuum Blasting Machine $38.61. 7B j_M 8D Operator Vacuum Drill (reverse $37.90� 7B 1M �EQ 'Circulation Drill Under 8" Bit) �YYe[dhluMachine $36,81` �VVhideys & Hammerheads, 48 | $38'81� ' _ _-_____- _'-. '---- -`_ ,A-frame Truck (2 Or More / $37'74� Z-B LM 8D � -----'-�' ---'- f'--'--� 7B IM ! 8D � 78 A Drums) ' A-frame Truck (single Drum) $37.131 7B -- Asphalt PLantOperator $38.34 !Assistant Plant Operator, | $37.13! .Fireman OrPugmiwer (aynhalt)i Assistant Refrigeration Plant Et $37.74' 7B _ Ym im BD � ' ' 8D 78 ' 1 M. ! 81D 7B IM 8D Underground Sewer Et Water Chi Iler Operator (over 1000 Spokane Power Equipment Operators- lAssistant Refrigeration Plant $37.11 7B _IM 8D I' Underground Sewer Et Water :(under 1000 Ton) .zSpokaneiPower Equipment Operators- !Automatic Subgrader (ditches $38.34 LB_ 8D IM Underground Sewer Et Water 'Et Trimmers) Spokane! Power Eguigment Operators- BackfiLlers (cleveland 8t $37.741 713 8D LM I�Underground Sewer Et Water !Similar) !Backhoe Et Hoe Ram (un Spokane Power Equipment Operators- i 7B !Unde[ground Sewer F± Water 13/4 Yd.) ,Spokane' Power Equipment Operators- Backhoe (45,000 Gw F± Under) $38.06': 713 lUndemround Sewer Et Water ,,Spokane; Power Equipment Operators- Backhoe (45,000 Gw To $38.34� 7B 1—M !Spokane!Power Equir)ment Operators- Backhoe (over 110, 000 Gw) $3 8.'61 7B IM 8D Underp- round Sewer Et Water Spokane i Power Equil2ment Operators- Backhoes Et Hoe Ram P Yds Et $38.61 ZB 1M LD Underground Sewer F± Water 1 Over) Spokane Power Eguir)ment Operators- Backhoes Et Hoe Ram (3 4 Yd. $38.34 7B 8D lUnderp-round Sewer Et Water To 3 Yd.) Spokane Power Eguipment Operators- !Bagley Or Stationary Scraper $37.131 7B IM AD !Underground Sewer Et Water I Spokane Power Equipment Operators- Batch Et Wet Mix Operator $38.34i 7B 1M LD Underground Sewer Et Water Units, 2 Et Incl. 4) .(multiple ",Spokane"Power Equipment Operators- Batch Plant Ft Wet Mix $37.74, ZB IM 8D 'Underground Sewer Et Water 'Operator, SingLe Unit i6poKaneTower Eguipment 0[2erators- Batch Plant (over 4 Units) $38.34j LB I LM I 8D liUnderground Sewer Et Water 'Spokane! Power Equipment Operators- Belt Finishing Machine $37.13t 7B 8D im Underground Sewer Et Water Spokane' Power Equipment OperatorsT Belt Loader (kocal Or Similar) J $37.74; 7B IM LD- �Underground Sewer Ft Water :�Spokane Power Eguil2ment Operators- !Belt-crete Conveyors With $37.74; 7B IM 8D :,UnderQround Sewer a Water Tower Pack Or Similar -.Spokane'Power Equil2ment Operators- Bending Machine $37.74 LBI i 8D Underground Sewer Et Water :Spokane'Power Equipment Operators- Bit Grinders $36.81 7B 8D Spokane Blade (finish Ft ' $38'81 TB 1lm 81} � Automatic, Cmi,Abc Finish � � �L Huber �S1�diarYVhen ' � / Used AaAutomatic . 5 ,--_— Blade . . ' �]�.34' � 7B 1�\ 8D � ` �- - __..II- - ff J V- —�- -8D -.Spokane Power Eouigm nt 0 erato s Blower Operator (cement) $37.131 7B 1M !Underground Sewer Et Water Spokane Power Equipment 0 erators- ;Boat Operator $36.81 76 IM 8D !Underground Sewer Et Water�� Spokane !Power Equipment Operators- ;Bob Cat (skid Steer) $37.74. 7B 1M 8D ;Underground Sewer Et Water i ' p q p..ra s- S akane Power Equipment Operators- Bolt Threading _ __.__...._. ...._._.,.._..�_.____._;____... Machine _... -.. _.. $36.81 ._ -..._ _._......_._.__. -._- ; .___.... . 7B 1M 8D s Underground_ Sewer Et Water` - - - -- - Spokane i Power Equipment Operators- ! Boom Cats (side) $38.34 7B-- -.. - -- 1M - -I SD _ 8D iUnderground Sewer Et Water_ "Spokane � Power E ui ment Operators- I Boni.__._.. _-._.._.._...___. th) • Borin Machine earth $37.74, 7B 1M SD Under round Sewer Et Water 11 Spokane Power Equipment Operators - ;Boring Machine (rock Under 8" i $37.741. 7B 1M 8D Underground Sewer Et Water_ ' Bit) (quarry Master, Joy Or , ' Spokane! Power 0 p erators S a Equipment _ - ii Bump, { waY- n -e -Sa inau { + $37.74: -76 1M- I 8Q a ;Underground Sewer Et Water Or Similar) �Spokane'Power Equipment Operators- ;`Cableway Controller $38.34 7B 1M 8D jUnderground Sewer Et Water (dispatcher) r Spokane Power Equipment Operators- :Cableway Operators ` $38.61 i 7B 1M i 8D ;Underground Sewer Et Water 'Spokane Power Equipment Operators- 'Canal Lining Machine $37.74' 7B 1M 8D Underground Sewer Et Water (concrete) Spokane Power Equipment Operators- :Carrydeck Et Boom Truck ! $38.06: 7B 1M 8D mi s Underground Sewer Et Water (under 25 Tons) 4Spokane Power Equipment Operators- :Cement Hog $37.13 7B 1M 8D f ;Underground Sewer Et Water r f r. ISpokane Power Equipment Operators- 'Chipper (without Crane) $37.74: 7B 1M SD R ;Underground Sewer Et Water ;Cleaning Et Doping Machine .7B- �� i ,'Spokane Power Equipment Operators- Clamshell, Dragline $39.71 _ 8D ` ' Underground Sewer Et Water I k I :;Spokane' ' Power E ui ment Operators- :Compactor (self - propelled With, $38.34 8D 7B 1M , : Under round Sewer Et Water iBlade) ! ', .Spokane: Power Equipment Operators- Compressor (2000 Cfm Or $37.13, r 7B 1M 8D ;Underground Sewer Et Water 'Over, 2 Or More, Gas Diesel Ord ; Spokane: Power Equipment Operators - Underground Sewer Et Water Spokane `Power Equipment Operators- Underground Sewer Et Water Spokane Power Equipment Operators - Under round Sewer Et Water Electric Power) Compressors (under 2004 Cfm, I $36.81 Gas, Diesel Or Electric Power) .Concrete Cleaning / $38.61 ;Decontamination Machine :Operator :Concrete Pump Boon Truck $38.34 7B 1M 8D 7B 1M 8D 7B 1M 8D Spokane Power Equipment Operators- !Concrete Pumps (squeeze- 1crete, $37.90i 7B 1M LD !Underground Sewer Et Water R ow-crete, Whitman Et . ;Similar) -- -- - -__._ ... __ ,,Spokane I Power Equipment OQerators- 'Underground i.� Concrete Saw (multiple Cut) $37.13" LB LM_ 8D Sewer Et Water Spokane Power Equipment Op ators- Concrete Slip Form Paver $38.34, IB IM BQ �Underground Sewer Et Water Spokane Power Eguipment Operators :Conveyor Aggregate Delivery $38.3+ 7B 1 _D !Underground Sewer Et Water !Systems (c.a.d.) 4 II 41Spokane1PowerEquii)mentOp rators- �Crane Oiler- Driver (cdL $36.81 7B IM 8D :Underground Sewer Et Water Required) Et Cable Tender, :mucking Machine S pokane Power Eq ui prn e nt Operators- !:Cranes (25 Tons Et Under), All $38.061 7B IM LD I 'Underground Sewer Et Water iAttachments Incl. Clamshell, Dragline I .Spokane Power Equipment Operators- ,Cranes (25 Tons To And $38.34 7B 1 M LD :Underground Sewer Et Water Including 4 5 Tons), All L iAttachments Incl. Clamshell, DragLine ,,Spokane Power Eguipment Operators Cranes (45 Tons To 85 Tons $38.61 7B 1M 8D 'Underground Sewer Et Water 11 Attachments Incl. Clamshell; !And Dragtine �Spokane';PowerEquigmentOperators- 'Cranes (85 Tons Et Over) And - --------- --- $39.71 7B I im 80i is Underground Sewer It Water All Climbing, Overhead, Rail Et -Tower. All Attachments Incl. ------- --- Spokane Power Equipment Operators- ;Crusher Feeder $36.811 7B LM_ 8D i Underground Sewer Et Water _J :Spokane Power Equipment Operators- Crusher, G rizzle Et Screening i $38.341 7B ± :Underground Sewer F± Water Plant Operator 'Spokane: Power Equipment Operators- Curb Extruder (asphalt Or $37.90 7B IM !Underground Sewer Et Water Concrete) J- ------ rSpokane!Power Equipment Operators- :Deck Engineer $37.74` 7B JAI 8D Underground Sewer F± Water :!Spokane'Power Equipment Operators- :Deck Hand $36.81 ZB 1M 8D !Underground Sewer ft Water "Spok ane Power Equigment Operators- ;Derricks Et Stifflegs (65 Tons it? $38.61 7B 1M 8D — Underground Sewer Et Water Over) Spokane. Power Equipment Operators- Derricks Et Stifflegs (under 65 $38.06 IB 1MA 8D 'Underground Sewer Et Water Tons) Spokane: Power Equipment Operators- Distributor Leverman $37.13 7B Im 8D Underground Sewer _R Water ..Spokane Power Equigment Operators Ditch Witch or Similar $37.13 jB IM 8D _ :Underground Sewer Et Water 8D Spokane i Power Equipment Operators- Dope Pots (power Agitated $37.13. LB JM Underground Sewer Et Water jSpokane i Power Equipment Operators- ;Dozer / Tractor (up To D -6 Or $37.741 LB IM 1 AQ. ;UnderRround Sewer Et Equivalent) And Traxcavator -Water Spokane'Power Equipment Operators- ;Dozer Tractors (d-6 Et $38.341 LB IM I 8D Underground Sewer 8t Water Equiv a tent Ft Spokane! Power Equipment Operators- O 'Dozer834 R Et Similar $38.341 7B LM_ ED Underground Sewer Et Water Spokane Power Equipment Operators- Drill Doctor $38.34; 7B LM 8D Underground Sewer Et Water jSpokane: Power Eciuir)ment Op rators- Dri[ter Licensed $39.71' LB IM 8D i Underground Sewer F± Water 'Spokane Power Equipment Operators- iDrilters Helper $36.811, 7B im i aD Underground Sewer Ft Water �Spokane�Power Equipment Operators- jDrilling Equipment (8" Bit Et i $38.06 7B IM 1 8D Underground Sewer Et Water 'Over) (robbins, Reverse !Circulation Et Similar) ,Spokane Power Equipment Operators- :DrilLs. (churn, Core, Calyx Or $37.90� LB IM aD !Underground Sewer Ft Water ;Diamond) Equipment Operators- Spokane: Power Equip Elevating Belt (hotland Type) $38.61! 7B 1M Q I Underground Sewer Et Water 'Spokane Power Equipment Operators- 'Elevating Belt -type Loader f $37.7+; IB IM 8D !Underground Sewer Et Water 1 (euclid, Barber Green F± ;Similar) Spokane !Power Equipment Operators- ;Elevating Grader-type Loader 1 $37.74i� 7B 8D I M Underground Sewer Et Water (dumor, Adams Or Similar) ,Spokane!Power Eguipment Operators- Elevator Hoisting Materials $37.13: 7B 1M 8D t Underground Sewer Et Water ISpokaneIPower Eguigment 012erators- Equipment Serviceman, 1 $37.901 7B IM 8D 'Under round Sewer Et Water Greaser Et Oiler ,Spokane!Power Eguipment Operators- ;'Fireman Et Heater Tender $36.81! 7B 1M 8D Under round Sewer 1± Water 7---- -------- Spokane 1 Power Equipment Operators- :Fork Lift Or Lumber Stacker, $37.13 7B 1M 8D nLgground Sewer Et Wate !Hydra-life Et Similar !!Spokane Power Equipment Operators- Generator Plant Engineers $37.7411 7B LM_ i 8D Underpround Sewer ft Water (diesel Or Electric) !Spokane Power Equipment Operators- - - -------- ------ Gin Trucks (pipeline) $37.13 7B 1M 8D Underground Sewer a Water Spokane!Power Equipment Operators- Grade Checker ?. $38.06 7B IM 8D !Underground Sewer Et Water Spokane, Power Equipment Operators- Gunite Combination Mixer Ft $37.74; LB i—M LD Underground Sewer Et Water Compressor Spokane Power Equipment Operators- H.d. Mechanic $38.61 7B IM 8D :Underground Sewer Et Water 'Spokane! Power Equipment Operators- H.d. Welder i $38.61, 7B IM 8D -Underground Sewer Et Water Spokane Power Equigment Operators- Helicopter Pilot $39.71. 7B IM 8D ,Undereround Sewer Et Water 'Spokane::Power Equipment Operators- 'Helper, Mechanic Or Welder $36.811 7B 1M 8D '.Underground Sewer Et Water H.D 'Spokane Power Equipment Operators- 'Hoe Ram $38.061 7B _1M LD Underground Sewer Et Water ------- - -------- — - ---------- __' Spokane Eguipment. 01?erators- :Hoist (2 Or More Drums Or $37.901 !_._.._____ 76 IM 8D Underground Sewer Et Water !Tower Hoist) -- - ---- .. ............. ''Spokane' Power Equipment Operators- . .. :Hoist, Single Drum $37.131 7B IM !Underground Sewer Et Water Spokane Power Equipment Operators- ;Hydraulic Platform Trailers $38.61! ZB 8D im Underground Sewer Et Water :(goLdhofer, Shaurerly And Similar) Spokane; Power Equipment Operators- Hydro-seeder, Mulcher, $36.81; 7B jM_ R—D Underground Sewer Et Water Nozzteman .Spokane Power Equipment Operators- Lime Batch Tank Operator $38.34� 7B I AA 8D !Underground Sewer Ft Water (recycle Train) 'Spokane�Power Equipment Operators- - --------- 'Lime Brain Operator (recycle $38.34� LB I M LD I 'Underground Sewer Ft Water !Train) ,Spokane :Power Equipment Operators- Loader (3 60 Degrees Revolving) $38.611 7B 1M ED 'UnderQround Sewer Et Water lKoehring Scooper Or Similar) jSpokane�Power Equipment Operators- ----------- ;Loader Operator (front-end Et f $38.34' ------- LB i LM_ 8D Underground Sewer Et Water :Overhead, 4 Yds. Inc[ 8 Yds. Spokane' Power Equipment Operators- 'Loaders (bucket Elevators And i $37.131 7B 1M 8D �Undenground Sewer a Water Conveyors) 'Spokane' Power Equipment Operators- Loaders (overhead Et Front- $38.61 Z—B IM 8D Underground Sewer Et Water end, Over 8 Yds. To 10 Yds.) Spokane Power Equipment Operators- . . ........ Loaders (overhead Et Front- 1 Lo $37.90! 7B 1M 4D j Underground Sewer Et Water :end, Under 4 Yds.. R It) Spokane Power Equipment Operators- Loaders (overhead And Front- $39.71: jB_ 1M 8D Underground Sewer Ft Water end, 10 Yds. Et Over) �Spokane: Power Equipment Operators- ;Locomotive Engineer $37.741 ZB 1M 8D ,.Underground Sewer Et Water I Spokane Power Equipment Operators- Longitudinal Float $37.131 7B 1M 8D Underground Sewer Et Water ------ ------- :Spokane, Power Equipment Operators- Master Environmental $38.61 7B 1M 8D Underground Sewer Et Water Maintenance Technician 'Spokane: Power Equipment Operators- Mixer (portable - Concrete ) $37.131 7B IM 8D :Underground Sewer Et Water ,Spokane-Power Equipment Operators- Mixermobile $37.74. 7B IM 8D Underground Sewer Et Water ,Spokane'Power Equipment Operators- Mobile Crusher Operator $38.34'! 7B JM i 8D Underground Sewer Et Water (recycle Train) ,Spokane Power Equipment Operators- Mucking Machine $37.74: 7B 1M 8D Underground Sewer Et Water "Spokane i Power Equipment Operators - I ! 7B IM i A Underuound Sewer Et Water 'SingLe Blade ISpokane!Power Equipment Operators- :Pavement Breaker, Hydra- $37.13! ZB IM 8D �'Spokane Power Eguipment Operators- ;Paving (dual Drum) $38.061 7B IM LD Underp-round Sewer Et Water 'Underground Sewer Et Water Concrete) �Spokane Power Equipment Operators- Pitedriving Engineers $38.06� 7B 1M ED [Underground Sewer F± Water ISpokane�Power Equipment Or)erat6rs- Plant Oiler $36.81 7B JM ID _!Underground Sewer Ft Water !Spokane�Power Equipment Operators- Posthole Auger Or Punch $37.74 7B. 1M I 8D !Underground Sewer & Water Spokane'Power Eguipment Operators- Power Broom $37.13� LB 1M 8D Underground Sewer Et Water J Spokane! Power Equipment Operators- Pump (grout Or Jet) $37.741 7B 1M ED !Underground Sewer Et water Spokane i Power Equipment Operators - Pumpman $36.811 7B IM 8D !Underground Sewer F± Water- i 'Spokane, Power Eguiment ODerators- !Quad-track Or Similar $38.341 7B IM 8D Underground Sewer Et Wate Equipment ';Spokane Power Equipment Operators- Railroad Ballast Regulation $37.11 7B 1 M 8D Underuound Sewer Et Water :Operator (self -propelled) 'Spokane 'Power Equipment Operators- Power Tamper $37.13: 7B I M ��D 'Underground Sewer Et Water Operator (self-propelled) Spokane! Power Eguigment Operators- Rai [road Tam per Jack 0 pe rator $37.13, 7 B 1 M 8 D i Undereround Sewer Et Water (self -propelled) 7Spokane! Power Eguipment Operators- Railroad Track Liner Operator $38.06� 7B I M 8D !Underground Sewer Et Water (s elf- propelled) Spokane Power Equipment Operators- Refrigeration Plant Engineer $38.06.: 7B 1 M 8D Underground Sewer Et Water (1000 Tons Et Over) Spokane'! Power Equipment Operators- 'Refrigeration Plant Engineer $37.90: 7B 1 A 8D Underground Sewer Ft Water '(under 1000 Ton) :Underground ' _`Pavement) .Spokane � '—.� Rollers, - ''�� -_~.-_'� �]8'G1� . 7Q �M 8JD ' --- ' Underground Sewer F± Water including Seat And Chip Coating (farm Type, Cane' John Deere And Simhlaror Compacting Vl ' Except � Mhen Putted B ' Spokane 'RotnNUK (pavement Grinder) $38.34 7B 1m 8D - ,Underground Sewer Ft Water I Spokane Power Eguipment Op rators- Rotomi It Grounds man $37.90 7B 1 M 8D Spokane Power Frildgment Operators �Rubber-tired Scrapers $38.6V 7B 1 IM LD Undereround Sewer Et Water (multiple Engine With Three Or� �More Scrapers) �Undereround Sewer Et Water *th Or Without Attachments) Spokane'Power Equipment Operators- !Scrapers, AU, Rubber-tired $38.34� 7B IM 8D !Underground Sewer Et Water 'Spokane Power Equil2ment 012erators- S creed Operator $38.34! 7B Underground Sewer r± Water Spokane Power Eguil2ment Operators- Shovels (3 Yds. Et Over) $38-61; 7B LM 8D Sewer Et Water 'Spokane Power Eguipment Operators- 'Shovels (under 3 Yds.) $38.34; 7B 1M 8D Underparound Sewer Et Wate .',Spokane Power Equipment Operators- !Signalman (whirleys, Highlin e, $38.06: LB 1M 8D Underuound Sewer Et Water Hammerheads Or Similar) --Spokane Power Equipment Operators- Soi I Stabilizer (p Et H Or $37.74 7B i 1M 8 Underground Sewer Et Water �Simflar) ISpokane Power Eguigment Operators- :Spray Curing Machine $37.13i 7B 1 IM ED Undereround Sewer Ft Water (concrete) Spokane, Power Eguipment Operators-- iSpreader Box (self -propelled) $37.13' 7B i IM 8D Underground Sewer Et Water 'SpokaneF Sewer& Water Spokane, Power Equipment Operators- j Steam Cleaner $36.81 7B IM 8D !'Underground Sewer E± Water Spokane:L Power Eguil2ment OQerators- �StraddLe Buggy (ross E± Similar $37.13' IM �aD ;Underground Sewer Et Water !on Construction Job Only) !Spokane. Power Equigment Operators. 'Surface Heater Et Planer $37.9W 7B Undersvound Sewer Et Water Aachine ,.Spokane 5: Power Eguipment Operators- ;,Tractor (farm Type R/t With $37.13�i 7B LM_ 8D i :Underground Sewer Et Water :Attachments, Except Backhoe ,'Spokane Power Equipment Operators- jraverse Finish Machine $37.74:: 7B IM 8D !Underground Sewer F± Water Spokane' Power Equipment Operators- -Trenching Machines (7 Ft. $38.34 7B 8D Underground Sewer Et Wate Depth Et Over) T Spokane Power Equigment Operators- Trenching Machines (under 7 $37.90 LB 8D Ft' Deoth . Capacity) — -- - Spokane Tug Boat Operator $38'34 7B 8{} Underground Sewer Et Water !Spokane ^. Tugger �37�13 7B 11M � 8D � . . � �Spnknne Turnhead (with Re-screening) $37.90 � 7B 1M 8D / WVS�jj 1 1M 8 8D 1 Underground Sewer Et Water ,?,Spokane! Power Equipment Operators- Ultra High Pressure Wateriet $ $38.61!1 7 7B I IM E ED Underground Sewer Et Water t tutting TooL System Operator, 1(30,000 Psi) Spokane; Power Eguinment Operators- V Vactor Guzzler, Super Sucker I $38.341 7 7B IM 8 8D Undereround Sewer Et Water ,Spokane Power Equipment Operators- N Nacuum Blasting Machine $ $38.61; 7 7B i im 'Underground Sewer Et Water O Operator ;,Spokane !Power Equipment Operators- l lVacuum Drill (reverse $ $37.90 7 7B IM 8 8D .Underground Sewer & Watec ! !Circulation Drill Under 8" Bi -!Spokane 9� Power Eguigment Operators- N Nelding Machine 1 $ $36.81 7 713 1 1 8 8D if �Undereround Sewer Et Water i i Spokane Power Equipment Operators- : :Whirteys F± Hammerheads, Ali $ $38.61 7 7B I IM Underground Sewer F± Water Spokane Power Line Clearance Tree : :Journey Level In Charge $42.91 5 5A 4 4A ITrimmers ',,Spokane! Power Line Clearance Tree S S pray Person $ $40.73! 5 5A 4 4A ITrimmers S po kane Power Li ne C lea ra n ce Tree j jree Equipment Operator $ $41.297 5 5A 4 4A ITrimmers ;SpokanellPower Line Clearance Tree 1 17ree Trimmer $ $38.38:1 5 5A 4 4A 'Spokane Power Line Clearance Tree T Tree Trimmer Groundperson $ $28.95 5 5A 4 4A Trimmers Spokane' Refriveration Et Air C o nditioni ne ' 'Journey Level $ $32.22' Mechanics iSpokanel Residential Brick Mason ; ;Journey Level $ $20.0W Spokane' Residential Carpenters J Journey Level $ $18.55' i,i Spokane 'Residential Cement Masons J Journey Level $ $23.67, Spokane Residential DDLog[L AppLicators : :Journey Leve L $ $20.001 .,Spokane Residential Drywall Tapers : :Journey Level $ $20.& Spokane Residential Electricians : :Journey Level $ $26.56: 5 51 1 1E -Spokane; Residential GLaziers Journey Level $ $17.28: 'Applicators ' -------' - -- Spokane: Residential Laborers Journey Level ' ---_- - - Spokane Residential Marble Setters Journey Level - Spokane Residential Painters Journey Level .Spokane Journey Level �Pilefitters -_------ _ — ' - _ Spokane Residential Refrigeration Et Air Journey Level Conditionine Mechanics 1- - '' --- � $16.34' 1 ' $40.58 5A 11m ` ' $15.52 Y $19'16� 1 � | . �18.74 � ' x5pokaneAl Residential Sheet Metal Workersllo-urriey-Le-v-et.(fteid-Qr Shop)- Spokane, Residential Soft Floor Layers Journey Level $15.00: -Spokane! Residential S prinkler Fitters :journey Level $10.6+ !(Fire Protection i Spokane Residential Stone Masons !Journey Level E $40.58' 5A -_4 im . !Spokane Residential Terrazzo Workers Journey Level $15.95: Spokane' Residential Terrazzo/Tile Journey Level $19.801 Finishers S pokane Residentiat Tile Setters Journey Level $15.95; ,Spokane' Roofers journey Level $33 57' 51 JR S pokane Roofers Using Irritable Bituminous $35.5t 51 1 R Waterials S pokane 1 Sheet Metal Workers ijourney Level (Field or Shop) $45.31 i Ez B ----------- ... ... - ------- Makers Et Installers Uourney Level $13.91! (Electrical) Spokane Sign Makers Et Installers (Non-- !Sign Installer i Electrical `Spokane!Sign Makers Et Installers (Non- ;Sign Maker $15.001 Electrical pokane' Soft Floor Lay ers - !journey Level $25.35; S pokane 1 Solar Controls For Windom Level $9.04! ---------- SpokaneiSprink(er Fitters (Fire !Journey Level $47.65! 7J 1R 'Protection) :Spokane Stage Rigging Mechanics (Non Journey Level $13.23• Structural Spokane Stone Masons Journey Level $40.58; 5A i-M Spokane Street Arid Parki ng Lot Sweepe Journey Level $9.04! !Workers ..Spokane': Surveyors 'All Classifications $19.84; Null Spokane Telecommunication Technicians Journey Level $19.00;: Spokane 7etephone Line Construction - ;Cable Splicer $34.20: 5A 2B 'Outside Spokane i Telephone Line Construction - 'Hole Digger/Ground Person $18.72! 5A 2B. Outside .Spokane Telephone Line Construction - Installer (Repairer) $32.78 5A 2B Outside Spokane'Tetephone Line Construction - 'Special Aparatus Installer 1 $34.20 5A 213 Outside Spokane Telephone Line Construction - Special Apparatus Installer 11 $33.51 5A 28 Outside Spokane Telephone Line Construction - Telephone Equipment Operator $34.21 5A 23 Outside (Heavy) Spokane Telephone Line Construction - Telephone Equipment Operator $31.81. 5A 2B --!Outside- 'Spokane 1��one Line Construction Light) - ----- --- !'�ete-phone Lineperson i $31.81! 5A 2B q Outside Spokane iTelephone Line Construction - Television Groundperson $18.16. T ­ 5A 1 ZB Outside Spokane Telephone Line Construction - Television Lineperson/Instalterl $24.09 5A 26 Outside :,Spokane IeLephone Line Construction - �Television System Technician $28.72, 5A 26 Outside Spokane! Telephone Line Construction - Television Technician $25.81, 5A 2B i Outside ;Spokane iTelephone Line Construction - Tree Trimmer $31.82` 5A 2B Outside S okane Terrazzo Workers .r p �Journe Level y $27.72" ;Spokane 'Tile Setters Journey Level . $27.71 ------------- iSpokanelite, Marble Et Terrazzo {Journey Level- - -~.`. $25.72 if Fi ms hers Spokane Iraffic Control Stripers Journey Level $40.73 7A i 1 K 'Spokane�Truck Drivers !Asphait Mix Over 20 Yards - - $35.66' -------- !jD �LV 8M (E.WA-690) L Spokane jruck Drivers Asphalt Mix To 20 Yards (E. s $35.49; 5D 1 IV 8M ;WA - 690) ESpokane!Truck Drivers Dump Truck Et Trailer (E.WA- $35.661 5D 1V 8M 690) . .. ..... ...... - ----- i Spokane'Truck Drivers .Dump Truck (E.WA-690) $35.491 5D IV 8M ',Spokane�Truck Drivers Other Trucks (E-WA-690) $35.38'. 5D IV 8M --J Spokane Truck Drivers iTransit Mixer $34.90 1; 61 2G SpokaneVell Drillers Et Irrigation Pumg *rigation Pump Installer $21.001 • I ` Installers ,SpokaneVetl Drillers Et Irrigation Pump 1:0fler $9.20 'Installers Spokane 'Well Drillers Et Irrigation egmp Nett Driller $18.00 'Installers BENEFIT CODE KEY - EFFECTIVE 03 -02 -2012 THRU 08 -30 -2012 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER- ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIE. - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS .WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (I0) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY — EFFECTIVE 03 -02 -2012 THRU 08 -30 -2012 —2— 0. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE —HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE —HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE — HALF TIMES THE HOURLY RATE OF WAGE. R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS AND ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE —HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATEc OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE —HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. V. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE —UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE —HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE —HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE —HALF TIMES THE HOURLY RATE OF WAGE. (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT —TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (I0 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. -- - --- -' -- - - -- = ' - -- -- - -- i BENEFIT CODE KEY - EFFECTIVE 03 -02 -2012 THRU 0$ -30 -2012 -3- 1. Z. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. I R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ON A FOUR -DAY, TEN -HOUR WEEKLY SCHEDULE, EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY ).LATE OF WAGE. THE FIRST EIGHT .(8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y. ALL HOURS WORKED ON SATURDAYS (EXCEPT FOR MAKE -UP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6:00 P.M. AND 6:00 A.M. AND ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT FOR COMMERCIAL, OCCUPIED BUILDINGS WHERE FLOOR COVERING WORK CANNOT BE PERFORMED IN THE REGULAR DAYTIME HOURS DUE TO OCCUPANCY. FOR SUCH OCCUPIED, COMMERCIAL BUILDINGS; THE EMPLOYEE MAY AGREE TO WORK BETWEEN THE HOURS OF 6:00 PM TO 6:00 AM MONDAY THROUGH SATURDAY MORNING AT 6:00 AM AT AN OVERTIME PAY RATE OF 10% OVER TILE STRAIGHT TIME RATE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 03 -02 -2012 THRU 08 -30 -2012 -4- ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE -HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6 :00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. ANY SHIFT STARTING BETWEEN THE HOURS OF 6:00 PM AND MIDNIGHT SHALL RECEIVE AN ADDITIONAL ONE DOLLAR (SI.00) PER HOUR FOR ALL HOURS WORKED THAT SHIFT. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE. B. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). BENET+ r CODE KEY - EFFECTIVE 03 -02 -2012 THRU 08 -30 -2012 -5- 5. L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 112). S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). A. PAID HOLIDAYS: NEW YEAR'S DAY, 'PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF -DAY ON CHRISTMAS EVE DAY. (9 1/2).- ' G. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11). H. PAID HOLIDAYS: NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY: PRESIDENTS' DAY. T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, 'THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY, THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY. B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. BENEFIT CODE KEY - EFFECTIVE 03 -02 -2012 THRU 08 -30 -2012 -6- 7. C. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. D. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). UNPAID HOLIDAYS: PRESIDENT'S DAY. ANY PAID HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY PAID HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. E. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. F. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (9). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. L HOLIDAYS: NEW YEAR'S DAY, PRESIDENT'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (9). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. J. HOLIDAYS: NEW YEAR`S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY AND CHRISTMAS DAY (6). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. K. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDA -� AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, LABOR DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. M. PAID HOLIDAYS: NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY AFTER OR BEFORE CHRISTMAS DAY. 10). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. N. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. WHEN CHRISTMAS FALLS ON A SATURDAY, THE PRECEDING FRIDAY SHALL BE OBSERVED AS A HOLIDAY. BENEFIT CODE KEY - EFFECTIVE 03 -02 -2012 THRU 08 -30 -2012 -7- 7. O. PAID HOLIDAYS: NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER OR BEFORE CHRISTMAS DAY, AND THE EMPLOYEES BIRTHDAY. 11). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. Q. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY, THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY. NOTE CODES 8. A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100'- $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER I00' TO 150'- $3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER I50' TO 220'- $4.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220'- $5.00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDI'T`ION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100'- $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150'- $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200'- $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'- DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: $0.50, AND LEVEL C: $0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D: $0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25 P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT: 52.00, CLASS B SUIT: $1.50, CLASS C SUIT: $1.00, AND CLASS D SUIT $0.50. Q. THE HIGHEST PRESSURE REGISTERED ON THE GAUGE FOR AN ACCUMULATED TIME OF MORE THAN FIFTEEN (15) MINUTES DURING THE SHIFT SHALL BE USED IN DETERMINING THE SCALE PAID. Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) Below is the department's (State L &I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non- standard ". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non - standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? -If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is_ covered by RCW 39.12. if yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered tinder RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. Supplemental to Wage Rates 1 WSDOrs Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 39.12. items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi- directional vaned grates for Catch Basin Types 1, 1 L, 1P, and 2 and Concrete Inlets. See Std. Plans 2. _ Metal circular frames (rings) and covers, circular grates, —� and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. _ See Std. Plans 3, Pre�abricatedsteeTgrafe supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. -- - --C -- oncr -- ,- , e— P- 5. te Pi-- - pe .— _.-- ..vPlain ...-- Concrete - concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. j( • 6. Corrugated Steel Pipe - Steel lock seam corrugated I pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. I _ 7. Corrugated Alcminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. Supplemental to Wage Rates WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X in accordance with Section 9- 28.14(3). 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., far bridges. X I - T 11. Minor Structural Steel Fabrication Fabrication of.minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP - Metal - bridge railing �1 - conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9- 28.14(3). 13. Concrete Piling -- Precast - Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19.1 of Std. Spec.. X 14. Precast Manhole Types !, 2, and 3 wit h cones, adjustment sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. 16. Precast Catch ff iiiV-'-(5it6ff iii-'-Catch Basin type 1, 1l-, 1 P, and 2 With adjustment sections. See Std. Plans. Supplemental to Wage Rates 3 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet -with adjustment sections, See Std. Plans 18. Precast Drop Inlet Type 1 and 2 With metal grate supports, See Std. Plans. 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans i 20. Metal frames, vaned grate�,Cif hoods for Combination Inlets. See Std. Plans Utility viuffs -­F�FiiEiif Concrete Wiutility Vi6fti of 21. Precast Concrete tio various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to castling 22. Vault - For -use -with Valve Vaults and Utilities Vaults. 23. Valve Vault - For use with underground utilitl6s., See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. 25. Reinforced Earth Wall Panels - Reinforced Earth Wall P_inEiii In— size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - tilt-up wall panel in size and shape as shown in Plans. . Fabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 4 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. 28. 12, 18 and 26 into" Standard' Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 29. Prestressed Concrete Girder Series 4 -14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be x provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 30. Prestressed Tri -Beam Girder - Prestressed Tri -Bgam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 31. Prestressed ^Precast Hollow Core 9 ab - Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std: Spec. Section 6- 02.3(25)A. 32. Prestressed -Bulb Tee Girder- Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A i 33. Monument Case and Cover See Std. Plan. ��_ _ - - - - -- — - -.� - - - - -- -- Supplemental to Wage Rates 5 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure ' fabricated from steel tubing meeting AASHTO -M -183. See Std. l l Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 35. Mono -tube Sign Structures - Mono -tube Sign Bridge r - fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. —._ - -. _ �. - -- — - --- ._..-._- �-------- 36. S #eel Sign Bridges - Steel Sign Bridges fabricated from steel - .._.. - -- tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans, and Contract Plans -for details. The steel structure shall be galvanized after fabrication in accordance i With AASHTO -M -111. 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in S #d Plans. Shop drawings for approval are to be provided prior to fabrication 38. Light Standard- Prestressed - Spun, prestressed, hollow concrete poles. I x . ,, 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre - approved drawings. 40. — Traffic Signal Standards -Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated x to conform with methods and material as specified on Std. Plans -. ' _ __ See Special Provisions for Ere= approved_drawi�s _ _� _ _ _ — 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. -- - - - - -- ---- - - - - -- - - -- - - -- �^ — Supplemental to Wage Rates 6 WSDOT's n Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, I the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. x NOTE: * ** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to ( ; be installed 43. Cutting & bending reinforcing steel 44. Guardrail components— •- --- �� --- 45. Aggregates /Concrete 46. Asphalt . 47. Fiber fabrics 48 Electrical wiring/comp 49. treated or untreated ti 54 Girder pads (elastome 51. Standard Dimension I 52� Irrigation components :r pile bearing) Custom Signing Message ; MessagE x Custom l Sta�arn End Sec I _Sec — — Covered by -- WAC 296- 127 -098 Covered by WAC 296 -127 -018 `s VIA x x Supplemental to Wage Rates 7 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION 53. Fencing materials 54. Guide posts 55. Traffic Buttons 56. Epoxy 57. Crib bing-------- - - - -- 58. Water distribution materials 59. Steel "H" piles 60.- Steel pipe for concrete pile casings 61. Steel pile tips, standar 62 Steel pile tips, custom YES NO X X X X X X X X X Supplemental to Wage Rates 8 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. METAL FABRICATION (IN SHOP) EFFECTIVE 03/04/2009 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Waae Code Code Counties Covered: ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTER(WELDER $12.76 1 LABORER $8.55 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 Counties Covered: BENTON MACHINE OPERATOR $10.53 1 PAINTER $9.76. _ 1 WELDER $16.70 1 1 Counties Covered: CHELAN FITTER $15.04 1 LABORER $9.54 1 MACHINE OPERATOR $9.71 1 PAINTER $9.93 1 WELDER $12.24 1 Counties Covered: CLALLAM, GRAYS HARBOR; ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC SAN JUAN AND SKAGIT FITTERMfELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 Supplemental to Wage Rates 9 METAL FABRICATION (IN SHOP) EFFECTIVE 03104/2009 ** * * *A # **Yr *A * * * *fk * * *AA *AAk1r�1 fit* Fk** AA** 7FAA AA 1k+t*+ k�riC�rkk# ii* 1k# Nirkt+t * * * * *ie * * * * * *kAici *'! *fk* *:YAAh *Yk * # *** *:F�e (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Waae Code Code FITTER LABORER MACHINE OPERATOR PAINTER WELDER LAYEROUT MACHINE OPERATOR FITTER WELDER FITTERANELDER PAINTER FITTER LABORER MACHINE OPERATOR PAINTER WELDER FITTER LABORER MACHINE OPERATOR WELDER Counties Covered: CLARK $27.49 $19.21 $28.77 $25.31 $26.89 $28.77 Counties Covered: COWLITZ $24.65 $24.65 $24.65 Counties Covered: GRANT $10.79 $8.55 Counties Covered: KING $15.86 $9.78 $13.04 $11.10 15.48 Counties Covered: KIT5AP $26.96 $8.55 $13.83 $13.83 1E 6H 1E 6H 1E 6H 1E 6H 1E 6H 1E 6H 1B 6V 1B 6V 1B 6V 1 1 1 1 1 1 1 1 1 1 Supplemental to Wage Bates 10 METAL FABRICATION (IN SHOP) EFFECTIVE 0310412009 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: KLICKITAT, SKAMANIA, WAHKIAKUM FITTERIWELDER $16.99 1 LABORER $10.44 1 MACHINE. OPERATOR $17.21 1 PAINTER $17.03 1 Supplemental to Wage Rates 11 Counties Covered: PIERCE FITTER $15.25 1 LABORER $10.32 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered: SNOHOMISH FITTERfWEL17ER $15.38 1 LABORER $9.79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $8.55 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER .$10.80 1 Supplemental to Wage Rates 11 METAL FABRICATION (IN SHOP) EFFECTIVE 03104/2009 (See Benefit Code Key) Classification Code Prevailing Overtime, Holiday Wage Code Cade Counties Covered: THURSTON FITTER $26.24 1A 6T LABORER $16.42 1A 6T MACHINE OPERATOR $20.23 1A 6T LAYEROUT $28.56 1A 6T WELDER $23.97 1A 6T Counties Covered: WHATCOM FITTERIWELDER $13.81 1 LABORER $9.00 1 MACHINE OPERATOR $13.89 1 Counties Covered: YAKlMA FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 Supplemental to Wage Rates 12 f FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 03104/2009 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS $9.96 1 Counties Covered: CHEL.AN. KITTITAS, KLECKITAT AND SKAMANIA ALL CLASSIFICATIONS 8.61 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT. SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: FRANKLIN ALL CLASSIFICATIONS $11.50 1 Counties Covered: KING ALL CLASSIFICATIONS $13.60 2K 513 Counties Covered: PIERCE ALL CLASSIFICATIONS' $9.28 1 Counties Covered: SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered: WHATCOM ALL CLASSIFICATIONS $13.67 1 Counties Covered: YAKIMA CRAFTSMAN $8.72 1 LABORER $8.55 1 Supplemental to Wage Rates 13 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and 1 or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water. • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential * ** ALL ASSOCIATED RATES * ** • Sign Makers and Installers (Non - Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (in Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296 -127. Supplemental to Wage Rates 14 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296 -127 -018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel; crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above- listed materials to a public works project site: -(i) At one or more point(s) directly upon the location where the material will be incorporated into. the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials. from demolished structures, clean -up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works .project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f}They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 15 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and .transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection. (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08 -24 -101, § 296- 127 -018, filed 1212108, effective 112109. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92 -01 -104 and 92 -08 -101, § 296 - 127 -018, filed 12/18/91 and 411!92, effective 8131192.1 Supplemental to Wage Rates 16 Landscape Construction All work performed under a public works contract must be classified into one or more of the many labor classifications for which prevailing wage rates have been established, so that the appropriate wage can be applied. For the purposes of the Washington state public works law, chapter 39.12 RCW, Landscape Construction involves the beautification of a plot of land by changing its natural features through the addition or modification of lawns, trees, bushes, etc. In order to determine applicable prevailing wage rates for Landscape Construction work on WSDOT projects, the Contractor is advised to review the scope of work as defined in WAC 296- 127 -01346 and verify the work being preformed by the Contractor's employees is within the defined scope of Landscape Construction and not in another labor classification. The Landscape Construction Scope of Work (WAC 296 -127- 01346) is very specific in what work may and may not be performed under that craft - and erosion control work shall not be performed under the landscape construction scope of work. Erosion control duties fall under the Laborers Scope of Work (WAC 296- 127 - 01344) with the prevailed labor rates found under, "Laborers /Erosion Control Worker ". Employees performing erosion control work are entitled to those prevailed wages. Contractors are responsible-for determining the appropriate crafts necessary to perform the contract work. Any doubts or questions regarding the appropriate classifications of labor should be directed to the Washington State Department of Labor and Industries, Prevailing Wage Section. Landscape Construction Landscape Construction /Erosion Control Workers - No new determination has been issued by the Washington State Department of Labor and Industries, Prevailing Wage Section, regarding these labor classifications. The Landscape Construction Scope of Work (WAC 296 - 127 - 01346) is very specific in what work may and may not be performed under that craft - and erosion control work shall not be performed under the landscape construction scope of work. Erosion control duties fall under the Laborers Scope of Work (WAC 296 - 127 - 01344) with the prevailed labor rates found under, "Laborers /Erosion Control Worker ". Employees performing erosion control work are entitled to those prevailed wages. PART 8 GEOTECHNICAL CORE AND BORING DATA Unified Soil Classification System Boring Location Plan — Plate 1 Boring Location Plan — Plate 2 Boring Location Plan — Plate 3 Boring Location Plan — Plate 4 Boring Location Plan — Plate 5 Boring Log B -1 Boring Log B -2 Boring Log B -3 Boring Log B -4 Boring Log B -5 Gradation Analysis from Borings B -3 & B -4 Moisture Density Relationship Curve from Borings B -3 & B -4 UNIFIED SOIL CLASSIFICATION SYSTEM MAJOR DIVISIONS GRAPH LETTER TYPICAL NAMES = After 24 Hours SYMBOL SYMBOL (7_3_07) Indicates Date of FE) Bulk Sample Reading GW Well— Graded Gravel, RG Ring Sample CLEAN Shelby Tube 3 —Inch OD Gravel —Sand Mixtures. Undisturbed Sample GRAVELS GP Poorly — Graded Gravel, Gravel —Sand Mixtures. GRAVELS Silty Gravel, Gravel — GRAVELS GM Sand —Silt Mixtures. COARSE WITH FINES GC Clayey Gravel, Gravel — Sand —Clay Mixtures. GRAINED ° ° ° 0 Well— Graded Sand, SOILS CLEAN a00000 0 0 0 0 0 0 SW Gravelly Sand. . s Poorly— Graded Sand, SANDS �• SP Gravelly Sand. SANDS $• �• Silty Sand, SANDS ' ' * ' SM Sand —Silt Mixtures. WITH FINES ° . Sc Clayey Sand, + ° Sand —Clay Mixtures. Inorganic Silt, Sandy ML or Clayey Silt. SILTS AND CLAYS \\ Inorganic Clay of Low \ CL to Medium Plasticity, LIQUID LIMIT Sandy or Silty Clay. LESS THAN 50% I Organic Silt and Clay I I I I OL of Low Plasticity. FINE GRAINED N Inorganic Silt, Mica — SOILS MH ceous Silt, Plastic Silt. SILTS AND CLAYS Inorganic Clay of High CH Plasticity, Fat Clay. LIQUID LIMIT GREATER THAN 50% 0H Organic Clay of Medium ` to High Plasticity. Peat, Muck and Other PT Highly Organic Soils. BORING LOG SYMBOLS GROUNDWATER SYMBOLS TEST PIT LOG SYMBOLS IStandard 2 —Inch OD Split —Spoon Sample - Groundwater BG Baggie Sample = After 24 Hours 'California Modified 3 —Inch OD Split —Spoon Sample (7_3_07) Indicates Date of FE) Bulk Sample Reading nilRock Core Groundwater RG Ring Sample =_ at Time of Drilling Shelby Tube 3 —Inch OD Undisturbed Sample Shorthand Notation: BGS = Below Existing Ground Surface N.E. = None Encountered i III I 4' i iI I I I � It r— srom ='uw y �— — rs-ei 1---------------- ,;r — — — — — �' — — — — • ---------------- L- --� -_- -------- - - - - -- ------ -------- W NDt AVENUE � I I It r— srom ='uw y �— — rs-ei — — — — mo-a— —_`"r' — •--• ,;r — — — — — �' — — — — • .� — � "•�„ � I I VICINIT'i MAP HOT TO SCALE N P�tp7(ZMA' f LE to .31� -171 . h F l#?• .,, 0 M"i .. •::•: -� 'Gi � ® -1 LEGEND Approximate Boring location Observed by STRATA on February 17, 2012. a,POeAPd,�, Ago., ��µo�rerMn��wxeMmMm ,�me�w�,�x�x�e.er.A .�. waom. tune �uwn wo wwwmw' Psac ME, n m mOi °m oum Pc Arw murur¢r. xd. mewnc usonuneow PnwaM- deLY PPFaum et alY✓� wo xo Data emF ec[4u� o�wRflaY. WPA0PAV1ri of wWALLVION PAnwFU H mMFas vxa Pam. mGl 4'4 WMf IWr RL4 L;Mm eAeaE ar ao m� t r ¢ 1 j, rg v q Ir; t ! %' b 4.5' L5.957 Approximate Asphalt (Top) and Basecourse (Bottum) " BORING LOCATION PLAN f y,° thickness Observed During Exploration. Evergreen Road , ��..A � trr �" = iUk Reconstruction Washington !' Spokane Valley, A PeaFessiomAL SEiwegS CoRporwioiv mull DRAWING DATE! 3.20 -2012 D 25 50 100 Froxi Flcs U DRAWING BY: pF55 CHECKED BY: AKL SCALE: 1 inch o 5D Fr CLTVAL S12e67A PLATE: 1 REFERENCE Site Mon Provided by The City or Spokane Valley, Washington. LEGEND B -1 Approximate Boring Location Observed by STRATA on 0 February 17, 2012. 4.5' Approximate Asphalt [Top) and Sasecourse (Bottom) 5.7 , 57 thickness Observed During Exploration. o aoa�e°riPORx iru°i Pis im�ao��i°o wirisu�mi °eio°�w.mox'rmnoi9 mid a n °4'o °mw °evar�°s wow evawf0ac�z rnuoAwu� rwu w me r PNVMA° �' OIXPFS llDt XA tl1iC1 O� � cii. °..w NVMPltaFNEIY DC. AF WFiWYfli°X PA°NLm B, G114A3 YAi FR ! � au W [l�xq wrR M°T PN¢ BORING LOCATION PLAN Evergreen Road 6 Reconstruction s T R a-r a Spokane Valley, Washington A AROFES3IONAL SERVICES CORPOAATION DATE: 3-2a-2= 0 25 so loft BY: CMS I CHFckFn RY- AAL SCALE: 1 inch = 50 FT I CrrVAL 512007A I PLATE: 2 LEGEND B -1 Approximate Baring Location Observed by STRATA an J5 February 17, 2012. [4.5' Approximate Asphalt (Top) and Basecourse (Bottom) 6.75 thlclmess Observed During Exploration. i BORING LOCATION PLAN Evergreen Road 114 Reconstruction S T R W a Spokane Valley, Washington A PROFESSff]NAL SEAVECES CORPORArfON DATE; 3- 70.3612 0 25 50 100 �K# n:ryFroNa 4A, 47,".0 DP BY; DNS I CHWKW BY: AM SCALE: 1 Inch = 50 Fr CFnfAL512007A PLATE. 3 �m 0-1 Apg ima0- Boring Location Observed by STRATA on ®, Fek!ruary` 7, 2012, LS' ; Apg x�rgpte 4phalt (Top) and Basetourse (Bottom) 757'=t lc Bess >Observedo-DPHng Exploratlon. DRAWING DATE: 3.20.7012 x BY: AM B0RING LOCATION PLAN Evergreen Road Reconstruction Spokane Valley, Washington O 25 SO 100 SCALE: 1 Ineh = 50 FP s -r Ra-ra A PROFESSIONAL SERVICES CORPORATION � ��rr.ly FrM 4V e!�rrvund oP i I� l , I l9 PoRyfmi9E41W� iI gw.7-b M�I�P SIDWli6 i1S�LWpIWPh A�Mh p Tf RFPPoRi� i�i16C ��ImI f µO W%4AV•11d11HAE bem WN9�W IC �PNAA9m a� o�V➢1➢lW N0 msx aF v�mF . umu�t'�. NPP�PI6VP� �P.. OP LYFNhmml PAMLm et Or�f y'N Yom• SW� W 44 WmM1S'YFAE N01 N1P ,o s 0 rq 130RING LOCATION PLAN Evergreen Road —" Reconstruction Spokane Valley, Washington A PROFESSfO1YALSERVICES CORPORATION DATE: 3 -20 -2012 0 25 50 100 Sai—,qr xy From .H— 97 a- W; OF BY: -Df4S I CHECKED BY: AM SC14LE: 1 loch = 50 Fr CfIVAL 512007A PLATE: 5 LEGEND B -1 Approximate Boring Location Observed by STRATA on f 0 February 17, 2012. Approximate Asphalt (Top) and Basemurse (Bottom) a 5,7C4,5' 5'r' thickness Observed During Exploration. I� l , I l9 PoRyfmi9E41W� iI gw.7-b M�I�P SIDWli6 i1S�LWpIWPh A�Mh p Tf RFPPoRi� i�i16C ��ImI f µO W%4AV•11d11HAE bem WN9�W IC �PNAA9m a� o�V➢1➢lW N0 msx aF v�mF . umu�t'�. NPP�PI6VP� �P.. OP LYFNhmml PAMLm et Or�f y'N Yom• SW� W 44 WmM1S'YFAE N01 N1P ,o s 0 rq 130RING LOCATION PLAN Evergreen Road —" Reconstruction Spokane Valley, Washington A PROFESSfO1YALSERVICES CORPORATION DATE: 3 -20 -2012 0 25 50 100 Sai—,qr xy From .H— 97 a- W; OF BY: -Df4S I CHECKED BY: AM SC14LE: 1 loch = 50 Fr CfIVAL 512007A PLATE: 5 a C t 0 u a 4 u USCS Description P a. co g 0 m d m E� D z N m D REMARKS U G CO o Y ' Note: BGS = Below Ground c}n o v a. Surface (AC) Asphalt Concrete (4.5 inches). AC (GM) Silty GRAVEL with Sand (Base Course; 5.75 inches). Tan, medium dense to dense, moist. GM (GP -GM) Poorly- Graded GRAVEL with Silt, Sand and Cobbles (Native). 1 b Bulk sample obtained from 1 to 4 Brown, dense, moist. QO feet BGS. b P Q b QO Percent Passing tFie No. 200 b 29 9 25 54 Sieve = 9.2% 2 O a Q ' 0 • - O Q - ` g GP- GM b o oQ C1 b 7 i C) o i b Q - 4 ° 0 C) b b - 0 Q a Borehole Terminated at 5.0 Feet. Client: CITVAL Boring Number: B -1 EXPLORATORY Project: S12007A Data Drilled: 12 -17 -2012 S TRaTa BORING LOG Drill Rig: CME 75 Borehole Diameter: 8!' OD IiPbb!lTSlttyAt Sravrc8 CORppilprlON x""`�"�rF ""` E, Rd Ner,P Depth to Groundwater: N. E. Logged By: AKL Sheet 1 Of 1 ' -S CL D_ �c H a .. CL REMARKS USCS Description l0 N g a W w �' ° w 5 a m Z o .r c. m Y .. Note: BGS = Below Ground v Cn m m o Surface C� a° (AC) Asphalt Concrete (6.5 inches). AC r (GM) Silty GRAVEL with Sand (Base Course; 4.0 inches). Tan, medlum GM BIG to dense, moist. Bulk sample obtained from 1 to 4 (GM) Silty GRAVEL with Sand and Cobbles (Native). Brown; dense, feet BGS. moist. 6 7 14 Percent Passing the No. 200 Sieve= 13.6% 2 GM 3 3 4 S 4 4 Borehole Terminated at 5.0 Feet Client: CITVAL Boring Number: B-2 STR2►T A P7oFLrtiout SeAmEs`CaRpow nan x" `�" �""" ``l" "",rr EXPLORATORY BORING LOG S12007A Date Drilled: 12 -17 -2012 Drill Pig: ME75 g Borehole Diameter: 8" OP Depth to Groundwater: N.E. Lagged By: An Sheet 1 Of 1 USCS Description = w O Utn (6 > U J O y tq CD w �[L0 y c z o V o 12 o U m x 0 REMARKS Nate BGS =Below Ground Surface (AC) Asphalt Concrete (5.0 inches). AC (GM) Silty GRAVEL with Sand (Base Course; 3.5 inches). Tan, medium GM dense to dense, moist. (SM) Silty SAND with Grave[ and •' Cobbles (Native). Brawn, dense, moist. + • Bulk sample obtained from 1 to 4 t • feet BGS. • • r • r • �+ B 13 Percent Passing the No. 200 ' 7 Sieve'-- 17.8% ' SM •• • Gravel content increases with 2 • r depth. • • • • • • • • (GM) Silty GRAVEL with San d and 3 �- Cobbles. Brown, dense, mast. 3 4 9 5 'a C7 ' O F m 4 0 N 4 GM N J ' ?Q U ' a s= ' a ' a Borehole Terminated at 5.0 Feet. N 63 a H J Client: CITVAL Boring Number: B-3 EXPLORATORY s Project: S12007A Date Drilled: 12 -17 -2012 s°r�a-ra BORING LOG Drill PJ9: CME 75 Borehole Diameter: W OD k P- ahssiu9•,[ SERVlZES G08F�AnaN Depth to Groundwater: N.E. Logged By: AKL x'� ""� F" "' `��'"" J`� Sheet 1 Of 1 1 (GM) Silty GRAVEL with Sand and Cobbles (Native). Brawn, dense, moist. a m 0 CL -.I Borehole Terminated at 5.0 Feet J J W 'a r z ca 21 18 1 32 14 2 3 GM USCS Description S TR 3Ta A paa.4ssroxac SExvr 'CgaFaannox ' � "�'� F '" ""q —Ko')F vi U p n m E a a y - m B B° y C REMARKS Sheet 1 Of 1 6 10 o r z -- Nate: BGS ow Ground m o V EL Surface (AC) Asphalt Concrete (4.5 inches). AC ' (GM) Silty GRAVEL with Sand (Base Course; 8.0 inches). Tan, medium dense to dense, moist. GM 1 (GM) Silty GRAVEL with Sand and Cobbles (Native). Brawn, dense, moist. a m 0 CL -.I Borehole Terminated at 5.0 Feet J J W 'a r z ca 21 18 1 32 14 2 3 GM Boring Number: B-4 S TR 3Ta A paa.4ssroxac SExvr 'CgaFaannox ' � "�'� F '" ""q —Ko')F EXPLORATORY BORING LOG Project: S12007A Date Drilled: 12 -17 -2012 Drill Rig: CME 75 6 Depth to Groundwater: N.E. Logged By. AKL Sheet 1 Of 1 6 10 4 4 Bulk sample obtained from 1 to 4 feet BGS. Percent Passing the No. 200 Sieve = 16.4° Soil may vary to silty sand with gravel at shallow depth. Increased gravel content noted at 4.5 feet BGS. Client: CITVAL Boring Number: B-4 S TR 3Ta A paa.4ssroxac SExvr 'CgaFaannox ' � "�'� F '" ""q —Ko')F EXPLORATORY BORING LOG Project: S12007A Date Drilled: 12 -17 -2012 Drill Rig: CME 75 Borehole Diameter: 8" O❑ Depth to Groundwater: N.E. Logged By. AKL Sheet 1 Of 1 F i Borehole Terminated at 1.5 Feet. 0.I L7 D 0 dd N R I A - Client: CITVAL Boring Number: B-5 EXPLORATORY x Project: 512007A Date Drilled: 12 -17 -2012 STRC'�Ta BORING LOG Drill Rig: CME 75 Borehole Diameter: W OD A PeoFESSmo.it seaveeS Cowan W Depth to Groundwater: N.E. Logged By: AKL el- r Sheet 1 Of 1 JO m a a c ;U ° t� a REMARKS USCS Description w g g m ca y Z o v o° Y dote: BGS =Below Ground v 6 m n U 0 a. Surface (AC) Asphalt Concrete (4.5 inches). AC Asphalt debris observed in base (GM) Silty GRAVEL with Sand (Base Course; 5.0 inches). Tan, medium GM coup. dense to dense, moist. ®% (GP -GM) Poorly- Graded GRAVEL with Sand and Cobbles (Native). ° Brown, dense, moist. 1 a GP- O GM ° �K Percent Passing the No. 200 ¢ Sieve = 11.5% O eoring terminated due to potential i Borehole Terminated at 1.5 Feet. 0.I L7 D 0 dd N R I A - Client: CITVAL Boring Number: B-5 EXPLORATORY x Project: 512007A Date Drilled: 12 -17 -2012 STRC'�Ta BORING LOG Drill Rig: CME 75 Borehole Diameter: W OD A PeoFESSmo.it seaveeS Cowan W Depth to Groundwater: N.E. Logged By: AKL el- r Sheet 1 Of 1 100 90 80 70 i7 z 60 a. rn Q 50 W U W 40 >Z 30 20 10 0 GRADATION ANALYSIS AASHTO T 271 T 11 Project: Evergreen Road Reconstruction Project. Client: City of Spokane Valley File: CITVAL S12007A Sample No.: SL022612 Sample Location: Borings B -3 and B-4 combined bulk sample from 1 to 4 feet BGS Description: Silty SAND with Gravel Date Tested: March 5, 2012 Gravel Sand Fines 0 0 Coeise ' Flne Corse Meun Flne SIIL Clay 100 10 1 SOIL GRAIN DIAMETER, millimeters ti F Reviewed by. U.1 S'TR�T� A PRO6EssMNAI. SERVICES CORPORATION : fKWe�s�Yjr Frawc 4-Al E]ro end Ur f i i MOISTURE - DENSITY RELATIONSHIP CURVE AASHTO T 180 Method C Project: Evergreen Road Reconstruction Project GRADING ANALYSIS Client: City of Spokane Valley SCREEN SIZE % PASSING AS TESTED File Name: CITVAL S1 2007A 6inch - Date Tested: March 5, 2012 4 inch 2 inch Tested B R. Matteson By: 314 4 inch inch 97 100 Sample Number: SL022612 318 inch Sample Location: Borings B -3 and B -4 #4 Screen combined bulk sample from 1 to 4 feet BGS Sample Description: Silty SAND with Gravel Corrected Dry Density, pcf: N/A Maximum Dry Density, cf : 141.0 Corrected Moisture Content, %: N/A p Coarse Aggregate Correction, %: NIA 170 Optimum Moisture Content, %: 5.5 Bulk specific Gravity (assumed): NIA 168 O Optimum Point • Proctor Points 966 164 162 160 158 158 154 152 '51i 50 146 qr 146 � w iAA Q 142 �s 4' /L g } 0140 138 1 1 13fi 134 132 130 1ze 126 124 122 120 0 0.5 1.0 1.5 2 25 3.0 3,5 4 4.5 5.0 5.S 6 6:5 .7.0 7.5 8 8.6 9.0 9.5 10 MOISTURE % Reviewed B y �-rRa-ra A AROFESSIUMM SERV ICES CORPORA'nON 'n �rJ•Y Fron46A- d;r.,nd Vr PART 9 STANDARD PLANS Survey Stakes, WSDOT Standard Plan A- 10.10 -00, Sheet 1 of 2 Survey Stakes, WSDOT Standard Plan A- 10.10 -00, Sheet 2 of 2 Monument Case and Cover, WSDOT Standard Plan A- 10.30 -00 Circular Frame (Ring) and Cover, WSDOT Standard Plan B- 30.70 -02 Miscellaneous Details for Drainage Structures, WSDOT Standard Plan B- 30.90 -01 Beveled End Sections, WSDOT Standard Plan B- 70.20 -00 Parallel Curb Ramp, WSDOT Standard Plan F- 40.12 -01 Detectable Warning Surface Standard Plan F- 45.10 -00 Mailbox Support Type 1, WSDOT Standard Plan H- 70.10 -00, Sheet 1 of 2 Mailbox Support Type 1, WSDOT Standard Plan H- 70.10 -00, Sheet 2 of 2 High Visibility Fence, WSDOT Standard Plan I- 10.10 -01 Wattle Installation on Slope, WSDOT Standard Plan I- 30.30 -00 Type 3 Barricade, WSDOT Standard Plan K- 80.20 -00, Sheet 1 of 2 Type 3 Barricade, WSDOT Standard Plan K- 80.20 -00, Sheet 2 of 2 Longitudinal Marking Patterns, WSDOT Standard Plan M- 20.10 -02 Symbol Markings Traffic Arrows for Low Speed Roadways, WSDOT Std Plan M- 24.40 -01 Sht 1 Symbol Markings Traffic Arrows for Low Speed Roadways, WSDOT Std Plan M- 24.40 -02 Sht 2 Symbol Markings Miscellaneous, WSDOT Standard Plan M- 24.60 -03, Sheet 1 of 2 Symbol Markings Miscellaneous, WSDOT Standard Plan M- 24.60 -03, Sheet 2 of 2 Traffic Letter and Numerical Applications WSDOT Standard Plan M- 80.10 -01, Sheet 1 of 2 Traffic Letter and Numerical Applications WSDOT Standard Plan M- 80.10 -01, Sheet 2 of 2 Curbing, Spokane V alley Standard Plan R -102 Sidewalk, Spokane Valley Standard Plan R -103 Street Signs, Spokane Valley Standard Plan R -140 Sign Bracket, Spokane County Standard Plan A -I6A Sign and Post Installation, Spokane County Standard Plan A -16B Precast Drywells Placed in Swale, Spokane Valley Standard Plan S -101 Drywell Details, Spokane Valley Standard Plan S -103 Drywell Frame and Grates, Spokane Valley Standard Plan S -104 Precast Drywell and Inlet Details, Spokane Valley Standard Plan S -105 Catch Basin Type 1, Spokane Valley Standard Plan S -112 Oil Water Separator, Spokane Valley Standard Plan S -140 2 Z �i Fd 0 17 LINE DESIGNATION ^' L4 LINE STATIONING J, HUNDRED FOOT L^ INCREMENTS �m r m n CONTROL POINT ALIGNMENT STAKE STAKE EVERY 100 FEET ON TANGENTS, EVERY 25 FEET ON CURVES a OFFSET FROM n LINE DESIGNATION 10 SLOPE STAKE T O r T CATCH (10 FEET) p 5T Iti FILL AT RP STAKE o LINE STATIONING \ (1.2 FEET) + HUNDRED FOOT LINE STATIONING N INCREMENTS r13i CUT AT CATCH POINT I m I- (BACK OF DITCH) FRONT BACK o LNn DISTANCE FROM CL STAKE AT EACH FULL STATION, INCREMENTS 1, A TO CATCH POINT EVERY 25 FEET ON CURVES. NO HUB NECESSARY. SIDE SLOPE RATIO (27.6 FEET) � m (4H_1Vj m BACK OF DITCH 0 0 . 0 HUNDRED FOOT FRONT BACK LATH FOR SLOPE REFERENCES a DISTANCE FROM n LINE DESIGNATION 0 (40.2 FEET) T O SL SL OPE STAKE IN CUT AT CATCH POINT p 5T CATCH (7 FEET) I N o LINE STATIONING c7 eISTANCE FROM C + HUNDRED FOOT LINE STATIONING N INCREMENTS TO CATCH (BACK OF I STAKE 2.B FEE ( FEET) 1N DITCH) (23.5 FEET) FRONT BACK \ CLEARINGIGRUBBING (C&G) LATH w STAKE AT EACH FULL STATION, INCREMENTS 100 FEET ON TANGENTS, DISTANCE FROM r EVERY 25 FEET ON CURVES. NO HUB NECESSARY. h n CUT TO BACK OF OFFSET FROM DITCH (2.2 FEET) n\i LINE DESIGNATION T O SL SL OPE STAKE n CUT AT CATCH POINT p 5T CATCH (7 FEET) I N (2-2 FEET) BACK OF DITCH FRONT eISTANCE FROM C N DISTANCE FROM CL LINE STATIONING CUT AT ST w TO CATCH (BACK OF I STAKE 2.B FEE ( FEET) 1N DITCH) (23.5 FEET) HUNDRED FOOT \ w SIDE SLOPE RATIO INCREMENTS DISTANCE FROM r h (27.6 FEET) m LINE STATIONING 0 . 0 HUNDRED FOOT INCREMENTS FRONT BACK SLOPE TREATMENT (ST) STAKE FOR CUT SECTIONS n CUT TO BACK OF ry IN DITCH (2.2 FEET) n\i DISTANCE FROM q + TO CATCH (BACK OF o DITCH) (25.7 FEET) p SIDE SLOPE RATIO (4H:1V) 4 BACK OF DITCH FRONT eISTANCE FROM C SLOPE STAKE o DAYLIGHT CATCH to (CUT 0.0 FEET) 0 + HUNDRED FOOT o FILL (0.1 FEET) p SIDE SLOPE TO A 2% ROADWAY SLOPE (501-11V) m eISTANCE FROM C IN (16.2 FEET) DAYLIGHT (DIL) STAKE r LINE DESIGNATION LINE STATIONING CD + HUNDRED FOOT o INCREMENTS BACK �q R. Af p A � 24797 q}� ss fo�9 Lr S ANA S�4 Ex PIPES SURVEY STAKES STANDARD PLAN A- 70.10.00 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich fit 08- 07 - -07 � anT99lamx wdu9l:u wre Weddngten Sbh b.perlm.*.Mmupnrlollen z U U m -n FILL FROM CATCH POINT w TO BEGINNING OF SECOND k- SLOPE (3.8 FEET) N FILL TO FINISH GRADE -n SLOPE RATIO (2H:iV) d (0.60 FEET) N FILL TO SUBGRADE s SHOULDER (2.25 FEET) DISTANCE FROM SLOPE RATIO (4H:1V) J� PLAN SHEET NUMBER (4) ^' DISTANCE FROM $ TO CATCH CD I, POINT (28.7 FEET) STRUCTURE NOTE NUMBER la COMPOUND SLOPE LATH -T FILL TO SUBGRADE d IN (0.35 FEET) Ln m I FILL TO FINISH GRADE -n (CURB ELEVATION) (0.73 FEET) d (0.60 FEET) DISTANCE FROM q (14.3 FEET) N SLOPE RATIO (2H:1V) DISTANCE FROM (1.26 FEET) SLOPE LATH FOR CURB SECTION d DITCH CUT TO m10 STRUCTURE NOTE STRUCTURE NOTE REFERENCE m BOTTOM OF DITCH REFERENCE m d (0.60 FEET) CUT TO FLOW LINE FILL TO TOP OF I DISTANCE FROM (1.26 FEET) J� PLAN SHEET NUMBER (4) ^' CATCH POINT TO STRUCTURE NOTE NUMBER (3) STRUCTURE NOTE NUMBER la (1.1 FEET TO TOP DRAINAGE ALIGNMENT L' (15) p } BOTTOM OF DITCH OF FOUNDATION) c' N 25' INCREMENTS (2.4 FEET) BACK vi INCREMENTS STAKE FOR DRAINAGE SIDE SLOPE RATIO + DITCH SECTION ALIGNMENT FRONT BACK M7AIeM Cna r1100te -1 I mo (4H:1V) LINE DESIGNATION c STATIONING I� FRONT BACK o STAKE FOR DITCH CONSTRUCTION 0 OFFSET (i0 FEET) m10 STRUCTURE NOTE LINE DESIGNATION T FILL TO TOP AND REFERENCE n LUMINAIRE NUMBER (23) CUT TO FLOW LINE FILL TO TOP OF o .CURB ti (1.26 FEET) PLAN SHEET NUMBER (37 I° STRUCTURE NOTE NUMBER (3) r I,. (1.1 FEET TO TOP DRAINAGE ALIGNMENT N„ p } STATIONING OF FOUNDATION) c' N 25' INCREMENTS FRONT BACK vi INCREMENTS STAKE FOR DRAINAGE O OFFSET (3 FEET) OFFSET TO CENTER m LINE DESIGNATION T FILL TO TOP AND 10 OF BASE (10 FEET) LUMINAIRE NUMBER (23) TI FILL TO TOP OF o .CURB (0.90 FEET) CONCRETE BASE a LINE STATIONING I,. (1.1 FEET TO TOP N„ m OF FOUNDATION) c' HUNDRED FOOT vi INCREMENTS n O FRONT BACK M7AIeM Cna r1100te -1 I mo m LINE DESIGNATION AND STATIONING z o HUNDRED FOOT z INCREMENTS I� m FRONT BACK STAKE FOR FOUNDATION OF LUMINAIRES, SIGNALS OR SIGN STRUCTURES O OFFSET (3 FEET) m LINE DESIGNATION T FILL TO TOP AND N BACK EDGE OF o .CURB (0.90 FEET) a LINE STATIONING m m c' HUNDRED FOOT vi INCREMENTS n o FRONT BACK M7AIeM Cna r1100te -1 I mo SURVEY STAKES J II ^wa"Amm r 4d41V A -7 U.7 U -vu SHEET 2 OF 2 SHEETS APPROVEb FOR PUBLICATION Pasco Bakadch 111 05- 07 - -07 HfwTE9 ®DH EN3WE91 MlE r Woddnglon Slvh D.po.InurR Ol Tmmporfofion " R CONCRETE BASE.�p' A 4 .'A D w O 2 W m adG n D � R •A ` D . p Y . s D P�. . A • D vP P 0 CONCRErE BASE SOIL / GROUT J PLAN VIEW .A a • D :gyp • . 10 P, R "A IT R. D .A Z A . P "p D T' O.D. GALVANIZED STEEL PIPE -NOTE 4 I � SECTION (p } INSTALLATION I RISER RING DIMENSIONS A 1 112" Z" 3` (SIZE) 16 712" DIAL. 9 1P2' PIAM. A 8 DIAM. 9" DIAM. SECTION RISER RING SECTION COVER 51 4 314" R. 12" �l 3t4" SECTION CASE NOTES t. Dimensions may vary according to manufacturer. 2. Base to be placed on a well compacted fbUndeflon. 3. Monument case to be Installed by contractor. 4. See Standard Plan A -10,20 for Monument (brass disc) type to place in 2" O.D. galvanized pipe. 311 tle" 1M" SECTION OF LETTER ISOMETRIC APPROXIMATE WEIGHTS CASE 60 LBS COVER 19 Las TOTAL 79 LSS MONUMENT CASE AND COVED STANDARD PLAN A- 10.30 -00 SHEET I OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich fit 10 -05-07 as�re AenDpexawem wre Wmhingmn gab o.,.H —l.1 T..peftfien c �i �m a cc a RING PLAN 27 518' 25 318" 1" Sir 24" .76 314" 34 116" RING SECTION O Ia DRILL AND TAP 518" -11 NC HOLE FOR 1 1/2' x 516" STAINLESS STEEL SOCKET HEAD CAP SCREW (TYP.) DETAIL "S' I ` V2" (rYP.) RING PLAN SKID GROOVE PATTERN - SEE DETAIL 1 r SEE DETAIL "A' TOP - - - -�Z1- -- -- BOTTOM - ---' COVER PLAN 27 56' 26 318" I 24" t2B 314' 34 11V RING SECTION O w O 1 31a' 3 VB" 1 316" rp BLIND PICK NOTCH DETAIL "A„ 31 I 1 114" 5!6" THICK 3 114' BOLT ON CAM TYPE LOCKING DEVICE SECTION O _ TOP BOTTOM SEE DETAIL "A" LIFT H )L COVEY. PI &11 COVER PUN SEE DETAIL '9' SEE DETAIL "A" SEE DETAIL "A" SEE DETAIL 'A" ti �J n r l N F:L Fe T 'I �1 SEE DETAIL "C" COVER SECTION O COVER SECTION O COVER SECTION OB (SEE NOTE 5) (SEE NOTE 6) (SEE NOTE 6) STANDARD BOLT- DOWNNVATERTIGHT CAMLOCK TYPE 1 TYPE 2 TYPE 3 7 7116" I WASHER (SEE NOTES) 1W DOVETAIL GROOVE WITH NEOPRENE GASKET (SEE NOTES) BOLT•DOM r WATERTIGHT DETAIL "B" 6 5116" 33— SW THICK BOLT ON CAM TYPE LOCKING DEVICE DETAIL "C" ISOMETRIC VIEW NOTES 1. The gasket and groove may be in the seat (frame) or In the underside of the cover. The gasket may be T shaped In section. The groove may be cast or machined. 2. For bolt -down manhole ring and covers that are not designated 'Watertight." the neoprene gasket, groove, and washer are not required. 3. Washer shall be neoprene (Detail wff ). 4. In lieu of blind pick notch for storm sewer manhole covers, a single V pick hole is acceptable. Hole location and number of holes may vary by manufacturer. 5. Proprietary manhole covers without bottom ribs are acceptable. 6. For clarity, the vertical scale of the Cover Section has been exaggerated, it Is 1.5 times the horizontal scale (1H:13V). a,14• I �j.. S12 "I n SKID GROOVE PATTERN DETAIL >� 04 WABgt� Y 'kit 'ONAI. y g CIRCULAR FRAME (RING) AND COVER STANDARD PLAN B- 30.70 -02 SHEET 1 OF 1 SHEET APPROV913 FOR PUBLICATION Pasco Bakotich III 06 -16 -11 Ask ware peaxw v+oweea wre .°..'lea° Wmhhgbn Str Deportr�r DE r— pem,tlen 20. x 24`, 24' DIAM., 45' D14 OR 54' D WM. HOLE 98 EARS 0 7' SPACING Z. (TYP.) 1" MIN. 2112' MAX. B4" or 96° FLAT SLAB TOP 20"x 24", 24" DIAM., 48" DIAM. OR WORM. HOLE #5 BARS ® 0' SPACING i te a—._ bI T 1- MIN. 2 12" MAX. 72" FLAT SLAB TOP / #4 BARS 0 B' SPACWG -I 20"x24 "OR i 24" DIAM. HOLE I - 2" ffYP) ro 1" MIN. 2 112" MAX. 46 ", 54 ", or 64" FLAT SLAB TOP TYPICAL ORIENTATION FOR ACCESS AND STEPS m� ?4" MIN. i 46" MIN. ECCENTRIC CONE SECTION 12' MIN. STEP NOTE Ladder rungs for manholes and catch basins Shall meet the requirements of AASHTO M 199. 12" (TYP,) PREFABRICATED LADDER VOR 12' P FOR 5' O TWO 93 BAR HOOPS FOR 12' RECTANGULAR ADJUSTMENT SECTION Q As an acceptable alternative to rebar, wire mesh having a minimum area of 0.12 square Inches per foot may be used for adjustment sections. 34„ ONE N3 BAR HOOP 4' 3+ CIRCULAR ADJUSTMENT SECTION Issas sT ro Ic EXPIRES JULY 4 2004 MISCELLANEOUS DETAILS FOR DRAINAGE STRUCTURES STANDARD PLAN B -30.90 -01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Sakoffch 1// 09 -20-07 arnzeo�opsaiweep wtE 'dw W -bl.g n SbY u.pert.W.r T..p.rbnen END SECTION LENGTH SHALL BE AT LEAST SIX TIMES THE DIAMETER OF THE PIPE THERMOPLASTIC PIPE NOTES 1- The culvert ends shall be beveled to match the embankmerl or ditch slope and shall not be beveled flatter than 4HAV. When slopes are between 4H:'1V and BH:1V, shape the slope In the vidintiy of the culvert and to ensure that no part of the culvert protrudes more than 4' above the ground line. 2 Feld cutting of culvert ends is permitted when approved by the Engineer. All field -cut culvert pipe shall be treated with treatment as shown in the Standard Specifications or General Special Provisions. 4" MAX. ----- - - - - -- --------------------------------------- 4h:7 V OR sEp 'I FOR CULVERTS 30" ----------- ---------------------------------------------------- ---- - - - - -- ------------------ - - - - -- 4^ MAX. DIAMETER OR LESS CONCRETE PIPE END SECTION LENGTH SHALL BE AT LEAST SIX TIMES THE DIAMETER OF THE PIPE (SEE STD. SPEC. 7 -02.3 {i)} eIla hod, .P�O,558n 4�4 O O O B�sf is E�r6 I_ EXPIRES JIILY I, 200T 11.11 4N. fl/ OR Sr�`ep�R BEVELED FEND SECTIONS STANDARD PLAN B- 70.20 -00 SHEET 1 OF 1 SHEET 4" MAX. APPROVED FOR PUBLICATION Harold J. Peterfeso 06-01-06 METAL PIPE WwNn�����lu� qrrgi. Std. e.p.rl .ET..p.ftll n 15 - D" MAX. SEE CONTRACT PLANS 16 - c` MAX. - SEE NOTE 7 -4 -D' MIN SEE NOTE 7 SIDEWALK GRADE BREAK GRADE BREAK a 8.3 % MAX. '•8.355 MAX. GRADE BREAK y 2.0% MA X � �-- CURB RAMP LANDING CURB RAMP 318" EXPANSION JOINT (rYP) - SEE STANDARD PLAN F30.10 "GFULNT GONGHtI PARALLELA" PAY SECTION ( ISOMETRIC VIEW TYPE PARALLEL A PAY LIMIT A SEE CONTRACT PLANS SEE CONTRACT F 318' EXPANSION JOINT (TYP.J - 0' MIN. PEDESTRIAN CURB 318" EXPANSION JOINT MP.) " 4'- C - SEE STD. PLAN F -00.10 I - SEE NOTE 4 SEE STANDARD PLAN P•30.10 LANDING LANDING 2. Where "GRADE BREAK" Is called out the entire length of the grade SIDEWALK B CURB AND GUTTER. _ ?ss� ._f SIDEWALK Q - N� yl Nr 3" R. SEE CONTRACT PLANS CURB & GUTTER -4' -D" MIN. (TYPJ CURB RAMP CURB RAMP CURB RAMP L SEE CONTRACT PLANS FACE OF CURB DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-4e.1D 4' - 0" MIN. rt FACE OF CURB - DEPRESSED CURB & GUTTER DEPRESSED CURB & GUTTER CROSSWALK CROSSWALK . o 0 the adacent Curb, Curb and Guitar, Pedestrian Curb or Sidewalks. 7 7. The curb ramp maximum running slope shall not require the ramp length PLANVIEW PLAN VIEW DETECTABLE WARNING SURFACE GRADE LL TYPE PARALLEL A -SEE STANDARD PLAN F-4 10 BREAK m COUNTER SLOPE of the curb ramp shall be as flat as leasable. SEE CONTRACT PLANS 6.0% MAX. -4' -(`MIN B. Curb ramp, landing, & flares shall receive broom finish. See Standard GRADE ° BREAK VARIES a LEGEND v 2.0 % MAX. I SLOPE IN EITHER DIRECTION ROADWAY CEMENT CONCRETE DEPRESSED LANDING PEDESTRIAN CURB CURB & GUTTER - SEE STANDARD PLAN F -10.72 - SEE NOTE B & 4 SECTION O 15 - D" MAX. SEE CONTRACT PLANS 16 - c` MAX. - SEE NOTE 7 -4 -D' MIN SEE NOTE 7 SIDEWALK GRADE BREAK GRADE BREAK a 8.3 % MAX. '•8.355 MAX. GRADE BREAK y 2.0% MA X � �-- CURB RAMP LANDING CURB RAMP 318" EXPANSION JOINT (rYP) - SEE STANDARD PLAN F30.10 "GFULNT GONGHtI PARALLELA" PAY SECTION ( ISOMETRIC VIEW TYPE PARALLEL A PAY LIMIT 16- U' MAX ISM CONTRACT PL SEE NOTE 7 - 4 -B' MIN SIDEWALK �CGRADEBREAK a.3% MAX, 0, �� 2.0% MAX L CURB RAMP L LANDING 518° EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F-3D.10 SECTION O "CEMENT CONCRETE CURB RAMP TYPE PARALLEL] PEDESTRIAN CURB - SEE STANDARD PLAN F•10.12 ISOMETRIC VIEW TYPE PARALLEL B PAY LIMIT PARALLEL CURB RAMP STANDARD PLAN F -40.12 -01 SHEET t OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch 111 06 -03 -10 su,EO ®nuaciur�a a,E Twmnrncbn smre Dro�me,ld Tronspwlaltan NOTES A 1. Provide a separate curb ramp far each marked or unmarked crosswalk. LANs 'MIN. PEDESTRIAN CURB Curb ramp IDCafiOn shall be placed within the width of the associated SEE NOTE 4 crosswalk, or as shown in the Contract Plans. 2. Where "GRADE BREAK" Is called out the entire length of the grade break between the two adjacent surface planes shall be flush. rC] 3, Do not place gratings, junction boxes, access covers, or other appurte- `I nancas in front of thre curb ramp or on any part of the curb ramp or landing. 3" R. = 4. See Contract Plans for the curb design specified. Sea Standard Plan F -90.12 for Curb, Curb and Gutter, and Pedestrian Curb Details. DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F46.10 S. See Standard Plan 17-30.10 for Cement Concrete Sidewalk Details. See Contract Plans for width and placement of sidewalk. DEPRESSED CURB & GUTTER CROSSWALK B. The Bid Item "Cement Concrete Curb Ramp Type does not Include the adacent Curb, Curb and Guitar, Pedestrian Curb or Sidewalks. �1 7. The curb ramp maximum running slope shall not require the ramp length PLANVIEW to exceed 15 feet to avoid chasing the slope indefinitely when connecting TYPE PARALLEL B to steep grades. When applying the 15 foct max. length, the running slope of the curb ramp shall be as flat as leasable. B. Curb ramp, landing, & flares shall receive broom finish. See Standard Specifications 8-14. LEGEND SLOPE IN EITHER DIRECTION 16- U' MAX ISM CONTRACT PL SEE NOTE 7 - 4 -B' MIN SIDEWALK �CGRADEBREAK a.3% MAX, 0, �� 2.0% MAX L CURB RAMP L LANDING 518° EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F-3D.10 SECTION O "CEMENT CONCRETE CURB RAMP TYPE PARALLEL] PEDESTRIAN CURB - SEE STANDARD PLAN F•10.12 ISOMETRIC VIEW TYPE PARALLEL B PAY LIMIT PARALLEL CURB RAMP STANDARD PLAN F -40.12 -01 SHEET t OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch 111 06 -03 -10 su,EO ®nuaciur�a a,E Twmnrncbn smre Dro�me,ld Tronspwlaltan A� r II ' .. MIN. A 1.60" A +I ;�.: IB � O � B 0.65" TRUNCATED DOME R 0.9^ SECTION m O�q CURB RAMP, LANDING, PASS- KW THROUGHORWALAY OOw UJU% MAIL o W� 240- PLACE AT BACK OF CURB LINE ... SEE NOTE 2 0.90" 1.40" 02" TRUNCATED DOME SPACING SEE STANDARD SPECIFICATIONS FOR CURB AND GUTTER LArrOII NG PASS T COLOR OF SURFACE O SEE NOTE 3 R WALKWAY TRUNCATED DOME DETAILS DETECTABLE WARNING SURFACE DETAIL CURB RAMP I . 5' -D' 4/,,— LANDING WAKLWAY � II�'II ��NBEACK OF CURB , SE NOTES 2 & 5 DETECTABLE WARNING SURFACE - SEE NOTE 3 W o SINGLE DIRECTION CURB RAMP w rm WIDTH OF WALKWAY CURB RAMP -\ LANDING n r CURB RAMP LANDING CURB BACK OF CURB ` DETECTABLE WARNING y�DTM OF WALKWAY SEE NOTES 2 8 5 SURFACE -SEE NOTE 3 OR PATH fTYP3 PERPENDICULAR CURB RAMP WIDTH OF CURB RAMP, J LANDING, OR WALKWAY DETECTABLE WARNING SURFACE - SEE NOTE 6 z m DETECTABLE WARNING SURFACE BACK OF CURB SEE NOTE 3 SEE NOTES 2 B 5 PARALLEL CURS RAMP 4. See Standard Plane for sidewalk and curb ramp details. 5. If a curb is not present, place the Detectable Warning Surface at the edge of the pavement, S. If a curb ramp is required, the location of the Detectable Warning Surface must be at the bottom of the ramp and within the required :URB RAMP distance from rail. UGH WIDTH OF PASS WIDTH OF PATS THROUGH - [rYP.) THROUGH - (TYP.) MIN. iiiii �_�• DETECTABLEWARNING BACK OF CURB SURFACE [IYP.) -SEE NOTES 2&S BACK OF CURB y - C' SEE NOTES 2 & 5 -MIN. L ISLAND PASS - THROUGH DETECTABLE WARNING PATH OR DETECTABLE WARNING SURFACE WALKWAY SURFACE (7Y?.) PAVEMENT EDGE SHOULDER ? g b y SHARED -USE PATH CONNECTION RAIL PATH OR WALKWAY PEDESTRIAN RAILROAD CROSSING PLACEMENT GUIDELINES W DTH OF ROUNDABOUT SPLITTER ISLAND MEDIAN PASS THROUGH FEN1}r ,& y � eh 90 A 38298 g2�i .nA *or ST'st �s�DNAL ��,,6 � ¢ DETECTABLE WARNING SURFACE STANDARD PLAN FASA 0 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakofich N 06.0340 mn _ 6R ­N ENGINEER jr W.Ahrpmn 51c1n D.porh —.I f Tmrupur%A- NOTES 1. The Detectable Wamirag Surface shall extend the full width of the Curb ramp (exClusive of flares) or the landing. LE WARNING - SEE NOTE 3 2. The edge of the Detectable Warning Surface shall be placed along the back of the curb line. 2'- (r MIN. - 3. The rows of trunrated domes in a Detectable Warning Surface ALLAPPUCAmONS shall be parallel with the direction of wheel Chalr travel TRUNCATED DOME SPACING SEE STANDARD SPECIFICATIONS FOR CURB AND GUTTER LArrOII NG PASS T COLOR OF SURFACE O SEE NOTE 3 R WALKWAY TRUNCATED DOME DETAILS DETECTABLE WARNING SURFACE DETAIL CURB RAMP I . 5' -D' 4/,,— LANDING WAKLWAY � II�'II ��NBEACK OF CURB , SE NOTES 2 & 5 DETECTABLE WARNING SURFACE - SEE NOTE 3 W o SINGLE DIRECTION CURB RAMP w rm WIDTH OF WALKWAY CURB RAMP -\ LANDING n r CURB RAMP LANDING CURB BACK OF CURB ` DETECTABLE WARNING y�DTM OF WALKWAY SEE NOTES 2 8 5 SURFACE -SEE NOTE 3 OR PATH fTYP3 PERPENDICULAR CURB RAMP WIDTH OF CURB RAMP, J LANDING, OR WALKWAY DETECTABLE WARNING SURFACE - SEE NOTE 6 z m DETECTABLE WARNING SURFACE BACK OF CURB SEE NOTE 3 SEE NOTES 2 B 5 PARALLEL CURS RAMP 4. See Standard Plane for sidewalk and curb ramp details. 5. If a curb is not present, place the Detectable Warning Surface at the edge of the pavement, S. If a curb ramp is required, the location of the Detectable Warning Surface must be at the bottom of the ramp and within the required :URB RAMP distance from rail. UGH WIDTH OF PASS WIDTH OF PATS THROUGH - [rYP.) THROUGH - (TYP.) MIN. iiiii �_�• DETECTABLEWARNING BACK OF CURB SURFACE [IYP.) -SEE NOTES 2&S BACK OF CURB y - C' SEE NOTES 2 & 5 -MIN. L ISLAND PASS - THROUGH DETECTABLE WARNING PATH OR DETECTABLE WARNING SURFACE WALKWAY SURFACE (7Y?.) PAVEMENT EDGE SHOULDER ? g b y SHARED -USE PATH CONNECTION RAIL PATH OR WALKWAY PEDESTRIAN RAILROAD CROSSING PLACEMENT GUIDELINES W DTH OF ROUNDABOUT SPLITTER ISLAND MEDIAN PASS THROUGH FEN1}r ,& y � eh 90 A 38298 g2�i .nA *or ST'st �s�DNAL ��,,6 � ¢ DETECTABLE WARNING SURFACE STANDARD PLAN FASA 0 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakofich N 06.0340 mn _ 6R ­N ENGINEER jr W.Ahrpmn 51c1n D.porh —.I f Tmrupur%A- Y v a S Y m WOOD POST ASSEMBLY DETAIL (SEE STEEL POSTASSEMBLY DETAIL FOR SPECIFICATIONS NOT SHOWN) )ST FASTENERS QUANTITY WASHERS LOCIWUTS 2 4 2 4 6 4 4 1 6 4 MAILBOX- SIZE 1, 1A OR 2 (SIZE 1A SHOWN) (SEE TABLE, SHEET2, FOR DIMENSIONS] 9Me" ■ 1' PHILLPS HEAD SCREW,2 WASHERS, AND LOCKNUT WITH NYLON INSERT (TYP.) - 4 SETS MIN. (SEE DETAIL, =E NOTE 2) ADDITIONAL WASHERS -AS REQUIRED TO FILL OAP (TYP.) 30"- 4314'HEX HEAD BOLT, 2 WASHERS & LOCKNLTr, LENGTH TO HT tTYP) BRACKET (TYP) (SEE DETAIL, SHEET2) 31W 314" HEX BOLT 2 WASHERS AND LOCKNUT (IYP.) Al STEEL POST FASTENERS NOTES SIZE /TYPE QLANTIIY WASHERS LOCKNUTS 918" DIAM. e 2 914" BOLT 2 4 2 318" DIAM. x 314" HOLT 4 8 4 3115" DIAM. K t" SCREW 1 4 1 8 4 1718" M -CLAMP 1 2 1 4 4 7716" HOLE (TYP) _ STEEL POST (SEE STD. SPEC. 9-ni) ANTI -TWIST PLATE (SEE DETAIL, !A, SHEET 2, SEE NOTE t) ••w 1718' MUFFLER CLAMP f1 718" M- CLAMP) 2 LOCKNUTS & 2 WASHERS (TYP.) STEEL POST ASSEMBLY DETAIL 3*' s 2 314" HP[ BOLT 2 WASHERS A LOCKNUT (rYP) ANTI -TWIST PLATE (SEE DETAIL, SHEET 2, SEE NOTE 1) 0. 7116" HOLE O YP.) `..•• 315'x2314'H- BOLT. NUT & 2 WASHERS (TYP) STEEL POST I3 ALTERNATE ANTI•TINIST PLATE OF-SIGN 0 g O� 24567 BssAOlsTU���tit' Syz 2e TONAL � g EMPIRES JI1NE 19, 2008 it MAILBOX SUPPORT TYPE I STANDARD PLAN H- 74.70.00 SHEET 1 OF 2 SHEETS APPROVFD FOR PUBLICATION Pasco BakoNch 111 09 -05-07 ANIL T Wwhimten Shft D.paHmdM ITmn.po"wion NOTES 1. A socket and wedge anchoring system that meets the NCHRP 350 crash test criteria may be substituted In lieu of the anti -Wst plate designs shown. And -twist plates are not required for wood post installations. 2. The platform design shown on this plan features slots that I accomodate several types of mailbox supports, only those I V Pf slots necessary for assembling the type being installed are required. An adjustable platform may be used in lieu of this design, but it must fit the bracket design shown on this plan. Brackets are required for all single -post installations. Field drilling may be necessary. 3. Center the mailbox on the platform to ensure space for the PLATFORM mailbox door to open and to allow space for installing the (SEE DETAII, fasfoners (See ALIGNMENT DETAIL, Sheet 2). Spacing `SHEET 2, SEE of mailbox mounting holes varies among manufacturers. NOTE 2) Attachment of the mailbox to the platform may require drlll- Ing additional hales through the mailbox to fit the platform, ® 4. Attach a newspaper box to a steel post with two 17/8" § Muffler Clamps spaced 4" apart Field drill 7116" hales in the newspaper box to fit Use 2 172" x 714" tag bolts to attach newspaper boxes to wood posts. Newspaper boxes must not extend beyond the front of the mailbox when bile mailbox door is Closed. S. A Type 2 Support (Standard Plan H -70,20) is required when 2 or more mallboxes are to be Installed on one support. 7716" HOLE (TYP) _ STEEL POST (SEE STD. SPEC. 9-ni) ANTI -TWIST PLATE (SEE DETAIL, !A, SHEET 2, SEE NOTE t) ••w 1718' MUFFLER CLAMP f1 718" M- CLAMP) 2 LOCKNUTS & 2 WASHERS (TYP.) STEEL POST ASSEMBLY DETAIL 3*' s 2 314" HP[ BOLT 2 WASHERS A LOCKNUT (rYP) ANTI -TWIST PLATE (SEE DETAIL, SHEET 2, SEE NOTE 1) 0. 7116" HOLE O YP.) `..•• 315'x2314'H- BOLT. NUT & 2 WASHERS (TYP) STEEL POST I3 ALTERNATE ANTI•TINIST PLATE OF-SIGN 0 g O� 24567 BssAOlsTU���tit' Syz 2e TONAL � g EMPIRES JI1NE 19, 2008 it MAILBOX SUPPORT TYPE I STANDARD PLAN H- 74.70.00 SHEET 1 OF 2 SHEETS APPROVFD FOR PUBLICATION Pasco BakoNch 111 09 -05-07 ANIL T Wwhimten Shft D.paHmdM ITmn.po"wion Y o Ib wj L� m4 MAILBOX & PLATFORM DIMENSIONS VAHIROU 6' TO 12' MAILBOX DIMENSIONS PRl"ff IMENSIONS SIZE L W H T (TYP) >• 1 114" 1 118' SLOT (TYP.) SLOT 1 1B" 6112• B 112" I I 1A 21" B" 10 Vr SYMM. ART IE �} D 0 2 24" 11 112" 13 i12" U o a HOLE (TYPj ALTERW4TE DESIGN (TYP) VARIABLE VARMBLE 0" TO 12" V TO 12" FACE OF CURB � � BACK OF StDEWAU(� STEEL OR * I STEEL OR STEEL OR WOOD POST "'000 POST in WOOD PDST CURB TYPE VARIES N . SIDEWALK BEHIND CURB BEHIND SIDEWALK k UNLESS OTHERWISE SHOWN IN THE PLANS MAILBOX PLACEMENT SECTIONS CE POST TO POST STEEL POST b MAILBOX. PLATFORM, 8 POST MAILBOX MAILBOX MOUNTING HOLE LTYP.) SPACE PROVIDED ON BOTH ° ENDS TO ALLOW ACCESS TO n FASTENERS (SEE NOTE 3) PLATFORM Lu w I�� �4' - 3 "MIN.- 3" MLN. ALIGNMENT DETAIL WOOD POST POST PLACEMENT DETAIL MAILBOX SUPPORT TYPE 2 FOR DETAILS SEE STD. PLAN H -70.20 MIAILBOX SUPPORT TYPE 1 STANDARD PLAN H- 70.10.00 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich iN 09-0"7 ` 9rATe oEeYOU EYduEErs are T W.M.O. Skit T..p.M.n.. VAHIROU 6' TO 12' EDGE OF SHOULDER I OR TURNOUT a � SYMM. ABT � 2314" CENTERLINE ~� VARIABLE VARMBLE 0" TO 12" V TO 12" FACE OF CURB � � BACK OF StDEWAU(� STEEL OR * I STEEL OR STEEL OR WOOD POST "'000 POST in WOOD PDST CURB TYPE VARIES N . SIDEWALK BEHIND CURB BEHIND SIDEWALK k UNLESS OTHERWISE SHOWN IN THE PLANS MAILBOX PLACEMENT SECTIONS CE POST TO POST STEEL POST b MAILBOX. PLATFORM, 8 POST MAILBOX MAILBOX MOUNTING HOLE LTYP.) SPACE PROVIDED ON BOTH ° ENDS TO ALLOW ACCESS TO n FASTENERS (SEE NOTE 3) PLATFORM Lu w I�� �4' - 3 "MIN.- 3" MLN. ALIGNMENT DETAIL WOOD POST POST PLACEMENT DETAIL MAILBOX SUPPORT TYPE 2 FOR DETAILS SEE STD. PLAN H -70.20 MIAILBOX SUPPORT TYPE 1 STANDARD PLAN H- 70.10.00 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich iN 09-0"7 ` 9rATe oEeYOU EYduEErs are T W.M.O. Skit T..p.M.n.. 71f2' SYMMETRICAL ABOUT a � SYMM. ABT � 2314" CENTERLINE ~� I T (TYP) >• 1 114" 1 118' SLOT (TYP.) SLOT � m I I I - -- - --�- - -- - 3 SYMM. ART IE �} D 0 A7 EDGE OF U o a HOLE (TYPj ALTERW4TE DESIGN (TYP) SHOULDER 2 314' 2 3(4' I Wis. (TYP.J SIB" R (TYP.) 1 END VARIABLE VARMBLE 0" TO 12" V TO 12" FACE OF CURB � � BACK OF StDEWAU(� STEEL OR * I STEEL OR STEEL OR WOOD POST "'000 POST in WOOD PDST CURB TYPE VARIES N . SIDEWALK BEHIND CURB BEHIND SIDEWALK k UNLESS OTHERWISE SHOWN IN THE PLANS MAILBOX PLACEMENT SECTIONS CE POST TO POST STEEL POST b MAILBOX. PLATFORM, 8 POST MAILBOX MAILBOX MOUNTING HOLE LTYP.) SPACE PROVIDED ON BOTH ° ENDS TO ALLOW ACCESS TO n FASTENERS (SEE NOTE 3) PLATFORM Lu w I�� �4' - 3 "MIN.- 3" MLN. ALIGNMENT DETAIL WOOD POST POST PLACEMENT DETAIL MAILBOX SUPPORT TYPE 2 FOR DETAILS SEE STD. PLAN H -70.20 MIAILBOX SUPPORT TYPE 1 STANDARD PLAN H- 70.10.00 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich iN 09-0"7 ` 9rATe oEeYOU EYduEErs are T W.M.O. Skit T..p.M.n.. TOP a � SYMM. ABT � • SLOT 516" OT (TYP.) I I SIDE PLATFORM DETAIL SYMM. ART IE 7716" DIAM• HOLE PLACEMENT FOR HOLE (TYPj ALTERW4TE DESIGN (TYP) 2 314' 2 3(4' I 7116' DLAK W TOP HOLE (TYP.) NEWSPAPER BOX 7116• (1YP.) YP.) HOLE ANTI -TWIST PLATE DETAIL - sEENOrE4 t � m JBEND m ANTI -TWIST PLATE - SEE DETAILS _ SHEETS 1 & 2, SEE NOTE 1 1" SIDE ISOMETRIC FRONT BRACKET DETAIL VARIABLE VARMBLE 0" TO 12" V TO 12" FACE OF CURB � � BACK OF StDEWAU(� STEEL OR * I STEEL OR STEEL OR WOOD POST "'000 POST in WOOD PDST CURB TYPE VARIES N . SIDEWALK BEHIND CURB BEHIND SIDEWALK k UNLESS OTHERWISE SHOWN IN THE PLANS MAILBOX PLACEMENT SECTIONS CE POST TO POST STEEL POST b MAILBOX. PLATFORM, 8 POST MAILBOX MAILBOX MOUNTING HOLE LTYP.) SPACE PROVIDED ON BOTH ° ENDS TO ALLOW ACCESS TO n FASTENERS (SEE NOTE 3) PLATFORM Lu w I�� �4' - 3 "MIN.- 3" MLN. ALIGNMENT DETAIL WOOD POST POST PLACEMENT DETAIL MAILBOX SUPPORT TYPE 2 FOR DETAILS SEE STD. PLAN H -70.20 MIAILBOX SUPPORT TYPE 1 STANDARD PLAN H- 70.10.00 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich iN 09-0"7 ` 9rATe oEeYOU EYduEErs are T W.M.O. Skit T..p.M.n.. O V m v Q\ STAGGER JOINTS (TYP.) - SEE NOTE 2 WATTLE SPACING TABLE SLOPE MAXIMUM SPACING 1:1 10' - V 20 2a -a' 3:1 30'- 0' 4:1 40 - 0' PLAN VIEW SPACING VARIES (TYP.) - SEE WATTLE SPACING TABLE J 2.2 s 7. 0' WOODEN STAKE SPACED EVERY 4'- 0' O.C. (TYP.) SEDILKENTTRAPPI14G AREA (TYP.) 2.2 . 3' - V WOODEN STAKE WATTLE z s TRENCH - SEE NOTE 1 i. `� rJ rM1 n z E TYPICAL SECTION WATTLE DETAIL NOTES 1. Wattles shall be in accordance with Standard Specification 9- 14.5(5). Install Wattles along contours. Installation shall be in accordance with Standard Specification a- 01.3(10). 2. Securely knot each end of Wattle. Abut adjacent Wattles tightly, end to end, without overlapping the ends. 3. Pilot holes may be driven through the Wattles and into the soil when soil conditions require, 4. Live stakes may be used for permanent inataRetion and shall be in accordance with Standard SpeclFlcation 0- 14.5(6), 5. Wattles shall be Inspected regularly, and immediately after a rainfall produces runoff, to ensure they remain thoroughly entrenched and in Contact with the soil. 6. Perform maintenance in accordance with Standard Speck fteat)on &01.3(15). i _ SPACING VARIES (TYP) 71ii 6rATE OF -SEE WATTLE SPACING TABLE �C�J! j 1ll�i REGISTERED ! V LAN DSCAPEARCHITECT : - - - -- ` MARK W. MALIRER ~ CERTIFICATE NO. W06GS - �-�.•,�•�,� I ..Pr.urwa�renrm�rare'�'� r :.orA.w. � rn uwmisPOnn¢ ucrrontrs�rwme�rRrxP ..+�sPe}.m.xr_ WRTTI.E - SEE DETAIL uerro��wvrsonr�ncw .�mrrwreamnaJmwwraxi�ar. WATTLE INSTALLATION ON SLOPE STANDARD PLAN 1- 30.30 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION SECTION O Pasco Sakcdch 111 09 -20-07 arAtEOSero —INEM W-61.0 b. gob D.P.dmrrtor'hompmloroe US£ATTACHMENT DETAIL O OR 0 L ATTACHMENT DETAIL O O TOP OF BARRICADE SUPPORTANGLE O ® O 0 fl 8t. m 9 0 0 6t. o WARNING LIGHT ATTACHMENT DETAIL WARNING LIGHT B' • 1 12" - 1 12" ■ 1!B" ATTACHMENT STEEL ANGLE TOP OF BARRICADE SUPPORTANGLE _ DRILL TIM 112" DIAM. HOLES THROUGFI DRILL THREE BARRICADE SUPPORT ANGLE iPL" DLAM. HOLES (1) 318" -18 x T STEEL II BOLT fv r4 VFATWASHERS (1} 318" - 1B STEEL FiIV It I Ht7C NUT ATTACHMENT DETAIL O 4'- D" MSN. - O'- (Y' MAX 8" LTYP.) Y ELEVATION SEE NOTE 2 (1) 318" - 16 a 134' STEEL HEX BOLT (2) 1" FLAT WASHERS (1) LOCNWASHER (1) 318" -18 STEEL HE)( NUT (TYP) 3f4" ACX PLYWOOD PANEL r SIDE TYPE 3 BARRICADE ORANGE AND WHITE REFLECTIVE SHEETING ASTM D4956 -TYPE X ORM (SEE NOTE 8) 1112'■ 1112'■ 10, STEEL ANGLE 4 - 11" LONG (TYP.) NOTES 1. All fasteners may be zinc plated, galvanized or stainless steel. All steel angle and tubular steel shall be hot rolled, high carbon steel, painted or galvanized. 2. Install one lightweight Type A Low- Intenslty flash)ng warning light on the traffic side of the barricade. Install two Type A Law - Intensity flashing warning lights per barricade when the barricades are used to close a roadway. Attach the light to the barricade according to the light manufacturer's recommendations or use the details shown on this plan. 3. Stripes on barricade rails shall be alternating orange and white retroreffective stripes (sloping downward at an angle of 45 degrees in the direction traffic Is to pass). 4. The Type 3 barricade design shown on this plan meets the crash test requirements of NCHRP 350. Alternative designs may be ap- proved If they conform to the NCHRP 350 crash test criteria and the MUTCD. 5. When a sign is mounted on the barricade, it shall be securely bolted to at least two plywood parels. The top of the sign shall not be higher than the top panel of the barricade. S. When sandbags are used in freezing weather, Urea fertilizer shall be mbmd with the sand in a quantKy to prevent the sand from freezing. STFEI. ANGLF ` FRONTOF BARRICADE III - - 4 H "v2":2'v i18' TUBULAR STEEL III) . II ANGLE RESTS ON II�:�' -- II (1) 3r6" -1s w 3" TOP OF BOLT STEEL HEX BOLT (2) "FLAT WASHERS III i� (1) are" -1s STEEL HEX NUT I rl oJ. TR e WAsy, ! rQ1 Jill, DETAIL OC — q I EN WARNING LIGHT ATTACHMENT 5'x LWITH P8'TUSULAR HOE -LE WITH PRE- DSi1LLED SANDBAGS A REQUIRED TO 9TASILIZE 4 :7 4 s �O� �8� 53358 <4 ��'T1ONAL EGS _ TOP OF BARRICADE SUPPORTANGLE „.. 12 p„r 0. 1 19' x 1 1" x 1f8' El(PRES AUGUST 9. STEEL ANGLE I i DRILL TWO 12 DIAM. HOLES THROUGH 3 G(fyp) BARRICADE SUPPORT ANGLE TYPE S BARRICADE -16 x 3" STEEL HEX BOLT STANDARD PLAN K- 80.20.00 I O iv i i2) 1" FLAT WASHERS r I B" x T • 2" x 1r8" TUBULAR STEEL ii) STEEL SHEET 1 OF 2 SHEETS r -- III HEX NUT APPROVED FOR PUBLICATION I r ISOMETRIC VIEW s1s Kevin J. Dayton 42 -20-06 ATTACHMENT DETAIL O (TYP) 178 srnreaeenx cuusm w1e w,"m. , sm. D.mm merT —Pertatio- USEABLE TRAFFIC LANE 2' MIK AREA CLOSED TO TRAFFIC TYPE 31. BARRICADE TYPE 3L BARRICADE STRIPES ON THE BARRICADES SHALL. SWPE DOWNWARD IN THE DIRECTION TRAFFIC IS TO PA80 AREA CLOSED TO TRAFFIC 2- MIN. USEABLETRAFFIC LANE TYPE 311 BARRICADE hWXXXI , ■I�F>•I ■f�l I I TYPE 3K 13ARRICADE BARRICADE PLACEMENT ROAD CLOSURE AT INTERSECTION FE 7-- 1 ROAD CLOSURE AT OTHER LOCATIONS I I D�OR� OF INAS#Z �O 25335 �� all p! �T�ONAL E %FIRES AUGUST 9, 2CO71 Hm TYPE 3L BARRICADE / TYPE 3 BARRICADE f/ STANDARD PLAN K- 80.20 -00 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Kevin J. Daytlon 12 -20-06 arreo5sax exoixe�i+ o++E Wmhl�splon sfw. C.poHm.m or T�mapwlelkm 30' _ 1 _ 1d _ _ _ SEE CONTRACT FOR -� EDGE LINE & SOLID LANE LINE WHITE YELLOW OR WH –SEE NOTE 2 CENTERLINE & LANE LINE YELLOW- CENTERLINE WHITE- LANE LINE SEE CONTRACT FOR LENGTH 30' YELLOW NO -PASS LINE & TWO -WAY LEFT -TURN CENTERLINE 30' sa QT REVERSIBLE LANE LINE YELLOW 1D 30 10' WIDE BROKEN LANE LINE WHITE WHITE WIDE DOTTED LANE LINE SEE CONTRACT FOR LENGTH WIDE LANE LINE WHITE SEE CONTRACT FOR LENGTH m PTA DOUBLE WIDE LANE LINE WHITE z a' r a T 3' W YELLOW OR WHITE - ..� WHITE – SEE NOTE 1 DOTTED EXTENSION LINE DOTTED LANE LINE SEE CONTRACT FOR LENGTH BARRIER CENTERLINE YELLOW NOTES - 1. Dotted Extension Line shall be the same color as the line it is extending. Z Edge Line shall be white on the right edge of traveled way, and yellow on the left edge of traveled way (on one -way roadways). Solid Lane tine shall be white. 3. The distance between the lines DF the Double Centerline shall be 12" everywhere, except 4" for left turn channeiization and narrow road- ways with lane widths of 10 feet or less. Local Agencies (on non -state routes) may specify a 4" distance for all locations. The distance between the lines of the Double Lane Line shall be 4". LONGITUDINAL MARKING PATTERNS STANDARD PLAN M- 20.10 -02 SHE5T1 OF SHEET APPROVED FOR PUBLICATION Pasco Bakodch W 06 -03 -11 — ar�rsawu swciu�. �x T W.Ihk"n Shah Depq� qmt of T—Poftr n 10' – � SEE NOTE 3 _ _ -- :rT- DOUBLE CENTERLINE & DOUBLE LANE LINE YELLOW – DBL CENTERLLNE, - - i - - WHITE - D13L LANE LINE YELLOW NO -PASS LINE & TWO -WAY LEFT -TURN CENTERLINE 30' sa QT REVERSIBLE LANE LINE YELLOW 1D 30 10' WIDE BROKEN LANE LINE WHITE WHITE WIDE DOTTED LANE LINE SEE CONTRACT FOR LENGTH WIDE LANE LINE WHITE SEE CONTRACT FOR LENGTH m PTA DOUBLE WIDE LANE LINE WHITE z a' r a T 3' W YELLOW OR WHITE - ..� WHITE – SEE NOTE 1 DOTTED EXTENSION LINE DOTTED LANE LINE SEE CONTRACT FOR LENGTH BARRIER CENTERLINE YELLOW NOTES - 1. Dotted Extension Line shall be the same color as the line it is extending. Z Edge Line shall be white on the right edge of traveled way, and yellow on the left edge of traveled way (on one -way roadways). Solid Lane tine shall be white. 3. The distance between the lines DF the Double Centerline shall be 12" everywhere, except 4" for left turn channeiization and narrow road- ways with lane widths of 10 feet or less. Local Agencies (on non -state routes) may specify a 4" distance for all locations. The distance between the lines of the Double Lane Line shall be 4". LONGITUDINAL MARKING PATTERNS STANDARD PLAN M- 20.10 -02 SHE5T1 OF SHEET APPROVED FOR PUBLICATION Pasco Bakodch W 06 -03 -11 — ar�rsawu swciu�. �x T W.Ihk"n Shah Depq� qmt of T—Poftr n S } m¢ K 0 SYMBOL 8 LANE q MARKING AREA B.03 SQ.FT. 4 "E B. TYPE 13 TRAFFIC ARROW MARKING AREA 7.73 sa.FT. TYPE 25R (RIGHT) TRAFFIC ARROW MIRROR IMAGE OF TYPE 2SL TRAFFIC ARROW (SHOWN AT REDUCED SCALE) T -4. SYMBOL & LANE I CENTERLINE ...................... ... _............ . - ELLIPSE "A N fo EUIPSE'B' m 6 C ID S N b a t CENTER POINT - i- -' - - -i OF ELLIPSES GRID IS 4" SQUARE MARKING AREA g^ 7.73 SQ.FT. ELLIPSE "A" 10"- ELLIPSE "W AXIS AXIS TYPE 28L (LEFT) TRAFFIC ARROW NOTE 1' _q 1,-0,. SYMMETRICAL ABOUT CENTERLINE Use The dimensions shown on this plan for each type Traftlo Arrow being placed on roadways with a posted speed limit of 40 mph or lower. I SYMBOL SYMBOL &LANE J i ! &LANE — J m I- EL Tv I ELLIPSE "A .., ... 1 T-- — - — m b b i w 7. I r - — — .....__..;.— Z3 Ej .._l. - I w -. ... ...I_. ... CENTER POINT MAMNG AR .. ........ .. ' 12.86 SQ.F r. I _ OF ELLIPSES ! GRID 154 SQUARE N _ELLIPSE "A' it J. .. B.. I TYPE 4S TRAFFIC ARROW r-8" r -2^ ELLIPSE //—,ELLIPSE'S' ELLIPSE 'B' AXIS - 10" - ELLIPSE "a" AXIS Y ma rwn ... I ...._ .... - -i F' M MARING ARFJa 0@ WA8J1/ j 14.83 SQ.FT. CENTER POINT OF ELLIPSES 5335 &�9 TYPE 3SR (RIGHT] �sse I sTS TYPE 35LTRAFFICARROW GRID IS 4 'SQUARE N TRAFFIC ARROW MIRROR IMAGE OF a ,� ExPIRES auGUST 9. (SHOWN AT REDUCED SCALE) SYMBOL MARKINGS M1g83 q�� I B° &° TRAFFIC ARROWS FOR 1' z• ./-C 1' B' LOW SPEED ROADWAYS /ELLIPSE W STANDARD PLAN M- 24.40.07 10" -� ELLIPSE "B" AXIS - AXIS SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION TYPE 38L (LEFT) TRAFFIC ARROW Herold J. Peterfeso 05 -31 -06 OTMDMSN..Imew acre AW T wONngl- Sm1a D.pmlm.rt.Ilmn..ortotl.. SYMBOLS LANE CENTERLINE a gn m 0 T. N 0 4` -8- -4- 1 1' I F a ELLIPSE I SSE SYMBOL B LANE 0. I r 9I I MARIaNG AREA I 28.14 SO.FT. TYPE 5 TRAFFIC ARROW a IV N LANE q TRAFFIC ARROW TYPE 6SR (RIGHT) TRAFFIC ARROW MIRROR IMAGE OF Y(PE BSL IIRRORED ABOUT LANE CENTERLINE) (SHOWN AT REDUCED SCALE) 37w DF WASy�\ - �S���I 9'SBn Gtir i "r ZONAL � �k�i �� EXPIRES AUGUST 9. 2007 $5�� SYMBOL MARKINGS TRAFFIC ARROWS FOR LOW SPEED ROADWAYS STANDARD PLAN M- 24.40 -01 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Harold J. Peferfmo 05-34 -06 — HfATF o ®wx raaw�n a Twe.nbobe Slob Gapo�lmunofTmn.perlg4on I rn - M n 111 CENTER POINT i rRICALABOUT "_'I" " "" — _I_ __ " " " " — "j— DF ELLIPSES CENTERLINE CHID IS 4" SQUARE}- -. s' e° MARICINGAREA 19.58 BQ,FT. ELLIPSE -A "� axes 10- ELLIPSE -B "AXIS TYPE 73 TRAFFIC ARROW SYMBOL B LANE 0. I r 9I I MARIaNG AREA I 28.14 SO.FT. TYPE 5 TRAFFIC ARROW a IV N LANE q TRAFFIC ARROW TYPE 6SR (RIGHT) TRAFFIC ARROW MIRROR IMAGE OF Y(PE BSL IIRRORED ABOUT LANE CENTERLINE) (SHOWN AT REDUCED SCALE) 37w DF WASy�\ - �S���I 9'SBn Gtir i "r ZONAL � �k�i �� EXPIRES AUGUST 9. 2007 $5�� SYMBOL MARKINGS TRAFFIC ARROWS FOR LOW SPEED ROADWAYS STANDARD PLAN M- 24.40 -01 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Harold J. Peferfmo 05-34 -06 — HfATF o ®wx raaw�n a Twe.nbobe Slob Gapo�lmunofTmn.perlg4on v 0 w A - I r - a - UNLESS NorEo 'll OTHERWISE IN CONTRACT A1101IgI'I L:I WHITE OR YELLOW - SEE CONTRACT PLANS CHEVRON OR DIAGONAL CROSSHATCH MARKING W = B" FOR POSTED SPEED LIMIT OF 40 MPH OR LOWER W =12" FOR POSTED SPEED LIMIT OF 45 MPH OR HIGHER MARKING AREA = 11.79 SO.FT. HALF -MILE MARKER AERIAL. SURVEILLANCE MARKERS NOTES 1. If Rumble Strips are present. install marking outside of the Rumble Strip. CENTERUNE OF JUNCTION BOX, PULL 130K OR CABLE VAULT III` CENTERLINE OF ` CROSS CULVERT I ` EDGE LINE EDGE LINE k JUNCTION ECK PULL BOX OR CABLE VAULT MARKING AREA -0.55 SO. FT. JUNCTION BOX, PULL BOX, OR CABLE VAULT MARKINGS r� ANGLE OF b CROSS CULVERT PAVED :. :.. -.. ..- ... ...... , SHOULDER EDGE LINE 4 "TYP.: - ,�o. FE SHOULDER MARKING AREA - 1.05 SQ.FT. DRAINAGE STRUCTURE INLET DRAINAGE MARKING MARKING AREA = 0.56 SQ.FT. CROSS CULVERT 6k �� 04 4L1Sy� �e01 slTaa� SYMBOL MARKINGS MISCELLANEOUS STANDARD PLAN M- 24.60 -03 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich Ill 05 -11 -11 _ 6RlE OFSRN CNGM�R M1H 1r, Wwltinglon Slot. Dspo,I *ITry porWon ....... ... M1 3' F GRID IS 4' SQUARE MARKING AREA= 1 41 SQ.FT. ACCESS PARKING SPACE SYMBOL (MINIMUM) 31-01 GRID IS V SQUARE MAMNG AREA = 3.99 SQ.FT. ACCESS PARKING SPACE SYMBOL (STANDARD) t a r; It 6 -4• i L SYMBDL 8 LANE 'L MARIVNNG AREA = 12.138 SQ.FT. SPEED BUMP SYMBOL r 3' -B• TOTAL MARKING AREA= 28A4 SQ.FT. TOTAL MARKING AREA = 13A4 SQ.FT. WHITE = 9.78 8Q.FT. BLUE =18.88 SQ.FT. WHITE =4.62 SQ.FT. BLUE. 8.52 SQ.FT. ACCESS PARKING SPACE SYMBOL (STANDARD) ACCESS PARKING SPACE SYMBOL (MINIMUM) WRH BLUE BACKGROUND AND WHITE BORDER WITH BLUE BACKGROUND AND WHITE BORDER (REQUIRED FOR CEMENT CONCRETE SURFACES) (REQUIRED FOR CEMENT CONCRETE SURFACES) SYMBOL MARKING A B C D USE MARKING AREA YIELD AHEAD SYMBOL TYPE 1 TYPE 2 S' - D' 2' - S 1Y - 0' WA LESS THAN 45 MPH 25.90 SQ.FT. 6 - D' 3' - IP 20' - D' WA 45 MPH OR GREATER 38.84 SQ.FT. TYPE 1 YIELD LINE SYMBOL TYPE z TYPE 2 1' - D• 6' 1' - 8' B" LESS THAN 45 MPH 0.75 SQ.FT. z' 45 MPH OR GREATER 3.00 SOFT. 2' . 0• 1'- C' I 3' - V' V- 0"1 ROUNDABOUT ENTRY * 3.99 SQ.FT. YIELD AHEAD SYMBOL * MINIMUM OF 4 IN LANE rD -7—A� 7 7 C 0 Z w o y E w v YIELD LINE SYMBOL (MULTIPLE SYMBOLS REQUIRED FOR TRANSVERSE YIELD LINE - SEE CONTRACT) ly s )y w�ssd�,y 01ssa& "'OKAL SYMBOL MARKINGS MISCELLANEOUS STANDARD PLAN M- 24.60 -03 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich X 054141 elnTE OE VCR a�NEER FIRE T wwhl,gW S1ah nepemnuA MT�erupeMa�lon At C TRAFFIC rt O LANE LANE VEHICLE C7 � WHEEL PATH Y4HEEL PATH `II (LANE 80 - w L' 3 3 "' -3' 3 z MIN. MIN. p w LA/N.E- z w I = N zi L Ir b t m MIN.] - MIN. - MIN. EDGE i LINE LOWSPEED APPLICATION HIGHSPEED APPLICATION i EDGE LINE 5 EDGE LINE NOTE 1. 'Typically, four times the letter or numeral height —minimum, up to ten times — maximum, or according to Plans. z b R a G EbGE C. is Nf LINE �O 6F WAByj �LP� Qr LOW -SPEED APPLICATION O Q* 29115 O Q'♦ �� tit 810 NAL TRAFFIC LETTER AND NUMERAL APPLICATIONS STANDARD PLAN M- 80.10 -09 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Sakoflch 111 06 -03 -11 An� -m-FN... M. L r w_hl.gk skis D.p.r .M dlTm p.H.h.. VEHICLE WHEEL PATH , LANE C7 � Y4HEEL PATH `II (LANE MIN. M - z LANE w = N L Ir b MIN.] - EDGE W-3- 3 3" LINE LOWSPEED APPLICATION EDGE LINE 5 EDGE LINE NOTE 1. 'Typically, four times the letter or numeral height —minimum, up to ten times — maximum, or according to Plans. z b R a G EbGE C. is Nf LINE �O 6F WAByj �LP� Qr LOW -SPEED APPLICATION O Q* 29115 O Q'♦ �� tit 810 NAL TRAFFIC LETTER AND NUMERAL APPLICATIONS STANDARD PLAN M- 80.10 -09 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Sakoflch 111 06 -03 -11 An� -m-FN... M. L r w_hl.gk skis D.p.r .M dlTm p.H.h.. TRAFFIC LANE VEHICLE Y4HEEL PATH `II (LANE = N Ir b W W-3- 3 3" .MIN. MIN, i w w L7 = 0 a� N .I EDGE I LINE HWOH•SPEED APPLICATION EDGE LINE 5 EDGE LINE NOTE 1. 'Typically, four times the letter or numeral height —minimum, up to ten times — maximum, or according to Plans. z b R a G EbGE C. is Nf LINE �O 6F WAByj �LP� Qr LOW -SPEED APPLICATION O Q* 29115 O Q'♦ �� tit 810 NAL TRAFFIC LETTER AND NUMERAL APPLICATIONS STANDARD PLAN M- 80.10 -09 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Sakoflch 111 06 -03 -11 An� -m-FN... M. L r w_hl.gk skis D.p.r .M dlTm p.H.h.. EDGE LINE r r LANE 1� VEHICLE WHEEL PATH Vl �=jr I% a21 LANE o (� _ Z I N MIN, I MIN. - G a .LANE - w N ,00 _ LL - EDGE LINE HIGH-SPEED APPLICATION I -' MIN. MIN EDGE 0 LINE LOWSPEEa APPLICATION EDGE LINE r r LANE 1� VEHICLE WHEEL PATH EDGE LINE 1 I� IEDGE LINE HIGH -SPEED APPLICATION TRAPPIC LANE VEHICLE WHEEL PATH Vl �=jr a21 LANE o (� _ Z I N MIN, I MIN. - G a .LANE - w N ,00 _ LL - EDGE LINE HIGH-SPEED APPLICATION -' MIN. MIN EDGE LINE LOWSPEEa APPLICATION 1 I� IEDGE LINE HIGH -SPEED APPLICATION EDGE LINE S � W TRAFFIC LETTER AND NUMERAL APPLICATIONS STANDARD PLAN M- 80.'10 -01 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich M 06 -03 -11 i amre oaeual euoweep wre T W.Nwbn SIMe Depallmanl nlT— p.I.Wh VEHICLE PATH p4Vr[EE6 Vl �=jr LANE o (� Z I N ,00 LL - EDGE LINE HIGH-SPEED APPLICATION EDGE LINE S � W TRAFFIC LETTER AND NUMERAL APPLICATIONS STANDARD PLAN M- 80.'10 -01 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich M 06 -03 -11 i amre oaeual euoweep wre T W.Nwbn SIMe Depallmanl nlT— p.I.Wh 4• :2-El ' TYPE "S" z" RISE 10' QUANTITY = .037037 C.Y. / LF. SEE NOTE 4 AND 9 PLANE JOINT (o 6 PORTLAND 2" Ri_ CEMENT TYPE "8" CONCRETE QUANTITY = 0.047657 C.Y. / LF. " 2 31 G_d • f PAVEMENT 6" PORTLAND CEMENT' TYPE'Aff CONCRETE QUANTITY = 0.036025 C.Y. / L.F. SEE NOTE 4 GENERAL NOTES. 1. PORTLAND CEMENT CONCRETE SHALL BE CLASS 3000, AIR ENTRAINED. 2. WEAKENED PLANE JOINTS FOR PORTLAND CEMENT CONCRETE SHALL BE PLACED AT 2 TIMES SIDEWALK WIDTH OR 10' MAX. AND SHALL MATCH SCORES IN SIDEWALK WHERE APPUCABLE 3. 3/8• EXPANSION MATERIAL SHALL BE PLACED AT ALL CURB RETURNS. 4, TO BE USED ONLY IN SPECIAL CASES WITH APPROVAL OF THE DEVELOPMENT SERVICES SENIOR ENGINEER. 5. 95y coMPACTION UNDER CURB. 6. EXPANSION JOINT SHALL BE PLACED AT ALL RADIUS RETURNS. 7.2" MIN. CRUSHED ROCK UNDER ALL CURB. e. FOR DUMP` CURB APPLICATIONS. GUTTER SHALL SLOPE AWAY FROM CURB AT 8.1% S. TYPE 1 INLETS REQUIRED PER SPOKANE REGIONAL STORMWATER MANUAL PORTLAND i C F' N T t` CEMENT ,3 CONCRETE S �yoS SPASgI 0 2' MIN. COMPACTED + ".,: K• CRUSHED ROCK (SEE NOTE 5) =13" TYPE "R" QUANTITY — .041555 C.Y. / L.F. SEE NOTE 4 LAN CONCRETE 7YPE "C" QUANTITY = 0.023123 TONS / LF SEE NOTE 4 o 't 11/o9 EXPIRES Q Z Z olo GENERAL NOTES 1. TOOL JOINTS SHALL BE PLACED EVERY 5 FEET AND MATCH CURB JOINTS. 2, EXPANSION JOINTS SHALL 9E PLACED EVERY 20 FEET WITH FELT EXPANSION MATERIAL EXTENDING THE FULL. SIDEWALK DEPTH. 3. EXPANSION MATERIAL IS REQUIRED BETWEEN A DRIVEWAY SLAB AND THE SIDEWALK. IT IS ALSO REQUIRED BETWEEN THE SIDEWALK AND THE 13RREWAY APPROACH. EXPANSION MATERIAL SHALL DOEND THE FULL DEPTH OF THE SIDEWALK. 4. SIDEWALK SHALL SLOPE TOWARDS THE CURB AT 27. 5. SIDEWALK SHALL BE f THICK EXCEPT WHEN PART OF A DRIVEWAY WHERE IT SHALL BE B" THICK. B. STREET SIDE 'TOP OF WALK LEVEL WITH TOP OF CURB. 7.4" MIN. COMPACTED CRUSHED SURFACING TOP COURSE UNDER SIDEWALK. B. 90% COMPACTION. UNDER SIDEWALK. D, REFER TO TABLES 7.2 & 7.3 IN THE SPOKANE VALLEY STREET STANDARDS FOR SIDEWALK WIDTH, log' 10. MAX. LONGITUDINAL GRADE OF 51DEWALK IS 57. 11. AIR CEMENT CONCRETE SHALL BE CLASS; 3000, A1R ENTRAINED, 51 5' e CONTRACTION JOINT EXPANSION JOINT MIN. 4F COMPACTED CRUSHED SURFACING TOP COURSE JOINT AND FINISH DETAIL BROOMED FINISH SE£ fMTE 3 O EXPANSION JOINT DETAIL 1' MIN. O CONTRACTION JOINT DETAIL � CHN AN. Og i4AS, �pl t�NAL� y EXPIRES 4? 2 9/Z arm EVELOPMENT SERVICES SENIOR ENGINEER PUBLIC STREETS RBI„ GENERAL NOTES 1, SIGNS SHALL MEET SPECIFICATIONS FOR FLAT PLATE ALUMINUM, 0.013" THICK, ALODINE 1200 OR EQUAL. 2. THE SIGN SURFACE SHALL BE WHITE LETTERS ON A GREEN BACKGROUND. WHITE LETTERS AND GREEN BACKGROUND SHALL BE HIGH INTENSITY RETROREFLECTIVE SHEETING. 3 LETTERS SHALL BE A BLOCK TYPE FONT. 4, THE ROADWAY LABEL MAY BE OU17TED FOR "STREET", "ROAD ", AND "AVENUE ", ALL OTHER ROADWAYS SHALL INCLUDE THE ABREV[A1ED LABEL (IE - COURT - CT. - DRIVE - OR.. ETC.} ROADWAY LABELS SHALL BE UPPERCASE 5. SIGN INSTALLATION SHALL CONFORM TO THE CURRENT EDITION OF THE M.U.T.C.D. B. SIZED PER M.U.T.C.D. a POST a a R= 2 1/4" a rA /2" 0 4° OVERLAP R- 2 1/4" RIVATE STREETS 22000 MAINLINE LIN PRIVATE STREETS CROSS - SECTION RION STEEL 3 LB. NDERCOATE0 -BAK POST SAFE SIGN SUPPORT SYSTEMS TYPICAL SIGN INSTALLATION EXPIRES / c/G =VELOPMFNT SERVICES SENIOR ENGINEER F t . F _ V: TYPICAL SIGN INSTALLATION WITH BRACKET GENERAL NOTES 1. FOR MOUNTIRG DETAlLS 5EE 5TAWARD FLAN A -S6H• Z M]MMUM RAW OTI !-- - -• - -- . °.. -_ ..'-- -- • -••-- [+-- -3 3/4'- ----� 7 3%e' • O 1/8" GALVANIZED STEEL WEIGHT 3 DEPARTMENT OF PUBLIC WORKS M-OKME WA 99260 477 -3606 15" I Fl 34 _ /z� 318" W TYP 6T ff It /2• TYPICAL BRACKET STANDARD - SIGN! BRACKET fM19 S� fl ', BRACKET MOUNTED ON FLANGE; SELF LOCKING SIDE OF POST FLANGED NUT FLAT WASHER-, -SELF LOCKING FLANGED NUT (Typ) -FLAT WASHER -FLAT WASHER + SIG`-, POST-) SIGN SIGN INSTALLATION VATH SIGN BRACKET FLAY WASHER^ SPACER FL DOUBLE SIGN INSTALLATION ON POST LOCKING n ANGEO NUT FLAT WASHER ,,—UPPER SIGN POST A./—, R SIGN POST s[cN POST- FLANGE FLAY WAS�HE�Rj ' SIGN POST LAP SPLICE LOCKING FLANGED NUT �- -SIGN. POST ,FLAT WASHER R �i i8 7 U) Co IL m —FLANG. SIDE ON GENERAL NOTES FLANGE 51De OF POST SINGLE SIGN INSTALLATION ON POST :Y:'� ~ .� ue t. SIGN rnE. INSrAU A-90N AND APFUCAMON SHALL GONFOR?r O CURMT EDITION CF • � W SPOKANE COUNTY SHM APPRDVEb, �— �,gp]pARp_— DEPARTMENT OF PUBLIC WORKS Womr. WA. 99290 Orr -shoo Dale SIGN AND POST INSTALLATION A -1613 Amul 6 z GENERAL NOTES 1. GRAVEL BACKFILL QUANTITY FOR DRYWELLS TYPE "A" -- 36 CUBIC YARDS MINIMUM / 42 TONS. TYPE "B" - 40 CUBIC YARDS MINIMUM % 56 TONS. OR AS SPECIFIED ON ROAD PLANS, 2. SPECIAL BACKFRL MATERIAL FOR DRYWE11s SHALL CONSIST' OF WASHED GRAVEL GRADED FROM 1" TO 3" WITH A MAXIMUM OF 5% PASSING THE U.S. No. 200 SCREEN, AS MEASURED BY WEIGHT. A MAXIMUM OF 10$ OF THE AGGREGATE, AS MEASURED BY WEIGHT, MAY BE CRUSHED OR FRACTURED ROCK. THE REMAINING 907 SHALL BE NATURALLY OCCURRING LINFRACTURED MATERIAL 3. FABRIC SHALL BE MODERATE SURVIVABILITY AS OUTLINED IN WASHDOT STANDARD SPECIFICATION 9 -33, FABRIC SHAH. NOT BE WRAPPED AROUND DRYWELL BARRELS, 4.CONCRETE SLAB SHALL BE CLASS 3000 CONCRETE. S.SEE STANDARD PLANS SHEETS S -103 TO S -105 FOR PRECAST CONCRETE DETAILS. B. ADJUSTMENT BLOCKS SHALL BE CEMENT CONCRETE 7. PRECAST RISER MAY BE USED IN COMBINATION WITH OR IN LIEU OF ADJUSTING BLOCKS. B.VMEN PVC PIPE IS USED A PVC ADAPTER SHALL BE INSTALLED. 9. PIPES SHALL BE GROUTED INTO DRYWELLS. METAL FRAME TYPE 4 GR SEETSS- -t A MORTAR 1N PLACE SOIL SEE GEN. Q p NOTE 1 & 2 GRAVEL AGE POM SEE BACKFILL, MAIL S -10* DRYWELL — TYPE 'A' SWALE PIPE NOTES 7 AND B 4[C LINER CATCH W WALL NWAJERP RO� y PIPE (TYP.) GROUT VC: KE AFTER PVC ADAPTER (SAND COLLAR) METAL FRAME; TYPE 4 GRATE TYPE 4 SEE S- -104 NOTE PVC PIPE ADAPTERS AND GASKET MAY VARY IN SHAPE AND SIZE. AND SHALL MEET ASTM D-- 303H -78 SDR35 SPECIFICATIONS, TOPSOIL MAY BE mniRdOFD AROUND SOIL DRYWELL — TYPE 'D' SWALE EXPIRES 2 2oi t> DEVELOPMENT SERVICES SENIOR ENGINEER $ -B' ^ ® ® ® {.) ® ® ® ® ® ® -T s DRYWELL BARREL 11/2' oi.E (ELEVATION) EACH WA r 11 i/2` (TrP.] DRYWELL BARREL (PLAN) s m /= 0 �! P;ml ' m Ii fm p /L1 is DRYWELL SASE (ELEVATION) BASE DRAIN HOLE DETAIL (PLAN) GENERAL NOTES 1. CONCRETE DRYWELL ITEMS SHALL 13E CONSTRUCTED WITH THE BARRELS AND CONES REINFORCED WITH 0.12 SQ. IN. STEEL GRADE 40, PER LINEAL FOOT OF WALL 2. TOLERANCE OF DIMENSIONS FOR DRAINAGE PORTS 3. EACH BARREL SECTION SHALL HAVE A MINIMUM OF 6 ROWS OF DRAINAGE PORTS VER'OCALLY AND A MINIMUM OF 10 DRAINAGE PORTS AROUND THE CIRCUMFERENCE OF THE BARREL poor AI 1 �� v�ra t::ix 4• � l iS 3/4' HOLES SECTION C--C - t. C G 1= xPIRE:S 1312 b DEVELOPMENT SERVICES SENIOR FN4INEER W, APPRDVM FOR?IIDtICATION G C+ 'I- l D A SECTION D -D DRAINAGE PORT �yjn 51np i 1/4" S4. 3/15" 1/2 S0.—I' —' COVER SKID DESIGN DETAIL SECTION A—A MIN. WEIGHT 168 LBS. FRAME — TYPE 4 y1 fg" fl 111 1 7 /By if1 1 /e" 1/2° SECTION J —J 26 Me 8 3/4° —2 7/32° 3/4°!4 H" -4 H" 2" SECTION H —H GENERAL NOTES 1, FRAME SHALL BE GRAY IRON CONFORMING TO AS.T.M. A48 -90, GRADE 30. THE GRATE SHALL HE DUCTILE IRON CONFORMING TO A-S-T.M. A536 -84, CLASS 80- 55 -06. 2. METAL FRAME AND GRATE TYPE 4 SHALL ONLY BE USED WHERE SHOWN ON THE CONSTRUCTION PLANS. IT SHALL NOT BE USED AT A CURB LINE 3. DRAINAGE SLOTS SHALL BE PLACED PARALLEL TO THE DIRECTION OF FLOW. 4. FIT TOLERANCE SHALL BE 1/8". 5. WELDING IS NOT FERMITTED. r 26 3/18° � r- T-r 2 1/8" 5/8 2 7/8" SECTION B —B NON -SKID PATTER �T0 BE CAST INTEF ON TOP OF COVEF H / r1 t 7��1° ° fill l" SOLID COVER MIN. WEIGHT 11B LBS. TO C aF olaO�uE EXPIRES Zo/o DEVELOPMENT SERVICES SENIOR ENGINEER APpwvrgm FaR PUBUCATM 12109 GENERAL NOTES 1. 1. CONCRETE ITEMS SHALL BE CONSTRUCTED IN ACCORDANCE WITH ASTM C 478 (AASHTO M199) & ASTM C 890 UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE PROJECT SPECIAL PROVISIONS. 2' -0' 1—B" r n 5 5 2 1/2• —#3 RERAR SECTION E —E SECTION F--F 2 =0" 1= B. 5• • - 8 5• 6' 2 1/2" —2 1/2" 2 -#3 REBAA SECTION E---E SECTION F —F r 2'10" F 4 E ''�'" `� t E #3 REBAR PRECAST '; 90 r 9' -10• _ CONCRETE '; iv �, LONG F 2'-51/2- BENDING RISER, TYPE 1 x' -� 1 2• 5" 5" 2 1/2" CLEAR TYPICAL 3 4 5" 2-2" 1— REBAR SECTION C'-C 2-0 1 Z4 5n 5" fYP1ALCLEA CC R REEAR SECTION D -D Y--1 1/2o PRECAST ,: r i CONCRETE ' ri 1 N s :• =rte • D RISER, TYPE 2 M a a N I 1 48" 1 o i I i CONCENTRIC CONE 24" EXPIRES Zl �oia DEVELOPMENT SERVICES SENIOR ENGINEEI 9 #s3 BAR EACH 63 BAR EAC p BA PIPE ALLOWANCES MAXIMUM PIPE DIAMETER DIAMETER REINFORCED OR 12" PLAIN CONCRETE ALL METAL PIPE 15" CPssP * (STD. 12" SPEO. 9- 05.20) SOLID WALL PVC 15" STD. SPEC 9- 05.12(1)) PROFILE WALL. PVO t5" (STD. SPEC, 9- 05.12(2)) *CQKe,kJUA1hU 1- ULMINT""' STORM SEWER PIPE 1R t2" ]P FOR li" HEIGHT fU 6 Yi BAR HOOP$ FOR 12' HEIGHT RECTANGULAR ADJUSTMENT SECTION PRECAST BASE SECTION #3 BAR EACH t8 RMEN #5 BAR HOOP GENERAL NOTES 1. AS ACCEPTABLE ALTERNATIVES TO THE REBAR SHOWN IN THE PRECAST BASE SECTION, FIBERS (PLACED ACCORDING TO THE STANDARD SPECIFICATIONS), OR WARE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT SHALL BE USED WITH THE MINIMUM REQUIRED REBAR SHOWN IN THE ALTERNATE PRECAST BASE SECTION. WIRE MESH SHALL NOT BE PLACED IN THE KNOCKOUTS. 2. THE KNOCKOUT DIAMETER SHALL NOT BE GREATER THAN 20'. KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM TO 2,S" MAXIMUM. PROMDE A 14" MINIMUM GAP BETWEEN THE KNOCKOUT WAIL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOWT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9 -04 3. 3. THE MA7tlMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST PIPE INVERT SHALL BE 5'. 4. THE FRAME AND GRAZE MAY BE INSTALLED WITH THE FLANGE UP OR DOWN. THE FRAME MAY BE CAST INTO THE AD.IUSTkT:NT SECTION. 5. THE PRECAST BASE SECTION MAY HAVE A ROUNDED FLOOR, AND THE WAILS MAY BE SLOPED AT A RATE OF 1:24 OR STEEPER. & THE OPENING SHALL BE; MEASURED AT THE TOP OF THE PRECAST BASE SECTION. 7. ALL PICKUP HOLES SHALL BE GROUTED FULL AFTER THE BASIN HAS BEEN PLACED, SEE NOTE 1 ALTERNATIVE PRECAST BASE SECTION EXPIRES 2c3 m DEVELOPMENT SERVICES SEP41OR ENGINEE GENERAL NOTES: 1. SHALL RE CONSTRUCTED IN CONFORMANCE WITH SPOKANE RECIOHAL STORMWATER MANUAL. FLOW THREADED REMOVABLE CAP SITE SPECIFIC MANHOLE/ VAULT, PER DESIGN ENGINEER 2' MIN. FLOW 12" (MIN.) a 24" SUMP (MIN.) OIL —WATER SEPARATOR 12" MIN. DIA. STORM PIPE SECURE TO WALL WITH STAINLESS STEEL. BANDS (MIN. 2" WIDE) AND 1/2" BOLTS OPEN END EXPIRES /Zolo OEVELOPMEW SERVICES SENIOR L:NCzINEM PART 10 HALF- -SIZED DRAWINGS BIDDERS PACKET Evergreen Road Reconstruction Project —16t" to 32nd BID NO. 12 -009 BID PROPOSAL CHECKLIST This Checklist and the documents listed below constitute a complete Bid Proposal. Failure to execute any of the following documents, or any addition, condition or limitation in writing to the form of the bid, not explicitly invited in the Bid Documents or Specifications may become cause for rejection of the bid as irregular. The BIDDER shall check each respective box indicating inclusion of each signed and dated item: [ ] Bid Proposal Checklist [ ] Proposal Form [ ] Contractor's Administrative Information [ ] Bidder Qualification Statement [ ] Sub Contractor List [ ] Bid Deposit Form [ ] Bid Deposit Surety Bond Form (Use only if submitting Bond) for Bid Deposit) [ ] Representations and Certifications The above forms have been inserted in a sealed envelope, properly identified and delivered at the place and time described in the Notice to Contractors form. Signature: Title: Company: Date: CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -009 PROJECT TITLE: Evergreen Rd Reconstruction Project —16th Ave. to 32 "d Ave. NAME OF FIRM SUBMITTING BID: Each bid shall constitute an offer to the City of Spokane Valley as outlined herein and no bidder may withdraw his bid after the hour set for the bid closing except under the conditions explained in the Information to Bidders Section. RECEIPT OF ADDENDA: Bidder acknowledges receipt of the following addenda: Addendum No. Date Addendum No. Date REJECTION: The City reserves the right to reject any or all proposals, portions or parts thereof and to waive all minor irregularities in bidding. Special attention will be directed to the qualifications of the bidders when considering awarding a contract. TIME TO COMPLETE: The contract shall be completed in Forty - five (45) working days from the date of commencement stipulated in a Notice to Proceed. The Notice to Proceed shall be given between June 16th and June 20'h. BID IS NOT ELIGIBLE FOR CONTRACTOR'S BOND ELECTION to withhold 50% retainage in lieu of furnishing a Contractor's Bond (Performance And Payment Bond). FREIGHT: Bid price(s) to include all freight costs to the job site. SCHEDULES: The Base Bid schedules A and B will be awarded, if the project is awarded. Schedule C may be awarded if the total bid of Schedules A +B +C is within the project budget. A Bidder must complete all the schedules or his bid will be rejected as non - responsive. The undersigned hereby certifies that (he /they) (has/have) personally examined the location and construction details of work as outlined on the plans and specifications for the above project and (has/have) read thoroughly and understands the plans, specifications, and contract governing the work embraced in this improvement and the method by which payment will be made for said work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with said plans, specifications, and contract in accordance with the unit prices provided below. The Bidder, to be considered responsible, shall provide in legible figures (not words) hand written in ink or typed, a unit price (except Lump Sum items) and total for each of the items shown on the following schedules: CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -009 Base Bid Schedule A - Road Work ITEM # ITEM DESCRIPTION UNITS QUANTITY PRICEIUNIT TOTAL AMOUNTS 1 MOBILIZATION LS LS LS 2 CONSTRUCTION SURVEYING LS LS LS 3 SPCC PLAN LS LS LS 4 PROJECT TEMPORARY TRAFFIC CONTROL LS LS LS 5 CLEARING AND GRUBBING LS LS LS 6 LARGE TREE REMOVAL EA 8 7 MISCELLANEOUS REMOVAL LS LS LS 8 GROUNDING RODS REMOVAL LS LS LS 9 REMOVE ASPHALT PAVEMENT SY 20,400 10 REMOVE PCC CURB AND GUTTER LF 200 11 REMOVE PCC SIDEWALK/ DRIVEWAY APPROACH SY 93 12 ROADWAY EXCAVATION, INCL. HAUL CY 6785 13 EMBANKMENT COMPACTION METHOD C CY 35 14 CRUSHED SURFACING TOP COURSE, 2 IN DEPTH SY 80 15 CRUSHED SURFACING TOP COURSE, 4 IN DEPTH SY 480 16 CRUSHED SURFACING TOP COURSE, 6 IN DEPTH SY 7,050 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -009 Base Bid Schedule A - Road Work Continued ITEM # ITEM DESCRIPTION UNITS QUANTITY PRICEIUNIT TOTAL AMOUNTS 17 CRUSHED SURFACING TOP COURSE, 8 IN DEPTH SY 11,700 18 BITUMINOUS PLANING, 1 -112 IN. DEPTH SY 1006 19 SHIM PLANING BITUMINOUS PAVEMENT Sy. 3500 20 MICROMILL BITUMINOUS PAVEMENT SY 10,104 21 HMA CL. 112" PG 64 -28, 0.33 FT. DEPTH, SY 11,700 22 HMA CL. 112" PG 64 -28, 0.125 FT. DEPTH, SY 15,700 23 HMA CL. 112" PG 64 -28, 0.33 FT. DEPTH, PATCHING SY 7,050 24 HMA CL. 112" PG 64 -28, 0.17 FT. DEPTH, MISC AREA SY 90 25 JOINT ADHESIVE LF 6,780 26 ASPHALT CONCRETE CURB, TYPE C LF 837 27 HMA SPILLWAY EACH 2 28 ANTI- STRIPPING ADDITIVE CALC 1 $1.00 $1.00 29 JOB MIX COMPLIANCE PRICE ADJUSTMENT CALC 1 -$1.00 -$1.00 30 COMPACTION PRICE ADJUSTMENT CALC 1 -$1.00 -$1.00 31 STORM TRENCH EXCAVATION SYSTEM LS LS LS 32 DUCTILE IRON STORM SEWER PIPE, 10 IN. DIAM LF 470 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -009 i Base Bid Schedule A - Road Work Continued ITEM# ITEM DESCRIPTION UNITS QUANTITY PRICE/UNIT TOTAL AMOUNTS 33 CATCH BASIN, TYPE 1 EACH 2 34 SPILL CONTROL SEPARATOR EACH 1 35 PRECAST CONCRETE DRYWELL, TYPE A EACH 1 36 EXISTING DRYWELL CONNECTION EACH 1 37 ADJUST EXISTING CATCHBASIN OR DRYWELL EACH 13 38 ADJUST EXISTING MANHOLE EACH 12 39 ADJUST VALVE BOX EACH 20 40 EROSION CONTROL LS LS LS 41 SEEDING, FERTILIZING, MULCHING SY 2,000 42 TOPSOIL, TYPE B SY 310 43 SOD INSTALLATION SY 1341 44 IRRIGATION SYSTEM REVISION EACH 3 45 CEMENT CONC. TRAFFIC CURB LF 50 46 CEMENT CONC. TRAFFIC CURB & GUTTER LF 700 47 CEMENT CONC. PEDESTRIAN CURB LF 160 48 DRIVEWAY APPROACH SY 53 49 MONUMENT CASE AND COVER EACH 2 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -009 Base Bid Schedule A - Road Work Continued ITEM# ITEM DESCRIPTION UNITS QUANTITY PRICEIUNIT TOTAL AMOUNTS 50 FURNISH AND INSTALL COMPOSITE FENCE LF 190 51 TEMPORARY FENCE LF 190 52 LOWER WOOD FENCE LF 38 53 SEGMENTAL CONCRETE RETAINING WALL SF 145 54 CEMENT CONCR. SIDEWALK SY 250 55 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A EACH 9 56 MAILBOX SUPPORT, TYPE 1 EACH 13 57 PERMANENT SIGNING LS LS LS 58 REMOVE PAVEMENT MARKING LS LS LS 59 PLASTIC LANE LINE LF 4,224 60 PLASTIC WIDE LANE LINE LF 11,924 61 PLASTIC TRAFFIC ARROW EACH 6 62 PLASTIC TRAFFIC STOP LINE LF 161 63 TEMPORARY PAVEMENT MARKING LF 5,900 SCHEDULE A TOTAL 6 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -009 Rase Rid Schedule R - Waterline Work REM # ITEM DESCRIPTION UNITS QUANTITY PRICEIUNIT TOTAL AMOUNTS 1 FURNISH IMPORTED PIPE BEDDING LF 5050 2 TRENCH EXCAVATION SAFETY SYSTEM LS 1 LS 3 FURNISH IMPORTED TRENCH BACKFILL LF 500 4 TRENCH ROCK EXCAVATION CY 10 5 20" WATER PIPE (RESTRAINED) LF 5050 6 WATER PIPE CONN. DETAIL NO. 112 LS 1 LS 7 WATER PIPE CONN. DETAIL NO. 212 LS 1 LS 8 WATER PIPE CONN. DETAIL NO. 312 LS 1 LS 9 WATER PIPE CONN. DETAIL NO. 412 LS 1 LS 10 WATER PIPE CONN. DETAIL NO. 512 LS 1 - LS 11 WATER PIPE CONN. DETAIL NO. 113 LS 1 LS 12 WATER PIPE CONN. DETAIL NO. 2/3 LS 1 LS 13 WATER PIPE CONN. DETAIL NO. 313 LS 1 LS 14 WATER PIPE CONN. DETAIL NO. 114 LS 1 LS 15 WATER PIPE CONN. DETAIL NO. 2/4 LS 1 LS 16 WATER PIPE CONN. DETAIL NO. 314 LS 1 LS 17 WATER PIPE CONN. DETAIL NO. 115 LS 1 LS 18 SERVICE CONNECTION EA 20 19 4" FITTINGS EA 6 20 6" FITTINGS EA 6 21 8" FITTINGS EA 6 7 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -009 22 10" FITTINGS EA 4 PRICEIUNIT TOTAL AMOUNTS 23 20" FITTINGS EA 5 Base Bid Schedule Total (Including Taxes) 24 NEW FIRE HYDRANT ASSEMBLY EA 1 SCHEDULE B TOTAL Base Bid + Additive Alternate (Including Taxes) 8.7 % TAX SCHEDULE B TOTAL INCLUDING TAX Additive Alternate Schedule C — ITS Conduit Work ITEM # ITEM DESCRIPTION UNITS QUANTITY PRICEIUNIT TOTAL AMOUNTS 63 CONDUIT PIPE, 2 IN. DIAM. LF 2,550 Base Bid Schedule Total (Including Taxes) SCHEDULE C TOTAL Additive Alternate ITS Conduit Work Rid ,1;nmmnry Schedule Description Amount A Base Bid Road Work B Base Bid Waterline Work (Including Tax) Base Bid Schedule Total (Including Taxes) C Additive Alternate ITS Conduit Work Base Bid + Additive Alternate (Including Taxes) Person /Entity Name: Signature Of Bidder: Company: Date: 8 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -009 CONTRACTOR'S ADMINISTRATIVE INFORMATION 1. PERSON/ENTITY a. Name as registered with the State of Washington: b. Physical Address: c. Mailing Address including zip code: d. Remit To Address including zip code: e. Telephone number including area code: £ Fax number including area code: g. E -mail address for business correspondence: h. Washington State Contractors License Number: i. Federal Tax Identification Number: j. Washington State UBI Number: k. State Industrial Account Identification Number: 1. City of Spokane Valley Business License Number: (Business License not required for Bid, but will be required prior to Contract execution.) 2. INSURANCE COMPANY: a. Name of company: b. Mailing Address including zip code: c. Insurance Agent Name: d. Insurance Agent Telephone number including area code: e. Insurance Agent Fax number including area code: 3. BONDING COMPANY: a. Surety Name: b. Surety Mailing Address including zip code: c. Bonding Agent Name: d. Bonding Agent Mailing Address including zip code: e. Bonding Agent Telephone number including area code: f. Bonding Agent Fax number including area code: Person /Entity Name: Company: Signature Of Bidder: Date: I CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -009 BIDDER QUALIFICATION STATEMENT The following statements of experience, personnel, equipment, and general qualifications of the Bidder are submitted with the assurance that the owner can rely on its accuracy and truthfulness. If more space is required for your answers please attach a continuation sheet(s) to the corresponding bid response page referencing the item number. 1. The company has been in business continuously from (month and year) 2. The company has had experience comparable to that required under the proposed contract: a. As a prime contractor for years. b. As a subcontractor for years. 3. The following is a partial list of work completed that was on an order of magnitude equal to or greater in scope and complexity to that required under the proposed contract. Year Owner & Person to contact Phone No. Location Contract Value 4. A list of supervisory personnel currently employed by the Bidder and available for work on the project (Construction Manager, principal foreman, superintendents and engineers) is as follows: Name Title Years of Experience 5. Please attach a resume of the qualifications, previous employers, and experience of the project manager who is proposed to be assigned to the project. If a resume is not included in the bid documents the bidder agrees to furnish a resume within 24 hours of notice by the City. 6. Following is a listing of all projects the company has undertaken in the last five years, which have resulted in: a. Arbitration or litigation. b. Claims or violations being filed by the Federal Government or the Washington State Departments of L & I, Employment Security or Revenue. c. Liens being filed by suppliers or subcontractors. Person /Entity Name: Signature Of Bidder: Company: Date: 10 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -009 AM IJ hingtara State Delpar meat of Tra- nsportatian Project Name Subcontractor List Prepared in compliance with RCW 39.30.060 as amended To Be Submitted with the Bid Proposal Failure to list subcontractors who are proposed to perform the work of HVAC (heating, ventilation and air conditioning), plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW, or naming more than one subcontractor to perform the same work will result in your bid being non - responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in chapter 18.106 RCW, and electrical as described in chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. The requirement to name the prime contract bidder's proposed HVAC, plumbing and electrical subcontractors applies only to proposed HVAC, plumbing, and electrical subcontractors who will contract directly with the prime contract bidder submitting the bid to the public entity. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Bidder's are notified that in the opinion of the enforcement agency PVC or metal conduit, junction boxes, etc, are considered electrical equipment and must be installed by a licensed electrical contractor, even if the installation is for future use and no wiring or electric current is connected during the project. A licensed electrical contractor must be listed to perform the work. Iae BID DEPOSIT FORM OF BID DEPOSIT - CHECK ONE: Please submit this sheet with the bid deposit. CASH. Attach the deposit behind this sheet. SURETY BOND - Attach bid bond behind this sheet. IT IS STRONGLYRECOMMENDED THAT YOU USE THE ATTACHED FORM. BID DEPOSIT REQUIRED. No bid may be considered for public work unless it is accompanied by a bid deposit in the form of a surety bond, postal money order, cash, cashier's check, or certified check in an amount equal to five percent (5 %) of the amount of the bid proposed. If the bidder to whom the contract is awarded fails to enter into the contract and furnish the contractor's bond as required within ten days after notice of the award, exclusive of the day of notice, the amount of the bid deposit shall be forfeited to the City and the contract awarded to the next lowest and best bidder. If the deposit is "cash" and is in the form of a postal money order, cashier's check, or certified check, the checks are to be made payable to the City of Spokane Valley. Cash bid deposits are to be accompanied by this form. Cash bid deposits of all unsuccessful bidders shall be returned after the contract is awarded and the required contractor's bond and proof of insurance given by the successful bidder is accepted by the City of Spokane Valley. If the bid deposit is in the form of a surety bond it must be of a corporate surety licensed to do business in the State of Washington. The City strongly recommends the use of the attached City Bid Deposit Surety Bond Form. If the City's Bid Deposit Surety Bond Form is not used, the bidder is warned to take special care in assuring that the form used does not materially alter, qualify or conflict with the terms and conditions set forth in the City's Bid Deposit Surety Bond Form. The failure to furnish a bid bond in compliance with the City's Bid Deposit Surety Bond Form shall make the bid non - responsive and shall cause the bid to be rejected by the City. Person/Entity Name: Signature Of Bidder: Company: Date: t'I CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -009 BOND NO: BID DEPOSIT SURETY BOND FORM NAME OF PROJECT: Evergreen Rd Reconstruction Project PROJECT /13113 NUMBER: 12 -009 NAME OF FIRM: We, as Principal, and as Surety, are held and firmly bound unto the CITY OF SPOKANE VALLEY, a Washington State Municipality, in the penal sum of FIVE PERCENT (5 %) OF THE TOTAL AMOUNT BID, for the payment of which we jointly and severally bind ourselves, and our legal representatives and successors. THE CONDITIONS OF THE OBLIGATION are that if the City of Spokane Valley shall make timely award to the Principal according to the terms of the bid documents; and the Principal shall, within ten (10) days after notice of the award, exclusive of the day of notice, enter into the contract with the City of Spokane Valley and furnishes the contractor's bond (performance and payment bond) with Surety satisfactory to the City of Spokane Valley in an amount equal to one hundred percent (100 %) of the amount of the bid proposed including Washington State Sales Tax then this obligation shall be null and void; otherwise if the Principal fails to enter into the contract and furnish the contractor's bond within ten (10) days after notice of the award, exclusive of the day of notice, the amount of the bid deposit shall be forfeited to the City; but in no event will the Surety's liability exceed this bond's face amount. SIGNED AND SEALED THIS DAY OF YEAR 20 Signature Typed Name Title (SEAL) PRINCIPAL Signature Typed Name Title 12 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -009 REPRESENTATIONS AND CERTIFICATIONS ANTI - KICKBACK No officer or employee of the City of Spokane Valley, having the power or duty to perform an official act or action related to this submittal, shall have or acquire any interest in this submittal, or have solicited, accepted or granted a present or future gift, favor, service, or other thing of value from or to any person involved in this submittal. REPRESENTATION: In submitting this bid we represent that the bid documents have been read and understood, that the site has been visited and or that we have familiarized ourselves with the local conditions under which the work is to be performed, that by signature of this proposal we acknowledge all requirements and that we have signed all certificates contained herein. REPRESENTATION: In submitting this bid we acknowledge the requirements and conditions applicable to bid deposits in the form of a cash bid deposit or surety bond bid deposit. NON - COLLUSION: That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this bid is submitted. I CERTIFY that no final determination of violation of RCW 50.12.070(1)(b), 50.16.070(1)(b), or 82.32.070(1)(b) has been made by the Washington State Departments of Employment Security, Labor And Industries or Revenue respectively dated within two years of the date of the closing of this bid. I understand further that no bid may be submitted, considered or contract awarded for a public work to any person or entity that has a determination of violation of the above referenced statutes within two years from the date that a violation is finally determined and the date of this bid closing. I CERTIFY that to the best of my knowledge the information contained in this proposal is accurate and complete and that I have the legal authority to commit this Firm to a contractual agreement. I realize the final funding for any service is based upon budget levels and the approval of the City of Spokane Valley. I CERTIFY that by signing the signature page of this bid, I am deemed to have signed and have agreed to the provisions of this declaration. Name: Signature: Title: Date: Person /entity submitting bid (print) 13 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -009 Bid Question Form Evergreen Rd Reconstruction Project City of Spokane Valley CP No. 0160 In accordance with Section 1- 02.4(1) General, the following form is provided for noting errors or conflicts found in the plans or specifications or for asking questions that are pertinent to bidding the contract. Submit the form by faxing to (509) 688 -0261. Attention: Craig Aldworth, P.E. Project Manager Public Works Department City of Spokane Valley All faxes must be received by 11:00 A.M., 48 hours prior to the bid opening to allow the City time to respond. The Engineer will issue clarifications via addenda, faxed to questioner and all prospective bidders listed on the Planholder's List. I have the following Question: Specification Reference_ Detail No. Please respond to: Name Company Address Fax Number or Page No: Plan Sheet No. 14 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS EVERGREEN RD RECONSTRUCTION PROJECT BID NO: 12 -009 Spokane jValley® City of Spokane Volley Department of Pub is Works 11707 East Sprague, Ave. Suite 304 SPOKANE VALLEY, WA. 99206 (509) 921 -1000 PACFIC OCEAN EVERGREEN ROAD 19TH AVENUE TO 32ND AVENUE CITY OF SPOKANE VALLEY MAYOR TOM TOWEY CITY COUNCIL ARNE WOODARD BRENDA GRASSEL CHUCK HAFNER GARYSCHIMMELS BEN WICK ARNE WOODARD PUBLIC WORKS DEPARTMENT NEIL KERSTEN, DIRECTOR PROJECT ENGINEER CRAIG ALDWORTH, P.E. APPROVED BY; CI Y S EVE M. RILEY, P.E. SENIOR CAPITALPROJECTSENGIN E CITY OF SPOKANE VALLEY INDEX OF DRAWINGS SCHEDULE A WORK- CITY OF SPOKANE VALLEY SHEET NO. SHEET NAME 1 TITLE SHEET /INDEX 2 -4 SECTIONS 5 EVERGREEN ROAD PLAN STA 10 +00 TO STA 27 +50 6 EVERGREEN ROAD PLAN STA 27 +50 TO STA 36 +00 7 EVERGREEN ROAD PLAN AND PROFILE STA 36 +00 TO STA 43 +50 8 EVERGREEN ROAD PLAN AND PROFILE STA 43 +50 TO STA 50 +50 9 EVERGREEN ROAD PLAN AND PROFILE STA 50 +50 TO STA 57 +50 10 EVERGREEN ROAD PLAN AND PROFILE STA 57 +50 TO STA 63 +06 11 32ND AVENUE PLAN STA 63 +0634 TO STA 69 +69 12 DETAILS irr 13 TRAFFIC CONTROL -PHASE 1A 14 TRAFFIC CONTROL -PHASE 1 15 TRAFFIC CONTROL - PHASE 1DETOURS 16 TRAFFIC CONTROL - PHASE 2 17 TRAFFIC CONTROL - PHASE 2DETOURS 18 TRAFFIC CONTROL - PHASE 3 DETOURS 19 -21 PAVEMENT MARKING PLANS 22 SURVEY CONTROL PLAN _ 23 -24 MILLING PLANS 25 EROSION CONTROL PLAN 26 ADDITIVE ALTERNATE - ITS CONNECTION PLAN INDEX OF DRAWINGS SCHEDULE B WORK -VERA WATERAND POWER SHEET NO. SHEET NAME 1 PROJECT LOCATION, LEGEND, ABBREVIATIONS, NOTES, INDEX 2 TRANSMISSION MAIN - EVERGREEN ROAD 19TH AVE. TO 23RD AVE. 3 TRANSMISSION MAIN - EVERGREEN ROAD 24TH AVE. TO 27TH AVE. 4 TRANSMISSION MAIN - EVERGREEN ROAD 28TH AVE. TO 32ND AVE. 5 TRANSMISSION MAIN -32ND AVE. 6 DETAILS CALL BEFORE YOU DIG 7A00-C45555I ROW o - ROW 0 3 30'1 rL a' 9.5' f VARIES 5' BIKE IANE Imo- VARIES 11' LANE HMn 5' BIKE LANE 5' VARIES - -SFF El AN SHEET 23 FOR / \ CATCH VIWL ROW 1 GET GRAVEL DRIVEWAY 1 L AL FOR GRADING 2 4 EXISTING EAST cuae 510E / MILIJNG TYPES AND LOCATDNS. 11 +34 TO STA 11 +83 SE ERINC PATCH e SEE ROAD PLANS ¢ FOR LOCATION. 4 4 ROW y� B' SHIM FLANING �y-.— MICROMILL PLANING y TYP. TTP. I — 3n' + ROW 30' t 9.5' } 7.5' t 4 PARKING LANE-1 5' ONE LANE 11' LANE 5' BIKE LANE 5' 5' ! 4 11' LANE oRUV /CATCH WITHIN ROW 1 SEE GRAVEL DRIVEWAY e 1 DETAIL FOR GRADING 2 Q ¢ EXIS'ING EAST SIDE �\ STA 11 +83 TO STA 19+06 CURB _ 1 =e WIDENING PATCH q SEE ROAD PLANS e w O - FOR LDON. + BIKE LANE GRAL IT FIELD STAKED DRIVEWAY VE �~ BY WIT ENGINEER 2" CSTC 6 M PLANING MICROMILL PLANINC sHI ttP ROW NATIVE SOIL COMPACTED TO 9CT COMPACTED TO 95R OF MODIFlED PROCTOR MAX. DENSITY ROW = 30' 1 30' 1 OF MODIFIED PROCTOR MAX. DENSITY R. 9.5' 1 ----------- 7.5' 1 4' PARKING LANE J 5' BIKE LANE 11' LANE 5' BIKE LANE 5' 5' ! + 1 �/� GRAVEL DRIVEWAY - N 6 11' LANE "IA OVERLAY z =s 2� CATCH WTHIN ROW j SEE GRAVEL DRIVEWAY 1 FOR GRADING 2 ' EXISING EAST SIDE %1 STA 19+06 TO STA 23 +23 4 DETAIL CURB � UTILITY PATCH _ e 1 -6 4 WIDENING PATCH BEE ROAD PLANS 4 FOR LOCATION. 4 3 e 6 4 ROW 6' SHIM PLANING TYP. MICROMILL PLANING y TYP. F LL - 0'} NOW 30 t 8' 1 --------- }-- 1,1' } PARKING IANE 5' BIKE LANE I 11' LPNE 11' LANE OVMEatAY 5' BIKE LANE _ — yII��4 2X_ 2�s WITHIN ROW 1 _ ` / SEE 3 1 L SEE GRAVEL DRIVEWAY e 4 DETAIL FOR GRADING Exlsnec EAST sloE CURB STA 23 +23 TO STA 26 +17 UTIBTY PATCH _ _ 1 e WIDENING PATCH 4 ROAD A e FOR OCATON.NS 4 "✓.• JJx O CALL SEFCREYOUTAG 1"424x:55 clry a spoor °° vull.p w�Wm EVERGREEN ROAD -16TH TO 32ND mfio .m >" 6' a/17/2012 W ° MEET� 1�.��... oeporimam of euElie MuN ^°'°'� l9[IIIO IDO7 Em1 Epm9eune Arenw95tiM 106 STA 11 +34TOSTA 26 +17 �A° slm.mW il� °Arsps)ssl- i0009z °° SECTIONS e e 4 4 1. R. SHIM PLANING MICROMILL PLANING _� w ROW 3D' } lYP 30' f PARKING I ANE-1 5' BIKE LANE 10.5 LANE 10.5' LANE 5' BIKE LANE r OVE OVERLAY 2x_ L— UTILITY PATCH e STA 26 +17 TO STA 28+60 e e 4 a Pte- SHIM PLANING MIGROMILL PLANING ROW x TYP. TYP. B' H, 7.5 t PARKING LANE 5' 91KE LANE 10.5' LANE 1 10.5' LANE 5' BIKE LANE VARIES I � � rCVER 5' e 4 4 ROW CATCH WITHIN ROW 1 SEE GRAVEL DRIVEWAY DETAIL FOR GRADING 2 ROW VARIES T VARIES 9_ CATCH WI GROW L- SEE GRAVEL a ADING Y e y DETAIL FOR GRADING Z L_ U-TY PATCH STA 28 +00 TO STA 28+53 �@ 4 6 4 4 4 B' SHIM PLANING Tm- MIGROMILL PLANING rrP. 8' SHIM PLANING ROW - ROW 30' } 30' } II� R. PARKING LANE 5' BIKE LANE 10.5' LANE 10.5' LANE xMA OVERLAY S' BIKE LANE F7.5' } PARKING LANE UTILITY PATCH STA 28+53 TO STA 34+96 E %ISTING EAST SIDE 4 e CURB AND SIDEWALK ROW E' SHIM PLANING Tm. MICROMILL PLANING _ IIIIII� 8' SHIM PLANING - LATm. ROW 30' } 30' t e' } LANE WIDTHS VARY LANE MI)THS VARY 6' L - HMA OVERLAY E %IS11NG EAST SIDE UTIUTY PATCH N STA 34 +96 TO STA 36+47 CURB AND SIDEWALK a -6 ROW 3 p _ tt;EB PGALnp ° ve• �Z ✓wiz 1rCURBING 6.6' SIDALK 2 ' EW 12 .y ° �- -' +� 12.5 5 7. - - -vlw2 m Li 24TH STA 90+00 TO STA 92+40 m r =6 GLLBEFOREY000Ifi 1A1 DeTE REVISIONS � crr aI I'd —vane mx a EVERGREEN ROAD -16TH TO 32ND 06eo tt i s' a %n /zolx x er c ^^ OepaNmml oI'Au.' W.11 l°a In°T Un STA 26 +17 TO STA 36+01 DYq sawm� 3sT�LT� • �° Epmg�An�gsxux °P0 �s°sj s:i -,ux° 9206 SECTIONS a. RO'W 6' wZ NEW SIDEWALK, CURBy AND CUTTER ROW B" CSTC 36+48 TO STA 38+40 O 34' t 10' f 6' fi' t BIKE LANE 12' LANE 12' LANE - HA a IM I EXISTING EAST SIDE 8" CSTC SIOEW LR R AND �1 STA 38+40 TO STA 61+51 (NEW hOEWALK, CURB AND CUTTER FOR _ I _B - LCTS) ROW 20' MICROMILL ROW 30, t 10 REMOVE ASPHALT 12 GRAVEL PATCHBACK DETWEEN (RIND AND SAWCUT LINES ASPHALT ENE PAVEMENT AND LANE WDTHS VARY 1. SHOWN ON PLANS W/HAND GRINDER EXISTING PAVEMENT SHIM PIANINC VARY FROM 1.v' DEPTH AT SAW'CUT TO 1/2° MICROMILL SHIM PLANING SECTION �\ AT TRANSITION NTS REMOVE ASPHALT LL ROW BEIWEN CRINO AND a e 30' t SAO T LINES ASPHALT LINE W'o 1 M ON PLANS W /HANG GRINDER u q 'Z GRAVFI. PATCHBACK EXISTING PAVEMENT 1.3° PLANING DEPTH BIKE "ME I 19 t e PLANING SECTION 1.5 1 2 AT CROSS STREET } V/ N15 L SEEDED DRI`iEWAY 15 AND CULVERTS 12 Imo- 0' SHIM PLANING MICROMILL EK$TING PAVEMENT HOW SHIM PLANING VARY FROM 1 DEPTH AT EXISTNG CURB 30' ! To 1/2" MICROMILL Exlsn"c GDRB PLANING SECTION VARIES ALONG CURB _ GRAVEL PATCHBA. CURB SAWCUT 6" t _ NJ. 12 E111-NI EDGE a OF ASPHALT BOTTOM OF 4" HMA OVERLAY 4° HMA ELEVAIIDN E" CSTC 6- CSTC NOTE: NOTE' PATCH WHERE NEEDED FOR BIKE LANE WDTHS MAY VARY. SEE VERA PLANS AND PAVEMENT CUT POLICY FOR LOCA- AND WDIH. @) WIDENING PATCH 5 UTILITY PATCH ROW 1.5' HMA OVERLAY 20' f 1 11 All TACK ALL MILLED OR 1/2" MICROMILL PATCHED SURFACES 14' ! LANE�{1'� ;Z PLANING - rHMA 1 OVE R LAY GRACHL BACK G PAVEMENT - - PAVEMENT HMA 6 MICRO MILL OVERLAYD nT.0 TAB. J p ANA CURB. GUTTER AND SIDEWALK (NEW SDEWALK, CUKU AND CUTTER FOR TWO LOTS) ROW C FENCE EXISTING EAST SIC CURB, GUTTER AN SIDEWALK K STA 61 +51 TO STA 62+83.5 MICROMLL PLANING Fw �h- 3a' 3 2A' } LANE UTLITY PATCH e 32ND STA 70 +00 TO STA 77 +74 CAU BEFORE YOU DIG 1400-024569 /� cW m s9o9o�e vullry nw� EVERGREEN ROAD -16TH TO 32ND Dieo N. I' _= e' 0 i /2Di2 nR �stlte�-ET Cw� ®e \ o.wnm.N of r�nr� wNx� SY t nm L "I soNO�. n.�m, m1 me STA 36+07 TO STA 69+69 * sPMA(ALLZ _W�AO9920fi SECTIONS I I I1]11 EVERGREEN 111] 5. EVERGREEN 1]23 S EVERCREEN S. EVERGREEN 1615 5. EVERGREEN 45262.0914 4S. EVE913 I 452fi2.0912 80545262.0911 95262.0910 1611 5. EVERGREEN I 1621 S. EVERGREEN 1103 1. EVERGREEN I I I I S I I 4..262091 45262.0916 4�2 20915 1 B I STn I] +ot 56 - - - 1 ~ 13900 .0918 1 1 2 Rla OFF 1fi 00R 'x� HU 452fi20918 I STA 13 +0605 _ }-- OH :66R� i OFF E_%IST IA Z ENT n _ 851] +4689, WN O e I- 18.5 'RT 1 18.5 RT WIEMOVE FENCE IC 5 _ __ RELOCATE ` I RIGHT OF WAY 'O } 1 1 SIGN TO 1 I I I PROTECT �TII STA 12 +6fi.54, I Z r Z WATER METER 5 P 12 +49.68, I 20]4' RT I I k 6 18.5 RT 1]20 5. EVERGREEN I 13822 E. 18TH ° INSTALL 32 SY PCC o 1 OFF: 15.85'R9 452]1 -3306 I I .- 1.30J2 SIDEWALK, 5' WIDE. MATCH - I I 1104 s. EVERGREEN 1 s. EVERGREEN %ISTNG ELEVATIONS. - 1614 S EVERGREEN 113811 E. I11H 452]1 3304 1295211.3305 iR STA 10 +52.38, 18.85' RT 452]1.0813 452]1 0014 1820 S. EVERGREEN STq 11 +0B.59, 18.65' RT _ I I I I 45271.1256 1610 S. EVERGREEN `" eSAWCUT MATCH 2 SAWCUT MATCH 45271 0914 4 EXIST. PAVEMENT a E XIST. PAVEMENT STA 13 +24.]5, 32' RT STP 16 +41.44, 35' RT STA 13 +61.77, 32' RT STA 16 +IN 71, 35' RT I 2 SAWCUT MATCH I I I I 1 13905 E. 21ST I' I 21 139068 = ,121ST 1905 S. EVERGREEN I 1915 5. EVERGREEN e¢ EX15E PAVEMENT I I 13906 E. BOTH 45LeL 13 I a52 2. 411 45262.1101 45262.1102 23 +03.30, 46 45262.1301 I STA: 26164.84 STA 23 +92.]4, 44, 5�LTI I I e2 SAWCUT MATCH 41�", I OFF:15.53'R � 21 +E E. 20TH 4 EXIST. PAVEMENT 45262.1103 STA 26 01064OF='15STA z6 +47.54, 4D §TA 22 +31 3 SAWCUT MATCH z OFF 15.87'R EXIST. PAVEMENT 2 STq 19 +1455. 44" IT e II B STA 19 +446] 44 LT o 00 - n OO I 55 2 B 55 +- EVER N D 9 - - SHRUBS _ e.±h".6`K Y.. _i:, ^.. ^. `: w r .:� X056 .4 4n.a -•. " HOMEOWNFI2 TO � 4�1,¢/ 1 � 4 7N 3 TRIM _ - = REMOVE FENCE 1I W1R11N 1FE STA 25 +1128 I I STA 26 +]635, WATER METER gig, .4 1 1 1 I PROTECT N I ( STA . 23 43.32 STA 24+52.91, RIGHT OF WAY OFF: 15 -69'R "' 18.5' RT WATER METER GY1 :16.+41 'R , POWER POLE 4 STA 20+5428, STA 20 5906 18.5' RT 185' RT 16.5 PT 1920 S. EVERGREEN I I 2006 S. EVERGREEN 13821 E 21ST m I I RELOCATED BY HOMEOWNER TO 45271.1246 1 H5271.1451 I 452/1 34U5 I I OTHERS F` HOMEOWNER TO fEMOVE 4iRUB5 190A VEpfREE RENOVE FENCE 8TP 22 +1].15, 2124 S EVERGREEN 45211.3104 WITHIN THE 45211.9061 ¢� REMOVE FENCE AND RELOCATE 18.5' RT SAWCUT MATCH 2 SAW NATU g V1 WTHIN THE NX ILL RIGHT OF WAY E %IST. PAVEMENT e ¢ E %IST. PAVEMENT a RIGHT OF WAY S 3 5 PROTECT STA 23 +11.30, 40' RT 4 STA 25 +98.82. 38' RT 1820 S. EVERGREEN WATER METER (2) SAWCUT MATCH RELOCATE r STA 25 +33. /I, 41' HI LEGEND STA 26 +31.41, 39 RT 45211,1253 1902 5. EVERGREEN it FIST PAVFMFNT STA 22 +73.47, 45211.3105 ,2 STA 22 +35.86, 26' RT ,4.05' RT ASPHALT ROADWAY Z5' RT OF STA 22 +67.80, 26' RT RELO ATE LIGHT O SECTION LINE SECTION WE POLEC5' WEST HMA 1WDENING PATCH By VERA rE 4' RT BE ¢ 2.5' RT OF SDD PATCHBACK G ALD p0 SECTION UNE SECTION NNE ♦ ,..,,� . T KEY NOTES GRAVEL EEOING PATCHBACK /� HYDRO6 PATCHBACK L'/ RELOCATE MAIL BON. INSTALL TYPE 1 MAILBOX SUPPORT. 12 NS ALL TEMPORARY FENCE GENERAL CONSTRUCTION NOTE: I- ANDSCAPINC/9ARK PATCHBAGK ` n ' ° �9.urec4° O2 PROTECT PROPERTY CORNER. O] INSTALL FENCE. 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE OF CURB. CONCRETE HARDSCAPING /ONILWYA 2 STATIONS AND OFFSETS ARE FROM DESIGN CENTERLINE. BE AWARE Q REMOVE AND TRIM VEGETATION PAID UNDER "CLEARING AND GRUBBING" O ADJUST WATER VALVE CENTERLINE VARY THROUGHOUT THE PROJECT. ® REMOVE TREE AND GRIND SUMP, PAID UNDER "REMOVE LARGE TREE-- O ADJUST MANHOLE, CATCH BASIN. DRYWELL. CALL BEFORE YDU DIG 400424-555 REVISIONS OS RELOCATE BOLlDERS. PAID UNDER "MISC. REMOVAL.. 1D REVISE IRRIGATION SYSTEM. Ort[ er '0� Oh o1 6pokne Valley IWWp6 EVERGREEN ROAD -16TH TO 32ND DIM 1 30' 4/il/2012 lr S1REE 11 REMOVE AND INSTALL MONUMENT CASE AND CAP.° .e Ogorhnml of PubIN Wor4v ���7,��� mG] GM spm9�. STA 10+00 TO STA 27+50 sMW 1© PAID UNDER 'GROUNDING RODS REMOVAL', 310 ITEM • J 5P0°AN('XI) 99- 00199206 EVERGREEN ROAD PLAN G= °r. I 3 8 9 IIIIIIIIIIIIIIIIIIM ip 91 +00 92 +00 GUTTER FACE PROFILE S. CVERG11 T 24TH STA 90 +70 TO - 24TH STP 92150 2070 2070 KEY NOTES: Ot RELOCATE MAIL BOX, INSTALL TYPE 1 MAILBOX SUPPORT. 12 © INSTALL TEMPORARY FENCE. O2 PROTECT PROPERTY CORNER. (7 INSTALL FENCE O REMOVE AND TRIM VEGETATON PAID UNDER "CLEARING AND GRUBBING" O ADJUST WATER VALVE. ® REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE ". O ADJU5T MANHOLE, CATCH BASIN, DRYWELL. 8O RELOCATE BOULDERS. PAID UNDER -MISC. REMOVAL ".. 13905 E 24T It REMOVE AND INSTALL MONUMENT CASE AND CAP. 12 PAID UNDER "GROUNDING RODS REMOVAL ". BIG ITEM ......... 'e2 SAWGUT MATCH EST. PAEMENT p : p .... ... RETURNS. 45262.1504H I GUTTERFACE PROFILE 13309 E. 23RD STA 31 +33.81, Y. LT 24n9 EVERGREN O ASPHALT ROADWAY I \J B +46 ST 3 .93 T.1 STA 3e +76.88 HMA WDENING PATCH 45262.1007 I STA 31 +73.56, 41' LT ml 2 S EVERGRE =N 31145262 I 2319 5. EVERGREEN 45'26`215N3... 52821503 I FI GRAVEL PATCHBACK 2115 5. EVERGREEN 452E2.1410 2221J. EVERGREEN 48262 -1009 II 13906 E- 23RD �I 45262.1501 II� -1502 3ENERAL CONSTRUCTION NOTE: 1 3 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE OF CURB. I o O CCNCPEIE HAROSCAPING /ONALePe,b ; #ml CENTERUNE VARY THROUGHOUT THE PROJECT. I I CUT AND tz REMOVE WVWI CALL BEFORE YOU DIG 7-800-0245555 u REVISIONS S TOFF F m EVERGREEN ROAD -16TH TO 32ND STA 27+50 TO STA 36+00 EVERGREEN ROAD PLAN aifia xo 1' - sD' G 3 COUNDINC RODS sTAE�r \ _ - 1552•fl Po N°. fi v 2 /z — ° - - D. 32 +00 EVERGREEN. - I/ .: m —A - 8SS _ GAS_ _— _ - .55 GAS —_ GAS .... I STA 27 +77.50, 8.5' RT V. l �+ I I _ I ° I I I 3625 2a1H 452J1.36G6 I gal P m I I 2 m I m I I I sN 3 RR TE 2126ZJE' 9042 EEN I I N 1345271.3909 D I SAWGU T MATCII -- a STAST31PAVEMENT 28.17' 4J RT STA 31 43' RE I 13824 E. 23RD I I 2304 S. EVERGREEN 2306,S. EVERGREEN 2312 S. EVERGREEN 1 +64.40, I I 40271 -3722 I ...LLL 45271.3609 I e5271 -3608 45271.3607 13BZ0 E O 45271.3701 IIIIIIIIIIIIIIIIIIM ip 91 +00 92 +00 GUTTER FACE PROFILE S. CVERG11 T 24TH STA 90 +70 TO - 24TH STP 92150 2070 2070 KEY NOTES: Ot RELOCATE MAIL BOX, INSTALL TYPE 1 MAILBOX SUPPORT. 12 © INSTALL TEMPORARY FENCE. O2 PROTECT PROPERTY CORNER. (7 INSTALL FENCE O REMOVE AND TRIM VEGETATON PAID UNDER "CLEARING AND GRUBBING" O ADJUST WATER VALVE. ® REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE ". O ADJU5T MANHOLE, CATCH BASIN, DRYWELL. 8O RELOCATE BOULDERS. PAID UNDER -MISC. REMOVAL ".. 10 REVISE IRRIGATION SYSTEM. It REMOVE AND INSTALL MONUMENT CASE AND CAP. 12 PAID UNDER "GROUNDING RODS REMOVAL ". BIG ITEM ......... ... i ..... p : p .... ... RETURNS. 9 91 +00 92 +00 GUTTER FACE PROFILE S. CVERG11 T 24TH STA 90 +70 TO - 24TH STP 92150 2070 2070 KEY NOTES: Ot RELOCATE MAIL BOX, INSTALL TYPE 1 MAILBOX SUPPORT. 12 © INSTALL TEMPORARY FENCE. O2 PROTECT PROPERTY CORNER. (7 INSTALL FENCE O REMOVE AND TRIM VEGETATON PAID UNDER "CLEARING AND GRUBBING" O ADJUST WATER VALVE. ® REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE ". O ADJU5T MANHOLE, CATCH BASIN, DRYWELL. 8O RELOCATE BOULDERS. PAID UNDER -MISC. REMOVAL ".. 10 REVISE IRRIGATION SYSTEM. It REMOVE AND INSTALL MONUMENT CASE AND CAP. 12 PAID UNDER "GROUNDING RODS REMOVAL ". BIG ITEM ......... 2080 5' s1DEwuK fi' TALL COMPOSITE FENCE 2070 J 1 4 A SECTION N15 37 +00 3B +00 NOTE: STRAIGHT GRADE CURB RADIUS ......... ... i ..... p : p .... ... RETURNS. 9 GUTTERFACE PROFILE 2080 5' s1DEwuK fi' TALL COMPOSITE FENCE 2070 J 1 4 A SECTION N15 37 +00 3B +00 NOTE: STRAIGHT GRADE CURB RADIUS ON SE CORNER OF 24TH AND EVERGREEN BETWEEN CURB RETURNS. LEGEND GUTTERFACE PROFILE 24n9 EVERGREN O ASPHALT ROADWAY \J B +46 ST 3 .93 T.1 STA 3e +76.88 HMA WDENING PATCH SUD PATCHBACK LDgO GRAVEL PATCHBACK P6; '+ T y HroflosEEa rlc PATCHBACK ' — - 3ENERAL CONSTRUCTION NOTE: IANOSP.APING/BARK PATCHBACK mb� 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE OF CURB. 2. SONS AND OFFSCTB ARE FROM DESIGN CENTERIJNE. BE AWARE TAT O CCNCPEIE HAROSCAPING /ONALePe,b CENTERUNE VARY THROUGHOUT THE PROJECT. CALL BEFORE YOU DIG 7-800-0245555 REVISIONS DO�iadl! C I:Ih d sa.A °-• PoNy 11707 11 Dw°nm° °I �1 P °en. spy . ..N., wl° Ins sPoXAXE VAD[T, WA. 992Xfi (s91 9 ..1.0 m EVERGREEN ROAD -16TH TO 32ND STA 27+50 TO STA 36+00 EVERGREEN ROAD PLAN aifia xo 1' - sD' i %n /zD1z sTAE�r Po N°. fi v 2 ° - 7 a e y 3 i 2409 5. EVERGREEN 452fi3.0101 WT EASTNC POST 24TA STA 92 +32.90, J AND CHAMFER TOP 10.62' RE TO MATCH EXISTING 38' DESIGN AND PAINT I{ = TRIM IDEWALKTO BACKO WITH CRAY STAIN. 1 TOPORAILE 1 DR X10' Y 2 DRIVEWAY I APPROACH p9p1VE6' PC' 42 e2 SAWCUT MATCH INSTALL PARALLEL t3 APPROA H I HEDGE. EXISTING O 4 S XIS 142 `' -- PAVEMENT LT STA 3fi +83 = VII C 3s0 RAMP 25 ry HEDGE 24TH STA 90 +54 STA 42 +8].58, 48' LT REMOVAL TO STA 38 -5 261H LIMITS. 1 45263.2801 I' I TRIM EHISTING SLAB T CURB 5.5'X21' PCC AND RE - INSTALL TRIM BRANCHES 3O STA 37 +02 70, DRIVEWAY BELOW e' ON ENCE 54.05' LT APPROACH STREET SIDE t I t WOOD FENCE REVISION 13 INSTALL PARALLEL I 6 _ °_ I _3 FENCE RP JR1VEwnv APPROACH 5 13 � _ NTS 13 INSTALL PAFaLLEL 25 CURB RAMP STA 38 +OG STA 37 +06.20 12 12 2$ � I AT SIZE 20' CURB RAMP rWOOD FENCE e 54' LT / REVISION 7 iL .—' HMA IIl_lll 24tH STA 90+35.48, RELOCATE STOP SIGN EWAY 1138' RE m I TO ST 18 +95 -37, ROACH 24 44'ALT £ RELOCATED 2512 S. BOLIVAR q 2518 5. BOLIV F / 24TH STA 90 +3555 25]6 S BOLVAR 1 45263.3602 45263.3DO 2524 S. BOLIVAR 187' H \ �6s OM1HER9 SNWCUT MATCH A I 10 6 NS N6 I F TFM _ _ _ EKIST. PAVEMENT y. 4 FENCE PRIOR TO HEDGE _ — — JVAPARALLEL • .S I 25 CURB RAMP 36 _ I w — 241H 13 INSTALL PARALLEL � I B � H a — — 2509 S. OAKS WRB RAMP ?�A 2605 R. DAMS 25 � CP 2 11 � r Y,� �� 452]4.0140 I 452]P.0114 j I 13803E 241 1$ DRIVEWAY APPROACH DRIVEWAY PROACH 15 2515 5. DAMS /� 13818 E- 24TH 452_]4 Rt bt 2 SAWCUT MATCH - L'/ 45274.0101 f 13815 E. 25TH 12 C STA 39 + >.`�39 Q STA 40 +4 . 1 lZ 4527A.0142 EXIST. PAVEMENT I CULV 1 = 18 LE II CULV 2 = 18 L e STA 36 +24.52. 34.49' RT I 45274.0129 STA 36 +4B, 41.50' RE - - - - . . . . - . . . . KEYNOTES: 17 3] +00 38+oo 39 +W 40 +0D 41 +00 4z +oG 1O RELOCATE MAIL BOX, INSTALL TYPE 1 MAILBOX SUPPORT. 12 Qi INSTALL FENCE GENERAL CONSTRUCTION NOTE: - LEGEND /aNeLB Nli 1 CE OF CURB CURB AP (ANGLE POINT) OFFSETS ARE TO FA. A SPHALT ROADWAY SOD PATCHBACK HVDROSEEDING PATCHBACK CONCNETE 4 m RECaNSIRUCnON O ADJUST WATER VALVE. O ADJUST MANHOLE, CATCH BASIN, DRYWELL . 2. STATIONS AND OFFSETS ARE FROM DESIGN CENTERLINE. SE AWARE CENTERLINE VARY THROUGHOUT THE PROJECT. IIMA WIDENING PATCH GRAVEL PATHBACK IANOSCAPING /BARK PATCHBACK CA1l BEFORE YOU DIG 1A06424655 O4 REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE". 10 REVISE IRRIGATION SYSTEM. REVISIONS N0. OME 9FSCRiPTIXT RI ®` Mry M BpoRone Vallry uwWw EVERGREEN ROAD -16TH TO 32ND 0160 re,. W ummn 1" = 30' 4/1]/2014 SWEEP 0 5 RELOCATE BOULDERS. PAID UNDER 'MISC. REMOVAL". 11 REMOVE AND INSTALL MONUMENT CASE AND CAP. Q o°skane 1.707 RepaHm°nl °I Nble Woeu EuN Epmp�° Arep. °. SuR° 105 E STA 3s+uo ro STA 43+50 �Wp " .OVERLAY., 'GROUNDING 9°° �sos)ii = EVERGREEN ROAD PLAN AND PROFILE =MR -- - m M. 6O INSTALL TEMPORARY FENCE 1© PAID UNDER RODS REMOVAL'. B10 ITEM I- .. - -- - S 1TRT OF. SECTON LIKE PVT STA - -32.04 - - - - - - - - - - - - - . .SECTION LINE. - - PM ELEV. 20]8 7. - -, 2090 198.96 - - - -- - - 2090 ELEV, 4'2071.80' K i dm�LVC: 2R. 20 00.(1 0. .... -- - -- -PVT STA: -2 +4]. GO.- - PVI ELEV: 20G3.T$. 2080 2080 Rw �- 1000 .- - - - ... -..- ... .LVC . 20]0 - -- 2070 ..FINISH . 2060 - - - -- - _ -. - - - -_ GRADE - _. 2060 KEYNOTES: 17 3] +00 38+oo 39 +W 40 +0D 41 +00 4z +oG 1O RELOCATE MAIL BOX, INSTALL TYPE 1 MAILBOX SUPPORT. 12 Qi INSTALL FENCE GENERAL CONSTRUCTION NOTE: - LEGEND /aNeLB Nli 1 CE OF CURB CURB AP (ANGLE POINT) OFFSETS ARE TO FA. A SPHALT ROADWAY SOD PATCHBACK HVDROSEEDING PATCHBACK CONCNETE HARDSCAPINC fl, O2 PROTECT PROPERTY CORNER. O3 REMOVE AND TRIM VEGETATION PAID UNDER "CLEARING AND GRUBBING" REMOVE O ADJUST WATER VALVE. O ADJUST MANHOLE, CATCH BASIN, DRYWELL . 2. STATIONS AND OFFSETS ARE FROM DESIGN CENTERLINE. SE AWARE CENTERLINE VARY THROUGHOUT THE PROJECT. IIMA WIDENING PATCH GRAVEL PATHBACK IANOSCAPING /BARK PATCHBACK CA1l BEFORE YOU DIG 1A06424655 O4 REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE". 10 REVISE IRRIGATION SYSTEM. REVISIONS N0. OME 9FSCRiPTIXT RI ®` Mry M BpoRone Vallry uwWw EVERGREEN ROAD -16TH TO 32ND 0160 re,. W ummn 1" = 30' 4/1]/2014 SWEEP 0 5 RELOCATE BOULDERS. PAID UNDER 'MISC. REMOVAL". 11 REMOVE AND INSTALL MONUMENT CASE AND CAP. Q o°skane 1.707 RepaHm°nl °I Nble Woeu EuN Epmp�° Arep. °. SuR° 105 E STA 3s+uo ro STA 43+50 �Wp " SMW"m 'GROUNDING 9°° �sos)ii = EVERGREEN ROAD PLAN AND PROFILE =MR -- - m M. 6O INSTALL TEMPORARY FENCE 1© PAID UNDER RODS REMOVAL'. B10 ITEM I- 1oio9R0G esca KIM gm om .. .:........... 5 13 12 12 SAWCUT AND G pL➢ ko ... _... _. .._...... ...... ......... ......._ ....._ ® REMOVE TREE AND GRIND STUMP. PAID UNDER "REMOVE LARGE TREE ". ..... O5 RELOCATE BOULDERS. PAID UNDER -MISC. REMOVAL".. ........ MATCH EXIST. _ ... ....... .. _... _.._ ....... SAWCUT MAT. EXIST. PAVEMENT �.��,^�.' S x:. se.ze.. .. _.... ....... ..... ELEVA IIUN I 2615 S. 2 EVERGREEN 45263.0628 I 3909 E. 27TH 1 45263-2302 ] 45263.2303 \ 39,026E 271N 1 45263.2304 I 2119 E 24TH e2 1 45263.1901 4 m N _. _..._ 13902 E. 26TH 452fi3.25B1 - 24' %29' HMA ORIVEWAY / \ I 1 pl INSTALL YAKALUEL 13 CURB RAMP 25 w c APPROACH 10 I WALL BOTTOM ] ... \ I 1TIMANCE SIGHT 3 ... .. ... a02y� _ PROTECT I WATER METER CORNER ] STA 45 +46.66, 23.61' LT 4 ... PM ST PA E :'49 +0900" . V: 2"9.33 ... U I , O5 ADJUST LADE, LIGI IT Fl N A L GE. �\ 10 :i B I A 1 11 / L _ _ — — — 6 RELOCATE ROCKS PER HOMEOWNER DIRECTOR. : ( - _� •^ — � :., '. -�:.. .a'� -=� ._ -. e .' 4, oy 6 0 50 +0 511' w ., ,.: � LA: 20:00 �- o 46 +CO - _ - 0 DH . . . . _ P PVI D6 6 WALL BOTTOM WALL BOTTOM I IE = 2051.73 1 .... _... ....._ ..._. .. WALL BOTTOM CORNER CORNER a +28.55. CORNER STA 45+44.20, STA 44 +54.66, 25' RT 1 11 B I ¢ .._ I ... I rc aly a no ..... STA 44 +20.13,1 23.63' LT 23, B2' LT IE = 2053.69 I Z' I 2]05 S. CAMS w _...._ I ... - .... < +` ..... .. 23.63' LT 1 55'X2fi' PCC DRIVEWAY SAWCUT M AT E %1ST. PAVEMENT I N 452]4.0501 2]11 S. DAVI 452]4.05025 2 /19 4527.0503 S UAVIS 2725 5. DAMS 1 452]4.0504 2807 5. OAKS 452]40505 w 24052]40345 I APP2613C I _ I ;ten ... I ._..... I rc�u FlNISHGRADE_ .DAMS 2452]40135 ,1 e wy� 2617 S. DAMS 45274.0143 _ is 12 To 12 esca KIM gm om .. .:........... ......... ._.. G pL➢ ko ... _... _. .._...... ...... ......... ......._ ....._ ® REMOVE TREE AND GRIND STUMP. PAID UNDER "REMOVE LARGE TREE ". ..... O5 RELOCATE BOULDERS. PAID UNDER -MISC. REMOVAL".. ........ ..._.. _ ... ....... .. _... _.._ ....... ....... �.��,^�.' S x:. se.ze.. .. _.... ....... ..... _.... _.... _.... .. ..... .... _.. ..__.._ _. _..._ ... .. .. �.W .... ... .. ... ..._ .. .. .. ... PM ST PA E :'49 +0900" . V: 2"9.33 ... ...... ... LA: 20:00 o EXISTING GROUN . . . . _ P PVI 5U STA. +bJ 9ti ELEV'203960 .... _... ....._ ..._. .. ... _... ... .. ... .. ... _.. .. .. .._ .._. ... .. .. - ..... ... .i ^o ...: ..:. ....... .....__ _...._ ... .,... .... .. ... ..... .. ... ._. _.. ... .. ... �N ' ... ._ _ . ... ... ._..... FlNISHGRADE_ To 44+00 45 +00 46 +00 KEY NOTES: G pL➢ ko 1O RELOCATE MAIL BOX, INSTALL TYPE 1 MAILBOX SUPPORT. �z © INSTALL TEMPORARY FENCE. I PROTECT PROPERTY CORNER. O O INSTALL FENCE. O3 REMOVE AND TRIM VEGETATION PAID UNDER "CLEARING AND GRUBBING" OB ADJUST WATER VALVE ® REMOVE TREE AND GRIND STUMP. PAID UNDER "REMOVE LARGE TREE ". ADJUST MANHOLE, CATCH BASIN, ORYWELL. O5 RELOCATE BOULDERS. PAID UNDER -MISC. REMOVAL".. 10 REVISE IRRIGATOR SYSTEM. LANDSCAPING /BARN PATCHBACK n 11 REMOVE AND INSTALL MONUMENT CASE AND CAP. 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE O: CURB. A I© PAID UNDER 'GROUNDING PODS REMOVAL ". B10 ITEM ME MIS Fmi 47 +00 46 +00 4 49 +00 50 +00 G G pL➢ ko LEGEND T T 0 ASPHALT ROADWAY H HYDBOSEEDING PATCI (BACK - - 3ENERAL CONSTRUCTION NOTE: 0 HMA WIDENING PATCH L LANDSCAPING /BARN PATCHBACK n n�gPeo fi 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE O: CURB. A SOD PATCHBACK O O CONCRETE HARDBCAPINC B BTSLOryALeNG`� ARE FROM DESIGN CENTERLINE. BE AWARE 2. STA � �.��,^�.' S CALL BEFORE YOU DIG 1A0D4245555 c^ �T^M cllr m spowm. rall.r EVERGREEN ROAD -16TH TO 32ND Dlso t• = 3D' a/17/2012 smEU IIIDI 111 Spryua Annue,NSUIIe RII STA 43 +50 TO STA 50+50 "A SPoNA(EV)AD£Y_'Po0.D 9929b EVERGREEN ROAD PLAN AND PROFILE oM»NN. sMx M W. ° " 28 1 aF 2040 2030 I 13906 E. 28TH I 13909 E. 29TH 45263.2001 45263 -2005 .59u1 t. [91 45263.2006 \ 5v a c- 2yl 452632007 I / ' 2815 S. DAVIS 45274.0506 \ 39t0 E 301H 145263 J 452fi3.2fi02 / 45263 26o3 � 1 4 /� 05 ADJUST WATER VALVE. I I \ I I aeJ I a +m I II I 2817 S. DAMS u�i 45214. C507 3 a ' 2815 S. DAVIS 45274.0506 2905 s. OAKS a�U 45274.0508 39t0 E 301H 145263 15 12 Lf�� 51 +DO 52 +00 51 +00 IEY NOTES: Am'lil 13909E 301H 1390] E. 307 \ 39t0 E 301H 145263 © INSTALL TEMPORARY FENCE. 452fi3.2fi02 / 45263 26o3 I 3 -2604 /� 05 ADJUST WATER VALVE. ® REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE'. \ a I I o�c�i 15 p05 5. OAN 345214- 12025 1 o�� I5 12 a 03015 5. CAMS 15 — 7112p� 12 STA 54+75.]3. 49./ RI 12 SE, w SS +00 34517 M1.12035 51 +DO 52 +00 51 +00 IEY NOTES: Am'lil HMA WEIJING PATCH � O RELOCATE MAIL I BOX, INSTALL TYPE I MAILBOX SUPPORT. 12 © INSTALL TEMPORARY FENCE. SS SEELSHEE F- FOR DETAILS I 3 nm a'° /� 05 ADJUST WATER VALVE. ® REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE'. 3 a esAWOJT MATCH I I m 3003 s. DAMS ¢ EXIST. PAVEMENT, I 452741201 STA 54 +35.84. 46 IT I o�c�i 15 p05 5. OAN 345214- 12025 1 o�� I5 12 a 03015 5. CAMS 15 — 7112p� 12 STA 54+75.]3. 49./ RI 12 2911 S. CAMS 34517 M1.12035 452]4 -0509 51 +DO 52 +00 51 +00 IEY NOTES: Am'lil HMA WEIJING PATCH � O RELOCATE MAIL I BOX, INSTALL TYPE I MAILBOX SUPPORT. 12 © INSTALL TEMPORARY FENCE. /� \`/ PROTECT PROPERTY CORNER. - O INSTALL FENCE O REMOVE AND TRIM VEGETATION PAID UNDER "CLEARING AND GRUBBING" /� 05 ADJUST WATER VALVE. ® REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE'. O ADJUST MANHOLE, CATCH BASH, DRYWEU- OS RELOCATE BOULDERS. PAID UNDER 'MISC. REMOVAL".. 10 REVISE IRRIGATION SYSTEM. 11 REMOVE AND INSTALL MONUMENT CASE AND CAP. 1© PAID UNDER 'G-ROUNDING RODS REMOVAL". B10 ITEM 54 +00 55 +00 56 +00 GENERAL CONSTRUCTION NOTE: 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE OF CURB. 2. STATONS AND OFFSETS ARE FROM DESIGN CENTERLINE. BE AWARE CENTERLINE VARY THROUGHOUT THE PROJECT. Bry al 5P.w.. 1A. OepoMmml of Puhlia MorNa IIN1 Eaal Sprague P.m, Suila �• SPOG(1 VNIfY. WA. 99206 (SW) 921 -100] m K.M. KM mg 51 +00 LEGEND D D O ASPHALT ROADWAY HYDROSEEGINO PA1— Am'lil HMA WEIJING PATCH � � L KEY NOTES: O1 RELOCATE MAIL BOX, INSTALL TYPE 1 MAILBOX SUPPBRT. 17 © INSTALL TEMPORARY FENCE. 12 2O PROTECT PROPERTY CORNER. 16 GB 3 OB ADJUST WATER VALVE ® REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE ", O ADJUST MANHOLE, CATCH BASIN, DRYWELL O5 RELOCATE BOULDERS. PAID UNDER -MISC. REMOVAL".. 10 REVISE IRRIGATION SYSTEM. niurrevn SINT 11 REMOVE AND INSTALL MONUMENT CASE AND CAP. 12 PAID UNDER 'GROUNDING RODS REMOVAL ". B10 ITEM 6�AxW ONA gr. IRK sx m� 12 W /ROUND FRAME AND GRATE o N RIM = 2016.25 STA 62 +19.50, 29.11' RT 3124 S. BOLIVAR SEE SHEET 11 li I "\ 45263.5210 I I 5. aOL 3145263.5212V V AR 02 1 3116 S. 3011AR \ 4 TYPE 'C' CURB 11 2 SAWCUT IAATCH S EXIST PAVEMENT I y I 45263.5211 TYPE 'C' CURB \ 1•z PC 1 STA 62 +6160 I ZI 4 STA 59 +2020, 48' LT 'i STA i9 +53.]2, 48' LT I I e AP 12 STA 62+01.21, \ Z4' LT 1 134910 E- 30TH 5263.2604 13901 E. }1ST I I F N IN PARALLEL I 13 I 24' LT SD, 1 10 0 ) K / I.. I PIPE PIPE 6CHEDULE INVERT EL(IN) INVERT EL (OUT) GRADE LENGTH 45263.5303 J I 4 r. I a7 CURB RAMP 25 STA 61 +6653' 2907' RT SLOPE UNFVKM - TO 1111 TO - _ _ - 4 I ° SDO SDI 2015.82 2011.29 0.01 1 53" 2015.19 2014.68 0.01 50.5' - - - - 5D2 2014.58 2014.35 D.OS 22.5' SD 3 2014.23 2013.67 0.02 36 - I CURB 4 „ 12 - ' m o °o`m'm \ AR At --v31] SF 16100811 1 l LID „ \ I N_ 40 lT ]0 +5]83. I� INSTALL HMA SPILLWAYe 1 CATCH WITH IN BASIN '� +` 1O 6 '�° 13]39 E 31ST + •^� eROSOLD ROUND FRAME �- I ` 10 FRAME GRATE AND 2' MIN. 13 >34 E. 31ST VI 4027e 1206 w BEGIN F� TYPE 'C' CUB rc N RIM = 2016.50 SD 3 STA 62 +]0.33, 10" Of 1 m �Nj 3015 S. DAVIS 452]4.1204 I 3019 vPi 5. DAMS a°I� 452]4.1206 o¢�y� � oc+�� N STA 61 +51.21\ 18 LT \ } m N 29.14' RT � fl 1 �. CB 2 I UND -RAME 16 12 o ° 452]4,1205 I I 15 i6 12 j5 4 12 \ 3 < s EXISTING DRYWELL 2 - � AND GRATE SO SPILL CONTROL SREM ERATO _ 15 12 12 12 oc+�r •^ 015E 1J452]4.1221 32ND 7- 11 RIM 32ND STA ]0 +20, OVER 2 G 25 32N0 STA ]0 +55.90, 22.48' LT A / \ 2234' IT . 4' 4 4 RE. NSTRUCTION - - . . 6 A LT OF . - 2040 22• @ 2c - - - Pw EK. 202].$0 . . - . . . 6ECTI9 LINE, . . - - MIN. - - LVC 2 1 0.00 - - - - PV1 61+07.00. - - - - 4� E E ..201 : 2 HMA .: - ry . :. - - ::.: - - . n :m - _tee -.. - - - - - - LV 44.13 - .223.0 - . . . - - :.: - :- - - �: 4" CSTC A TION -:. :: :: :: 2C3D - ..:::: - - - - .:::': - - - -_ �:: - - - 2030 _ HE NTS - -:: :. _. I I .: ..: 1 HMA SPILLWAY - . .. .. . . - - - - - - FlNISH GRADES . . W ITS 2020 2020 2010 - -- - .... .. .. .. - - - 2010 zb- Ap AI 58 +00 59 +00 60 +00 61 +00 - 62 +D0 63 +00 KEY NOTES: O1 RELOCATE MAIL BOX, INSTALL TYPE 1 MAILBOX SUPPBRT. 17 © INSTALL TEMPORARY FENCE. 12 2O PROTECT PROPERTY CORNER. 0 INSTALL FENCE. O REMOVE AND TRIM VEGETATION PAID UNDER "CLEARING AND GRUBBING" OB ADJUST WATER VALVE ® REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE ", O ADJUST MANHOLE, CATCH BASIN, DRYWELL O5 RELOCATE BOULDERS. PAID UNDER -MISC. REMOVAL".. 10 REVISE IRRIGATION SYSTEM. niurrevn SINT 11 REMOVE AND INSTALL MONUMENT CASE AND CAP. 12 PAID UNDER 'GROUNDING RODS REMOVAL ". B10 ITEM GENERAL CONSTRUCTION NOTE: 1. CURB A? (ANGLE POINT) OFFSETS ARE TO FACE OF CURB. 2 STATIONS AND OFFSETS ARE FROL1 DESIGN CENTERLINE BE AWARE CENTERUNE VARY THROUGHOUT THE PROJECT. LEGEND °•�% = ASPHALT ROADWAY HYDROSEEDING PATCHBACK HMA WIDENING PATCH LANDSCAPING/BARR PATCH BACK bma 96 •jpH 'gN ° \e 300 PATCHBACK CONCRETE HAPDSCAPING Cy AL GRAVEL PATCHBACK Al`XI CALL BEFORE YOU BIG 14100 -024555 REVISIONS ��r° a F- TEV/d& ICY Wparhnanl of Publlc Worla I nm Laa spr�9n. A..�,., smN la o (soej s i =l000 9A6 ownnc EVERGREEN ROAD - 16TH TO 3214D STA 57 +50 TO STA 63+06 EVERGREEN ROAD PLAN AND PROFILE miu s�Ne l nn 3D' - a/1112012 niurrevn SINT 6�AxW ONA gr. IRK sx m� D 1p' 1 26 o N K 1365]T 4122NO 4 J SA OIL- EASTING PAVEMENT 4 AT BACK OF TYPE C CURB LOCATION I Q ¢ STA 62+83 — e� _7p1tD1> -- - ^ - MICROMILL AND — — — — -- I'll CURB WITH OVERLAY END CURB AT CURB RETURN 3214D STA ]0 +5].63. SAWCUT MATCH 1 EXIST. PAVEME AT S 4 32ND A 70,5572 21 12' T - TIM- BOTTOM WALL L96% EL = 2059.61 21 t WALL 1 LENGTH 25'+ \ — DHU - �` }Pe SEE SHEET 10 STEP _ FVFR 6" 2 19 l INSTALL TEMPORARY FENCE. yy I, INSTALL FENCE. OL REMOVE AND TRIM VEC{TAlION PAID UNDER "CLEARING AND GRUBBING" 312] 5, DOLIVAR I L124 S. BOLIVAR ® REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE ". O ADJUST MANHOLE, CATCH BASIN, DRYWELL- 0 RELOCATE BOULDERS. PAID UNDER -MISC. REMOVAL ".. 45263.5209 45263.5204 - U✓ I^ P: gCgp - 3124 S. BOLIVAR .. .... - BtocK,T1P, E = .zossze- L GRAVEL PATCHBACK 45263.5210 A 21 12' T - TIM- BOTTOM WALL L96% EL = 2059.61 21 t WALL 1 LENGTH 25'+ \ — DHU - �` }Pe z WALL2 LENGTH = 116 + KEYNOTES: STEP _ FVFR 6" 2 19 l INSTALL TEMPORARY FENCE. O PROTECT PROPERTY CORNER. 07 INSTALL FENCE. OL REMOVE AND TRIM VEC{TAlION PAID UNDER "CLEARING AND GRUBBING" O ADJUST WATER VALVE. ® REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE ". O ADJUST MANHOLE, CATCH BASIN, DRYWELL- 0 RELOCATE BOULDERS. PAID UNDER -MISC. REMOVAL ".. 10 REVISE IRRIGATION SYSTEM. - 8'X16" MASONRY gCgp - BOTTOM WALL .. .... - BtocK,T1P, E = .zossze- L z WALL2 LENGTH = 116 + KEYNOTES: Oi RELOCATE MAIL BOX, INSTALL tt E 1 MAILBOX SUPPORT. �Z © INSTALL TEMPORARY FENCE. O PROTECT PROPERTY CORNER. 07 INSTALL FENCE. OL REMOVE AND TRIM VEC{TAlION PAID UNDER "CLEARING AND GRUBBING" O ADJUST WATER VALVE. ® REMOVE TREE AND GRIND STUMP, PAID UNDER "REMOVE LARGE TREE ". O ADJUST MANHOLE, CATCH BASIN, DRYWELL- 0 RELOCATE BOULDERS. PAID UNDER -MISC. REMOVAL ".. 10 REVISE IRRIGATION SYSTEM. 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE OF CURB. C.-NE, BE AWARE 0 REMOVE AND INSTALL MONUMENT CASE AND CAP. CONCRETE HAROSCAPING 12 PAID UNDER "GROUNDING RODS REMOVAL ". B10 ITEM As +GD NEW CURB SECTION STA 44+09.71, 17.91' LT 3 STA 45 +71.72, 17.91' LT 2515 S. FVFRC,RFEN - 32ND .� lO 1 I e SAWCUT MATCH U 4. E %IST VEMEN . PAT 32ND STA 11+]4 p I I REGRAOE YARD 5.5' AND PS WITH P� 2' S. sIDEWA 2° T Lrc VARIES 2050 1 L 4 12" CSTC A SECTION ` NTS 2" HMA J1 1L- 4 4 fi" CSTC �1 DRIVEWAY SECTION HTS LEGEND P: ° "' °••or 0 ASPHALT ROADWAY HYDROSEEDING PATCHBACK " GENERAL CONSTRUCTION NOTE: HMA WIDENING PATCH LANDSCAPING /BARK PATCHBACK 6b¢ 1. CURB AP (ANGLE POINT) OFFSETS ARE TO FACE OF CURB. C.-NE, BE AWARE SOB PATCHBACK CONCRETE HAROSCAPING '2'VT°n14N VVa 2. STATIONS AND OFFSETS ARE FROM DESIGN CENTERLINE VARY THROUGHOUT THE PROJECT. GRAVEL PATCHBACK A CALL BEFORE YW GIG 1-8001-8004450 450 D0 4555 REVISIONS onT °LSCRPnox ar �� clh d S,ko 1N, M EVERGREEN ROAD -16TH TO 32ND rw¢ wue c1saR r = 30 - a %n /zolz p lw,mva smFET _ C..'•o1e "Y BWaNrr,Rl or P °wl° won: Ivoz lan lw STA 70+00 TO STA 77+74,A mNlno rr. ' j�3' EO,�9�n..,,°.gwlre �° =law " °° 32ND AVENUE PLAN IA sMw 9I1 t CURB INLET TYPE 1 cafiv s10 s -no 2 SIDEWALK - COSV SID R-103 (3TO1-102 3 CURBING TYPE 'B' 4 CURBINGTYPE'C' COSV 6T0 R -lag 5 -1/2 Ace OF cu ee Cli OF C- I//z" R �AO zWn V ON CET- FLUSH WITH GUTTER PAN AT CURB I MP ENTRANCE -1/2" VERTICAL LIP AT DRIVENAY ENTRANCE DRIVEWAY DEPRESSED s CURB SECTION W /18" GUTTER SELF- LOCKING TIE - NYLON 6/6 (1 GRADE), mg MK STRENGTH, UV STABILIZED AT 6" O.C., TYP. STEEL T -BAR POST AT 6' -" O.C. SOD SWALE BOTTOM AND SIDE SLOPES TO ELEVATION 2025 N 50]2.1 61]7 E 314]2.1328 SLOPE DITCH TOALE DW 1 V�STA 55 +11.2].5' BT N 50]23.1525 SWALE A E 31462.1436 PDTTDM FI =901L5 E 31460.]482 BOTTOM ARE A =300 SF fOR1=19 0 ON 00M TO TOC T •, RA�4AATi51 ,- P .Fm —WAY x I/z' e T STORM STRUCTURE s CURB DETAIL - wn 1 2' TOPSOIL COMPACTED EL Ta esx OF MODIFIED PROCTOR MA% DERDITY y SOD PATCHBACK \, 2" CSiC NATIVE SOIL COMPACTED TO 95 OF MOD PROCTOR MAX D.EN11 SItt to GRAVELPATCHBACK - NTS C'1' I / HMA DRIVEWAY m v PIPE OD. 1 CSC COMPACTED TO 92% T 'O. D. OF MODIFIED PROCTOR MAX DENSITY UIPT TME ER PAN OOwx TO ME 9 -1/4 A iwAxe cTPxcLLPA eN of —AY GRATE INLET TYPE 2 CURB DETAIL 12 - DRIVEWAY APPROACH cosv SID a -H2 13 PARALLEL CURB RAMP is CATCH BASIN, TYPE 1 cosv STD s -nz MAILBOX SUPPORT 17 TYP1 W`DOT STO PLAN H- 70.11 -00 to PIPE ZONE BEDDING a 10" DI X 18' _ CHAMFER DU IH ENUS Nrs TO MATCH GRADE SIOL SLUPES. . M GRADE Dw1 ORTWELL ! RIM =2025.00 reoiTO A 1 M EL =zOZas I d= 2026.00 1A EL= 2025.00 THROUGH CULVERT .0020 46° HIGH DEN5ITY POLYETHYLJOR t] "b GRADE TO UAYUCHT 'o b• POLYPROPYLENE MESH, AND SUV �"� COSV 61D . IAN 5 -101 q SWALE W SECTION _ L. =5. RESISTANT, ORANGE COLO �- GRADE TO GROUND MIN, COMPACT NATIVE SOIL TO 9X% OF MODIFIED FROCTOR MAX DESITY STAKE BO MESH AT 2 -O D.C. a FENCE NTEMPORARY N 50]53.5852 E 314]J.]85 �—I- 5 -1/2 Ace OF cu ee Cli OF C- I//z" R �AO zWn V ON CET- FLUSH WITH GUTTER PAN AT CURB I MP ENTRANCE -1/2" VERTICAL LIP AT DRIVENAY ENTRANCE DRIVEWAY DEPRESSED s CURB SECTION W /18" GUTTER SELF- LOCKING TIE - NYLON 6/6 (1 GRADE), mg MK STRENGTH, UV STABILIZED AT 6" O.C., TYP. STEEL T -BAR POST AT 6' -" O.C. SOD SWALE BOTTOM AND SIDE SLOPES TO ELEVATION 2025 N 50]2.1 61]7 E 314]2.1328 SLOPE DITCH TOALE DW 1 V�STA 55 +11.2].5' BT N 50]23.1525 SWALE A E 31462.1436 PDTTDM FI =901L5 E 31460.]482 BOTTOM ARE A =300 SF fOR1=19 0 ON 00M TO TOC T •, RA�4AATi51 ,- P .Fm —WAY x I/z' e T STORM STRUCTURE s CURB DETAIL - wn 1 2' TOPSOIL COMPACTED EL Ta esx OF MODIFIED PROCTOR MA% DERDITY y SOD PATCHBACK \, 2" CSiC NATIVE SOIL COMPACTED TO 95 OF MOD PROCTOR MAX D.EN11 SItt to GRAVELPATCHBACK - NTS C'1' I / HMA DRIVEWAY m v PIPE OD. 1 CSC COMPACTED TO 92% T 'O. D. OF MODIFIED PROCTOR MAX DENSITY UIPT TME ER PAN OOwx TO ME 9 -1/4 A iwAxe cTPxcLLPA eN of —AY GRATE INLET TYPE 2 CURB DETAIL 12 - DRIVEWAY APPROACH cosv SID a -H2 13 PARALLEL CURB RAMP is CATCH BASIN, TYPE 1 cosv STD s -nz MAILBOX SUPPORT 17 TYP1 W`DOT STO PLAN H- 70.11 -00 to PIPE ZONE BEDDING a 10" DI X 18' _ CHAMFER DU IH ENUS Nrs TO MATCH GRADE SIOL SLUPES. . M GRADE Dw1 ORTWELL ! RIM =2025.00 reoiTO A 1 M EL =zOZas I d= 2026.00 1A EL= 2025.00 THROUGH CULVERT .0020 Imo- fi' t] "b GRADE TO UAYUCHT 'o b• DRVWEL A �"� COSV 61D . IAN 5 -101 q SWALE W SECTION _ L. =5. tq SWALE'A'GEOMETRY cih "r sea" ". YMIry o "porm� "m N exN¢ won: TIT% fml Sqm ue Annue, Suil" �dlley 9 PIllT, tlA. 99299 �J ��(soe) 93 -laoL {III "JGFIDE EXISTING CATE DI PIPE HYDROSEED ALL REGRADED AREAS. %1 SWALE'B' SECTION - Nn 15 SEEDED DRIVEWAY W /CULVERT - Nn I ROAD -16TH TO 32ND IC16D NR 4/17/2012 1 DETAILS rx— IR. slaw r. _ x� DETAILS :r R . .1 z6 THROUGH CULVERT .0020 Imo- fi' GRADE TO UAYUCHT �"� MIN. O.SX �- GRADE TO DAYLIGHT MIN, COMPACT NATIVE SOIL TO 9X% OF MODIFIED FROCTOR MAX DESITY cih "r sea" ". YMIry o "porm� "m N exN¢ won: TIT% fml Sqm ue Annue, Suil" �dlley 9 PIllT, tlA. 99299 �J ��(soe) 93 -laoL {III "JGFIDE EXISTING CATE DI PIPE HYDROSEED ALL REGRADED AREAS. %1 SWALE'B' SECTION - Nn 15 SEEDED DRIVEWAY W /CULVERT - Nn I ROAD -16TH TO 32ND IC16D NR 4/17/2012 1 DETAILS rx— IR. slaw r. _ x� DETAILS :r R . .1 z6 PHASE 1A -24TH AT EVERGREEN W 165 kh 1ne (NTS {.� 200 (NITS) 200' (NTS) 200 (NTS) -t n AMR h p~ Mm 'G o \IAi Tp4�pflRdRU CtRllTiYwlf�.: . TEMPORARY DRIVING SURFACE NOTES 1. TEMPORARY DRIVING SJRFACE SHALL BE INSTALLED PRIOR TO BEGINNING PHASE 1 CONSTRUCTION ACCORDING TO THE TYPICAL SECTION. N 2 12° CSTC SHALL BE COMPACTED TO 95% OF MODIFIED PROCTOR MAXIMUM DENSITY. m TRAFFIC CONTROL PLAN NOTES 1. THE CONTRACTOR MAY SUBMIT AN ALTERNATE TRAFFIC CONTROL PLAN TO THE ENGINEER FOR APPROVAL BY THE CITY OF SPOKANE VALLEY TRAFFIC ENGINEER 2 THE ALTERNATE PLAN SHALL CONFORM TO CURRENT MUTCD REQUIREMENTS Q AND INCORPORATE SECTION 1 -07 AND 1 -10 REQUIREMENTS. .. 3. ALL TRAFFIC CONTROL DEVICES MUST CONFORM WITH THE MUTCD. 4. DIAMOND SHAPED SIGNS SHAH BE 36° X 36" UN EBB OTHERWISE NOTED, LETTERING ON OTHER SIGNS SHALL BE AT LEAS - p 5. ALL CHANNELIZING DEVICES TO BE SPACED AT 20' ON TAPERS AND 40' ON TANGEN- UNLESS NOTED OTHERWISE. 6, PHASE 1A WILL INCLUDE THE INSTALLATION OF THE TEMPORARY DRIVING SURFACE TC ACCOMMODATE PHASE 1 TRAFFIC CONTROL. TEMPORARY IDRIVING SURFACE TYPICAL SECTION MATCH EXISTING �I - VARIES; 12' MAXIMUM EXISTING PAVEMENT 12 "CST, EXISTING GROUND — 200' 24TH v a LEGEND DO WORK AREA — TYPE IG BARRICADE Lj — � ARROW BOARD I MUTCD SIGN AND LABEL L- V4 s vet VARIABLE MESSAGE SIGN SIGN LOCA..ON AND DAECkOi TEMPORARY DRIVING SURFACE o -- PROTEaEXISTING 20' TUBULAR MARKERS STOP SIGN. ko -_�.," TEMPORARY IDRIVING SURFACE TYPICAL SECTION MATCH EXISTING �I - VARIES; 12' MAXIMUM EXISTING PAVEMENT 12 "CST, EXISTING GROUND — 200' 24TH v a %lley sv1.�nwj lax 46 30 15 0 30 S—E FE'=T C L7.6EFOREY000IS 9800424.955 EVERGREEN ROAD-16TH TO 32ND </5/20l2 PE raue�m WORK ZONE TRAFFIC 30 CONTROL er - 1flKx10 c, axe xo. TRAFFIC CONTROL - PHASE 1A° . LEGEND WORK AREA — TYPE IG BARRICADE � ARROW BOARD I MUTCD SIGN AND LABEL V4 s vet VARIABLE MESSAGE SIGN SIGN LOCA..ON AND DAECkOi TEMPORARY DRIVING SURFACE o CHANNELLI ZING DRUMS Rxq TUBULAR MARKERS %lley sv1.�nwj lax 46 30 15 0 30 S—E FE'=T C L7.6EFOREY000IS 9800424.955 EVERGREEN ROAD-16TH TO 32ND </5/20l2 PE raue�m WORK ZONE TRAFFIC 30 CONTROL er - 1flKx10 c, axe xo. TRAFFIC CONTROL - PHASE 1A° . PHA TRAFFIC CONTROL PLAN NOTES �. THE CONTRACTOR MA`! SUBMIT AN ALTERNATE TRAFFIC CONTROL PLAN TO THE ENGINEER FOR APPROVAL BY THE CITY OF SPOKANE VALLEY TRAFFIC ENGINEER 2 THE At TERNA,:E PLAN SHA CONFORM TO CURRENT MUTCD REQUIREMENTS 0 AND INCORPORATE SECTION 1 -07 AND 1-10 REQUIREMENTS. .. 3. Al TRAFFIC CONTROL DEVICES MUST CONFORM WITH THE MUTCD. 4. DIAMOND SHAPED SIGNS SHALL BE 36° X 36" UNLESS OTHERWISE NOTED. LETTERING ON OTHER SIGNS SHALL BE AT LEAST S" 0 5. ALL CHANNEL I ZING DEVICES TO BE SPACED AT 20' ON TAPERS AND 40' ON TANGENT UNLESS NOTED OTHERWISE. a 6. VMS TO BE PLACED ON EVERGREEN ONE WEEK PRIOR TO PHASE 1. LEGEND SHALL READ: EVERGREEN CLOSED (START DATE) LEGEND ® WORK AREA W4 z I'® MUTCD SIGN AND LABEL SIGN LOCATION AND DIRECTION Ln CHANNELIZING DRUMS )000 TUBULAR MARKERS — TYPE III BARRICADE 444 ARROW BOARD VARIABLE MESSAGE SIGN 3D 15 SCAEE ah m snoua� vmi G EVERGREEN ROAD -16TH TO 32ND *Mane oepanmam a1 v�s°� wom, Ile � sv Ea�op�<nr<��a, °s�na loE WORKZONE TRAFFIC CONTROL Y 1, ° "" s °st s ; ' ° °` TRAFFIC CONTROL - PHASE 1 60 - O°•°°' �rx FEET C tBEFOREYGUOIG 180Od2e -6555 JESCti'[o ax MRK� 4x or 2 TRAFFIC CONTROL PLAN NOTES 1. THE CONTRACTOR MAY SUBMIT AN ALTERNATE TRAFFIC CONTROL PLAN TO THE ENGINEER FOR APPROVAL BY THE CITY OF SPOKANE VALLEY TRAFFIC ENGINEER 2. THE ALTERNATE PLAN SHALL CONFORM TO CURRENT MUTCD REQUIREMENTS AND INCDRPORATE SECTION 1 -07 AND 1 -10 - __ I OI I - --�I REQUIREMENTS. 3. ALL TRAFFIC CONTROL DEVICES MUST CONFORM WITH THE MUTCD. 4. DIAMOND SHAPED SIGNS SHALL BE 36" X 36" UNLESS OTHERWISE 5" DI i 0/8 - 12TH AVENUE I 41 I. s£ --T� .II —DZM .T NOTED. LETTERING ON DTHER SIGNS SHALL BE AT LEAST 5. ALL NELI DEVICES TO BE SPACED AT 20' ON TAPERS AND 40' ol ON TANGENT UNLESS NOTED OTHERWISE. 6. VMS TO BE PLACED ON EVERGREEN ONE WEEK PRIOR TO PHASE L IFGEND SHALL READ: EVERGREEN CLOSED (START DATE) U bz. II z1x I � �t - - - -- � t —ds 350' nof3u �J �_ I Z - OZM o — - r I -x Mm m' 350' —1.. -- ae "" AVENUE LEGEND WORK AREA _ - 16TH — _a� 04.2 I w MUTCD SIGN AND LABEL _2L SIGN LOCATION AND DIRECTION i B/o C1 CHANNELI7I1\G DRUMS 7{)d( TUBULAR MARKERS s4 y Ed \ \ `\ ROA esf IfI-i�'a -i `7 Q I PHASE I ORKZONE TYPE III BARRICADE I '� -`�jJ j SEE PREVIOUS �FiEET FOR \ p \\� \I\� y �:� 0] �® ®. m ARROW BOARD o ® VARIABLE MESSAGE SIGN _ .\ I TRAFF�CONTROL ,I Q �\ 20TH AVENUE —A RKZWE LAITS > J' Z \\ �I• m} �� - Ida -OLsp bl��..,.,.. ON \ �, 30 ".24" �' -p Q-a 1 B/0 \\ 3 ® SIDE STREET CLOSURES (SEE DETAIL) u rE loo' .� �` SP—Z dS I \\ F - ttN m �- o/e \ \ \\ _..ice 2 TH AVENUE M4=QI I IJ 35� I 1 \\ omro SIDE STREET CLOSURE DETAIL • \�_I -F-1 W20A2 \\ 9 5 35 0 I ®s4"112" e w wzo- 6/0 I I 2eAh Rlp`V Ljl< >' O Ld W= i I CALL BEFOREYOUOIG 1- 8042b5555 3 _ aoo 2ao o aoo eoo REVISIONS � a oe spaane vmlry d A d PuN'r WaM 11]U] FoA Sprague Areme. SLNe 1. � ICY. YAAIEI'" WA —. "Y (ma) ra -lam EVERGREEN ROAD -16TH TO 32ND DETOUR TRAFFIC CONTROL -PHASE 1 oim xa r = au' a %sizmz .PC mitric " ESC °' o 5 m Z SCALE FEET jm V TRAFFIC CONTROL PLAN NOTES 1. THE CONTRACTOR MAY SUBMIT AN ALTERNATE TRAFFIC CONTROL PLAN TO THE ENGINEER FOR APPROVAL BY THE CITY CF SPOKANE VALLEY TRAFFIC ENGINEER 2, THE ALTERNATE PLAN SHALL CONFORM TO CURRENT MUTCD REQUIREMENTS AND INCORPORATE SECTION 1-07 AND 1 -10 REQUIREMFNTS. 3. ALL TRAFFIC CONTROL DEVICES MUST CONFORM WITH THE MUTCD. 4. DIAMOND SHAPED SIGNS SHALL BE 36° X 36" UNLFSS OTHERWISE NOTED, LETTERING ON OTHER SIGNS SHALL BE AT LEAST 5- ALL CHANNELIZING DEVICES TO BE SPACED AT 20' ON TAPERS AND 40' ON TANGENT UNLESS NOTED OTHERWISE. 6. VMS TO BE PLACED CN 32ND ONE WEFK PRIOR TO PHASE 2. LEGEND SHALL READ: 32ND CLOSED (START DATE) LEGEND A WORK AREA ' I > MUTCD SIGN AND LABEL wa a SIGN LOCATION AND DIRECTION i7 CHANNELIZING DRUMS XKX TUBULAR MARKERS '°° .. ?E 3 BARRICADE 444 ARROW BOARD EY VARIABLE MESSAGE SIGN fs a SCALE c!4 of spauaM vauer EVERGREEN ROAD -16TH TO 32ND ,.Mane °eponmem of P�bo� Works � ei sprm� "pe�ke,�s�� foe WO'I ONE TRAFFIC CONTROL 3 °KA ssI aoo '0° TRAFFIC CONTROL - PHASE 2 F� ET CALL BE ®C TRAFFIC CONTROL PLAN NOTES 1. THE CONTRACTOR MAY SUBMIT AN ALTERNATE TRAFFIC CONTROL PLAN TO THE ENGINEER FOR APPROVAL BY THE CITY OF SPOKANE VALLEY TRAFFIC ENGINEER 2- THE ALTERNATE PLAN SHALL CONFORM TO CURRENT MUTCD REQUIREMENTS AND INCORPORATE SECTION 1-07 AND 1-10 REQUIREMENTS. 3. ALL TRAFFIC CONTROL DEVI(-,FS MUST CONFORM WITH THE MUTCD. 4. DIAMOND SFAPED SIGNS SHALL BE 36' X 36" UNLESS OTHERWISE NOTED. LETTERING ON OTHER SGNS SHALL BE AT LEAST 5 ". 5. ALL CHANNELIZING DEVICES TO BE SPACED AT 20' ON TAPERS AND 40' ON TANGENT UNLESS NOTED OTHERWISE. 6. VMS TO BE PLACED ON 32ND ONE WEEK PRIOR TO PHASE 2. LEGEND SHALL READ: 32ND CLOSED (START DATE) LEGEND WORK AREA s l5 7. MUTCD SIGN AND LABEL ­2L SIGN LOCATION AND DIRECTION n CHANNELIZING DRUMS )OOK TUBULAR MARKERS ® TYPE III BARRICADE µ ARROW BOARD vus VARIABLE MESSAGE SIGN ® SIDE STREET CLOSURES 3 (SEE DETAIL) 100' -� F mo SIDE STREET CLOSURE DETAIL \` II ,z Lx „aZ g�, ,1 �1\1�IfI Z -OZiN 350' I r II I m 24_TH AVENUE L \ I M4 -9L SEE-IiREV�SS�EE'� ...I �? \\ 24TH AVENUE PHA9E2 oRKZ NE FOR i I sP -p \ \ \ I TRAF IC CONTROL sa -s AT W RK ZONELIMIT� I 0 \ \\ Q W _ OC Q Z I (n \ \& ds r o ¢ I uj a, �n %ma I - II 32ND AVENU.E.� —IJII. SEE NOTE ° =i I bi Q a °NI W N � 0-' N I rT 40C 200 0 400 BCC SCALE FEET CALL MIE TRAFFIC CONTROL PLAN NOTES 1. THE CONTRACTOR MAY SUBMIT AN ALTERNATE TRAFFIC CONTROL PLAN TO -IHE ENGINEER FOR APPROVAL BY THE CITY OF SPOKANE VALLEY TRAFFO ENGINEER 2. THE ALTERNATE PLAN SHA-L CONFORM TO CURRENT MUTCD REQUIREMENTS AND INCORPORATE SECTION 1 -0/ ANC 1 -10 REQUIREMENTS. 3. ALL TRAFFIC CONTROL DEVICES MUST CONFORM WITH THE MUTCD. 4. DIAMOND SHAPED SIGNS SHALL BE 36" X 36" UNLESS OTHERWISE NOTED. LETTERING ON OTHER SIGNS SHALL BE AT LEAST 5 ". 5. ALL CHANNELIZING DEVICES TO EE SPACED AT 20' ON TAPERS AND 40' ON TANGENT UNLESS NOTFD OTHERWISE. G. VMS TO BE PLACED ON 32ND ONE WEEK PRIOR TO PHASE 3. LEGEND SHALL READ: 32NO CLOSED (START DATE) LEGEND WORK AREA MUTCD SIGN AND LABEL w4 -2I a SIGN LOCATION AND DIRECTION (s) CHANNELIZING DRUMS xp< TUBULAR MARKERS ® TYPE III BARRICADE 4" ARROW BOARD ®s VARIABLE MESSAGE SIGN ® SIDE STREET CLOSURES AC� L \\ I T - - - -� N / 24TH AVENUE \ \ I - h M8 -sL \ I @11",24" 24TH AVENUE ;: 3c4'xz s/o �- _ -�� SP -3 \ p -4 a m l� w z i o -1 0 Of II �k l 0 0 V) °nm QT ED T ma I I I � - II - m - I I I _ . 350, 350 - 350' 35CI jk— 13 VENUE 32ND A ENUE ! -�= N4 -9 1 30 .e4" 1 PHASE 3 W RK ZONE I o� m o � I - SP SEE NOTE -3 I NI mn' \ 1 (n \ 1I I � , 400 200 0 400 e00 sent£ rEEr EVERGREEN ROAD -16TH TO 32ND DETOUR TRAFFIC CONTROL - PHASE 3 V- 7 I I s j STA 10+41 1 I 1 _ <• ; STA. 12 +34 I I 6 3e' EVERGREEN to +oan STA.11+02 0e STA. 11,+0,0 115 00 17+00 Le +oo it' Ps {Q 11' W RETAIp4 4 ST�y 16 +2 - aTOi� STA. 17+01 Q IZ EXIS,PfNG 2 3� p_ �STA 5' 6 0'it a i m `' i STA. 13+06 I U z M, 8 1II STA. 11+83 I 8 � END DOUBLE YELLOW BEGIN YELLOW SKIP 7 I I I = I H CO CONSTRUCTION NOTES I I OINSTALL 18" WIDE PAINT STOP LINE, PER WSDOT © INSTALL PLASTIC BICYCLE LANE SYMBOL LAYOUT, STANDARD PLAN M- 9.50 -01. SYMBOL 1, ALL PAVEMENT MARKINGS SHALL BE PAINT AND INSTALLED BY CONTRACTOR. MUTCD SIGN AND LARFI- STANDARD PLAN M- 15.10 -01. PER WSDOT INCLUDES BIKE RIDER SYMBOL ONLY, NOT BIKE 2. 3. ALL SIGNING SHALL BE INSTALLED PRIOR TO OPENING ROAD. W4 2L MATCH PROPOSED PAVEMENT MARKING TO EXISTING PAVEMENT MARKINGS AT OINSTALL 8" WHITE PAINT SOLID LINE, PER WSDOT 0) LANE ARROW DETAIL. I o N A D t� STA. 25 2 °o ° 4. _ STA. 19+65 `' 2 4 STA. 22 +84 ,� nd N +8 4 o+o N ALL SIGNS SHALL BE PER CITY OF SPOKANE VALLEY STANDARD PLAN NO. R -140. SIGN BRACKETS AND POSTS SHALL CONFORM TO SPOKANE COUNTY STANDARD �?w� PER WSDOT STANDARD ® REMOVE AND PRESERVE EXISTING BUS STOP SIGN. 6. e: z a v +so 10,5' 2a m ul oo zo +oo 11' zl +oo 22 +0o P:zrm.00 t1, 70.' W Z SCALE FEET LALL 6EFVREY000IG 11' T REINSTALL Z x EVERGIR r "rm STA. 2+64 mtmA STA. 26+68 2 v ~r spy` 11]Y] [1 Aue16TH A-3N T0215T SIGNING AND STRIPING PLAN FEE. _... 7 1 I I $ � �� STA. 23 +23 7 STA. 6 +17 ti 4.0' RT OF I 0.2.5' RT OF 4 2.5' PT OF f 1.0' RT OF I I I SECTION LINE SECTION LINE SECTION LINE SECTION LINE CONSTRUCTION NOTES GENERAL NOTES LEGEND OINSTALL 18" WIDE PAINT STOP LINE, PER WSDOT © INSTALL PLASTIC BICYCLE LANE SYMBOL LAYOUT, STANDARD PLAN M- 9.50 -01. SYMBOL 1, ALL PAVEMENT MARKINGS SHALL BE PAINT AND INSTALLED BY CONTRACTOR. MUTCD SIGN AND LARFI- STANDARD PLAN M- 15.10 -01. PER WSDOT INCLUDES BIKE RIDER SYMBOL ONLY, NOT BIKE 2. 3. ALL SIGNING SHALL BE INSTALLED PRIOR TO OPENING ROAD. W4 2L MATCH PROPOSED PAVEMENT MARKING TO EXISTING PAVEMENT MARKINGS AT OINSTALL 8" WHITE PAINT SOLID LINE, PER WSDOT LANE ARROW DETAIL. PROJECT LIMITS. s SIGN LOCATION AND DIRECTION STANDARD PLAN M- 20.10 -01. % O INSTALL STREET SIGN, PER COSV STANDARD PLAN R -140. 4. SIGNS INSTALLED IN CONCRETE SHALL HAVE SLEEVE INSTALLED WITH MARION o STEEL RIB —BAK POST PER CITY OF SPOKANE VALLEY STANDARD PLAN N0. R -140. PROPOSED PAVEMENT MARKING >: �• F o• •r =., '�,a ° O3 INSTALL 4" YELLOW PAINT DOUBLE CENTER LINE, PLAN M- 20.10 -01. 5. ALL SIGNS SHALL BE PER CITY OF SPOKANE VALLEY STANDARD PLAN NO. R -140. SIGN BRACKETS AND POSTS SHALL CONFORM TO SPOKANE COUNTY STANDARD �?w� PER WSDOT STANDARD ® REMOVE AND PRESERVE EXISTING BUS STOP SIGN. 6. ""`` "`.c``���, DRAWING A -16A AND A -1613. x.�e, Il-- ® INSTALL 4'• YELLOW PAINT CENTER LINE (SKIP), PER WSDOT STANDARD PLAN M- 20.10 -01. REINSTALL ON NEW POST. ao Is o as co 9 O REMOVE EXISTING NO PARKING SIGN. DO NOT SCALE FEET LALL 6EFVREY000IG 7�9W 4245555 INSTALL TYPICAL WHITE PAINT TRAFFIC ARROW, PER O 24.40 REINSTALL REwslous A alr�el soap. vmlev R rl 1 I Puhlly Worh W EVERGREEN ROAD -1ST TO 32ND x ao' Hs /sals mPmumm WSDOT STANDARD PLAN M- -01. spy` 11]Y] [1 Aue16TH A-3N T0215T SIGNING AND STRIPING PLAN FEE. _... fl 7 7 8 7 $ 7 n I I i � I I I a uaai 3an3 N V ¢NNE �� 5 °o of�" 2 + M N — — — � 20 3o Q a3 +oo as +oo 10.5 asSdiA• 34 +76.3 30 +00 10.5' rr 0 zs +00 32i 00 A. 35+58. OP. 317' as 61' 5D' �I— 1z Z z J 12'_ 34+96.3 r I= I EVERGREE�1 STA 31,1 t��� t 4 2 STA. A N I< 2 `V :o _. STA. 31 +g yH�y� o ,' 35+46.3 Ever reen d _ _ D I 7 m g I I 7 ry qr a 7 STA. 36+46 7 I 8 yNm L 1.0' RT OF 4.6.0' LT OF 8 7 S� — — SECTON LINE SECTION LINE a 7 z/ •. � N I STA. 43 +2 (0 7 $ a e _ a o f 5 STA. 42 +2 2 �I 4 I az + a3 +00 a4 +00 12' a s 12'I +00 y 12' 12' I [n 12' 12 W s lL Z J I 12' STA. 38 56.4 EVERGREEN M 4 2 STA. 45+4 12 I I UI �rm� 37 +38.3 3 V� STA. 45 +62 Q I �I s aazI_ $ I� ' I \ I I I I 17 8 I 7 NI \ I I I I I I I I I I I I CONSTRUCTION NOTES GENERAL NOTES LEGEND �OINSTALL 18" WIDE PAINT STOP LINE, PER WSDOT INSTALL PLASTIC BICYCLE LANE SYMBOL LAYOUT, 1. - ALL PAVEMENT MARKINGS SHALL BE PAINT AND INSTALLED BY CONTRACTOR. 5 MUTCO SIGN AND LABEL STANDARD PLAN M- 15.10 -01. © PER WSDOT STANDARD PLAN M- 9.50 -01. SYMBOL 2. ALL SIGNING SHALL BE INSTALLED PRIOR TO OPENING ROAD. "'1 L l'" n INCLUDES BIKE RIDER SYMBOL ONLY, NOT BIKE 3. MATCH PROPOSED PAVEMENT MARKING TO EXISTING PAVEMENT MARKINGS AT MO INSTALL 8" WHITE PAINT SOLID LINE, PER WSDOT LANE ARROW DETAIL. PROJECT LIMITS. a SIGN LOCATION AND DIRECTION 2 a STANDARD PLAN M- 20.10 -01. 4. SIGNS INSTALLED IN CONCRETE SHALL HAVE SLEEVE INSTALLED WITH MARION INSTALL STREET SIGN, PER COSV STANDARD PLAN STEEL RIB —BAK POST PER CITY OF SPOKANE VALLEY STANDARD PLAN NO. R -140. PROPOSED PAVEMENT MARK' O INSTALL 4" YELLOW PAINT DOUBLE CENTER LINE, R -140. 5. ALL SIGNS SHALL BE PER CITY OF SPOKANE VALLEY STANDARD PLAN NO. R -140. STANDARD OO AND POSTS SHALL CONFORM *,,I PER WSDOT STANDARD PLAN M- 20.10 -01. 6. SIGN BRACKETS TO SPOKANE COUNTY REMOVE AND PRESERVE EXISTING BUS STOP SIGN. DRAWING A -16A AND A -16B. $ NEW POST. 30 1s o a0 INSTALL 4" YELLOW PAINT CENTER LINE (SKIP), PER REINSTALL ON 4 AO WSDOT STANDARD PLAN M- 20.10 -01. SCAE FEET CALL BEFORE YOU DIG 14"45555 N AEYISIONS INSTALL TYPICAL WHITE PAINT TRAFFIC ARROW, PER apnspo�aae mnw vnu EVERGREEN ROAD -16TH TO 2ND oisor m " =3o• +%s /zm: m "innrrlc 3O5 - oepenn,.el of publk W°M WSDOT STANDARD PLAN M- 24.40 —Dt. II]0] E°A Sprague Avenue, SNIe 1os 23RD TO 27TH _ ,• sr0r�s" vAUCV. w. spzoe I�p1,,,_,spb SIGNING AND STRIPING PLAN fl lk � \ I 7 \ l Q rN 00 8 \\ I STA. 54+0 STA. 54 +95 I I I oft / 2 + w STA. 46+40 \ STA. 49 8 I ® ® tr STA. 50 +76 V +50 ®- - - - -- -- H � s +oo 52 +G 5+0 Q 55 � 12' 4] +OG 12' W 2' W Z ZI JI � J FI 3 2 STA. 46+51 . I EVERGREEN 3 2 > I x U I~ � I I 9 . N I O 7 6s i / \\ STA. 58,81!! STA. 59+85 5mr S I n M 6 — �I Q 12' 56 +00 5] +00 12 ' 61 +00 62 +GO 12' 3 +0 EP 6J Ofi 00 z �00 12' 50' 12' 76' 12' EVERGREEW } 2 1 2" N o rn HI $� °_ a I °- Ever teen Rd QI D� I I 8 7 m CONSTRUCTION NOTES GENERAL NOTES LEGEND ,O INSTALL 18" WIDE PAINT STOP LINE, PER WSDOT STANDARD PLAN M- 15.10 -01. INSTALL PLASTIC BICYCLE LANE SYMBOL LAYOUT, 1, © PER WSDOT STANDARD PLAN M- 9.50 -01. SYMBOL SIGN AND LABEL ALL PAVEMENT MARKINGS SHALL BE PAINT AND INSTALLED BY CONTRACTOR. L -I ° INCLUDES BIKE RIDER SYMBOL 2. ONLY, NOT BIKE 3. MUTCD ALL SIGNING SHALL BE INSTALLED PRIOR TO OPENING ROAD. wo-- MATCH PROPOSED PAVEMENT MARKING TO EXISTING PAVEMENT MARKINGS AT vO INSTALL 8" WHITE PAINT SOLID LINE, PER WSDOT 2 LANE ARROW DETAIL. PROJECT LIMLIS. : SIGN LOCATION AND DIRECTION d STANDARD PLAN M- 20.10 -01. le INSTALL STREET SIGN, PER COSV O 4. STANDARD PLAN SIGNS INSTALLED IN CONCRETE SHALL HAVE SLEEVE INSTALLED WITH MARION STEEL RIB —BAK POST PER CITY OF SPOKANE VALLEY STANDARD PLAN N0. R -140. PROPOSED PAVEMENT MARKIN 3 INSTALL 4" YELLOW PAINT DOUBLE CENTER LINE, PER STANDARD PLAN M- 20.10 -01. R -140. 5. ALL SIGNS SHALL BE PER CITY OF SPOKANE VALLEY STANDARD PLAN NO. R -140. BRACKETS AND POSTS SHALL CONFORM TO SPOKANE COUNTY STANDARD ^'�L vO WSDOT REMOVE AND PRESERVE EXISTING ® ON NEW POST. 6. BUS STOP SIGN. SIGN DRAINING A -16A AND A -168. Is o as xe6W` f INSTALL 4° YELLOW PAINT CENTER LINE (SKIP), PER REINSTALL Ig a_9 WSDOT STANDARD PLAN M- 20.10 -01. SCALE FEET CALL BEFORE YOU BIG 1- BIXId24S555 " INSTALL TYPICAL WHITE PAINT TRAFFIC ARROW, PER 3O 01.) REVISIONS x ivxo° q cw .I SxoEone valln v EVERGREEN ROAD -16TH 1032ND also xv I " =BC' a %s /vmz ®e` o.panm.xr .l wcr�w °m "�munca`�` x WSDOT STANDARD PLAN M- 24.40- Ivm Eel �a u<�r<..a sm. Io 27TH T0 32ND , _ SPONAN[ VAILY. WA. 9920fi alley osl ca -Iwo SIGNING AND STRIPING PLAN a. °` " lk i I i 1 _�02i3_14'W. SECTION CORNEA CPl B STA10 +DO 4' r QI Li CP2B36 I I I II I'll � I!I CP2 STA 36 +46, , I 6' AT CP49 1 I S A CP2 1 36 +46.00, IIFi II 1 IoI I I I I I I I I I _�1 I' LT - �1 EVERCAE�N •°- - l ooas° ..., 1 ... __ -..' !! -_ I CP41 cl I ERG - i CP5 I I SE CP7 ,.�ION CORNER L CP5 1 1 CP5}T I I I I�!I I , I I BTA 63 +06, 6RT I I I II Imo! � I I I I I li I I z, ... W I S I SECT10 CORNER \ - I I(ILJ CPN NO A 71 +09.92, \ I - o' RT - � _ _ r E. CORNER _ CP54 CP2 Q z4m sTA J D'Ri L - - 24TH w.Br32'49'e. �,_ N GENERAL NOTES: DATUM INFORMATION SURVEY CONTROL POINTS _ 1. UNDERG4R0UND UTILITIES ARE SHOWN FROM INFORMATON 1. BASIS OF BEARINGS: BEARINGS ME BASED ON WASHINGTON (ASSUMED HORIZONTAL PROJECT DATUM - U.S. SURVEY FEET) " OBTAINED BY AND PLOTTING LOCALE STATE PIANE COORDINATE SYSTEM N0R1H ZONE, (RTGPL GATUM: NAVD80) D UTILITY PROVE- GROUND UTILITY FEATURES AND LOCATE MARKS SECTO S25. ALONG THE WEST LINE TE THE SWI /4 OF PROMDED BY OTHERS, AND BY USING PROFESSIONAL SECTOR 26, T24N, R44E, W.M. (CENTERLINE OF EVERGREEN POINT NOBTFING EASTNC ELEVATON DESCRIPTION �1J W �¢ JUDGMENT ROAD BETWEEN 24TH pVE. & 32ND AVE.), AS ESTABLISHED 2 5261420 31400.82 2079.2 2080.59 CEAR SPIKE MM & EVERCREEH E REGORDSAIND /ORR VERBAL RECOLLE MONS PROVIDED BY BY "GPS SURVEY OF SPOKANE VALLEY' PERFORMED BY L.C. MAKES GUARANTEE AT THE JERRY SIMS, LS 18921, DATED 10 -07 -1999 ON ALE WITH 16 31582.90 @ & EVERGREEN ¢0 W UNDERURO NODUEK. COO AL SUCH UTIUTIES IN THE AREAS SURVEYED, EITIER IN SERVICE OR THE OFF OF THE SPOKANE COUNTY ENQNEER. 31 5526&24 54351.78 31308.33 2084.35 2089.5] &2NEV MONUMENT PIK 3/8" CAPPED RFHAR > ABANDONED, LANOTEK, LLC. FURTHER DOES NOT WARRANT CONVERGENCE ANGLE AT CONTROL PUNT @2 (LOCATED AT 46 53811.17 31332.83 2089.28 3/8" CAPPED ROOM W THAT THE UNDERGROUND UTLITES SHOWN PRE IN THE 2, THE INTERSECTION OF EVERGREEN ROAD AND 24TH AVENUE) C)UOT LOCATION INDICATED, ALTHOUDH WE DO CERTIFY THAT 47 48 53 3054.44 3 &62 3134].3] 31361.43 408497 2.87 MAGNAIL NAIL _ 2.41.30„ THEY ARE LOCATED AS ACCURATELY AS POSSBLE FROM 49 51980.22 31414.43 2061.78 3/8' CAPPED REBAR INFORMATION AVAILARLE. L NDTEK, L.L.C. HAS NOT PHYSCALLY LOCATED ME UNDERGROUND UTLERES. 3. CONTROL POINT #2 WSPCS (NAD83/91): N 252614.235 - 50 51 51619.79 51226,42 31426.39 31442.82 2053.23 2042.33 MAONAIL 3/8" CAPPED REBAR E 2531400.820 52 53 50813.66 50324.68 31510.35 31490.28 2025.41 2025.58 GOD 6 SPIKE 3/8" CAPPED REBAR 4. ELEVATIONS ARE BASED ON NAVD -88 DATUM, ORIGINATNG 54 49941.24 31584.12 3/H" CAPPED -M FROM SPOKANE COUNTY TEMPORARY BENCH MARK E -S. AN 2836 55211.35 31260.89 2084.26 MAGNAIL 80D SPIKE IN A UTILITY POLE LOCATED AT THE SOUTHEAST QUADRANT OF THE INTERSECTION OF EVERGREEN ROAD AND 19TH AVENUE TBM E -5 ELEVATOR = 2090.63 5. PROJECT COORDINATES SHOWN HEREON ARE ON ASSUMED 4 LOCAL 88515, EXPRESSED IN U.S. SURVEY FEET. Qn a swm�a vull,r EVERGREEN ROAD -16TH TO 32ND PPe�tmN_ 1 SP e D,V. 1, u1 Fublle . Q IOW ' 5p' Arenue, Slle I03 STA 70 +p0 TO STA 69+69 11-1�p 921-1000 -11211 SURVEY CONTROL PLAN 3 3 g 1820 5, EVERGREEN 1902 S. EVERGREEN 45211.1253 45271.3105 LEGEND N NOTES. * 1 1/2" DEPTH PLANING AT CROSS STREET 3 CONTRACTOR SHALL CONDUCT PLANING OPERATORS ONLY AFTER HMA PATCHING AND WITHIN 48 HOURS PRIOR TO OVERLAYING. *,.Vr"2 1 SHIM PLANING AI ONC CURB E THE CONTRACTOR MAY ELECT, AT HIS OWN COST. TO PATGH TO 1 ¢ e 2221 S. EVERGREEN 13909 F,10201780 45262.100] I II I 2311 6. EVERGREEN 139062. 23RD 45262.1502 I 2319 S. EVERGREEN 45262,1503 I .G ALnp •, 5 1 45262.1504 I 2115 S. EVERGREEN 45252.191U I e x5262.1009 - 45262.1 50 I II I l - IF / 37 4 TOP SURFACE EQUAL TO BOTTOM OF PROPOSED CRINGING ELEVATION. - -V 1 4 - - - - - - - - - - - - 35 +00 - BP: 36 +46.00 - - - 3 34 +00' - - ° O 1/2' MICRO MILL PLANING 4 REVISIONS 6 g e lncn 32+oD EVERGREEN - EVERGREEN ROAD -16TH TO 32ND oifioT 99. TO STA 36x00 /STA 63106.04 TO SfA 69169 �`� MILLING PLAN 1" _= 30' _ ra %n /zolz �m sTnEEr SIAW�O''..i1 I 0 M +oo - 31+ ° 28 +00 zs 29-0 - lIl I II II I I II I 13825 E 2x81 I N 45271.3606 I I 2126 5. EVERGREEN 652]59042 I I Z I . N I 3820 E. 22ND 1 452]1.3809 138x5 E LSHU 45271.3701 I� N I I I 13924 E. 23RD 2304 5 EVERCRE IN 555 I I 652]1.3]221) 45]]1.3609 I II yq 2308 5. EVERGREIN 2312 5. =VER3J _ 452]1 ]609 I 45211.31511 _ I � I - I 3123 5. BOLIVAR 1124 S. BOLIVAR 45263.5209 45263.5204 3123 S.3FOUVAR 4526.52°3 �'.- 3124 BO'16VAR I n 1 13855 4 LSND I W �.✓ 4526. I I -a - sTA 62 +83.5 ° 17 +00 J� 1-0 32ND Ta +OO ° 716 4 C (D IRI I I I LEGEND SHIM PLANING TRANSTION ¢ e NOTES: 1. PATCHING AREAS NOT SHOWN. SEE ROAD AND WATER TRANSMISAON PLANS. .G ALnp •, 5 ® 1 1/2" DEPTH PIANING AT GROSS STREET e CAIN 2. GNTRA-13 SHALL CONDUCT PLANING CPERATION5 ONLY AFTER HMA PATCHING AND WITHIN 48 HOURS PRIOR TO OVERLAYING. 3. THIS LAYOUT ASSUMES CONTRACTOR WILL PLACE RIGENING PATCHING - - da6'a`f'•,e, i °BSyTaNd6WHC� E; 4 TOP SURFACE EQUAL TO BOTTOM OF PROPOSED CRINGING ELEVATION. ® SHIM PLANING ALONG CURB 4 THE CONTRACTOR MAY ELECT, AT HIS OWN COST, TO PATCH TO EXISTING HIAA ELEVATION AND THEN GRIM OFF EXCESS DEPTH. / Tl %/ / M BEFOREYOUDIG 1"424555 O 1/2' MICRO MILL PLANING 4 REVISIONS 6 g e lncn Cllr m sa,w,,, qw D.r9mm,M o1 P�66 mm Eaa sa�9�, ns27.50 SPoVANE VpM£Y. W EVERGREEN ROAD -16TH TO 32ND oifioT 99. TO STA 36x00 /STA 63106.04 TO SfA 69169 �`� MILLING PLAN 1" _= 30' _ ra %n /zolz �m sTnEEr SIAW�O''..i1 I I I I I EN C —i _ — o . A, —i - r— - — - o - - — I K ,° z I , 2 I I I I I L- 1 z — - - --1 I 3 1 2 I I 11 2 N I I „ 1 I I I I I 1 I I I LEGEND warn -E I \ I EROSION CONTROL NOTES cGNmGL mE m DMR, G N U ° .CUEN E SHAUL 1 ED m N B P�m GNWDMgD BD n(NDwDND B oIL wHT AT 3 r M — -- acs u u P R T (.ui w "gPTO.iEE"a Rio) ago mix x e onn°wR xc mE wEaOnu a �w nc ()BNB sNO^ av ixc S BM 1 Pmax ro SED aNTUTR xc r.En>w� io ica"sT�m � sq FEDm e%go�cnLi�� R exue s FHgwrtr FOR NsTAL nae cr Tu1 ow, r MI15T e CAUP, " NG AND DIST RRIN. Nas�D B GR Rr E BMP WN R M = RATF TMaT• � T1,C& R "� IF Ga f _ (C) CIFAR. GRUB AN GH GRACE Fat ROADS TFTPORART ACCESS EMVITS BET ro N mE O 9l�MYCnGN PgNTS AND UT_ LOGA,_ sSTTtURN -R AHD FP L R C PTATW .. -. �'...... l° EVERGREEN -._ (G) STABILIZE ROADWAY APPROACHES AND TEMPORANT AccFSS PONTS WLH G. PAGTeer xLeTS OmWELLS a mx Bwxs ANG GmER sroRMwATB, s — o ACE DIAL ARRAS nS NECESSARY TO ACHIEVE WH— OR NG \ I 1 z I (n R R1Ay A.... U% s°Iii �s H A" i°N� 'ivTE cR G Mmar AT A MINIMUM ar9rvD onarNa9'R rvi sr"oRM�EVixisT F rv�ici uicls o I _ _ I' m (c) CON Of ROAOS,zBUIwINCC PERMANENTISTORMWATFREFN' IR (1.E nG: (oETexnoxixETFr+nau I ­ IN— s, D3��d N` nx a DC° DNB�RG °OCON .1 MPER,T°Ms s P T sT AGGNES N-UNG xE IMPROVEMENTS II I I 2 I D IS1 G MANFNT ESC C.—CUR w 1 APPLIGARIB SUCH AB O o «S� H sO Nps�Io ON sl1 —NOG OF s BE COVERED DURING iu °� " �N� R„ a "EaBM n" :E GNRUGnG xa� N.%A� MC. �NI°TE°�OgGTSPE,ROLEnM z °� S Ha E OEZ oNTaN �M f - - B) � u"o- M�RBING A NW RBBTM "a� HEEPP µ u T° CAUSP CHA R T G� �Ma FOR THE ox ° 'n° '::x : =:T. poi (G) ENTARG nAD BEVI Esin °USIC° N E AREAS xoTED as RsaRNc IS- S—DA MANY -.. AxF.REDaR OF HEAVY ETA RG- AND .EN ncs -- -- ._ vu ON. THE AccEPTEO Esc PLAN ON N1c Wnx THE LOCaL GES xroMasuG smEN LTA Rs sq.vExT An0 R so cn q'AN xBPEDT ALL RGADWAYG. AT mE FND GP EACH DAr AD,AEExT ro mE 11 D n THI CH(U)N ON INT x q�"sU".w °reuN ' �A AND P. e CGNSTRUGDGN ACCESS ROUTE F T s EWOENT mAi s .FNT HAS BEEN P`roREW jM1N ME'ASU�R �CH �o NP PPNS CAN ALL I UGANl aIE� 2ND �... .. -. —G' ANGADR BEYYON °s ix"ROAOWATq PROAwaE wASNCxINC. r_�.� `!•'I _._ _ aRE9. RFA1a Eo BT SHOYEUNU aY PRCNUSNFFP NC ANON rn HTM1EmPE NRM�MERGENCT AEPNRS GN sITE TO osNNG ISSE FEWP m SAN SO MENT 1RrvIXED OFF SDS. ONCE USING TEMroRMT PPIA C BENFA LNG GOODICH FEnnU2 RDUGVED, CONRRoULED L GNR1Ci APPDCAXO�OF Aqi CULNRALp HEMICALS NICLU DRAINAGE GRATE - AL ro OR BETm+ THAN a[ RESttWE PAO®3 R SO iO MEER mmESnIRCEa "INN STORNWATFA RUNOFF ENOCILIn6.T`R D­AACING INTO SS. N�W RECTANGULAR - u ON CCNDIn RRE CNT ,IIF NEDER RaT� A GRAZE SHOWN ro L vEOEr n In AN ra A MIxI M MTxw.r ANO GAILY EYRIE` /AL SYSTEM E%ISNNG CURB TO Tx[ uAiGrauCOm [9ciExi Pxncncu a:O ps DIRECTED glnc/maPmt A�RUmxOFF PROWONC EvENn AND MaIi9TMx Ail EROgOx INLET TYPE 2 L PExFORMANCE OF ON T"S ReEO STn9E ZED °y10= FGVIACW BFFaR°0OMORINCHESM S Q9T cnN�P"CCU OR WATTLE e 5' MA %. SIDEWALK SURFACEUT sPECi smMENT cA" ANY Pa GHAT DR A MI BEL R LILY DuMH OR Is O _ MuuTE AND INSTALL WATTLE o THE a (11 CO WSOOT sT0 PEAN - J0.30 -00 PRIOR TO HMA REMOVAL. A N-GGO IF me RsnETMS NT DOONNN R ou°Ixa nvtAT BE REDUCED . ENOAON CONTROL MEASURES IN PDOInON TO THOSE INDICATED AS PART OF DRAINAGE GRATE 'TRIM - _ REMOVE AFTER PAVEM 1 9 RM MAY HER ALFRED IF THE tt IN�EMOR DETERMINES mE GRATE FRAME - JURISDICnONCIO VE DUST FROM CO"sTRUCnO" AUL U AWORDAN¢ VNTH OEPMTMmIT OF ECgAGT LL Ixr.N DS, ev ,x OVERRmE °PRO.EC WaM CONTROL lwlrow llES M IN CONSRRUCn. G DRN1A- GENA P-1 E — — — _ J SEDIMENT AND OVERFLOW OVERFLOW BYPASS (TP.) DFBRIS BYPASS (TYP.) BELOW INLET - GUTTER PAN BELOW INIET GRATE DEVICE ,G AL ➢pD GRATE DEVICE NOTES WATTLE INSTALLATION 1. SIZE THE BELOW INLET GRATE DEVICE (SHOD) FOR THE @) AT CURB INLET TYPE 2 SIORMWATER 5TRUCTURE IT WILL SERVICE. NTS .a. FILTERED 2 THE BIGO SHALL HAVE A BUILT -IN HIGH -FLOW RELIEF VrvT °MLLBWA`�w WATER SYSTEM (OVERFLOW BYPASS). r( � THE RETRIEVAL SYSTEM MUST ALLOW REMOVAL OF THE CALL 31 YOU 019 1.3004245555 STORM DRAIN /DRYWELL BIGD WITHOUT SPIWNG THE COLLECTED MATERIAL. REYBIONS p 60 X0. BO' 4/1]/2012 me ERDSION7X1 <. PERFORM MAINTENAINCE IN ACCORDANCE WITH STANDARD ( CiN d Sp.hne Valley tins nEVERGREEN ROAD -16TH TO 32ND �1 INLET PROTECTION °°` Pq w �^�9'' ^� D.,L..d .11.1II1 Wargs W - GFFO� ATE SPECIFICAnON B- 01.3(15). .AjM 18IlC ttTDT Nsl Bpm9ue Arenue, N1e ID9 STA 10+00 TO STA 69+69 j ib. sPDa( -) N' ,1W.D99sBB EROSION CONTROL PLAN i ) 2_. STA. 23 +23, LT INSTALL 2" C. (SCH. 80).1422-1 TP STUB OUT = STUB OUT �o ° _ BEGIN TYPICAL TRENCH SECTION INSTALL 6' FROM CURB STA. 16+41, LT cy) STA. 22+83, LT o I N CONNECTCONDUITTOJ -BOX SEE DETAIL 7 I Q EVERGREEN 2s BP. ID +DO 13 +DO 14 +Oo 15 +oo 16 +00 1J +Do 18 +DD 19 +00 20 0 21 +00 2L +DO BP: 2323.WO 24 +00 Ill -00 "'Do Z m STA. 23 +23 EXISTING JUNCTION BOX �4.0' FIT OF 42.5 FIT OF_ AND ADVANCED DETECTIONLOOP SECTION LINE SECTION LINE I STUB OUT = E STUB OUT INSTALL 2" C. SCH.80), 1422 -1 TP o STUB OUT END CONDUIT I- o o to STA. 27+34, LT INSTALL 6' FROM CURB N STA. 32+81, LT STA3� O6, LT N `D N a SEE DETAIL r 'o B +OC 29 +00 30 +OD 31+ D 32 +OD 33 +Oo 34 +00 i -- I 35 +OD 36 +00 �- P 4 46 aD 00 Y: 20813E W Z d -- -- EVENGREEN zIz U F- STA. 6 +17 � 4 23' RT OF x.1.0' RT OF SECTION LINE SECTION LINE ITS CONDUIT TYPICAL BURY FINISHED ON— =11 U milli. 2' =11 -- III - III= _II11�1= 'rlTil ll� --' CONSTRUCTION NOTES ITS CONDUIT LEGEND CONNECT CONDUIT TO EXISTING JUNCTION BOX PB PULL BOX (N =W) JUNCTION BOX (EXISTING) *—AR GENERAL NOTES 30 15. 0 STUB OUT LOCATION 1. ALL CONDUIT TO BE 2° SCHEDULE 80 UNLESS CONDUIT - - REVISIONS scALE FEET CALL BEFORE YOU BIG id00-0245555 OTHERWISE NOTED. Im �� an d sr °m °. vmL ROAD -16TH TO 32ND 4/5 /201z 111 c 2. STUB —OUT LOCATIONS SHALL BE BEHIND CURB - ]gyp@ T'—EVIIRGREEN Wo III111- ADDITIVE ALTIONATE AND MARKED WITH 1/2" REBAR. leY' EdYALL[Y,rWA.9 TS CONNECTION PLAN i ) 2_. PIPE AC To, c ASBESTOS CONCRETE CONCRETE EVERGREEN RD. RECONSTRUCTION PROJECT (16th - 32nd) CRAP CORRUGATED MEAL PIPE - CONCRETE CI DI CAST IRON DUCTILE IRON CITY OF SPOKANE VALLEY FM GS FORCE MAIN CAL oEG STEEL N N.I.C. PVC RCP 'RYL CHLORIDE PIPE RENFORCED CONCRETE PIPE CL SR SIER PIPE JOINTS R FLANGED CONC of CRUSHED SURFACING BAg COURSE MJ MECHANICAL JOINT TRANSMISSION MAiN PE PJ PLAN END RESTRNNE JOINT VALVES BFV RTTERRY VALVE ME GENERALLY NOT SHOWN. CV GV CHECK VALVE GAME VALVE LUSTING GRADE S RSGV BACKFV NESRIENT SEAT GATE VALVE "I'LOW PREVENTION VALVE -N. CPLG GOUPUNG OF S R W EBOW FLANGED COUPLING ADAPTER NECESSARY, THE EXISTING UTILITY ACURATELY IN ADVANCE OF HE TRENCHING AND PIPE LAYING ACTNTRES SO TUT IF NECESSARY AN PDJUS TEN LR RED TH LONG RADIUS REDUCER THREADED DESCRIPTION STORM SEWER CATCH BASIN ERYWELL MANHOLE GULVFxr SANITARY SEWER MANHOLE WATER VAYE NR V VE FIRE HYDRANT METER UTILITIES GAS VALVE PAD MOUNTED TRANSFORMER POWER VAULT TRANSMISSION MWER LITANY POLE UTNIY POLE MCHOR TELEPHONE PEDESTAL CABLE N PEDESTAL TRAFIC SION SIGN STREET UGHT ABBREVIATIONS CRUSHED SURFACING TOP COURSE P PP P EVERGREEN RD. RECONSTRUCTION PROJECT (16th - 32nd) MISC AG. ARPHATCONCBFn: MAX. M Nu. (1 C - CONCRETE MN MIN. MINMUM CITY OF SPOKANE VALLEY C. C.F.S. CUM CATCH RAISIN CUBIC FEET PER SECOND N N.I.C. mom NORTH NOT IN CONTPACT DR D CL CENTERLINE N0. NUMBER SCHEDULE B: VERA WATER AND POWER C.D. CoNc CSBC CONC of CRUSHED SURFACING BAg COURSE NS P C Nor E ER PAWED �ER TRANSMISSION MAiN CSM C CRUSHED SURFACING TOP COURSE P PP P POWER POLE GENERAL NOTES 1. WHERE KNOWN, EXISTING UTILITIES ME SHOWN ON THE PLANS FOR THE CONVENIENCE OF THE CONTACTOR. LOCATIONS SHOWN ME APPROXMATE DV D DUMEIfR R RED D R REQUIRED A AND DEPTHS ME NOT NNCWN. OTHER UTNTIM MAY EXIST IN WE WORK MFRS THAT ME NOT SHOWN ON THE DRAWINGS, DIE CONWA R SHALL S Sheet NO. 01: DR D DRAIN PIPE R R.R. P PNUtOM U VERIFY DIE EXISTENCE, LOCATION, NATURE AND DEPTH OF TIE LUSTING UIRIDES IN THE WORK AREA PRIOR TO CONSTRUCTION BY CONTACTING P11 DWG D DRAWING 6 R/W R -OF -WAY W WORK IS CONSIDERED INCIDEMAL AND NO ADDITIONAL PAYMENT SHAIL BE MADE. NOT AE UDBUDES OR SERVICES ARE SHOWN. OVFRHEID MLITIES S Sheet No. 02: E F FAST S 6 S SLOPE ME GENERALLY NOT SHOWN. ED L LUSTING GRADE S SD S STORM DRAIN 2 2, WHERE ME POTENTIAL FOR CONFLICT WITH AN EXISTING UTILITY CROSSING EXISTS, R SHALL BE THE CONTRACTOR'S RESPONSIBILTY TO EXPOSE. AS EP E OF S SL B LINE T NECESSARY, THE EXISTING UTILITY ACURATELY IN ADVANCE OF HE TRENCHING AND PIPE LAYING ACTNTRES SO TUT IF NECESSARY AN PDJUS TEN Sheet NO. 03: EXIST. I IT SM F S SPIT S BUMP L TO GRADE MR THE NEW PIPELINE CAN BE PROPOSED BY TINE CONTIMCUM AND MPRDVED BY TIE ENGINEER. S FG S FINISH GRADE M M. S STATION 3 3. RIGHT-OF -WAYS WHERE SHOWN ON THE DRAWINGS ME APPROXIMATE ONLY. FH T TIRE HYDWNT S STA S STATION 4 4, THE COMPACTOR SHAM PROTECT EXISTING DRVWEIl. AND DRAMNCE STRUCTURES FROM SOIL INFILMANON. THE CONTRACTOR SIMIl CILJN ALL Sheet No. 04: GR H HM S SW s sQUAREx I STRUCNRES SUBIECT TO SOIL INFlUPATION 0.S A RESULT OF THE CONTRMCOORS WORK ANTI SUCH CLEANING SHALL BE S IWY H HIGHWAY T M S TEMPMART' BENCH MASK 5 5. WHERE EXISTING PIPE IS EXPOSED DURING CMETTJCTION ACIMIIES THE COMPACTOR SHALL INSTALL MD COMPACT BEDDING MATERAL M SPECIRED I.E. IN. I INCHES T T.O.W. T TOP OF ANAL IN SECTION 02221. Sheet No. 05: FEET R RP' W WEST 6 6. THE CONTACTOR SHALL MAINTAIN ON SITE A SET OF PLANS FOR THE SOLE PURPOSE OF ACCURATELY AND PROMPRT RECORDING ALL CHANGES THE WORK AS IT PROCEEDS THE SLING UEMTES, SRUCNRES AND Sheet No. 06: IMPROVEMENTS ENCOUNTERED IN THE WORK SHALL ALSO BE ACCURATELY RECORDED. MONTHLY AND RI PAYMENTS MAY BE WITHHELD UNTIL RECORD DPAWIN. INFORMATION IS BROUGHT UP TO ANTE. %NA PAYMENT WILL NOT BE REIEiSEO UNTIL TIE CONTRACTOR'S RECORD DRAWINGS LEGEND ME SUBMITTED TO WE ENGINEER AND ACCEPTED. T. ARWDONMENT OF 3- AND LARGER WATER SEWER BRAIN OR OTHER BURIED PIPE SHALL MEAN PLUGGING WITH CONCRETE ALL PIPE WHERE CUT OR EXISTING PROPOSED EXISTING PROPOSED BROKEN OPEN (INCLUDING BUT NOT NECESSARILY U ITED TO OPEN PIPE ENDS EXPOSED WANG CONS SUCTION), OR REMOVAL OF TIE PIPE FROM THE GROUND. AL. CONCRETE PLUGS SHALL FULLY SEAL THE OPENING, SIMLL EXTEND AT TEAM 1 FT. ENO THE PIPE FROM THE OPENING, AND SURFACE SHALL EFFECTIVELY PREVENT —HE SUBSIDENCE OF SOIL ABOVE TIE PIPE OPENING. p GR."IRT -EDGE � B. POTHOUNG SMALL OCCUR PRIOR TO INVALLLATRIN OF WATER MAN AND IS CONSIDERED INCIDENTAL TO THE PROIEC'T AND NO MDTHONA PAYMENT WILL BE MADE CONCRETE -EDGE RD) A IeR ARR -- ,� 9. CONTRACTOR SFWL MAINTAIN ACCESS TO ALL PROPERTIES. _ _ - -� TREE/SHRUB �- WATER MAIN NOTES -- CURB __ ___! 1. UNLESS SPECIFICALLY rll1ID OBIT UTHERNSE ALL NEW WATER MAN PIPE SHALL BE DUCTILE IRON. ALL WATER PIPE MALLER SMALL. 1BE DAMETER SREWAU( - SHAH BE PRESSURE CLASS 2C DLCTILL IRON IN ACCORDANCE WITH AMA C150. WATER PIPE 12' DIAMETER Mp SMALLER SHALL BE PRESSURE Q CU55 J50 DUCTILE IRON IN ACCORDANCE WITH AMA C150. : CREEK/DRCH . - — 2. ALL PIPE JOINS, . MERE AND MPUNTORY. T RUST BE RES SMALL JOINT. THRUST BLOCKS E NOT ANTIWAR UNLESS SPECIFICALLY SHOWN oLnNl FENCE --� -X— ON THE DRAWINGS. WHERE THEY ME MANDATORY. THRUST BLOCKS 6FM11 BE POURED IN PEACE SEE DETAIL ON SHEET O6. - - -- -- _ _ N N 3. NEW WATER MANS SHALL BE INSTALLED WITH A MINIMUM 10 FT HORIZONTAL SEPARATION FROM EXISTING SEWER MAINS. ,.p SURVEY 4. THE ENGINEER MAY ADJUST PIPE ALIGNMENTS AT HIS DISCRETION IN THE FIELD TO BETTER REFLECT FIELD CONDITIONS AND REDUCE U UTY N SUMEY CENTERLINE - -- INTERFERENCE A )It CONTOUR - - - - - - - 5. CONNECTION DETAIS AT EXISTING MANS ME WED M THE OEM INFORMATION AVAILABU REGARDING SIZE, TYPE AND LOCATION OF EXISTING PIPE AN IMINGS. THE CONTRACTOR SHALL EXCAVATE AND EXPOSE EXISTING PIPE WHERE NEW MANS ME TO BE CONNECTED, PRIOR TO STARTING WORK ® CONTOUR (INDEX) ---- ),OTO- - - - - -- IN THE AREA TO CONFIRM LOCATION, DEPTH. TYPE AND SIZE OF EUMMIG ITEMS IN ORDER TO CONFIRM FITTINGS AND COUPUNDS TEILIKED, AND TD PROPERTY LINE DETERMINE PROPER GRADE FOR NEW MAN LNSTAWTON THE CONDUCTOR SHALL HAVE THE PROPER MATERIALS ON HAND PRIOR To INTERRUPTING SERVICE, AND SHALL ORGANIZE AND PERFORM HIS WORK TO MINIMIZE INTERRUPTIONS. N RIGN-OF -WAV ALL NEW PIPE SMALL HAVE A MINIMUM DEPTH OF 4.0' TO SHE TOP OF PIPE UN OTHERWISE SHOWN OR NECESSFATED BY FIELD CONDITIONS WITH ENGINEER'S APPROVAL DEPTH OF EXISTING WATER MANS MAY VMY. VFNIIGL ANTI /OR HORIZONTAL ADIUSNENS USING EL-11 ) AND PIPE UTILITIES SPOOLS) TO CONNECT TO IXISIING MANS ME ANTICIPATED BUT NOT SHORN ON THE DETAILS. ALL FITTINGS SHOWN W THE DETAILS SHALL BE INCLUDED IN THE BID ITEM FOR THAT DEAL FITTINGS NOT SHOWN IN THE DUMB SHALL BE PAD FOR UNDER SEPARATE BID ITEMS. = STORM DRNTAGE - - 8- 50(PVC)- - 7. ALL WATER MANS SHUT BE INSTPLIID ON A STRAIGHT MADE IN SUCH A MANNER M TO AVOID INTERMEDIATE NIGH POINTS. ® - GRAVITY SEWER - - B "SS(PVC)- - -O. WATER - - BN10 -)- - —24�W— & POSSIBLIE BLOCKS ICE. LOCATION, AVOIDING SIZE OF EXISTING THE SST URCKS IS S UNKNOWN. THE CONOLALTM SHALL PROTECT AND MAINTAIN IXIBUNG C- TFLLPHONE (BURIED) - -eT- - - U. WHENEVER MULTIPLE ELBOWS ME USED TO ACHIEVE A SINGLE BEND THEY SHALL BE FLANGED TOGETHER. CABLE N (BURIEB) - -STV - - - 10. WATER MANS CROSSING SEWERS (MANS OR SERVICES) SHALL BE WD ABOVE THE SEWER TO PRORDE A MINIMUM VERTICAL D19MCE OF 18 INCHES POMER (BURIED) - -Up- - - BETWEEN THE OUTSIDE OF THE WATER MAN AND THE .OUTSIDE OF THE SEWER. AT CROSSINGS, ONE TILL LENGTH OF WATER PIPE SHALL BE D ) LOCATED SO BOTH JOINTS TILL BE AS FM FROM THE SEWER M POSSIBLE. IF THIS VLRI SEPARATIDN IS NOT POSSIBLE OR WHERE THE WATER CAS (LISP MEE) - - -2'G - FERN MUST CROSS UNDER A SEWER THE CONTRACTOR SHALL PROVIDE AND INSTALL A SLEEVE MOUND THE WATER PIPE OR THE SEWER PIPE EIENM2SH. OW �ELEVATON /SECTION /DEAL TIME TAL NUMBER / A CTION DETAIL — PIPING AND EOUIPMENi 0 3 BER RANT - ELEVATION / SECTION /PEAL APPEARS ON g 11. TEST PRESSURE SHALL BE 200 PSI. MINIMUM DURATION SMALL BE 2 HOURS. SEE SECTION DOW. 12. WATER MAN TE INS SHALL BE COMPLETE] IN ACCORDANCE WITH VERA WATER AND POWER REQUIREMENTS. 13. ALL VALVE BOXES SHALL BE ADJUSTED TO FINISH GAME. 14. ALL 20' PIPE REQUIRED TO CONSTRUCT THE PROJOCT INCLUDING 20' PIPE SHOWN IN CONNECTION DETAILS SHALL BE PAD FOR UNDER THE 2D' WAITER PIPE BID HEM. 15. FITTINGS NOT SPECIFICALLY SHOWN IN CONNECTION DETALS MIGH ME RLQUIRED TO CONSTRUCN THE PROJECT, AS APPROVED BY THE ENGINEER, WILL BE PAD FOR UNDER SEPARATE BID HEIRS. Eo .� PHASING NOTES S PHASING OF SCHEDULE B WORK STALL BE IN CONJUNCTION WITH PHASING OF TINE OVERALL PROTECT. GENERAL PHASING DELINEATOR FOR SCHEDULE B WOPo( IS SHOWN ON THE WATER MAN PROFLEE. ALL WORK TOR A SINGLE PARSE SFALL BE COMPLETE INCLUDING RA'IERIOLOGICA TESTWG, PRESSURE TESTING, ALL REQUIRED TIE -INS AND THE INSTALLED WATER MAN BROUGHT INTO SERVICE PRIOR TO BEGINNING TIE NT CONSECUTIVE PHASE VIA VARELA AND ASSOCIATES, INC. ENGINEERING AND MANAGEMENT PROJECT LOCATION, LEGEND, ABBREVIATIONS, NOTES, INDEX WATER MAIN REPLACEMENT- EVERGREEN ROAD 19TH AVE. TO 23RD AVE. WATER MAIN REPLACEMENT EVERGREEN ROAD 24TH AVE. TO 27TH AVE. WATER MAIN REPLACEMENT - EVERGREEN ROAD 29TH AVE. TO 32ND AVE. WATER MAIN REPLACEMENT -32ND AVE. DETAILS TO REPUBLIC A 1 OWNPORT } yA ER P VNIEY EKE - - ��,E: BEM NO., 1 'I f I- � I `y - FVERCREEND: Ht l ��IJI.LLJL illiIJIJLWX1- 19L�I -_ GNr m sq°r°" Y°G SCHEDULE B: TRANSMISSION MAIN _ 4/1//12 DNpwMml M PoMM wNr. �e I1"MS Y WA TED Project Location, Legend, Abbreviations, Doc - ar.n I� r 1� (TEED) n1 -1ooD Notes, Index A )It CONTOUR - - - - - - - 5. CONNECTION DETAIS AT EXISTING MANS ME WED M THE OEM INFORMATION AVAILABU REGARDING SIZE, TYPE AND LOCATION OF EXISTING PIPE AN IMINGS. THE CONTRACTOR SHALL EXCAVATE AND EXPOSE EXISTING PIPE WHERE NEW MANS ME TO BE CONNECTED, PRIOR TO STARTING WORK ® CONTOUR (INDEX) ---- ),OTO- - - - - -- IN THE AREA TO CONFIRM LOCATION, DEPTH. TYPE AND SIZE OF EUMMIG ITEMS IN ORDER TO CONFIRM FITTINGS AND COUPUNDS TEILIKED, AND TD PROPERTY LINE DETERMINE PROPER GRADE FOR NEW MAN LNSTAWTON THE CONDUCTOR SHALL HAVE THE PROPER MATERIALS ON HAND PRIOR To INTERRUPTING SERVICE, AND SHALL ORGANIZE AND PERFORM HIS WORK TO MINIMIZE INTERRUPTIONS. N RIGN-OF -WAV ALL NEW PIPE SMALL HAVE A MINIMUM DEPTH OF 4.0' TO SHE TOP OF PIPE UN OTHERWISE SHOWN OR NECESSFATED BY FIELD CONDITIONS WITH ENGINEER'S APPROVAL DEPTH OF EXISTING WATER MANS MAY VMY. VFNIIGL ANTI /OR HORIZONTAL ADIUSNENS USING EL-11 ) AND PIPE UTILITIES SPOOLS) TO CONNECT TO IXISIING MANS ME ANTICIPATED BUT NOT SHORN ON THE DETAILS. ALL FITTINGS SHOWN W THE DETAILS SHALL BE INCLUDED IN THE BID ITEM FOR THAT DEAL FITTINGS NOT SHOWN IN THE DUMB SHALL BE PAD FOR UNDER SEPARATE BID ITEMS. = STORM DRNTAGE - - 8- 50(PVC)- - 7. ALL WATER MANS SHUT BE INSTPLIID ON A STRAIGHT MADE IN SUCH A MANNER M TO AVOID INTERMEDIATE NIGH POINTS. ® - GRAVITY SEWER - - B "SS(PVC)- - -O. WATER - - BN10 -)- - —24�W— & POSSIBLIE BLOCKS ICE. LOCATION, AVOIDING SIZE OF EXISTING THE SST URCKS IS S UNKNOWN. THE CONOLALTM SHALL PROTECT AND MAINTAIN IXIBUNG C- TFLLPHONE (BURIED) - -eT- - - U. WHENEVER MULTIPLE ELBOWS ME USED TO ACHIEVE A SINGLE BEND THEY SHALL BE FLANGED TOGETHER. CABLE N (BURIEB) - -STV - - - 10. WATER MANS CROSSING SEWERS (MANS OR SERVICES) SHALL BE WD ABOVE THE SEWER TO PRORDE A MINIMUM VERTICAL D19MCE OF 18 INCHES POMER (BURIED) - -Up- - - BETWEEN THE OUTSIDE OF THE WATER MAN AND THE .OUTSIDE OF THE SEWER. AT CROSSINGS, ONE TILL LENGTH OF WATER PIPE SHALL BE D ) LOCATED SO BOTH JOINTS TILL BE AS FM FROM THE SEWER M POSSIBLE. IF THIS VLRI SEPARATIDN IS NOT POSSIBLE OR WHERE THE WATER CAS (LISP MEE) - - -2'G - FERN MUST CROSS UNDER A SEWER THE CONTRACTOR SHALL PROVIDE AND INSTALL A SLEEVE MOUND THE WATER PIPE OR THE SEWER PIPE EIENM2SH. OW �ELEVATON /SECTION /DEAL TIME TAL NUMBER / A CTION DETAIL — PIPING AND EOUIPMENi 0 3 BER RANT - ELEVATION / SECTION /PEAL APPEARS ON g 11. TEST PRESSURE SHALL BE 200 PSI. MINIMUM DURATION SMALL BE 2 HOURS. SEE SECTION DOW. 12. WATER MAN TE INS SHALL BE COMPLETE] IN ACCORDANCE WITH VERA WATER AND POWER REQUIREMENTS. 13. ALL VALVE BOXES SHALL BE ADJUSTED TO FINISH GAME. 14. ALL 20' PIPE REQUIRED TO CONSTRUCT THE PROJOCT INCLUDING 20' PIPE SHOWN IN CONNECTION DETAILS SHALL BE PAD FOR UNDER THE 2D' WAITER PIPE BID HEM. 15. FITTINGS NOT SPECIFICALLY SHOWN IN CONNECTION DETALS MIGH ME RLQUIRED TO CONSTRUCN THE PROJECT, AS APPROVED BY THE ENGINEER, WILL BE PAD FOR UNDER SEPARATE BID HEIRS. Eo .� PHASING NOTES S PHASING OF SCHEDULE B WORK STALL BE IN CONJUNCTION WITH PHASING OF TINE OVERALL PROTECT. GENERAL PHASING DELINEATOR FOR SCHEDULE B WOPo( IS SHOWN ON THE WATER MAN PROFLEE. ALL WORK TOR A SINGLE PARSE SFALL BE COMPLETE INCLUDING RA'IERIOLOGICA TESTWG, PRESSURE TESTING, ALL REQUIRED TIE -INS AND THE INSTALLED WATER MAN BROUGHT INTO SERVICE PRIOR TO BEGINNING TIE NT CONSECUTIVE PHASE VIA VARELA AND ASSOCIATES, INC. ENGINEERING AND MANAGEMENT PROJECT LOCATION, LEGEND, ABBREVIATIONS, NOTES, INDEX WATER MAIN REPLACEMENT- EVERGREEN ROAD 19TH AVE. TO 23RD AVE. WATER MAIN REPLACEMENT EVERGREEN ROAD 24TH AVE. TO 27TH AVE. WATER MAIN REPLACEMENT - EVERGREEN ROAD 29TH AVE. TO 32ND AVE. WATER MAIN REPLACEMENT -32ND AVE. DETAILS TO REPUBLIC A 1 OWNPORT } yA ER P VNIEY EKE - - ��,E: BEM NO., 1 'I f I- � I `y - FVERCREEND: Ht l ��IJI.LLJL illiIJIJLWX1- 19L�I -_ GNr m sq°r°" Y°G SCHEDULE B: TRANSMISSION MAIN _ 4/1//12 DNpwMml M PoMM wNr. �e I1"MS Y WA TED Project Location, Legend, Abbreviations, Doc - ar.n I� r 1� (TEED) n1 -1ooD Notes, Index EIENM2SH. OW �ELEVATON /SECTION /DEAL TIME TAL NUMBER / A CTION DETAIL — PIPING AND EOUIPMENi 0 3 BER RANT - ELEVATION / SECTION /PEAL APPEARS ON g 11. TEST PRESSURE SHALL BE 200 PSI. MINIMUM DURATION SMALL BE 2 HOURS. SEE SECTION DOW. 12. WATER MAN TE INS SHALL BE COMPLETE] IN ACCORDANCE WITH VERA WATER AND POWER REQUIREMENTS. 13. ALL VALVE BOXES SHALL BE ADJUSTED TO FINISH GAME. 14. ALL 20' PIPE REQUIRED TO CONSTRUCT THE PROJOCT INCLUDING 20' PIPE SHOWN IN CONNECTION DETAILS SHALL BE PAD FOR UNDER THE 2D' WAITER PIPE BID HEM. 15. FITTINGS NOT SPECIFICALLY SHOWN IN CONNECTION DETALS MIGH ME RLQUIRED TO CONSTRUCN THE PROJECT, AS APPROVED BY THE ENGINEER, WILL BE PAD FOR UNDER SEPARATE BID HEIRS. Eo .� PHASING NOTES S PHASING OF SCHEDULE B WORK STALL BE IN CONJUNCTION WITH PHASING OF TINE OVERALL PROTECT. GENERAL PHASING DELINEATOR FOR SCHEDULE B WOPo( IS SHOWN ON THE WATER MAN PROFLEE. ALL WORK TOR A SINGLE PARSE SFALL BE COMPLETE INCLUDING RA'IERIOLOGICA TESTWG, PRESSURE TESTING, ALL REQUIRED TIE -INS AND THE INSTALLED WATER MAN BROUGHT INTO SERVICE PRIOR TO BEGINNING TIE NT CONSECUTIVE PHASE VIA VARELA AND ASSOCIATES, INC. ENGINEERING AND MANAGEMENT PROJECT LOCATION, LEGEND, ABBREVIATIONS, NOTES, INDEX WATER MAIN REPLACEMENT- EVERGREEN ROAD 19TH AVE. TO 23RD AVE. WATER MAIN REPLACEMENT EVERGREEN ROAD 24TH AVE. TO 27TH AVE. WATER MAIN REPLACEMENT - EVERGREEN ROAD 29TH AVE. TO 32ND AVE. WATER MAIN REPLACEMENT -32ND AVE. DETAILS TO REPUBLIC A 1 OWNPORT } yA ER P VNIEY EKE - - ��,E: BEM NO., 1 'I f I- � I `y - FVERCREEND: Ht l ��IJI.LLJL illiIJIJLWX1- 19L�I -_ GNr m sq°r°" Y°G SCHEDULE B: TRANSMISSION MAIN _ 4/1//12 DNpwMml M PoMM wNr. �e I1"MS Y WA TED Project Location, Legend, Abbreviations, Doc - ar.n I� r 1� (TEED) n1 -1ooD Notes, Index GNr m sq°r°" Y°G SCHEDULE B: TRANSMISSION MAIN _ 4/1//12 DNpwMml M PoMM wNr. �e I1"MS Y WA TED Project Location, Legend, Abbreviations, Doc - ar.n I� r 1� (TEED) n1 -1ooD Notes, Index GENERAL NOTES: NOTES: 1. INSTALL VERDCAL BENDS AS REQUIRED TO 3, THE CONTRACTOR MAY ENCOUNTER AN UNKNOWN NI CONNECT SI—GES TO NEW MAN IN ACCORDANCE N1 PRIMCE TEMPORARY PIPING /RESTRNNT/ETC. TO ACCOMMODATE GRADE BREAKS. NUMBER OF 4'f DIAMETER ST03- NODS BELOW WITH DETAIL 1/06 AWNTAN SERWCE TO EXISTING 5" /3" PIPE IN GRADE IN THE AREA OF 23RD AVE AND EVERGREEN. ACCORDANCE WITH VERA WATER & POWER 2. ALL WATER MAIN JOINTS AND CONNECTIONS SHALL BE THIS IS BASED ON UNCONRRMED REPORTS OF N2 PROVIDE TEMPORARI' SERVICES AS NECESSARY IN REQUIREMENTS. ONCE 20' WATER MAN IS INSAUID RETRAINED JOINT. SIMILAR ENCOUNTERS DURING CONSTRUCTION OF A 7 T ACCORDANCE w/VERA WATER AND POWER STANDARDS. AND TESTED, REMOVE TEMPORARY PIPING AND _Q PREWOUS SPOKANE COUNTY SEWER PROTECT IN THIS �y THIS WORN IS CONSIDERED INCIO— AND ND CONNECT EXISTING 61/81 WATER MAN TO THE NEW AREA F ENCOUNTERED THE PROCEOURE SHALL BE I AOOTRONAL PAYMENT WILL BE MADE 23' WATER MAN AS SHOWN 0 EO 1 100 III FIXN THE CONTRACTOR TO CUT AND DISPOSE OF THE IJ I RDD(S) AS NECESSARY FOR INCTALANDN OF THE NJ ONCE TECTING IS COMPLETE R.— AND DISPOSE NS PFOWDE TEMPORARY END CAP AND RESTRAINT ON I < I G Q WATER MAIN, THIS COST IS CONSIDERED INCIDENTAL IIl, Q I OF 10'xe'IXISIIN6 TEE INSTALL 10" PIPE ANO EXISTING 4' PIPE DURING INSIAiIATON OF 201 a TI 3 I 1b THE PROJECT AND NO PDWITONAL PAVMEM SHAT u LOUP.. AS SHOWN. GONNECT 20' MAN TO WATER AWN. ONCE 20" WATER MAN I$ WSfAI l m o e O HN.... N SHAL BE AND TESTED, REMOVE END CAP AND RESRWNi ANO I M I a C, BE ME. 3 VI EXISTING 6 MAIN AS SHOWN 6 MN N1 NZ I m N I� N INSTALLED BELOW THE 10 MAN INSTALL VEROCAL CONNECT MISTING 4 WATER MAN TO RTE NEW 20 N Ni XT O 1 I I BENDS AS REOUNED WATER SHOWN I t5 �- EVERGREEN RD ;,... I -h T R1 x2 EVERGREEN RD NI xz i rp -s`' ) 1 \ q GI ._:9T -_rain -- G (PVC).. _ -, - -. 017.. v- _- - ._._ _ � 2D'W~,s - -1 -�.. `� b=sd -- L =wa I =-"a, T N NII N2 H NI N2 I N1 N2 02 N1 N2 02 I _I Nl N2 NI N2N 113 DZ 02 I I NI N2 f Z 61 CPLG 1D" CPLG 61 CPLG j c11� x6 el 6• NJ ml Dw aw law (s2) 10' CPLG' — — `j lD' CPLG 101 CPLG 10" CPLG la" CPLG 10"W (SR) -- Wow IOw law _SR) IOw IDw 10w (S1L) 10'W 10W tow (STL) REMOVE & DISPOSE OF EXISTING RUST BLOCK -MJ 20' dDMTER. 20'.6' TEE ALL R B' RSGV, 20w 01 20w 01 TH NS AND BLIND FLANGE IT z 7 T / //r �20' BFV. FIXFL 20w MIT 20 (0) l /WW1 I /1 20w 01 20W 01 20'N! (01) LIw q XT TEE, EE 201Y DI M 20- DI . �J7T1"L. fffJlll l,�ll --11 //1/`11 6 NSGV, FT.FL TT 20.6' TEE. MJxFL 20.6' TEE. MIVfL 20'.fi1 TEE. W.H. J p. �� y 201.6" TEE, W.F- 20w -y 20w DI 20R 20• PI]MTER. g SEWER MN l a 4S. FIxMI P rnyyi c9 ETaMJ B1x41 FED.. FLxFL 6" RSGV. FLPMJ 8' RSGU. FISW nR P 4" RSGV, FLrMJ ti• ADA'IFIN, FLxMJ m 6° 45, MJaMJ 9'q., - PR6ERVE EXISTING o oe�r''r�' mpv sA THRUST BLOCK ® 41 GPLG OB' GPLG III O6" OPEC ---- - - - -_- 6'55 - - - -__ -- 3, �r 3 B "CPLG N4 ONE �Ih AT F SIZEI �11 CONNECTION DETAIL �2, CONNECTION DETAIL 3 CONNECTION DETAIL a CONNECTION DETAIL %s1 CONNECTION DETAIL IF NOT ONE INCH SCALE ACCORDINGLY 02 N.T.S. 02 - _ N.TS. 02 NT.S. I .a_`EOSTNG GRADE e...... -_ _. _.._...e.__ I I ...- - I FROM STA �� SEE STREET PLANS 2100 - - -_ -. .- _ _ __._- - -_ -__- . 2100 PHA6E{ _� ..�..__ NAIMAN UP GRMIEM SLOPE � � �- _.__.- I.____.__- CONNECTION DEAL 2090 -. _ - - -- - '- - -. -__ - " - -_ -. -- __ _. _._. __. _.__ _ -_- __- 090 -_ _ _ _a I U. - B - - -- -- I 2080 - -- _ -- J._ L .. ?- -- _c -_11 .- -. ... - L____- - �._ii LI _ — -- -- 4- P� __ 080 1 20 ' WATER N I I � � �i la� -- _ - -_ -- - - _ II , LL_ ILL 2 _ I -- G WATER PAIN NOT SHOWN ti III II L II 2070 I I � � I I E%SRN 1 � I 2070 2060 —_. - ------ __- 2060 o IB +00 19 +00 20 +00 21 +00 11 +00 23+00 24 +00 25 +00 26 +00 27 +00 28 +00 29 +00 30 +00 31 +00 32 +00 33 +00 CALLBEFOREYOUOIG 1-RD6N245655 REWSIONS G11 A fipokon V.k nn[ Navx o SHOO VARELA AND ASSOCIATES, INC. D,A Wpm SCHEDULE B: TRANSMISSION MAIN ENGINEERING AND MANAGEMENT je"', _W 99Dfi 19THAVE.T023RDAVE. W m �x EVERGREEN RD. EVERGREEN RD. w —7. M W------ MI N2 N3 10' TEE, Md.M (R)IO. C IS, lH- N-1 RED. -1 20, M.S. A11 FL -21'ADAPTEl, -Ml NOTES: 2D' ADAPTFF. �MJ CONNECT SWCEB) TO NEW MAIN IN ACCORDANCE o SIT ISO WITH .-I I/os 20'W (DIT) 20'N (DI) ETV, RxFl N2 P—E NECESSARY IN ACCO DANCE /VERA WATER AND POWER STANDARDS. ACCORDANCE A. -mj THIS WORK IS CNEIDERED INCIDENTA- AND NO 20' SPY, �R- 20" ADAPTER• — 0- RsOv. lor cp� 20'.10' RED. � I &V G- 10' RSGV. fl,W low IG'W �21' ADDrftGML PAYMENT WLL BE WE 20-W (DI) 20-W (DI) i HOMZGW& BENDS AS REQUIRED PROVIDE TEMPORARY END CAP AND �ff. .%1- FEE, - I AFTER IN—D � —N., R.- -PONARY PIPING AND WE CONNECTION AS SHOMIN S' RSGV, FL.Md ® REMOVE AND DISPOSE OF EIDST]NG RESTRAINT, CONNECT TO DEAD END NAN To' F, MJPl 20".6' TEL ./MRTST BLOCK J-M 21-1 (DO L'YRE GENERAL NOTES: 1. INSlAil VERTIM SON AS REBURIED M ?"I", "� XCOMMODATE GRADE SPEAKS. cwo/' W (E)la- CPLG of -- -1—. SEE DETAIL z I WATER AWN JOINTS AND CONNECTIONS SMIl M RESTRAINED JOIM. ONE INCH 02560 -5 PAYMENT FOR HYDRANT ASSEMBLY WLL HE ODE UNDER SEPARATE BID DEM Z CONNECTION MAIL N.T.S. CONNEMON MAIL W.T-s- 2100 "Too- -ZQBO— :LHAR�2 i 1 I_AT FALL 512E NOT DHE INCH CONNECTION MAIL N.T.S. _E ACCCRBIN- — 211111 v Ill- AM SEE STREET PLANE IIXISTING GRAI E 2090 2090 - — 2070 IXISRNG GM)E IT CRADE. sulm PUB 2010 2060 II MIN NOT SHOWN OUNG WATER 2070 2060 N3 2060- 2040 - 2050 V 0' WATER ON 2040 2050 - --- --- -----7�2030 36+00 37 +00 J8+uu 39+00 4U+UU 41+UU u... 43 +00 44400 46+00 47+00 4R +QD 49 +00 CALL BEFOREYOU DIG 1-801142455fi5 REVISIONS VARELA AND ASSOCIATES, INC. !I I I INEERING AND MANAGEMENT 1 - I=— D';,-'° - .. SCHEDULE B: TRANSMISSION MAIN I.- A— .. H. WSKNIE Y�l W, IN. 24TH AVE. TO 2TM AVE. 3 W, I ENGINEERING -).-v000 �I I I I I I I NI 6• CPLG el V6" RSGV, Fl,IMJ 20116' TEE, MJY 2Dw DI 20w DI %11 CONNECTION DETAIL Qq N.TS. SEE SHEET 05 EVERGREEN RD. \ ��, , EVERGREEN RD .—T_ I I I I Q I I � I 0 31 ml I N1 0 2Uk6" TEE, ALL MJ 420w 01 .w DI �GONNECTION DETAILDETAIL 04 n.T.S. �- 2 \ 3 04 � I 4 I ! m Ilf GENERAL NOTES: DImL� 1. INSTALL VEFnCAL BENDS AS REGUIREO TO SLNE 20' TEE. WJ ° ACCOMMODATE GRADE BREAKS a 2. ATL WATER MAIN JOINTS AND CONNECTIONS 20• RW. F1,IFL SHALL BE RESTRAINED JOINT. 20 NOTES: 20w (DI) Nl REMOVE ONE DISPOSE OF IXI1 6ESINNiT. T \\ CONNECT TO DEAD END MAN `MJ PLEE �31 CONNECTION DETAIL — � IXISTING GRADE 2050 s 9NI GRADE. 2040 I s I - BEE.'SINEEf 2040 I 3 {( I` PARE 1 2030 2030 IGRADIENT FROM STA 55+00 TO 59 +00 2020 MAINTAIN UP ._— 2020 by 1 20 WATER MMN I 2010 - - - - - - 2000 - -- — — — 2000 IF NOTT SCALE ACCORGNCLY n i r 49+00 50 +00 51 +00 52 +00 53 +00 54+00 55 +00 56 +00 57 +00 5a +00 59 +00 50 +00 61 +00 62+00 63 +00 CALL RFFORFYOU OTC, 1- 8042 5:5.5 VARELA AND ASSOCIATES, INC REVISIONS �aTW�Ea CMT N SRM�mH YaM/ AS SHOWN 4/1 >/12 WATER Ul DepaHm.d M wMM wa,a SCHEDULE B: TRANSMISSION MAIN wREe g - '3^O 11TOT [uN spmpu ArwuY, Sun. loe �0 �1 ENGINEERING AND MANAGEMENT �IQ 28THAVE.T032NDAVE. ryp n 00� � of 10' CPLO N1 NOTES: N1 PROVIDE TEMPORPRY END CAP AND RES WUNT. AFlER INSTATIhTION k 10° R ,w TESTING, REMOVE TEMPORARY PIPING AND ME CONNEDTON AS SHOWN 2O xt0° RFlI. FTxR SEE SHEET 04 20" TEE ALL n p 20-W /THRUST BLOCK AND TIES i R 20" ADAPTER FLxMJ r I r •: m C� IJy I 1 T t Z P '. i % t n 10'x15' FEO. FtalbJ IT I 2455._ - -_ - - - -- -24'55 _.. 32ND AVE _ lodes 5 18' CROSS, TILL R I6• BN, FI.MJ — C I I .u,. 16 ADAPTER, FTxEU —•- - 2 _ d I0'W 10w 16w _ 1fiw I0'wIPVC)v� � 10 w�P - IS1sTL - _t-- 10 °w(P ✓c] �:. -� �- _ _ _� ;. _ tow Pvc�" � 1��.� T �.:( i r✓r +9—zzA � air, ' �� a d . -•__ X14 � _ _ _/-� —� Nt 10° CPLC � g 0' RSG, FIaMJ w/IHRUST BIDCK �16 "x6" RED. 6'W VW n T 6' ASGV 04 1 05 j y L e 6' 9P EL FLvMJ T-LT J, b° CPLG Nl w/DIRUSf BLO(X �1 GENERAL NOTES: of 1. NSTAIL VERT1G BENDS AS REQUIRED 10 AOLOMMODATE GRADE 65EV(S. 2. ALL WATER MAN JOINTS AND CONNECTIONS %71 CONNECTION DETAIL SHALL BE RESIRNNED JOINT. TJO N.TS 2040 2040 PHASE2 PHASE 3, I 2030 2030 FINISH E, IXISIING GRADE f SEE 2020 02 - - - -- i II 2010 . -- ------- ...__._ 20,0 II - - -- 20" WATER MN --- I -- I___ ____ _____ __ 1_- ___JL� — 2DOO __L. — - - -- -- - - - -7- mm 4= —� —... 1990 G : ONE INCH ANOT DNE 11—Y scnLE AccoF T 63 +00 64 w +00 65 +00 66 +00 67 +00 68 +00 69 +UO 70 +00 CALLBEFORE YOU DIG 14004243555 VARELA AND ASSOCIATES INC REV1sTDNS /� aWNR mAD� 5 a,.NDN CMY =1 5p-- v-q AS SHOWN 4/1]/12 WAIfA pRoHind =I I46,=W =55 SCHEDULE B: TRANSMISSION MAIN w Q II]6] Eml bq=6u qrw, 9iN= la ®m "` - mwnW � ENGINEERING AND MANAGEMENT j�►iley �aAxA�_aa5 32ND AVE. s 6 e mm eISRIMG ON �UMISRIRNU) FMBI TEE REDUCING IN LINE REDUCER *MIN. RESTRAINED MJ FOR TEES W1M FlANGED VPEVE(S) ON RUN. INSTALL 2-j5 EPDXY COATED REBAR AROUND FITTING FOR LATERAL RESTRAN . BARS SHALL MIN. 3 BE HOOKED AND SET 1B' CONC. IN WHIG. M SNUG COVER � ON FITTING AND UP. CAPPED END CHIPS TOUCHED UP. LTA. THRU) ST BLOCK LAYOUT FOR HORIZONTAL PRESSURES 45' MAX SLOPE AT TOP AND CRITERIA FOR OF CONON BLOCK � HORIZONTAL ,3 BENDS 'h' IS HART OR - I) OWL TO O ONE ONE C CN AV .TS' MIN. Fit T ° THAV. N Y!' SKI. ES GREATER IRAN 'h' BUT <E55 iNW 2 45 MN A= BEARING -�sl A . MU SECTION —A 7H RUST BLOCK HORIZONTAL BENDS HORIZONTAL GENERAL NOTE: ELBOW 1. THIS DETAIL TRAMING THRUST T BLOCK LE FOR PRONGS ADEQUATELY ALL END TYPES. 2 SEE CONCRETE IMRUST BLACKS SHALL BE REQUIREMENTS CDNSONOATED - PLACE. J. SEE TABLE FOR MINIMUM RFAgING AREA PEOUIRFAIEMS_ (DETAIL 02560 -3) n2560 -1 RUST BLOCKS TEES,_ REDUCERS, LA`.AAJV- I ENDS AND ELBOWS (SEE SECTION 02550) NOTES: ry1 FILL ALL VOIDS BETWEEN FORMED ryl N2 CONCRETE BLOCK AND NJ UNDISTURBED EARTH WITH COMPACTED GRAVEL O 4 MOW COATED 15 RARE (I ON EACH —1), FR SNUG AROUND FTIRNGS. Ty�Y7 N _ O FORM MIG PU TO — F TURE RETA- N4 OF VALVE OF PIPE. SET INTO CONCRETE (18' MIN.) ai 'Ir 66 NS STANDARD MOM (MIN. J' CONCRETE COYER ALL MOUND). N6 N• N8 FORMED CONCRETE BLOCK (1' -6 NIN) NNW = BEARING AREA (CALCULATED FOR EACH BRANCH) CROSS NOTES: NI N2 NI VALVE N3 ry2 2 EPDXY GOADED 5 BARS FT EIEVARON SNUG MOUND FRGS. TI IFI -!11 - =1f1- N3 FORM CONCRETE MOUND J (1' -6' MIN) CAN TUBE NEMmG (11.)VPL4E5 NV " N4 STANDARD HOOKS (MIN. 3 V -6 MIN = BEARING HAW CONCRETE COVER N1 AROUND) MFA W J., I- GENERAL NOTES: NI 1. THIS DEFNL D"A" APPLICABLE FOR AIL PLAN FITITNGS OF ALL END TYPES. - 2. ALL CONCRETE iHFUST CLOCKS 6IbN1 DE ADEQUATELY CONSOUDATED IN PLACE. 1 SEE STANDARD DETAL DWG 02560-3 FOR "(!Itm1'.1,� r'. IkH7^li MINIMUM BEARING AREA REOUIREVENIS. VALVE ON RUN 02560 -1A THRUST BLOCKS CROSSES AND VALVES ON RUN (SEE SECTION 02560) "•TG (10' FROM —HART IF INSTALLED ON OW NOTES: SIZE I MAIN N1 6L(� DfXITI.ET. N9 NB ON JOINT lYPE9MAYA VARY) NOT APPUUBLE IF INSTPllEO ON GENERAL NOTES: 1. SEIMGE CONNEODON SIZE SHAL BE 1. CONTRACTOR COMPACTED FOUNDATION — N7 K C.Y. 3' M )V CLEAN GRAVEL MOUND SHALL NOTIFY THE ENGINEER IF ANY IXISIING SERVICE CONNECTION(S) ME UAGFA T1WJ 1'. BasE NO SEI ADP FLUSH IN RCADWAYS, 2- MOVE PIECE REQUIRED) GRADE IN OTHER AREAS 2. REPLACE SERVICE CONNECTION FROM NEW MAIN TO N9 FINISH GRADE JOINn N All JOINTS SHXL _ EXLSTING METER BOX. N4 ✓li 3. REMOVE AND REPLACE IXIONG LANDSCAPING AS NECESSARY FOR SERVICE CONNECTION INSTALLATION. INCLUDE ALL COST ASSOCMTED lATH REMOVAL AND T1 .._ .. REPIACENEMT OF LANDSCAPING IN TIE SERACE CONNECTION BID REM. INCLUDING REMOVAL AND RETNALEMEM OF SID. ANO CURB IF NEC. (10' FROM —HART IF INSTALLED ON OW NOTES: SIZE I MAIN N1 6L(� DfXITI.ET. NS C.I. VALVE BOX ON JOINT lYPE9MAYA VARY) NOT APPUUBLE IF INSTPllEO ON NB 75' % 4' CONCRETE BLOCK SET ON DEAN END. COMPACTED FOUNDATION N2 6'' FL x MJ (RESTRAINED MINT) N7 K C.Y. 3' M )V CLEAN GRAVEL MOUND NJ 8' M PIPE, PE A PE. LENGTH AS REQUIRED (USED JOINT IF MORE THAN 1 BasE NO SEI ADP FLUSH IN RCADWAYS, 2- MOVE PIECE REQUIRED) GRADE IN OTHER AREAS N4 FIRE HYGRANT, MJ OUTLET (RESTRAINED N9 FINISH GRADE JOINn N All JOINTS SHXL BE RESIRUNED 02560-8 FIRE HYDRANT ASSEMBLY (SEE SECTION 02560) '7 3 NOTES: N1 WATER MAIN NS CURB STOP WNH TWO PIECE PDJUSFABLE PLASTIC CURB BOX N2 CORP STOP NB COUPLNGS, EL$ AS REQUIRED NJ SE]MCE SADOIE O SETMCE PIPE, DEFM SIZE AND N1 HOPE SERWCE O MATERM VMS PIPE N2 NI N4 N5 Nl Y4" - 1N2" SERVICE CONNECTION / I \SERVICE CONNECTIONS 06 (SEE SECTION 02560) NJ.S ,T AI VARELA AND ASSOCIATES, INC. ENGINEERING AND MANAGEMENT 15 EPDXY COATED R RODS OVER MTNGS AND ETIBEWED 16' IN CONCRETE PROFILE \ e STANDARD HOOKS GENERAL NOTES: 1. PIACE CONCRETE SUCH THAT JOINTS AND JOINT ACCESSORIES ARE ACCESSIBLE FOR REPAIRS 2. TIE REQUIRED TRUST BLOCK VOLUMES MR SPECK CONNECTIONS PRE TO BE SHOM ON THE PIAN; n9. 6 INOIGAT6 6 CUM YM05 OF CONCRETE ARE REQUIRED, 3. IF NOT SHOWN ON PLANS. REQUIRED VOWMES AT FTTLNGS — BE AS INDIGTID BELOW, ANUSND IF NECESSARY, TO CONFORM TO THE TEST PRESSURE(S) STATED IN THE SPECFICAMNS. 4. VOLUMES AND SPECIAL BLOCKING DETAILS SHOY/N ON PLWS TAME PRECEDENCE OVER VOLUMES AND ME BLOCKING DETAIL SHOWN ON IRIS STANDARD OlI 5. THRUST BLOCKS FOR VEDIIGL UP -BENDS SRALL BE THE SAME AS MR HORIZONTAL BENDS. NOTES: ABOVE VOWM6 RASED ON TEST PRESSURES OF 150 p.e3. AND ME WEIGHT OF CONCRETE= 40501b. /cu.yB. TO COMPUTE VOLUMES FOR DIFFE]ENT TEST PRESSURES USE THE FOLLOWING EQUATION: VOLUME= (TEST PRESSURE /150) X (TABLE VALUE) THRUST BLOCK MINIMUM BEARING AREA" (SO. H. 9 1W PSI PRESSURE) N1 FINISH GRADE, SEE STREET PUJiS O 12' UNLESS OMFROISE SPECIFIED IN N2 EXISTING GROUND UNE OR SHEET SECTION 02ZZI, OR ON THE DRAWINGS. 0 © ©©© oAa�� O BEDDING MAIERW., a OVER SOIL, 6' 0 ®mm© N10 PIPELNE WIIIIIIII IMM© ®MIIIIIIIIIMIM� W�IIMIII©® NOTES: ABOVE VOWM6 RASED ON TEST PRESSURES OF 150 p.e3. AND ME WEIGHT OF CONCRETE= 40501b. /cu.yB. TO COMPUTE VOLUMES FOR DIFFE]ENT TEST PRESSURES USE THE FOLLOWING EQUATION: VOLUME= (TEST PRESSURE /150) X (TABLE VALUE) THRUST BLOCK MINIMUM BEARING AREA" (SO. H. 9 1W PSI PRESSURE) A SOIL BEARING MACRY IND PST PRO TO MSOFU_ GENERAL NOTES: 1. FOR PRESSURES OTHER THAN SHOWN MULTIPLY TIE WU VALUE BY A RANG OF PRESSURE OYIIi 1000 2. FOR SOIL BEARING CAPt M. " TOM 1500 PSI, MUOPLY THE TABLE VALUE OF MIN BEARING AREA REQUIRED BY A RATIO OF 150D PSF OVER ACRML SOIL REAPING cwacTrc nn�c�THRUST BLOCKS n� 560 --3 RUST BLOCKS vwvv < VERTICAL DOWN —BENDS (SEE SECTION 02560) N.LS. VGJVV-J MINIMUM BEARING AREA (SEE SECTION 02560) N. r0 NOTES: SEE SECTION 02221 N1 FINISH GRADE, SEE STREET PUJiS O 12' UNLESS OMFROISE SPECIFIED IN N2 EXISTING GROUND UNE OR SHEET SECTION 02ZZI, OR ON THE DRAWINGS. 0 © ©©© O BEDDING MAIERW., a OVER SOIL, 6' 0 ®mm© N10 PIPELNE WIIIIIIII IMM© ®MIIIIIIIIIMIM� W�IIMIII©® A SOIL BEARING MACRY IND PST PRO TO MSOFU_ GENERAL NOTES: 1. FOR PRESSURES OTHER THAN SHOWN MULTIPLY TIE WU VALUE BY A RANG OF PRESSURE OYIIi 1000 2. FOR SOIL BEARING CAPt M. " TOM 1500 PSI, MUOPLY THE TABLE VALUE OF MIN BEARING AREA REQUIRED BY A RATIO OF 150D PSF OVER ACRML SOIL REAPING cwacTrc nn�c�THRUST BLOCKS n� 560 --3 RUST BLOCKS vwvv < VERTICAL DOWN —BENDS (SEE SECTION 02560) N.LS. VGJVV-J MINIMUM BEARING AREA (SEE SECTION 02560) N. r0 NOTES: SEE SECTION 02221 N1 FINISH GRADE, SEE STREET PUJiS O 12' UNLESS OMFROISE SPECIFIED IN N2 EXISTING GROUND UNE OR SHEET SECTION 02ZZI, OR ON THE DRAWINGS. SUBGRADE SLOPE PER TRENCH O N6 BECKON M560WIRE PER SPECIFlWTONS REDOU�REMHLUORTUE O BEDDING MAIERW., a OVER SOIL, 6' N9 UIIM MARKING TAPE PER SPECIFICATIONS SECTION 02560 OVER ROCK OBODING MATERIAL N10 PIPELNE OTRENCH BACKFILL 21 TRENCH EXCAVATION 06 (SEE SECTION 02221) N.T.S. '�'^-� Gwy n spoEeM vulM oMXTe SCHEDULE B: TRANSMISSION MAIN •Tl^m°L mm FG"v'mI �I..I sIIIM �F��F• sracwe�v)AQEr_w�moF I" DETAILS E,A DRAAT� r��z CALL REFOREYOUOIG 1A004245555 SUPERIOR COURT OF WASHINGTON FOR SPOKANE COUNTY In the Matter of: ADVERTISEMENT FOR BIDS No. City of Spokane Valley Public Works Department Bid #12 -009 ) Evergreen Road Reconstruction Project AFFIDAVIT OF PUBLISHING NOTICE STATE OF WASHINGTON ) )SS. County of Spokane ) MICHAEL HUFFMAN . being first duly sworn on oath deposes and says that he is the EDITOR " of The Spokane ValleyNewsHerald ,aweeklynewspaper. Thatsaid newspaper is a legal newspaper and it is now and has been for more than six months prior to the date of the publication hereinafter referred to, published in the English language continually as a weekly newspaper in Spokane County, Washington, and it is now and during all of said time was printed in an office maintained at the aforesaid place of publication of said newspaper, which said newspaper had been approved as a legal newspaper by order of the Superior Court of the State of Washington in and for Spokane County. That the following is a true copy of a public notice as it was published in regular issues commencing on the 20th day of April, 2012 and ending the 27th da ] 's' elusive, and that such newspaper was regularly distributed to its subscribers during all of said period. ADVERTISEMENT FOR BIDS CITY OFORKSD SPOKANE DEPARTMENT SUBSC . and SWORN to before me PUBLIC WORKS DEPARTMENT BID s this 27th day of April, 2012. EVERGREEN ROAD D RECONSTRUCTION PROJECT -1ven AVE TO 32ND AVE �/ State of Washm on Notice is hereby given that the City of Spokane ,%1 i / fit Valley, Spokane a Ever Washington will accept � sealed bids forthe Evergreen Rd Reconstruo- ,.N% RAE 9t as County of Spokane tlon Prelect(16Yh to 32ndi The project oonsists A_0 of road reconstruction; sidewalk and curb work; �(j Sg10N F�'.p • •.v ,I certify that know or have satisfactory evidence that stone drain installation; waterline installation; V �V furnishing and installing crushed surlacing and 'tl '9 F ; ichael Huffman is the ersonwho a eared before hot mix asphalt paving. O tp• \ y" pp p Copies of the bid packet including specifications ' • Zie, and said person aclmowledged that he signed and plans can be obtained sttheefgceofMe Ciry ; NOTARY giis instrument and acknowledged it to be Ms free of Spokana Valley Public Works Department, at 111.7, WA99206{124n e, uite$04, Spokane i �• PUBLIC ? Z Zid voluntary act for the uses and purposes men - from 8:00 a.m. to 5:00 p.m. A non refundable A • ; �O `Zoned in the instrument. riday amount of. $50.00 is required. Copies of the bid 9 packet inclding specifications and plans may �w ••,• 5. to .15 be abteina in PDF format on a compact disc ol- • ..••• \ ``\ S at no charge. / _ All bids must be accompanied bya bid deposit �i, of WAS ��� Jolene ae Wentz in the loan of a surety bond, postal money order, cash, cashiers check, or certified check in an 1 Title: citaTy Public amount equal to five percent (5 %) of the amount of the bid proposed. Failure to famish a bid bond My pointment expires: 5 -16 -15 in compliance with the City's bid deposit sure bond form shall make the bid nonresponsive and cause the bid to be rejected. — -- Bids must be submitted in sealed envelopes addressed to the City Clark of the City of Spo- kane Valley, 11707 E Sprague Avenue, Suite 106, Spokane Valley, Washington, 99206, and received not later than 10:00 am. PSDT, Friday, May 4, 2012. Bid openings will be held immedi- ately thereafterand read aloud in the City Council Chambers, Suite 101. The City of Spokane Valley reserves the right to waive any irregularities or informalities and to reject any or all bids. No bidder may withdraw his bid after the time announced for the bid opening, or before the award and execution of the contract, unless the award is delayed for a Period exceeding sixty (60) days. Christine Bainbridge, MMC Spokane Valley City Clerk PUBLISH: Spokane April 20 and April 27, 2012 4120,4/27 ADVERTISEMENT FOR BIDS CITY OF SPOKANE VALLEY PUBLIC WORKS DEPARTMENT BID # 12 -009 EVERGREEN ROAD RECONSTRUCTION PROJECT - 16th AVE TO 32ND AVE. Notice is hereby given that the City of Spokane Valley, Spokane County, Washington will accept sealed bids for the Evergreen Rd Reconstruction Project (16th to 32nd). The project consists of road reconstruction; sidewalk and curb work; storm drain installation; waterline installa- tion; furnishing and installing crushed surfacing and hot mix asphalt paving. Copies of the bid packet including specifications and plans can be obtained at the office of the City of Spokane Valley Public Works Department, at 11707 E. Sprague Avenue, Suite 304, Spokane Valley, WA 99206 -6124, Monday through Friday from 8:00 a.m. to 5:00 p.m. A non - refundable amount of $50.00 is required. Copies of the bid packet including specifications and plans may obtained in PDF format on a compact disc at no charge. . All bids must be accompanied by a bid deposit in the form of a surety bond, postal money order, cash, cashier's check, or certified check in an amount equal to five percent (5 %) of the amount of the bid proposed. Failure to furnish a bid bond in compliance with the City's bid deposit surety bond form shall make the bid non- responsive and cause the bid to be rejected. Bids must be submitted in sealed envelopes addressed to the City Clerk of the City of Spokane Valley, 11707 E. Sprague Avenue, Suite 106, Spokane Valley, Washington, 99206, and received not later than 10:00 a.m. PSDT, Friday, May 4, 2012. Bid openings will be held immediately thereafter and read aloud in the City Council Chambers, Suite 101. The City of Spokane Valley reserves the right to waive any irregularities or informalities and to reject any or all bids. No bidder may withdraw his bid after the time announced for the bid opening, or before the award and execution of the contract, unless the award is delayed for a period exceeding sixty (60) days. Christine Bainbridge, MMC Spokane Valley City Clerk PUBLISH: Spokane April 20 and April 27, 2012 SR24345 *Federal Tax ID No. 68- 0617327 AFFIDAVIT OF PUBLICATION STATE OF WASHINGTON County of Spokane} ss Name: City of Spokane Valley Client ID: PO No. SRSR24345 No. Lines: Total Cost: $648.92 Order No 42365 76 81681 I, Lori Nix do solemnly swear that I am the Principal Clerk of The Spokesman- Review, a newspaper established and regularly published, once each day in the English language, in and of general circulation in the City of Spokane County, Washington; and in the City of Coeur d'Alene, Kootenai County, Idaho; that said newspaper has been so established and regularly published and has had said general circulation continuously for more than six (6) months prior to the 23rd day of July, 1941; that said newspaper is printed in an office maintained at its place of publication in the City of Spokane, Washington; that said newspaper was approved and designated as a legal newspaper by order of the Superior Court of the State of Washington for Spokane County on the 23rd day of July, 1941, and that said order has not been revoked and is in full force and effect; that the notice attached hereto and which is a part of the proof of publication, was published in said newspaper two time(s), the publication having been made once each time on the following dates: April 20 & 27, 2012 That said notice was published in the regular and entire issue of every number of the paper during the period of time of publication, and that the notice was published in the newspaper proper and not in a supplement. Subscribed and sworn to before me at the City of Spokane, this 27th day of April 2012. 16��,e_' Z ag, 4 lary Public in and for the State of Washington, residing at Spokane County, Washington VINc �\SSION FAA/ O� yOTARY 9N — • — N'O�,N�Ut3LIC N9j� AMBER QF tA/ - Notary Stamp Paper Affidavits