Loading...
12-086.00 Spokane Rock Products: 2012 Street Preservation Ph 1 Contract THIS AGREEMENT,made and entered into this $-g- day of V u-r`4--- , 2012, between the City of Spokane Valley under and by virtue of Title 35 RCW, as amended and Spokane Rock Products, 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: 2012 Street Preservation Project—Phase 1 SVPW Contract 12-017 in accordance with and as described in the project 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 project plans and specification and the terms and conditions herein contained and hereby contracts to pay for the same according to the referenced 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 1012 Street Preservation Project—Phase 1 SVPW Contract 12-017 Ci0 1'Z-U 8L V. The project was awarded for the bid amount of$630,799.53. 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 — S — 2.6 , 2012. Date Printed Name Title Signa re City of Spoane Valley 144e- Printed Name C4) /IA1444- ..e i_"ature City of Spokane Valley Agreement for Construction Services 1012 Street Preservation Project—Phase 1 SVPW Contract 12-017 f • `may Sfi((Wane .,, • Mi11ey BOND NO 105742555 CONTRACTOR'S PERFORMANCE AN)PAYMENT BOND TO DUAL OBLIGEES KNOW ALL MEN BY THESE PRESENTS, that Spokane Rock Products, Inc. (Contractor),as Principal,and Travelers Casualty and Surety Company of America (Bonding Company),as Surety, a corporation of Connecticut ,whose principal office is located at Hartford, Connecticut ,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 $ 630,799.53 (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. WHEREAS,Principal has by written Proposal dated offered to enter into a Contract with the City of Spokane Valley for Contract No 12-017 pursuant to the terms and conditions set forth in the Contract Documents dated 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 furnished 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 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. SIGNED AND SEALED THIS 20th DAY OF June YEAR 2012• Travelers Casualty and Suret Company of America S•• n- r••,,. '_•. . SURETY P' M` 'tallerA, Signature Si tur --1 -� '���'e"'s J red Haff g � -r (" ' Typed Nam Typed game Attorney-In-Fact Title Title (SEAL) City of Spokane Valley 3 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No 12-017 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERS.J Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 223257 Certificate No. 004563969 KNOW ALL MEN BY THESE PRESENTS:That St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Pamela L.Thurman,Jacqueline F.Hernandez,JoHanna E.Zerb,Charles E. Hudon,Karen E.Alley,Jared Haff,and Sarah Scott of the City of pacco ,State of Washington ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 28th day of September 2011 . Farmington Casualty C ompany St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance'Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company G •{4 ast,raN F\RE 6 N�NSG 1HSUR`t Jp�TV ANa 1y16'_"Y fly 4.0 ♦, 21 . `' y O. g ) '�P...........v a s �•c� �O -YJ p OV• t(\ � ttiOMMAtEDGL N� �z �.�O RVORA>F�m +ieic;;°"Tf cA Gm 3 I 1ED nl 9 8 2 0 1977 1951 r � 'a; W HARTFORD, < tucm14. ,§ 1896 � � �1!^ '•SEAL+o; ��';S8RL3 �, couN. o oau+. � ;n q . arc �y' d *� 5i �4ij^m�„mom !S.AN °15....x..:��d dyf oP�at %I • 'r' �''I AHD State of Connecticut By: City of Hartford ss. Georg Thompson, senior ice President On this the 28th day of September 2011 , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he, as such,being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. C'T ( G UJ C • V My Commission expires the 30th day of June,2016. P AMP * Made C.Tetreault,Notary Public 58440-6-11 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary, any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity.,and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies;which is in full force and1effect and has not been revoked. . IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 20th day of June ,2012 -� ,fit"'''' `.• .‘ t1 Kevin E.Hughes,Assistant Sec tare 1`ll r, NCd FI RE6 0 GQSU:l OrSaerk E lY Rµ.jM..S G q P VA N 2198 0 222 QOae "eVn HARTFORD,9 las s tI *C141 ; 1951 .F �" EAL t CCra. a, ky i....�..ks N,c'E o s t a!411 AHtd�" To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ACPR ® C O DATE(MM/DD/YYYY) Cc CERTIFICATE OF LIABILITY INSURANCE 6/20/2012 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 CONTA � CT Jacqueline Hernandez, ACSR NAME: Conover Insurance ANN.Esti: (509)545-3800 I A/C,Not:(509)547-7960 1804 West Lewis Street E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# Pasco WA 99301 INsuRERAAmerican Economy Ins Co INSURED INSURER BA American States Ins Company Spokane Rock Products Inc. INSURERC:Starr Indemnity & Liability Co. P.O. Box 3808 INsuRERD:Navigators Insurance Comapny INSURER E:Liberty Northwest Ins Corp. Spokane WA 99220 INSURERF: COVERAGES CERTIFICATE NUMBER:2012-2013 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 POLIpIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE -ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER (MM/DDIYYYY) (MM/DDIYYYY► GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED 200,000 X COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) A CLAIMS-MADE © OCCUR 01CG68716480 1/1/2012 1/1/2013 MED EXP(Any one person) $ 10,000 X Constructual PERSONAL&ADV INJURY $ 1,000,000 Includes X, C, U GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG _$ 2,000,000 POLICY I I PFrQ n LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT _ (Ea accident) $ 1,000,000 B X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED 010154636510 1/1/2012 /1/2013 BODILYINJURY(Peraccident) $ _ AUTOS _ AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) _ Hired Auto Liability $ 1,000,000 UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 4,000,000 C X EXCESS LIAB CLAIMS-MADE SISIGCE50027812 AGGREGATE $ 4,000,000 DED I I RETENTION S EXCESS AUTO LIABILITY 2/1/2012 1/1/2013 $ A WORKERS COMPENSATION I TORY L M TS I I0T AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? I I N/A 1/1/2012 1/1/2013 (Mandatory in NH) 01CG68716480 E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If DESCRIPTION IPTION under WA STOP GAP E.L.DISEASE-POLICY LIMIT $ 2,000,000 DESCRIPTION OF OPERATIONS below A CONTRACTORS POLLUTION 01CG68716480 1/1/2012 1/1/2013 LIMIT 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) Company D: Excess Liability, Policy #SE12EXC7450301C, 2/1/2012 TO 1/1/2013, $9,000,000 Occurrence/Aggregate Limit. Company E: ID/MT Workers Compensation, Policy #WC41NC011995011, 10/1/2011 to 10/1/2012, $1,000,000 Limit. Re: 2012 Street Preservation Project - Phase 1, SVPW Contradt 12-017. City of Spokane Valley and its officers, elected officials, employees, agents, and volunteers and Vera Water and power Company and its officers, elected officials, employees, agents and volunteers are additional insured. Business Auto additional insured applies per attached blanket Form #CA 71 10 03 07. Additonal Insured/Primary CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Spokane Valley 11707 E. Sprague Avenue Suite 106 AUTHORIZED REPRESENTATIVE Spokane Valley, WA 99206 Chuck Hudon/JACKS C—/3.e.,_,e,,, s-...,4. ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025 r7mnont 01 Tho Aroan name and Innn aro raniciorari marlrc of ArAPf COMMENTS/REMARKS Additional Insured apply per attached blanket Form #CG 79 00 07 87. Waiver of Subrogation applies per attached blanket Form #CG 24 04 05 09.Per-Project Agg per Form #CG 25 03 05 09. OFREMARK COPYRIGHT 2000, AMS SERVICES INC. 4 Liberty COMMERCIAL GENERAL 2AIA IL 05 9 Northwest. Me rd(ipq 1ere/6 POLICY NUMBER: 01—CG-687164-8 WAIVER OF. TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL UABIUTY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of damage arising out of your ongoing operations or Rights Of Recovery Against Others To Us of "your work" done under a contract with that person Section IV — Conditions: or organization and included in the "products-completed operations hazard".This waiver We waive any right of recovery we may have against applies only to the person or organization shown in the person or organization shown in the Schedule the Schedule above. above because of payments we make for injury or x o Insurance Services Office, Inc.,2008 Settee and the Wee*toga we gelet ed tradamadm of Sateen Corporation C0 24 04 05 09 C.UN 13PRU1T0Qi.00f1301C04 V ::liberty COMMERCIAL GENERAL LIABILITY rr Northwest. CG 79 00 07 87 zm..reAben,w.iwabw THIS ENDORSEMENT CHANGES THE POUCY. PLEASE READ IT CAREFULLY. POLICY CHANGES IL 12 01 11 85 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART • UQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE UABILITY COVERAGE PART POLLUTION LIABIUTY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART PHYSICIANS,SURGEONS AND DENTISTS PROFESSIONAL LIABILITY INSURANCE BLANKET ADDITIONAL INSURED (CONTRACTORS) 1. WHO IS AN INSURED — (SECTION 1.) IS 1, TO INCLUDE ANY PERSON OR ORGANIZATION THAT YOU AGREE IN A "WRITTEN CONTRACT REQUIRING INSURANCE" TO INCLUDE AS AN ADDITIONAL INSURED ON THIS COVERAGE 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. ?. 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 INSURANCE PROVIDED TO THE ADDITIONAL INSURED SHALL BE LIMITED TO THE LIMITS OF., LIABILITY REQUIRED BY THAT "WRITTEN CONTRACT REQUIRING INSURANCE". THIS ENDORSE- MENT SHALL NOT INCREASE THE LIMITS OF INSUR- ANCE DESCRIBED IN SECTION III — LIMITS OF INSURANCE. B. THE INSURANCE PROVIDED TO THE ADDITIONAL INSURED DOES NOT APPLY TO "BODILY INJURY", "PROPERTY DAMAGE" OR "PERSONAL INJURY" ARISING OUT OF THE RENDERING OF, OR FAILURE -TO RENDER, ANY PROFESSIONAL ARCHITECTURAL, ENGINEERING OR SURVEYING SERVICES, INCLUDING: i. THE PREPARING, APPROVING, OR FAILING TO PREPARE OR APPROVE, MAPS, SHOP DRAWINGS, Copyright, Insurance Services Office, Inc., 1983 EP CS 79 00 0787 Page 1 of t r ' Libertysest. COMMERCIAL GENERAL LIABILfTY „�,,.A„ .,mid*,, CG 79 i}tI�0?87 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES IL12011185 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR UABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS UABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART PHYSICIANS,SURGEONS AND DENTISTS PROFESSIONAL LIABILITY INSURANCE OPINIONS, REPORTS, SURVEYS, FIELD ORDERS OR CHANGE ORDERS, OR THE PREPARING, APPROVING, OR FAILING TO PREPARE OR APPROVE, DRAWINGS AND SPECIFICATIONS; AND ii. SUPERVISORY, INSPECTION, ARCHITECTURAL OR ENGINEERING ACTIVITIES. C. THE INSURANCE PROVIDED TO THE ADDITIONAL INSURED DOES NOT APPLY TO "BODILY INJURY" OR "PROPERTY DAMAGE" CAUSED BY "TOUR WORK" AND INCLUDED IN THE "PRODUCTS—COMPLETED OPERA- TIONS 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 OCCURS BEFORE THE END OF THE PERIOD OF TIME FOR WHICH THE "WRITTEN CONTRACT REQUIRING INSURANCE" 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—CONTRIBU- TORY BASIS, THIS INSURANCE IS PRIMARY TO "OTHER INSURANCE" AVAILABLE TO THE ADDITIONAL INSURED WHICH COVERS THAT PERSON OR ORGANIZA- TION 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 COLLECTI- BLE "OTHER INSURANCE", WHETHER PRIMARY, EXCESS, CONTINGENT OR ON ANY OTHER BASIS, THAT IS AVAILABLE TO THE ADDITIONAL INSURED WHEN THAT PERSON OR ORGANIZATION IS AN Copyright, Insurance Services Office, Inc., 1983 C0 79 00 07 87 Page 1 of 2 EP &. Liberty COMMERCIAL GENERAL LIABILITY rt Northwest. •CG79taiB787 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES IL 12 01 11 85 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR UABIUTY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE UABIUTY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABIUTY COVERAGE PART RAILROAD PROTECTIVE UABIUTY COVERAGE PART PHYSICIANS,SURGEONS AND DENTISTS PROFESSIONAL LIABILITY INSURANCE ADDITIONAL INSURED UNDER SUCH "OTHER ]NSURANCE". 4. AS A CONDITION OF COVERAGE TO THE ADDITIONAL INSURED BY THIS ENDORSEMENT: A. THE ADDITIONAL INSURED MUST GIVE US WRITTEN NOTICE AS SOON AS PRACTICABLE OF A "OCCURRENCE" OR AN OFFENSE WHICH MAY RESUL IN A CLAIM. TO THE EXTENT POSSIBLE, SUCH NOTICE SHOULD INCLUDE: i. HOW, WHEN AND WHERE THE "OCCURRENCE" OR OFFENSE TOOK PLACE; ii. 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: 1. 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 WIH ALL POLICY CONDITIONS. D. THE ADDITIONAL INSURED MUST TENDER THE DEFENSE 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 INSURANCE PROVIDED TO THE ADDITIONAL INSURED BY THIS ENDORSEMENT IS PRIMARY TO "OTHER INSURANCE" AVAILABLE TO THE ADDITIONAL INSURED WHICH COVERS THAT PERSON OR ORGANIZA- TION AS A NAMED INSURED AS DESCRIBED IN Copyright, insurance Services Office,Inc., 1983 CG 79 00 07 87 "'•1• Page I of 2 EP r• filo 04.1, rywna COMMERCIAL GENERAL LIABILITY (/ Nort w est. CG 79000I 87 t.vondobap THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES 11 12 01 11 85 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART PHYSICIANS,SURGEONS AND DENTISTS PROFESSIONAL LIABILITY INSURANCE PARAGRAPH 3. ABOVE. 5. THE FOLLOWING DEFINITION IS ADDED TO SECTION V — DEFINITIONS: "WRITTEN CONTRACT REQUIRING INSURANCE" MEANS THAT PART OF ANY WRITTEN CONTRACT OR AGREE- MENT UNDER WHICH YOU ARE REQUIRED TO INCLUDE A PERSON OR ORGANIZATION AS AN ADDITIONAL INSURED ON THIS COVERAGE PART, PROVIDED THAT. THE "BODILY INJURY" AND "PROPERTY DAMAGE" OCCURS 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. Copyright, Insurance Services Office,Inc., 1983 Co 79 OD 07 87 Page 1 of 2 EP COMMERCIAL AUTO CA 71 10 03 07 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. EXTENDED CANCELLATION CONDITION BLANKET ADDITIONAL INSURED Paragraph 2.b. of the CANCELLATION Common SECTION II — LIABILITY COVERAGE — A.1. WHO Policy Condition is replaced by the following: IS AN INSURED provision is amended by the addition of the following: b. 60 days before the effective date of cancellation if we cancel for any other reason. e. Any person or organization for whom you are re- quired by an `Insured contract" to provide insur- TEMPORARY SUBSTITUTE AUTO •-- PHYSICAL ance Is an Insured", subject to the following DAMAGE COVERAGE additional provisions: Under paragraph G. — CERTAIN TRAILERS, MO- (1) The Insured contract" must be in effect during the policy period shown in the Decla- BILE EQUIPMENT AND TEMPORARY SUBSTITUTE rations, and must have been executed prior AUTOS of SECTION 1 — COVERED AUTOS, the to the "bodily injury" or "property damage". following is added: (2) This person or organization is an 'Insured" If Physical Damage coverage is provided by this Cov- only to the extent you are liable due to your erage Form, then you have coverage for: ongoing operations for that insured, whether the work is performed by you or for you,and Any "auto" you do not own while used with the per- only to the extent you are held liable for an mission of its owner as a temporary substitute for a "accident" occurring while a covered "auto" covered "auto° you own that is out of service be- is being driven by you or one of your em- cause of its breakdown, repair, servicing, loss" or ployees. destruction. (3) There is no coverage provided to this person BROAD FORM NAMED INSURED or organization for `bodily injury" to its em- ployees, nor for "property damage" to its SECTION II — LIABILITY COVERAGE — A.1. WHO property. IS AN INSURED provision is amended by the addition (4) Coverage for this person or organization of the following: shall be limited to the extent of your negli- gence or fault according to the applicable d. Any business entity newly acquired or formed by principles of comparative negligence or fault. you during the policy period provided you own (5) The defense of any claim or "suit" must be 50% or more of the business entity and the business entity is not separately insured for tendered by this person or organization as Business Auto Coverage. Coverage is extended soon as practicable to all other insurers up to a maximum of 180 days following acquisi- which potentially provide insurance for such tion or formation of the business entity. Coverage claim or "suit". under this provision is afforded only until the end of the policy period. Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Copyright, Insurance Services Office, Inc., 1997 CA 71 10 03 07 Page 1 of 6 EP (6) The coverage provided will not exceed the PERSONAL EFFECTS COVERAGE lesser of: A. SECTION III — PHYSICAL DAMAGE COVER- (a) The coverage and/or limits of this policy; AGE, A.4. COVERAGE EXTENSIONS, is or amended by adding the following: (b) The coverage and/or limits required by c. Personal Effects Coverage the Insured contract". For any Owned "auto" that is involved in a (7) A person's or organization's status as an covered loss", we will pay up to $500 for `Insured" under this subparagraph d ends "personal effects" that are lost or damaged when your operations for that Insured" are as a result of the covered loss", without completed. applying a deductible. EMPLOYEE AS INSURED EXTRA EXPENSE — BROADENED COVERAGE Under Paragraph A.of Section I[ — LIABILITY COV- Paragraph A. — COVERAGE of SECTION ill — ERAGE item f. is added as follows: PHYSICAL DAMAGE COVERAGE is amended to add: Your "employee"while using his owned "auto", or an "auto" owned by a member of his or her household, 5. We will pay for the expense of returning a stolen in your business or your personal affairs,provided you covered."auto"to you. do not own, hire or borrow that "auto".This coverage is excess to any other collectible insurance coverage. AIRBAG COVERAGE FELLOW EMPLOYEE COVERAGE Under paragraph B. —EXCLUSIONS of SECTION III — PHYSICAL DAMAGE COVERAGE, the following is Exclusion 5. FELLOW EMPLOYEE of SECTION II — added: LIABILITY COVERAGE — B. EXCLUSIONS is amended by the addition of the following: The exclusion relating to mechanical breakdown does not apply to the accidental discharge of an airbag. However, this exclusion does not apply if the "bodily injury" results from the use of a covered "auto" you NEW VEHICLE REPLACEMENT COST own or hire, and provided that any coverage under this provision only applies in excess over any other Under Paragraph C — LIMIT OF INSURANCE of collectible insurance. Section III —PHYSICAL DAMAGE COVERAGE sec- tion 2 is amended as follows: BLANKET WAIVER OF SUBROGATION 2. An adjustment for depreciation and physical con- We waive the right of recovery we may have for pay- dition will be made in determining actual cash ments made for "bodily injury" or "property damage" value in the event of a total loss. However, In the on behalf of the persons or organizations added as event of a total loss to your "new vehicle" to "insureds" under Section II —LIABILITY COVERAGE which this coverage applies, as shown in the — A.I.D. BROAD FORM NAMED INSURED and declarations,we will pay at your option: A.1.e.BLANKET ADDITIONAL INSURED. a. The verifiable "new vehicle" purchase price PHYSICAL DAMAGE — ADDITIONAL TRANS- you paid for your insurance or vehicle, not in- PHYSICAL EXPENSE COVERAGE chidieg any insurance or warranties pur- chased; The first sentence of paragraph A.4. of SECTION III b. The purchase price, as negotiated by us, of — PHYSICAL DAMAGE COVERAGE is amended as a new vehicle of the same make, model and follows: equipment, not including any furnishings, parts or equipment not installed by the We will pay up to $50 per day to a maximum of manufacturer or manufacturer's dealership. $1,500 for temporary transportation expense incurred If the same model is not available pay the by you because of the total theft of a covered "auto" purchase price of the most similar model of the private passenger type. available; Page 2 of 6 c. The market value of your damaged vehicle, a. Actual cash value of the damaged or stolen not including any furnishings, parts or equip- property as of the time of the loss", less an ment not installed by the manufacturer or adjustment for depreciation and physical manufacturer's dealership. condition; or This coverage applies only to a covered "auto" b. Balance due under the terms of the loan or of the private passenger, light truck or medium lease that the damaged covered "auto" is truck type (20,000 lbs or less gross vehicle subject to at the time of the loss", less any weight) and does not apply to initiation or set up one or all of the following adjustments: costs associated with loans or leases. (1) Overdue payment and financial TWO OR MORE DEDUCTIBLES penalties associated with those payments as of the date of the Under SECTION III — PHYSICAL DAMAGE COV- loss". ERAGE, if two or more "company" policies or cover- (2) Financial penalties imposed under a age forms apply to the same accident, the following lease due to high mileage, exces- applies to paragraph D. Deductible: sive use or abnormal wear and tear. a. If the applicable Business Auto deduct- (3) Costs for extended warranties, Cre- ible is the smaller (or smallest) deduct- dit Life Insurance, Health, Accident ible it will be waived;or or Disability Insurance purchased b. If the applicable Business Auto deduct- with the loan or(ease: ible is not the smaller (or smallest) de- (4) Transfer or rollover balances from ductible it will be reduced by the amount previous loans or leases. of the smaller (or smallest) deductible; (5) Final payment due under a "Balloon or Loan". c. If the loss involves two or more Busi- (6) The dollar amount of any ness Auto coverage forms or policies un-repaired damage that occurred the smaller (or smallest) deductible will prior to the "total loss"of a covered be waived. "auto". For the purpose of this endorsement (7) Security deposits not refunded by a "company" means: lessor. a. Safeco Insurance Company of America (8) All refunds payable or paid to you b. American States Insurance Company as a result of the early termination of a lease agreement or any war- c. General Insurance Company of America ranty or extended service agree- d. American Economy Insurance Company ment on a covered "auto". e. First National Insurance Company of (9) Any amount representing taxes. America (10) Loan or lease termination fees f. American States Insurance Company of Texas GLASS REPAIR —WAIVER OF DEDUCTIBLE g. American States Preferred Insurance Under paragraph D. — DEDUCTIBLE of SECTION III Company — PHYSICAL DAMAGE COVERAGE, the following is h. Safeco Insurance Company of Illinois added: LOAN/LEASE GAP COVERAGE No deductible applies to glass damage if the glass is repaired rather than replaced. Under paragraph C — LIMIT OF INSURANCE of SECTION III -- PHYSICAL DAMAGE COVERAGE, AMENDED DUTIES IN THE EVENT OF ACCI- the following is added: DENT, CLAIM, SUIT OR LOSS 4. The most we will pay for a total "loss"in any one The requirement in LOSS CONDITION 2.a. — "accident" is the greater of the following,subject DUTIES IN THE EVENT OF ACCIDENT, CLAIM, to a$1,500 maximum limit: SUIT OR LOSS — of SECTION IV — BUSINESS AUTO CONDITIONS that you must notify us of an CA 71 10 03 07 Page 3 of 6 EP "accident"applies only when the "accident" is known deductible and excess provisions, we will provide to: coverage equal to the broadest coverage applicable to any covered "auto"you own. (1) You, if you are an individual; (2) A partner, if you are a partnership;or HIRED AUTO PHYSICAL DAMAGE COVERAGE — LOSS OF USE (3) An executive officer or insurance manager,if you are a corporation. SECTION III — PHYSICAL DAMAGE A.4.b. Form does not apply. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Subject to a maximum of$1,000 per accident, we will cover loss of use of a hired "auto" if it results from SECTION IV — BUSINESS AUTO CONDITIONS — an accident, you are legally liable and the lessor in- B.2. is amended by the addition of the following: curs an actual financial loss. If you unintentionally fail to disclose any hazards ex- RENTAL REIMBURSEMENT COVERAGE fisting at the inception date of your policy, we will not A. We will pay for rental reimbursement expenses deny coverage under this Coverage Form because of incurred by you for the rental of an "auto" be- such failure. However, this provision does not affect cause of a covered loss" to a covered "auto". our right to collect additional premium or exercise our Payment applies in addition to the otherwise ap- right of cancellation or non-renewal: plicable amount of each coverage you have on a HIRED AUTO -- LIMITED WORLD WIDE COVER- covered "auto". No deductibles apply to this AGE coverage. B. We will pay only for those expenses incurred Under Section IV — Business Conditions, Paragraph during the policy period beginning 24 hours after B.7.b.e(1) is replaced by the following: the 'loss" and ending, regardless of the policy's (1) The "accident" or "loss" results expiration,with the lesser of the following number from the use of an "auto" hired for of days: 30 days or less. 1. The number of days reasonably required to RESULTANT MENTAL ANGUISH COVERAGE repair is replace the a , this "auto". mb r If loss" is caused by theft, this number of replaced by the days is added to the number of days it takes SECTION V —DEFINITIONS —C. is re P Y to locate the covered "auto" and return it to following: you. `Bodily injury" means bodily injury, sickness or dis- 2. 30 days. ease sustained by a person including mental anguish C. Our payment is limited to the lesser of the fol- or death resulting from any of these. lowing amounts: HIRED AUTO PHYSICAL DAMAGE COVERAGE 1. Necessary and actual expenses Incurred. If hired "autos" are covered "autos" for Liability cov 2. $50 per day. erage and if Comprehensive, Specified Causes of D. This coverage does not apply while there are Loss or Collision coverages are provided under this spare or reserve "autos"available to you for your Coverage Form for any "auto" you own, then the operations. Physical Damage Coverages provided are extended to "autos"you hire or borrow. E. If loss" results from the total theft of a covered "auto" of the private passenger type, we will pay The most we will pay for loss to any hired "auto" is under this coverage only that amount of your $50,000 or Actual Cash Value or Cost of Repair, rental reimbursement expenses which is not al- whichever is smallest, minus a deductible. The de- ready provided for under the PHYSICAL DAM- ductible will be equal to the largest deductible appli- AGE COVERAGE Coverage Extension. cable to any owned "auto" of the private passenger or light truck type for that coverage. Hired Auto Phy- F. The Rental Reimbursement Coverage described sical Damage coverage is excess over any other col- above does not apply to a covered "auto" that is lectible insurance. Subject to the above limit, described or designated as a covered "auto" on Page 4 of 6 Rental Reimbursement Coverage Form the manufacturer for the installation of a CA 99 23. radio. AUDIO, VISUAL AND DATA ELECTRONIC C. Limit of Insurance EQUIPMENT COVERAGE With respect to this coverage, the LIMIT OF IN- SURANCE Coverage SURANCE provision of PHYSICAL DAMAGE COVERAGE is replaced by the following: 1. We will pay with respect to a covered "auto" 1. The most we will pay for loss" to audio,vi- for loss" to any electronic equipment that sual or data electronic equipment and any receives or transmits audio, visual or data accessories used with this equipment as a signals and that is not designed solely for the result of any one "accident"is the lesser of: reproduction of sound.This coverage applies only if the equipment is permanently installed a. The actual cash value of the damaged in the covered "auto" at the time of the or stolen property as of the time of the loss" or the equipment is removable from a loss"; or housing unit which is permanently installed b. The cost of repairing or replacing the in the covered "auto" at the time of the damaged or stolen property with other loss", and such equipment is designed to property of like kind and quality. be solely operated by use of the power from the "auto's"electrical system, in or upon the c. $1,000. covered "auto". 2. An adjustment for depreciation and physical 2. We will pay with respect to a covered "auto" condition will be made in determining actual for "loss" to any accessories used with the cash value at the time of the loss". electronic equipment described in paragraph 3. If a repair or replacement results in better A.1. above. than like kind or quality, we will not pay for However, this does not include tapes, the amount of the betterment. records or discs. D. Deductible 3. If Audio, Visual and Data Electronic Equip- ment Coverage form CA 99 60 or CA 99 94 1. If loss" to the audio, visual or data elec- is attached to this policy, then the Audio, VI- tronic equipment or accessories used with sual and Data Electronic Equipment Cover- this equipment is the result of a 'loss"to the age described above does not apply. covered "auto" under the Business Auto Coverage Form's Comprehensive or CoIli- B. Exclusions sion Coverage, then for each covered "auto" The exclusions that apply to PHYSICAL DAM- our obligation to pay for, repair, return or re- AGE COVERAGE, except for the exclusion relat- place damaged or stolen property will be re- duced by the applicable deductible shown in ing to Audio, Visual and Data Electronic Equipment, also apply to this coverage. In addi- the Declarations. Any Comprehensive Cov tion, the following exclusions apply: erage deductible shown in the Declarations does not apply to loss" to audio, visual or We will not pay for either any electronic equip- data electronic equipment caused by fire or ment or accessories used with such electronic lightning. equipment that is: 2. If loss" to the audio, visual or data elec- 1. Necessary for the normal operation of the tronic equipment or accessories used with covered "auto" for the monitoring of the this equipment is the result of a loss"to the covered "auto's" operating system; or covered "auto" under the Business Auto 2. Both: Coverage Form's Specified Causes of Loss Coverage, then for each covered "auto" our a. an integral part of the same unit housing obligation to pay for, repair, return or replace any sound reproducing equipment de- damaged or stolen property will be reduced signed solely for the reproduction of by a$100 deductible. sound if the sound reproducing 3. If "loss" occurs solely to the audio,visual or equipment is permanently installed in data electronic equipment or accessories the covered "auto"; and used with this equipment,then for each coy- b. permanently installed in the opening of ered "auto" our obligation to pay for, repair, the dash or console normally used by CA 71 10 03 07 Page 5 of 6 EP • return or replace damaged or stolen property SECTION V — DEFINITIONS is amended by adding will be reduced by a$100 deductible. the following: 4. In the event that there is more than one ap- Q. "Personal effects" means your tangible plicable deductible, only the highest deduct- property that is wom or carried by you, ex- ibie will apply. In no event will more than one cept for tools,jewelry, money, or securities. deductible apply. R. "New vehicle" means any "auto" of which you are the original owner and the "auto" has not been previously titled and is less than 365 days past the purchase date. Page 6 of 6 Liberty COMMERCIAL GENERAL UABILITY ( Northwest. CG 25 03 0509 POLICY NUMBER: 01—CG-687164--8 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): ALL PROJECTS OF THE NAMED INSURED UNLESS SPECIFICALLY EXCLUDED Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. For all sums which the insured becomes legally Construction Project General Aggregate obligated to. pay as damages caused by Limit for that designated construction project. "occtrrrences" under Section 1 — Coverage A, Such payments shall not reduce the General and for all medical expenses caused by acci- Aggregate Limit shown in the Declarations dents under Section I —Coverage C, which can nor shall they reduce any other Designated be attributed only to ongoing operations at a sin- Construction Project General Aggregate gle designated construction project shown in the Limit for any other designated construction Schedule above: project shown in the Schedule above. +1. A separate Designated Construction Project 4. The limits shown in the Declarations for General Aggregate Limit applies to each Each Occurrence, Damage To Premises designated construction project, and that Rented To You and Medical Expense con- limit is equal to the amount of the General tinue to apply. However, instead of being - Aggregate limit shown in the Declarations. subject to the General Aggregate Limit 2. The Designated Construction Project Gen- subject in the Declarations,such limits will be Con- era!Aggregate Limit is the most we will pay subject to the applicable Designated Con- for the sum of all damages under Coverage struction Project General Aggregate Limit. A, except damages because of "bodily B. For all sums which the insured becomes legally injury"or "property damage" included in the obligated to pay as damages caused by 'products-completed operations hazard", occurrences" under Section I — Coverage A and for medical expenses under Coverage and for all medical expenses caused by acci- C regardless of the number of: dents under Section I -- Coverage C, which a. Insureds; cannot be attributed only to ongoing operations b. Claims made or "suds"brought; or at a single designated construction project shown 9 in the Schedule above: c. Persons or organizations making claims 1. Any payments made under Coverage A for or bringing "suits". damages or under Coverage C for medical 3. Any payments made under Coverage A for expenses shall reduce the amount available damages or under Coverage C for medical under the General Aggregate Limit or the expenses shall reduce the Designated eructs-completed Operations Aggregate Limit, whichever is applicable;and o Insurance Services Office,Inc.,2008 Safcco and the Safecc Togo are registered trademarks of Safeco Corporation CG 25 03 0509 Page 1 of 2 EP aai"rThn AMC MRS r 2. Such payments shall not reduce any Desig- Aggregate Limit nor the Designated Construction rated Construction Project General Aggre- Project General Aggregate Limit. gate Limit. Q. If the applicable designated construction project C. When coverage for liability arising out of the has been abandoned,delayed,or abandoned and 'products-completed operations hazard" is pro- then restarted, or if the authorized contracting vrded, any payments for damages because of patties deviate from plans, blueprints, designs, 'bodily injury" or "propery damage" included in specifications or timetables, the project will still the `products-completed operations hazard" will be deemed to be the same construction project. reduce the Products-completed Operations Aggregate limit, and not reduce the General E. The provisions of Section III — Limits of insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. AMIN MOM 1 MOM MONMOIM Wmit Immome z1a Page 2of2 C.0 13.PRINT i.0013.O 54 CONTRACT PROVISIONS AND PLANS FOR CONSTRUCTION OF: 2012 STREET PRESERVATION PROJECT Phase 1 BID NO.: 12-017 gliaane 4000 Nal ler Issued for Bid PART 1 INTRODUCTION Advertisement for Bids Certification by Engineer Table of Contents ADVERTISEMENT FOR BIDS CITY OF SPOKANE VALLEY PUBLIC WORKS DEPARTMENT BID # 12-017 2012 STREET PRESERVATION PROJECT—PHASE 1 Notice is hereby given that the City of Spokane Valley, Spokane County,Washington will accept sealed bids for the 2012 Street Preservation Project — Phase 1. The project consists of bituminous planning; hot mix asphalt overlaying; hot mix asphalt patching; sidewalk and curb work; replacement of vehicle detection loops and miscellaneous road renovation work. 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, June 1, 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 May 18 and May 25, 2012 Christine Bainbridge,MMC Spokane Valley City Clerk 2012 Street Preservation Project — Phase 1 BID NUMBER 12-017 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. '74" A:34 ti J • - . i AL ' A.s.oved by: „ Date: /� . Steve orley,P.E. Senior Capital Projects E eer 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 PAGE Bid Proposal Checklist 1 Proposal Form 2 Contractor's Administrative Information 8 Bidder Qualification Statement 9 Subcontractor List 10 Bid Deposit Form 11 Bid Deposit Surety Bond Form 12 Representations and Certifications 13 Bid Question Form 14 PART 3 - CONTRACT FORMS Agreement for Construction Services 15 Contractor's Performance and Payment Bond to Dual Obligees 17 PART 4-AMENDMENTS TO 2012 WSDOT STANDARD SPECIFICATIONS 18 PART 5- GENERAL SPECIAL PROVISIONS 44 Division 1 General Requirements 45 Division 2 Earthwork 82 Division 4 Bases 86 Division 5 Surface Treatments and Pavements 87 Division 6 Structures 96 Division 7 Drainage Structures, Storm Sewers, Sanitary Sewer, etc. 97 Division 8 Miscellaneous Construction 100 Division 9 Materials 109 PART 6-WAGE RATE INFORMATION WA St. Prevailing Wage Rates for Public Works Contracts, Spokane Co., 6/1/12 PART 7- STANDARD PLANS PART 8 -HALFSIZE PLANS PART 2 BID PROPOSAL DOCUMENTS Bid Proposal Checklist Proposal Form Contractor's Administrative Information Bidder Qualification Statement Sub Contractor List Bid Deposit Form Bid Deposit Surety Bond Form Representations and Certifications Bid Question Form BIDDERS PACKET 2012 Street Preservation Project—Phase 1 BID NO. 12-017 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 Date: Title: ' Company: CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT PHASE 9 BID NO: 12-017 PROPOSAL FORM PROJECT NUMBER: 12-017 PROJECT TITLE: 2012 STREET PRESERVATION PROJECT—PHASE 1 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 twenty-five(25)working days from the date of commencement stipulated m a Notice to Proceed. 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,B, and C will be awarded, if the project is awarded. A Bidder must complete all the schedules(Sr 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 tboioughly 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 2012 STREET PRESERVATION PROJECT-PHASE 1 BID NO: 12-017 Bid Schedule A--Vista Road Work ITEM# ITEM DESCRIPTION UNITS QUANTITY PRICE/UNIT TOTAL AMOUNTS 1 SCHEDULE A MOBILIZATION L.S. 1 2 SCHEDULE A SPCC PLAN L.S. 1 3 SCHEDULE A TEMPORARY TRAFFIC CONTROL L.S. 1 4 SCHEDULE A FLAGGERS AND SPOTTERS HR 112 5 SCHEDULE A PAVEMENT REMOVAL S.Y. 690 6 CRUSHED SURFACING TOP COURSE, 2" DEPTH S.Y. 550 7 CRUSHED SURFACING TOP COURSE, 6" DEPTH S,Y 700 8 PLANING BITUMINOUS PAVEMENT, 112" DEPTH S.Y. 2,400 9 SHIM PLANNING BITUMINOUS PAVEMENT S.Y. 80 } 10 HMA CL. 112" PG 64-28, .17 FT. DEPTH, PATCH S.Y. 700 11 HMA CL. 1/2" PG 64-28, 17 FT DEPTH S.Y. 3,200 12 SAWCUT ACP PAVEMENT LF- IN 2,600 13 CRACK SEALING Est 1 $5,000 $5,000 14 JOINT ADHESIVE LF 1,255 15 ANTI-STRIPPING ADDITIVE CALC 1 $1.00 $1.00 16 JOB MIX COMPLIANCE PRICE ADJUSTMENT CALC 1 -$1.00 -$1.00 3 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT--PHASE 1 BID NO: 12-017 Bid Schedule A-Road Work Continued TOTAL ITEM# ITEM DESCRIPTION UNITS QUANTITY PRICE/UNIT AMOUNTS 17 COMPACTION PRICE ADJUSTMENT CALC 1 -$1.00 -$1.00 18 ADJUST EXISTING MANHOLE EA 3 19 ADJUST VALVE BOX EA 4 20 TEMPORARY PAVEMENT MARKING LF 4,200 • SCHEDULE A TOTAL Base Bid Schedule B —4th Road Work TOTAL ITEM# ITEM DESCRIPTION UNITS QUANTITY PRICE/UN1T AMOUNTS 1 SCHEDULE B MOBILIZATION L.S. 1 2 SCHEDULE B SPCC PLAN L.S. 1 3 SCHEDULE B TEMPORARY TRAFFIC CONTROL L.S. 1 4 SCHEDULE B FLAGGERS AND SPOTTERS HR 96 5 SCHEDULE B PAVEMENT REMOVAL S.Y. 460 6 CRUSHED SURFACING TOP COURSE, 2" DEPTH S.Y. 40 7 CRUSHED SURFACING TOP COURSE, 6"DEPTH S.Y. 460 8 PLANING BITUMINOUS PAVEMENT, 2" DEPTH S.Y. 4,150 9 HMA CL. 1/2" PG 64-28, .17 FT. DEPTH, PATCH S.Y. 460 10 HMA CL. 1/2" PG 64-28, .17 FT. DEPTH S.Y. 4,610 4 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT--PHASE 1 BID NO: 12-017 Bid Schedule B-Road Work Continued TOTAL ITEM# ITEM DESCRIPTION UNITS QUANTITY PRICE/UNIT AMOUNTS 11 SAWCUT ACP PAVEMENT LF- IN 450 12 ANTI-STRIPPING ADDITIVE CALC 1 $1.00 $1.00 13 JOB MIX COMPLIANCE PRICE ADJUSTMENT CALC 1 -$1.00;: -$1.00 14 COMPACTION PRICE ADJUSTMENT CALC 1 $1.00 -$1.00 15 JOINT ADHESIVE LF t300 16 ADJUST EXISTING MANHOLE EA 5 17 ADJUST EXISTING CATHCBASIN OR DRYWELL EA 1 18 ADJUST VALVE BOX EA 5 19 TEMPORARY PAVEMENT MARKING LF 3,700 SCHEDULE B TOTAL Base Bid Schedule C—Dishman-Mica Road Work TOTAL ITEM# ITEM DESCRIPTION UNITS QUANTITY PRICE/UNIT AMOUNTS 1 SCHEDULE C MOBILIZATION L.S. 1 2 CONSTRUCTION SURVEYING L.S. 1 3 SCHEDULE C SPCC PLAN L.S. 1 4 SCHEDULE C TEMPORARY TRAFFIC CONTROL L.S. 1 5 SCHEDULE C FLAGGERS AND SPOTTERS HR 128 5 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT-PHASE 1 BID NO: 12-017 Base Bid Schedule C -Road Work Continued TOTAL ITEM# ITEM DESCRIPTION UNITS QUANTITY PRICE/UNIT AMOUNTS 6 REMOVE PCC CURB AND GUTTER LF 400 7 REMOVE PCC SIDEWALK S.Y. 180 8 REMOVE JUNCTION BOX EA 3 9 PLANING BITUMINOUS PAVEMENT, 21N, DEPTH S.Y. 42,000 10 HMA CL. 112" PG 64-28, .17 FT. DEPTH S.Y. 42,000 11 HMA CURB PATCH S.Y. 100 12 HMA SIGNAL PATCH S Y 380 13 SAWCUT ACP PAVEMENT LF - IN 4,200 14 JOINT ADHESIVE LF 4,900 15 ANTI-STRIPPING ADDITIVE CALC 1 $1.00 $1.00 16 JOB MIX COMPLIANCE PRICE ADJUSTMENT CALC 1 -$1.00 -$1.00 17 COMPACTION PRICE ADJUSTMENT CALC 1 -$1.00 -$1A0 18 ADJUST EXISTING MANHOLE EA 19 19 ADJUST EXISTING CATHCBASIN OR DRYWELL EA 12 20 SEEDING, FERTILIZING AND MULCHING S.Y. 70 21 RIVER ROCK S.Y. 8 22 TOP SOIL, TYPE `B' S.Y. 70 6 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT--PHASE 1 BID NO: 12-017 Base Bid Schedule C -Road Work Continued TOTAL ITEM# ITEM DESCRIPTION UNITS QUANTITY PRICE/UNIT AMOUNTS 23 CEMENT CONCRETE TRAFFIC CURB AND LF 400 GUTTER 24 CEMENT CONCRETE PEDESTRIAN CURB LF 130 25 ADJUST MONUMENT CASE AND COVER EA 4 26 CEMENT CONCRETE SIDEWALK S.Y. 130 27 CEMENT CONC. CURB RAMP TYPE, PARALLEL A EA 9 28 CEMENT CONC. CURB RAMP TYPE, EA 5 PERPENDICULAR A 29 DETECTABLE WARNING SURFACE SF 8 30 INDUCTION LOOP, TYPE 3 EA 20 32 JUNCTION BOX, TYPE 2 EA 4 33 TEMPORARY PAVEMENT MARKING LF 83,200 SCHEDULE C TOTAL Base Bid Schedule A+B+C-Road Work SCHEDULE A-B+C TOTAL Person/Entity Name: Signature Of Bidder: Company: Date: 7 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT--PHASE 1 BID NO: 12-017 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: f 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: I. City of Spokane Valley Business License Number: (BusineasLicense 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. Insurauce 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: 8 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT-PHASE 1 BID NO: 12-017 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: Years of Name Title 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: 9 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT-PHASE 1 BID NO: 12-017 Washington State Department of Transportation Subcontractor List Prepared in compliance with RCW 39.30.080 as amended To Be Submitted with the Bid Proposal Project Name Failure to list subcontractors who are proposed to perform the work of HVAC(heating,ventilation and air conditioning),plumbing, as described In Chapter 18.108 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 Bidders 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. 10 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT—PHASE 1 BID NO: 12-017 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 STRONGLY RECOMMENDED 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: 11 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT-PHASE 1 BID NO: 12-017 BOND NO: BID DEPOSIT SURETY BOND FORM NAME OF PROJECT: 2012 STREET PRESERVATION PROJECT—PHASE 1 PROJECT/BID NUMBER: 12-017 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 . SURETY PRINCIPAL Signature Signature Typed Name Typed Name Title Title (SEAL) 12 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT-PHASE 1 BID NO 12-017 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: Person/entity submitting bid(print) Signature: Title: Date: 13 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT-PHASE 1 BID NO: 12-017 Bid Question Form 2012 Street Preservation Project—Phase 1 City of Spokane Valley CP No. 0162 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: M.Ryan Kipp,P.E. Project Engineer 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 or Page No Detail No , Plan Sheet No Please respond to Name'` Company Address Fax Number 14 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT-PHASE 1 BID NO: 12-017 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. WITNES SETH: 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 2012 Street Preservation Project Phase 1 SVPW Contract 12-017 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 15 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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 , 2012. Date Printed Name Title Signature City of Spokane Valley Printed Name Title Signature • City of Spokane Valley 16 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 of Spot ane Valley. BOND NO: CONTRACTOR'S PERFORMANCE AND PAYMENT BOND TO DUAL OBLIGEES KNOW ALL MEN BY THESE PRESENTS, that (Contractor), as Principal,and (Bonding Company), as Surety, a corporation of ,whose principal office is located at ,are family 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 whereofPrincipal and Surety bind themselves, their heirs, executors, administrators, successors and assigns jointly and severally, firmly by these presents. 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 terms and conditions set forth in the Contract Documents dated 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 allpersons 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 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 time, alteration or addition to the teams 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. SIGNED AND SEALED THIS DAY OF YEAR 2012. SURETY PRINCIPAL Signature Signature Typed Natne Typed Name Title Title (SEAL) City of Spokane Valley 17 Agreement for Construction Services 2012 Street Preservation Project--Phase 1 SVPW Bid No: 12-017 PART 4 AMENDMENTS TO 2012 WSDOT STANDARD SPECIFICATIONS I NTRO.AP1 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. 1-01.AP1 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 Form, 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). 1-02.AP1 Section 1-02, Bid Procedures and Conditions January 2, 2012 1-02.4(2) Subsurface 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. 1-03.AP1 Section 1-03, Award and Execution of Contract April 2, 2012 1-03.1(1) Tied Bids This section's title is revised to read: 1-03.1(1) Identical Bid Totals AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised;4/9/2012 18 1-08,AP1 Section 1-08, Prosecution and Progress April 2, 2012 1-08.1 Subcontracting In the eighth paragraph, "Contracting Agency" is revised to read "WSDOT". 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. 1-08,7 Maintenance During Suspension The second paragraph is revised to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area safe, smooth, and unobstructed roadways and pedestrian access routes for public use during the suspension (as required in Section 1-07.23 or the Special Provisions.) This may include a temporary road, alternative pedestrian access route or detour, 1-09,AP1 Section 1-09, Measurement and Payment April 2, 2012 1-09.2(5) Measurement The second sentence in the first paragraph is revised to read: The frequency of verification checks will be such that at least one test weekly is performed for each scale used in weighing contract items of Work. 3-04.AP3 Section 3-04, Acceptance of Aggregate April 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)". In Table 1, the row containing the item "Gravel Borrow for Geosynthetic Retaining Wall" is revised to read: 9-03.14(4) Gravel Borrow for Geosynthetic 4000 2000 $30 $60 Retaining Wall AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:4/912012 19 5-01.AP5 Section 5-01, Cement Concrete Pavement Rehabilitation April 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. 5-01.3(11) Concrete Slurry This section including title is revised to read: 5-01.3(11) Concrete Slurry and Grinding Residue All concrete slurry and grinding residue shall be removed from the pavement surface on a continual basis immediately behind the grinding or cutting operations. Slurry shall not be allowed to drain into an area open to traffic, off of the paved surface or into any drainage structure. The Contractor shall collect the concrete slurry and grinding residue from the pavement surface and dispose of it in accordance with Section 2-03.3(7)C. Opening to traffic shall meet the requirements of Section 5-05.3(17). 5-04.AP5 Section 5-04, Hot Mix Asphalt April 2, 2012 5-04.3(10)B3 Longitudinal Joint Density The section including title is revised to read: 5-04.3(10)B3 Vacant 6-02.AP6 Section 6-02, Concrete Structures April 2, 2012 6-02.3(16) Plans for Falsework and Formwork Item No. 4 in the seventh paragraph is revised to read: 4, Conditions required by other Sections of 6-02.3(17), Falsework and Formwork. Item's No. 5, 6, 7, and 8 in the seventh paragraph are deleted. The following paragraph is inserted after the seventh paragraph: Plan approval can be done by the Project Engineer for footings and walls 4 to 8 feet high (excluding pedestal height) provided: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS HOOK Revised:4/9/2012 20 1. Concrete placement rate is 4 feet per hour or less. 2. Facing is 3/-inch plywood with grades as specified per Section 6-02.3(17)1. 3. Studs, with plywood face grain perpendicular, are 2 by 4's spaced at 12 inches. 4. Walers with 3,000 pound safe working load ties spaced at 24 inches are two 2 by 4's spaced at 24 inches. 6-02.3(17)F Bracing In the first paragraph, the phrase "per Section 6-02.3(17)I" 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 falseworklformwork 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 falseworklformwork 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: 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: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:4/9/2012 21 The girders shall be braced in accordance with Sections 6-02.3(17)F4 and 6-02.3(17)F5. 6-02.3(26)E5 Leak Tightness Testing The first sentence in the first paragraph is revised to read: The Contractor shall test each completed duct assembly for leak tightness after placing concrete but prior to placing post tensioning reinforcement. The second paragraph is revised to read: Prior to testing, all grout caps shall be installed and all vents, grout injection ports, and drains shall either be capped or have their shut-off valves closed. The Contractor shall pressurize the completed duct assembly to an initial air pressure of 50 psi. This pressure shall be held for five minutes to allow for internal adjustments within the assembly. After five minutes, the air supply valve shall be closed. The Contractor shall monitor and measure the pressure maintained within the closed assembly, and any subsequent loss of pressure, over a period of one minute following the closure of the air supply valve. The maximum pressure loss for duct assemblies equal to or less than 150 feet in length shall be 25 psig. The maximum pressure loss for duct assemblies greater than 150 feet in length shall be 15 psig. If the pressure loss exceeds the allowable, locations of leakage shall be identified, repaired or reconstructed using methods approved by the Engineer. The repaired system shall then be retested. The cycle of testing, repair and retesting of each completed duct assembly shall continue until the completed duct assembly completes a test with pressure loss within the specified amount. 6-03.AP6 Section 6-03, Steel Structures April 2, 2012 6-03.3(28)A Method of Shop Assembly The first sentence in Item 2.C. is revised to read: For Trusses and Girders --After the first stage has been completed, each subsequent stage shall be assembled to include: at least one truss panel or girder shop section of the previous stage and two or more truss panels or girder shop sections added at the advancing end. 6-07.AP6 Section 6-07, Painting April 2, 2012 6-07.3(9)A Paint System The first sentence in the second paragraph is revised to read: All paint coating components of the selected paint system shall be produced by the same manufacturer. 6-07.3(10)H Paint System The first and second sentences in the second paragraph are revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:419/2012 22 All paint coating components of the selected paint system shall be produced by the same manufacturer. 6-10.AP6 Section 6-10, Concrete Barrier April 2, 2012 6-10.5 Payment In the second paragraph, the bid item "Conc. Class 4000" is revised to read: "Conc. Class 4000 " 6-12.AP6 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. 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: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:4/912012 23 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. 6-14,AP6 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 Borrow For Geosynthetic Retaining Wall": Polyurethane Sealant 9-04.2(3) Closed Cell Foam Backer Rod 9-04.2(3)A 6-15.AP6 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: f. 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. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:419/2012 24 6-16.AP6 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. 6-17.AP6 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: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:419/2012 25 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. 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. 7-02.AP7 Section 7-02, Culverts April 2, 2012 7-02.5 The bid item "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam.", per linear foot is revised to read: "St. Rib Reinf Polyethylene Culy. Pipe In. Diam.", per linear foot 7-04.AP7 Section 7-04, Storm Sewers April 2, 2012 7-04.3(1)B Exfiltration Test—Storm Sewers The fifth column title "PE4" is revised to read "PP4" from the table titled, "Storm Sewer Pipe Schedules". 7-04.5 The bid item "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In Diam", per linear foot is revised to read: "St. Rib Reinf Polyethylene Storm Sewer Pipe In. Diam", per linear foot 7-05.AP7 Section 7-05, Manholes, Inlets, Catch Basins, and Drywells April 2, 2012 7-05.3 Construction Requirements The third paragraph is supplemented with the following: Leveling and adjustment devices that do not modify the structural integrity of the metal frame, grate or cover, and do not void the originating foundry's compliance to these specifications and warranty is allowed, Approved leveling devices are listed in the Qualified Products List. Leveling and adjusting devices that interfere with the backfilling, backfill density, grouting and AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:4/912012 26 asphalt density will not be allowed. The hardware for leveling and adjusting devices shall be completely removed when specified by the Project Engineer. 8-01.AP8 Section 8-01, Erosion Control and Water Pollution Control April 2, 2012 8-01.3(2)D Mulching The following two new paragraphs are inserted after the fourth paragraph: Short-Term Mulch shall be hydraulically applied at the rate of 2500 pounds per acre and may be applied in one lift. Moderate-Term Mulch and Long-Term Mulch shall be hydraulically applied at the rate of 3500 pounds per acre with no more than 2000 pounds applied in any single lift. 8-01.3(2)E Soil Binders and Tacking Agents The first paragraph is revised to read: Tacking agents or soil binders applied using a hydroseeder shall have a mulch tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic, or animal life. A minimum of 125 pounds per acre and a maximum of 250 pounds per acre of Short-Term Mulch shall be used as a tracer. The last two paragraphs are deleted. 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch In the first paragraph, "Engineer" is revised to read "Project Engineer". Note 1 of the table in the first paragraph is revised to read: ' Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the fall period listed above The third paragraph is deleted. 8-01.3(5) Placing Plastic Covering The second and third paragraphs are revised to read: Clear plastic covering shall be used to promote seed germination when seeding is performed outside of the Dates for Application of Final Seed in Section 8-01.3(2)F. Black plastic covering shall be used for stockpiles or other areas where vegetative growth is unwanted. The plastic cover shall be installed and maintained in a way that prevents water from cutting under the plastic and prevents the plastic cover from blowing open in the wind. 8-01.3(6) Check Dams This section is revised to read: Check dams shall be installed as soon as construction will allow, or when designated by the Engineer. The Contractor may substitute a different check dam, in lieu of what is specified in AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:4/912012 27 the contract, with approval of the Engineer. The check dam is a temporary or permanent structure, built across a minor channel. Water shall not flow through the check dam structure. Check dams shall be constructed in a manner that creates a ponding area upstream of the dam to allow pollutants to settle, with water from increased flows channeled over a spillway in the check dam. The check dam shall be constructed to prevent erosion in the area below the spillway. Check dams shall be placed perpendicular to the flow of water and installed in accordance with the Standard Plans. The outer edges shall extend up the sides of the conveyance to prevent water from going around the check dam. Check dams shall be of sufficient height to maximize detention, without causing water to leave the ditch. Check dams shall meet the requirements in Section 9-14.5(4). 8-01.3(7) Stabilized Construction Entrance The first paragraph is revised to read: Temporary stabilized construction entrance shall be constructed in accordance with the Standard Plans, prior to beginning any clearing, grubbing, embankment or excavation. All quarry spall material used for stabilized construction entrance shall be free of extraneous materials that may cause or contribute to track out. 8-01.3(9)B Gravel Filter, Wood Chip, or Compost Berm The first paragraph is revised to read: Filter berms shall retain sediment and direct flows. The gravel filter berm shall be a minimum of 1 foot in height and shall be maintained at this height for the entire time they are in use. Rock material used for filter berms shall meet the grading requirements in Section 9-03.9(2), but shall not include any recycled materials as outlined in Section 9-03.21. 8-01.3(9)C Straw Bate Barrier This section including title is revised to read: 8-01.3(9)C Vacant 8-01.3(11) Vacant This section including title is revised to read: 8-01.3(11) Outlet Protection Outlet protection shall prevent scour at the outlets of ponds, pipes, ditches or other conveyances. All quarry spall material used for outlet protection shall be free of extraneous material and meet the gradation requirements in Section 9-13.6. 8-01.3(13) Temporary Curb This section is revised to read: Temporary curbs shall divert or redirect water around erodible soils. Temporary curbs shall be installed along pavement edges to prevent runoff from flowing onto erodible slopes. Water shall be directed to areas where erosion can be controlled. The temporary curbs shall be a minimum of 4 inches in height. Ponding shall not be in roadways. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:41912012 28 8-01.4 Measurement The third paragraph is revised to read: Check dams will be measured per linear foot one time only along the completed check dam, No additional measurement will be made for check dams that are required to be rehabilitated or replaced due to wear, This section is supplemented with the following: Outlet Protection will be measured per each initial installation at an outlet location. 8-01.5 Payment This section is supplemented with the following: "Outlet Protection", per each. 8-02.AP8 Section 8-02, Roadside Restoration April 2, 2012 8-02.5 Payment The paragraph following bid item "Coarse Compost", per cubic yard" is revised to read: The unit Contract price per cubic yard for "Fine Compost", Medium Compost" or "Coarse Compost" shall be full pay for furnishing and spreading the compost onto the existing soil. 8-03.AP8 Section 8-03, Irrigation Systems April 2, 2012 8-03.3(7) Flushing and Testing The fifth paragraph is deleted. 8-04.AP8 Section 8-04, Curbs, Gutters, and Spillways April 2, 2012 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways This section is supplemented with the following new sub-section: 8-04.3(1)B Roundabout Cement Concrete Curb and Gutter Roundabout cement concrete curb and gutter and roundabout splitter island nosing curb shall be shaped and finished to match the shape of the adjoining curb as shown in the Plans. All other requirements for cement concrete curb and cement concrete curb and gutter shall apply to roundabout cement concrete curb and gutter. 8-04.4 Measurement This section is supplemented with the following: Roundabout splitter island nosing curb will be measured per each. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:419/2012 29 8-04.5 Payment The bid item, "Roundabout Truck Apron Cement Concrete Curb", per linear foot is deleted. This section is supplemented with the following: "Roundabout Cement Concrete Curb and Gutter", per linear foot The unit Contract price per linear foot for "Roundabout Cement Concrete Curb and Gutter" shall be full payment for all costs for the Work including transitioning the roundabout cement concrete curb and gutter to the adjoining curb shape. "Roundabout Splitter Island Nosing Curb", per each. The unit Contract price per each for "Roundabout Splitter Island Nosing Curb" shall be full payment for all costs for the Work including transitioning the roundabout splitter island nosing curb to the adjoining curb shape. 8-12.AP8 Section 8-12, Chain Link Fence and Wire Fence April 2, 2012 In this Section "Engineer" is revised to read "Project Engineer". 8-12.1 Materials This section is supplemented with the following: Paint 9-08.1(2)B 842.3(1)A Posts The words "for Type 3 and Type 4 fences" and "on Type 3 and Type 4 fences" are deleted from this section. The first sentence of the fifth paragraph is revised to read: After the post is set and plumbed, the hole shall be filled with Grout Type 4. The third sentence in the sixth paragraph is replaced with the following two sentences: After the post is set and plumbed, the hole in the portion of the post in solid rock shall be filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to leave no voids. The seventh paragraph is deleted. The ninth paragraph is revised to read: Steep slopes or abrupt topography may require changes in various elements of the fence. It shall be the responsibility of the Contractor to provide all posts of sufficient length to accommodate the chain link fabric. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:4/9/2012 30 The tenth paragraph is revised to read: All round posts shall have approved top caps fastened securely to the posts. The base of the top cap fitting for round posts shall feature an apron around the outside of the posts. 8-12,3(1)B Top Rail This section's content including title is deleted and replaced with: 8-12.3(1)B Vacant 8-12.3(1)C Tension Wire and Tension Cable This section's content including title is revised to read: 8-12.3(1)C Tension Wire Tension Wires shall be attached to the posts as detailed in the Plans or as approved by the Engineer. 8-12.3(1)D Chain Link Fabric The first three paragraphs are revised to read: Chain link fabric shall be attached after the cables and wires have been properly tensioned. Chain link fabric shall be placed on the face of the post away from the Highway, except on horizontal curves where it shall be placed on the face on the outside of the curve unless otherwise directed by the Project Engineer. Chain link fabric shall be placed approximately 1-inch above the ground and on a straight grade between posts by excavating high points of ground. Filling of depressions will be permitted only upon approval of the Project Engineer. The fourth sentence in the fourth paragraph is revised to read: The top and bottom edge of the fabric shall be fastened with hog rings to the top and bottom tension wires as may be applicable, spaced at 24-inch intervals. 8-12.3(1)E Chain Link Gates The third paragraph is deleted. 8-12.3(2)A Posts In the second paragraph, "commercial" is deleted. The first sentence of the fifth paragraph is revised to read: After the post is set and plumbed, the hole shall be filled with Grout Type 4, The fourth sentence in the sixth paragraph is replaced with the following two sentences: After the post is set and plumbed, the hole in the portion of the post in solid rock shall be filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to leave no voids. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised;4/9/2012 31 The tenth paragraph is revised to read: Where the new fence joins an existing fence, the 2 shall be attached in a manner satisfactory to the Project Engineer, and end or corner posts shall be set as necessary. The eleventh paragraph is deleted. 8-12.5 Payment The paragraph following the item "Chain Link Fence Type ", per linear foot is revised to read: The unit Contract price per linear foot for "Chain Link Fence Type shall be full payment for all costs for the specified Work including brace post installation and all other requirements of Section 8-12 for Chain Link Fence, unless covered in a separate Bid Item in this Section. The following paragraph is inserted after the item "End, Gate, Corner, and Pull Post for Chain Link Fence", per each: The unit Contract price per each for "End, Gate, Corner, and Pull Post for Chain Link Fence" shall be full payment for all costs for the specified Work. The following paragraph is inserted after the item "Single 6 Ft. Chain Link Gate", per each: The unit Contract price per each for "Double 14 Ft. Chain Link Gate", "Double 20 Ft. Chain Link Gate", and "Single 6 Ft. Chain Link Gate", shall be full payment for all costs for the specified Work. The paragraph following the item "Wire Fence Type ", per linear foot is revised to read The unit Contract price per each for "Wire Fence Type " shall be full payment for all costs for the specified Work including payment for clearing of the fence line. The following paragraph is inserted after the item "Double Wire Gate 20 Ft. Wide", per each: The unit contract price per each for"Single Wire Gate 14 Ft. Wide" and "Double Wire Gate 20 Ft. Wide" shall be full payment for all costs for the specified Work. The paragraph following the item "Access Control Gate", per each is revised to read: The unit contract price per each for "Access Control Gate" shall be full payment for all costs to perform the specified Work. 8-15.AP8 Section 8-15, Riprap April 2, 2012 8-15.1 Description The second paragraph is revised to read: Riprap will be classified as heavy loose riprap, light loose riprap, and hand placed riprap. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:4/9/2012 32 8-20.AP8 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. 8-21.AP8 Section 8-21, Permanent Signing April 2, 2012 8-21.2 Materials The third sentence is revised to read: Materials for sign mounting shall conform to Section 9-28.11. 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: 8-21.3(9)B 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 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:4/9/2012 33 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 methods) 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. 3. The Contractor shall adjust the primary shaft vertical steel reinforcing bars as necessary in accordance with Section 6-02.3(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 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:4/9/2012 34 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. 8-21.5 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, ". 8-25.AP8 Section 8-25, Glare Screen April 9, 2012 In this section, "tension cable" and "cable" are deleted. 8-25.3(3) Posts The first sentence in the first paragraph is revised to read: Posts shall be constructed in accordance with the Standard Plans and applicable provisions of Section 8-12.3(1)A. The last paragraph is revised to read: All round posts for Type 1 Design B and Type 2 glare screen shall be fitted with a watertight top securely fastened to the post. Line posts shall have tops designed to carry the top tension wire. 8-25.3(5) Tension Cables This sections content including title is deleted: 8-25.3(6) Fittings, Attachments, and Hardware This sections content including title is deleted. 9-03.AP9 Section 9-03, Aggregates April 2, 2012 9-03.14(1) Gravel Borrow Note 1 is deleted, including the reference in the table. 9-03.14(2) Select Borrow Note ' is deleted. Note 2 is re-numbered Note ', including the reference in the table. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:41912012 35 9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall This section is revised to read: All backfill material for geosynthetic retaining walls shall consist of granular material, either naturally occurring or processed, and shall be free draining, free from organic or otherwise deleterious material. The material shall be substantially free of shale or other soft, poor durability particles, and shall not contain recycled materials, such as glass, shredded tires, portland cement concrete rubble, or asphaltic concrete rubble. The backfill material shall meet the following requirements for grading and quality: Sieve Size Percent Passing 1 I " 1 99-100 1" 90-100 No. 4 50-80 No.40 30 max. No, 200 7.0 max. Sand Equivalent 50 min. All percentages are by weight Property Test Method Allowable Test Value Los Angeles Wear AASHTO T 96 35 percent max. 500 rev. Degration Factor WSDOT Test Method 113 15 min. pH,permanent walls AASHTO T 289 4.5-9 pH,temporary walls AASHTO T 289 3-10 Wall backfill material satisfying these grading and property requirements shall be classified as nonaggressive. 9-03.21(1) General Requirements The first sentence in the first paragraph is revised to read: Hot Mix Asphalt, Concrete Rubble, Recycled Glass (glass cullet), and Steel Furnace Slage may be used as, or blended uniformly with naturally occurring materials for aggregates. 9-03.21(1)C Vacant This section including title is revised to read: 9-03.21(1)C Recycled Glass (Glass Cullet) Glass Cullet shall meet the requirements of AASHTO M 318 with the additional requirement that the glass cullet is limited to the maximum amounts set in Section 9-03.21(1)E for recycled glass. Prior to use the Contractor shall provide certification to the Project Engineer that the recycled glass meets the physical properties and deleterious substances requirements in AASHTO M-318. 9-03.21(1) E Table on Maximum Allowable Percent (By Weight) of Recycled Material The column heading "Recycled Glass" is revised to read "Recycled Glass (Glass Cullet) in the table. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:4/9/2012 36 In the column "Recycled Glass (Glass Cullet)" all amounts are revised to read "20" beginning with the item "Ballast" and continuing down until the last item in the table. 9-04.AP9 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 1087. 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. 9-06.AP9 Section 9-06, Structural Steel and Related Materials April 2, 2012 9-06.5(3) High Strength Bolts In this section, "AASHTO M 291" is revised to read "ASTM A 563". 9-10.AP9 Section 9-10, Piling April 2, 2012 9-10.4 Steel Pile Tips and Shoes In the first paragraph "ASTMA A 148 Grade 60-90" is revised to read "ASTMA A 148 Grade 90- 60". 9-14.AP9 Section 9-14, Erosion Control and Roadside Planting April 2, 2012 9-14,3 Fertilizer The second sentence in the first paragraph is revised to read: It may be separate or in a mixture containing the percentage of total nitrogen, available phosphoric acid, and water-soluble potash or sulfur in the amounts specified. 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs ) The fourth row in Table 1 is revised to read: Heavy Metals EPA 6020A Total Metals _ Antimony— <4 mg/kg AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:4/9!2092 37 Arsenic— <6 mg/kg Barium— <80 mg/kg Boron—< 160 mg/kg Cadmium— <2 mg/kg Total Chromium— <4 mg/kg Copper— < 10 mg/kg Lead— <5 mg/kg Mercury— <2 mg/kg Nickel-- <2 mg/kg Selenium— < 10 mg/kg Strontium-- <30 mg/kg Zinc— <30 mg/kg 9-14.4(2)A Long Term Mulch In the first paragraph, the phrase "within 2 hours of application" is deleted. 9-14.4(4) Wood Strand Mulch The last sentence in the second paragraph is deleted. This section is supplemented with the following new paragraph: The Contractor shall provide Material Safety Data Sheet (MSDS) that demonstrates that the product is not harmful to plant life and a test report performed in accordance with WSDOT Test Method 125 demonstrating compliance to this specification prior to acceptance. 9-14.4(8) Compost The second paragraph is revised to read: Compost production and quality shall comply with WAC 173-350 and for biosolids composts, WAC 173-30B. The third paragraph is to read: Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for the Examination of Compost and Composting (TMECC) 02.02- B, "Sample Sieving for Aggregate Size Classification". Fine compost shall meet the following gradation: Sieve Size Percent Pas sing Minimum Maximum 1" 100 S/8 90 100 1/4 75 100 Note Maximum particle length of 4 inches. Medium compost shall meet the following gradation: AMENDMENTS TO THE 2812 STANDARD SPECIFICATIONS BOOK Revised:419/2012 38 Sieve Size Percent Passing Minimum Maximum 1" 100 5/8" 85 100 70 85 Note Maximum particle length of 4 inches. Medium compost shall have a carbon to nitrogen ration (C:N) between 18:1 and 35:1. The carbon to nitrogen ration shall be calculated using dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of"Total N" using TMECC 04.02D. Coarse compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 2" 100 1" 90 100 3/4" 70 100 40 60 Note Maximum particle length of 6 inches. Coarse compost shall have a carbon to nitrogen ratio (C:N) between 25:1 and 35:1. The carbon to nitrogen ratio shall be calculated using the dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of"Total N" using TMECC 04.02D. 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. Composting Council TMECC 04.11-A, "1:5 Slurry pH". 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1 percent by weight as determined by U.S. Composting Council TMECC 03.08- A "Classification of Inerts by Sieve Size". 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S. Composting Council TMECC 05.07A "Loss-On-Ignition Organic Matter Method (LOI)". 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in accordance with U.S. Composting Council TMECC 04.10 "Electrical Conductivity." 6. Maturity shall be greater than 80 percent in accordance with U.S. Composting Council TMECC 05,05-A, "Germination and Root Elongation". 7. Stability shall be 7-mg CO2—C/g OM/day or below in accordance with U.S. Composting Council TMECC 05.08-B "Carbon Dioxide Evolution Rate". 8. The compost product shall originate from organic waste as defined in WAC 173 350 as "Type 1 Feedstocks", "Type 2 Feedstocks", and/or "Type 3 Feedstocks". The Contractor shall provide a list of feedstock sources by percentage in the final compost product. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:4/9/2012 39 9, The Engineer may also evaluate compost for maturity using U.S. Composting Council TMECC 05.08-E "Solvita® Maturity Index'. Fine compost shall score a number 6 or above on the Solvita® Compost Maturity Test. Medium and coarse compost shall score a 5 or above on the Solvita®Compost Maturity Test. 9-14.4(8)A Compost Approval This section's title is revised to read: 9-14.4(8)A Compost Submittal Requirements The first sentence in this section up until the colon is revised to read: The Contractor shall submit the following information to the Engineer for approval: Item No. 2 in the first paragraph is revised to read: 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department in accordance with WAC 173-350 (Minimum Functional Standards for Solid Waste Handling) or for biosolid composts a copy of the Coverage Under the General Permit for Biosolids Management issued to the manufacturer by the Department of Ecology in accordance with WAC 173-308 (Biosolids Management). 9-14.5(2) Erosion Control Blanket The second sentence in the first paragraph is revised to read: The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) meeting the following requirements in Tables 6 and 7: 9-14.5(4) Geotextile Encased Check Dam This section including title is revised to read: 9-14.5(4) Check Dams All materials used for check dams shall be non-toxic and not pose a threat to wildlife when installed. This section is supplemented with the following new sub-sections: 9-14.5(4)A Biodegradable Check Dams Biodegradable check dams shall meet the following requirements: Biodegradable Check Dams Materials Wattle Check Dam 9-14.5(5) Compost Sock Check Dam 9-14.5(6) Coir Log Check Dam 9-14.5(7) • The Contractor may substitute a different biodegradable check dam as long as it complies with the following and is approved by the Engineer: 1. Made of natural plant fiber. 2. Netting if present shall be biodegradable. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:4/9/2012 40 9-14.5(4)B Non-biodegradable Check Dams Non-biodegradable check dams shall meet the following requirements: 1. Geotextile materials shall conform to section 9-33 for silt fence. 2. Other such devices that fulfill the requirements of section 9-14.5(4) and shall be approved by the Engineer prior to installation. 9-14.6(1) Description In item No. C in the fourth paragraph, "22-inch" is revised to read "2-inch". 9-16.AP9 Section 9-16, Fence and Guardrail April 2, 2012 9-16.1(1)A Post Material for Chain Link Fence The last sentence in the last paragraph is deleted. 9-16.1(1)C Tension Wire and Tension Cable This section including title is revised to read: 9-16.1(1)C Tension Wire Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall be Class 1. 9-16.1(1)D Fittings and Hardware The last paragraph is deleted, 9-16.1(2) Approval This section is deleted. 9-16.6(3) Posts This section is revised to read: Line posts for Types 1 and 2 glare screens shall be 2 inch inside diameter galvanized steel pipe with a nominal weight of 3.65 pounds per linear foot. End, corner, brace, and pull posts for Type I Design A and B and Type 2 shall be 2 '/ inch inside diameter galvanized steel pipe with a nominal weight of 5.79 pounds per linear foot. Intermediate pull posts (braced line posts) shall be as specified for line posts. The base material for the manufacture of steel pipes used for posts shall conform to the requirements of ASTM A 53, except the weight tolerance on tubular posts shall be applied as provided below. Posts provided for glare screen will have an acceptance tolerance on the weight per linear foot, as specified, equal to plus or minus 5 percent. This tolerance will apply to each individual post. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:419/2012 41 All posts shall be galvanized in accordance with AASHTO M 181 Section 32. The minimum average zinc coating is per square foot of surface area. This area is defined as the total area inside and outside. A sample for computing the average of mass of coating is defined as a 12-inch piece cut from each end of the galvanized member. 9-16.6(5) Cable This section including title is revised to read: 9-16.6(5) Vacant 9-16.6(6) Cable and Tension Wire Attachments This section including title is revised to read: 9-16.6(6) Tension Wire Attachments All tension wire attachments shall be galvanized steel conforming to the requirements of AASHTO M 232 unless otherwise specified. Eye bolts shall have either a shoulder or a back- up nut on the eye end and be provided with an eye nut where needed or standard hex nut and lock washer%-inch diameter for tension wire and of sufficient length to fasten to the type of posts used. Turnbuckles shall be of the shackle end type, 1/2 inch diameter, with standard take-up of 6 inches and provided with % inch diameter pins. 9-16.6(9) Fabric Bands and Stretcher Bars The first paragraph is revised to read: Fabric bands shall be '/a inch by 1 inch nominal. Stretcher bars shall be 3/8 inch by 3/ inch nominal or 5116 inch diameter round bar nominal. A 5118 inch diameter round stretcher bar shall be used with Type 1. Nominal shall be construed to be the area of the cross section of the shape obtained by multiplying the specified width by thickness. A variation of minus 5-percent from this theoretical area shall be construed as "nominal` size. All shall be galvanized to meet the requirements of ASTM F 626. 9-20.AP9 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: 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". 9-23.AP9 Section 9-23, Concrete Curing Materials and Admixtures April 2, 2012 9-23.2 Liquid Membrane-Forming Concrete Curing Compounds In the first paragraph, "moisture loss" is revised to read "water retention". AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:4/912012 42 9-29.AP9 Section 9-29, Illumination, Signal, Electrical April 2, 2012 9-29.10(2) Decorative Luminaries The second sentence in the third paragraph is deleted. 9-29.25 Amplifier, Transformer, and Terminal Cabinets In item No. 2.C., "Transformer 23.1 to 12.5 KVA" is revised to read "Transformer 3.1 to 12.5 KVA". 9-34.AP9 Section 9-34, Permanent Marking Material April 2, 2012 9-34.2 Paint The second paragraph is revised to read: Blue and black paint shall comply with the requirements for yellow paint in Section 9-34.2(4) and Section 9-34.2(5), with the exception that blue and black paints do not need to meet the requirements for titanium dioxide, directional reflectance, and contrast ration. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:4/9/2012 43 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 Genera!Special Provision (Date SC GSP) Spokane County General Special Provision (Date COSV GSP) City of Spokane Valley General Special Provision Also incorporated into the Contract Documents by reference are: O 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 6 City of Spokane Valley Street Standards Contractor shall obtain copies of these publications, at Contractor's own expense. City of Spokane Valley 44 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) This contract provides for pavement preservation and associated 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 45 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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 date on which the contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: 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. City of Spokane Valley 46 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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: There is no soils information used for this project. 1-02.5 Proposal Forms (June 27, 2011 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 DIM/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (June 27, 2011 APWA GSP) City of Spokane Valley 47 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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 D/WIMBE 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; 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. City of Spokane Valley 48 Agreement for Construction Services 2012 Street Preservation Project.-Phase 1 SVPW Bid No: 12-017 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 101, the Council Chambers immediately thereafter. 1-02.13 Irregular Proposals (March 25, 2009 APWA GSP) Revise item 1 to read: 1. 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; 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 City of Spokane Valley 49 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW laid No: 12-017 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 prequalification 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. 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 City of Spokane Valley 50 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No 12-017 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: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the City of Spokane Valley 51 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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, 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+C). If the Contracting Agency chooses to award the project, it will be awarded to the lowest responsible bid for all base bid schedules. 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. 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 City of Spokane Valley 52 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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., 9 presiding over 2, 2 over 3, 3 over 4, and so forth): I. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.6 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 City of Spokane Valley 53 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No 12-017 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 1-05.4 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 be responsible for all horizontal and vertical construction staking necessary for the installation, construction or reconstruction of the utilities, roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. Contractor-supplied survey work shall include but not be limited to the following; 1. Prior to beginning construction, the contractor shall reference the existing pavement surface grade at the centerline of each new pedestrian ramp prior to removing the asphalt. The finish centerline gutterflow elevation shall match the existing pavement elevation. The contractor shall set and maintain 2-inch by 2-inch offset hubs located at 15 feet and 30 feet from the centerline gutter of each pedestrian ramp location. The pedestrian ramp type; Detail No.; radius at face of curb; and cut to centerline flowline shall be marked on the guard stake. 2. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, drainage, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. Spot pavement marking locations per Section 8-22 3. Any found monuments shall be referenced and reestablished in accordance with Section 8-13. 4. 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 City of Spokane Valley 54 Agreement for Construction Services 2012 Street Preservation Project—Phase I SVPW Bid No: 12-017 Contractor shall re-establish it or replace it at his own expense. Re-establishment or replacement of property corners shall be done only by a Washington State licensed Land Surveyor and be in accordance with WAC 332-120. 5. 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. 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 Stationing on roadway N/A ±0.1 feet Alignment on roadway N/A ±0.04 feet Top of Crushed Surfacing, Paving, or Curbing 0 low ±0.2 feet 0.02 feet high (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. City of Spokane Valley 55 Agreement for Construction Services 2012 Street Preservation Project--Phase 1 SVPW Bid No: 12-017 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. 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 —7 above. The Contractor shall take as-built measurements of the location of all utility piping, conduit, and wire locations; all utility structure locations; all rim and invert elevations of all utility structures 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 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. 1-05.6 Inspection of Work and Materials (June 17, 2008 COSV GSP) Supplement this section with the following: City of Spokane Valley 56 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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 1, 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 part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05A0 Guarantees (March 1, 2008 COSY) Add the following: City of Spokane Valley 57 Agreement for Construction Services 2012 Street Preservation Project Phase 1 SVPW Bid No: 12-017 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 Contractor, will set the Substantial Completion Date. lf, 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. City of Spokane Valley 58 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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 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. City of Spokane Valley 59 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No 12-017 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: Spokane County Signal Shop shall control the signal at the intersection of Dishman-Mica and Schafer. The contractor shall coordinate with the Signal Shop Inspector 48 hours prior to work within 200 feet of the intersection of Dishman-Mica/Schafer. 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 Engineer's office. Electronic copies such as e-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. City of Spokane Valley 60 Agreement for Construction Services 2012 Street Preservation Project Phase 1 SVPW Bid No: 12-017 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours, The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 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). City of Spokane Valley 61 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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. 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, 2011 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. City of Spokane Valley 62 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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; 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, City of Spokane Valley 63 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 1-07.9(5) Required Documents (January 24, 2011 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 required on the addendum to the "Affidavit of Wages Paid" form filed with the Department of Labor and Industries [form F700-164-000]. 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. City of Spokane Valley 64 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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 will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 1-07.15(1) SPCC Plan Add the following: "Schedule_ SPCC Plan", per Lump sum shall not be measured. The lump sum payment for "Schedule _ SPCC Plan" shall be full pay for all costs with creating an updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by the specification for work within a Schedule site. 1-07.16(1) PrivatelPublic 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 GSP) Add the following: The Contractor shall maintain access to existing postal service facilities in accordance with the requirements of the U.S. Postal Service. City of Spokane Valley 65 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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. 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 Sewer Avista Utilities Spokane County Utilities Attn: Mike Whitby Attn: Kevin Cooke 1411 E. Mission Avenue 1026 W. Broadway Spokane, WA 99202 Spokane, WA 99260 (509) 991-12781 F: (509) 495-4120 (509) 477-7286/ F: (509) 477-4715 Cable Telephone Comcast Qwest Attn: Bryan Richardson Attn: Dave Clark 1717 E. Buckeye 904 N. Columbus Spokane,WA 99207 Spokane, WA 99202 Cell: 509 370-7389/ F: (509) 755-4863 (509) 455-2314/ F: (509) 455-2104 City of Spokane Valley 66 Agreement for Construction Services 2012 Street Preservation Project--Phase 1 SVPW Bid No: 12-017 Power Water Avista Utilities Spokane County Water District 3 Attn: Kelly Donohue Attn: Ty Wick 1411 E. Mission Ave. MSC-46 5221 E. Desmet Ave. P.O. Box 3727 Spokane Valley, WA 99212 Spokane, WA 99220-3727 (509) 536-0121/ F: (509) 534-3760 (509) 495-4889 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, 2011 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is 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 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. City of Spokane Valley 67 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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). I-I. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew 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 City of Spokane Valley 68 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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 A policy of Commercial General Liability Insurance, including: Per project aggregate Premises/Operations Liability Products/Completed Operations —for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap/ Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal &Advertising Injury, each offence Stop Gap/ Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1-07.18(5)B Automobile Liability Automobile Liability for owned, non-owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. City of Spokane Valley 69 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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: (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 (Feet) 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 City of Spokane Valley 70 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 Construction Under Traffic Section 1-07.23(1) is supplemented with the following: General The contractor shall provide temporary traffic control signage per section 1-10.1(2). A minimum of 10' travel lanes within the existing roadway shall be maintained at all times. During nonworking hours the contractor shall provide at least two travel lanes. Install motorcycle signing when appropriate. During all sidewalk work a pedestrian detour must be in place. Schedule A: The road may be narrowed to one lane if a lane closure is required when work is occurring in the other travel lane. When the road is narrowed to one lane fiaggers must be present. Schedule B: The road may be narrowed to one lane if a lane closure is required when work is occurring in the other travel lane. When the road is narrowed to one lane flaggers must be present. The contractor shall maintain access at least one road entering the residences along the south side of 4t'. Schedule C North of Schafer to 16th: Two lanes, one in each direction, shall be maintained at all times. During work in the southbound lanes provide access to business via the shoulder. Shoulder closure traffic control measures shall be in place during all sidewalk work. Schafer Intersection: During work occurring in the roadway, the signal will be placed in flash operations and controlled by flaggers. During sidewalk work the signal will remain in operation with traffic control using shoulder closure traffic control measures. 1. When approved by the Engineer, the Contractor may temporarily restrict access to private driveways for construction purposes for up to 4 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. City of Spokane Valley 71 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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. 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 City of Spokane Valley 72 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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". 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 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until City of Spokane Valley 73 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 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. City of Spokane Valley 74 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No 12-017 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. 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 B-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. City of Spokane Valley 75 Agreement for Construction Services 2012 Street Preservation Project--Phase 1 SVPW Sid No: 12-017 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) 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 - D/MIWBE 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 preconstruction 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. Order of Work The Contractor shall pave back within 48 hours of grinding for Schedules A and B and within 96 hours for Schedule C. City of Spokane Valley 76 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 1-08.5 Time for Completion (*****) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day. 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 charted 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 1-08.6 Time for Completion (March 13, 1995) Section 1-08.5 is supplemented with the following: City of Spokane Valley 77 Agreement for Construction Services 2012 Street Preservation Project.-Phase 1 SVPW Bid No: 12-017 This project shall be physically completed within *** 25 ***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. 1-09.7 Mobilization Add the following: The lump sum cost for "Schedule —, Mobilization" shall cover full eligible mobilization costs for work within a schedule site. 1-09.9 Payments (June 27, 2011 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. City of Spokane Valley 78 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), 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 79 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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 construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. 1-10.1(2) Traffic Control Plans (December 2, 2009 COSV GSP) Add the following: Work shall be completed under an approved plan submitted by the Contractor using the following WSDOT Standard Traffic Control Plans. K-20A0-00 Lane Closure, with Flagger Control K-26.20-00 Lane Shift onto two-way left turn lane K-22.20-01 Lane Shift onto passing lane K-24.40-01 Double Closure on Multilane Roadway K-30.40-01 Intersection - Lane Shift on Five lane Two-Way Left Turn Lane K-32.20-00 Intersection - Right Lane Closure Far Side K-34.20-00 Intersection - Pedestrian Detour K-36.20-00 Intersection - Shoulder Work K-40.20-00 Shoulder Closure - High Speed Roadway (45 MPH or Higher) K-40.40-00 Shoulder Closure - Low Speed Roadway (45 MPH or Less) K-60.40-00 Motorcycle, Supplemental Signing Place one VMS (Variable Message Sign) one week prior to work on each Schedule until work starts on that Schedule. At the following locations: Schedule A- On the northwest corner of Vista/Augusta Schedule B- On the north side of 4th approximately 125 feet west of Farr Schedule C- On the west side of Dishman-Mica approximately 500 feet north of 16th City of Spokane Valley 80 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 1-10,2 Traffic Control Management General (December 1, 2008) Section 1-10.2(1) 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 1-10.2(1)B Traffic Control Supervisor Delete the second paragraph and replace with the following: The TCS shall personally perform all duties of the TCS. The contractor shall provide to the Engineer the name and cell phone number of the TCS at the Pre-Construction Meeting. The TCS shall be physically present on the project site while the contractor or his subs are working. While on site, the TCS shall do only traffic control related work; except actively flagging. The cost for the TCS shall be included in the bid price for "Schedule, Temporary Traffic Control". 1-10.4 Measurement Add the following: "Schedule, ,Temporary Traffic Control" shall not be measured for payment. "Schedule _ Flaggers and Spotters" shall be measured per hour, approved by the Engineer and shown on the TCS daily report. City of Spokane Valley 81 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 1-10.5 Payment 1-10.5(1) Lump sum Bid for Project (No Unit Items) Add the following: The lump sum cost for "Schedule Temporary Traffic Control" shall include all costs to furnish and implement the temporary traffic control plan except the cost of flagging. The hourly cost for `Schedule Flaggers and Spotters" shall include all costs to furnish flagging for Schedule work shown on the plans. DIVISION 2 EARTHWORK 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(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. 2-02.4 Measurement (February 5, 2010 COSV GSP) Add the following: City of Spokane Valley 82 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 "Remove PCC Curb and Gutter", shall be measured per linear foot along the face of existing curb and gutter. "Remove PCC Sidewalk", shall be measured per square yard along the ground for full depth of existing concrete. "Schedule A Pavement Removal", shall be measured per horizontal view square yard regardless of thickness or depth of existing pavement. "Schedule B Pavement Removal", shall be measured per horizontal view square yard regardless of thickness or depth of existing pavement. "Sawcut ACP Pavement", shall be measured per Linear Foot- Inch. "Remove Junction Box", shall be measured per each. 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", 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. "Sawcut ACP Pavement", per Liner Foot -- Inch shall be full payment for furnishing tools, labor, equipment, and materials required to sawcut to the depth shown on the plans. 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. "Schedule A Pavement removal", per square yard; shall be full payment for furnishing tools, labor, equipment, and materials required to load, haul and dispose of the existing full depth asphalt concrete pavement, and compact subgrade to 95% of modified proctor maximum City of Spokane Valley 83 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 density; furnish, install, and compact Crush Surfacing Top Course to an elevation of 2.5" below existing grade. "Schedule B Pavement removal", per square yard; shall be full payment for furnishing tools, labor, equipment, and materials required to load, haul and dispose of the existing full depth asphalt concrete pavement, subgrade to 95% a depth of 10 inches. "Remove Junction Box", per each; shall be full payment for furnishing tools, labor, equipment, and materials required to remove, load, haul and dispose of the Junction Box. 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 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. City of Spokane Valley 84 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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. 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 the water purveyor 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 City of Spokane Valley 85 Agreement for Construction Services 2012 Street Preservation Project--Phase 1 SVPW Bid No: 12-017 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. 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. DIVISION 4 BASES 4-04 Ballast and Crushed Surfacing 4-04.4 Measurement Add the following: "Crushed Surfacing Top Course, 2 In. Depth", shall be measured by horizontal square yard of compacted material in place. "Crushed Surfacing Top Course, 6 In. Depth", shall be measured by horizontal square yard. Crushed surfacing top course used to bed conduit shall not be measured. 4-04.5 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, 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 4 inch deep layer in those areas shown on the plans. City of Spokane Valley 86 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT 5-04.1 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 Specification Cone Penetration, 778F (258C) (ASTM D 5329) 60 - 100 Flow, 1408F (608C) (ASTM D 5329) 5 mm maximum Resilience, 778F (258C) (ASTM D 5329) 30% minimum Ductility, 778F (258C) (ASTM D 113) 30 cm minimum Ductility, 39.28F (28C) (ASTM D 113) 30 cm minimum Adhesion, 778F (258C) (ASTM D 5329) 500% minimum Softening Point (ASTM D 36) 1708F(778C) minimum Asphalt Compatibility (ASTM D 5329) Pass 5-04.3 Construction Requirements 5-04.3(3)A Material Transfer DeviceNehi'cle (SC August 3, 2009) Section 5-04.3(3)A is deleted in its entirety. 5-04.3(5)E Pavement Repair Replace this section with the following: HMA Curb Patch After installation of the temporary traffic control plan the Contractor shall establish a nearby temporary benchmark and measure the existing gutter inverts in accordance with Section 1- City of Spokane Valley 87 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 05.4. If the existing curb line does not appear to drain, but ponds, the Contractor shall notify the Engineer immediately and not proceed with curb demolition until the Engineer has provided direction. The Contractor shall then remove existing curbing and sidewalk adjacent to the existing pavement. The Contractor shall notify the Engineer of the day and time the curb shall be removed and allow the Engineer four working hours to mark the pavement removal limits. The Engineer will inspect the excavations. Placement of the HMA shall be accomplished in lifts not to exceed 0.35 foot compacted depth. The bottom lift shall be compacted by a mechanical tamper (Jumping Jack). The top lift shall be compacted by a roller. Finish grade of the patch shall match the existing pavement surface grade at the sawcut edges and shall positively drain. In those areas where the existing adjacent asphalt pavement was previously cracked or was damaged by the Contractor's curb removal activities, the Engineer shall mark the extents of the existing pavement to be removed and patched. If the Engineer believes the adjacent pavement condition is adequate, the Contractor may use the asphalt edge as a form to place the new curb or curb and gutter. The contractor shall sawcut all boundaries of the patch area to the full depth of the asphalt pavement, regardless of the method the Contractor elects to use to remove the asphalt pavement. The sawcut shall be made prior to excavation. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement that is not designated to be removed that is damaged as a result of the contractor's operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. After the existing pavement is removed the Contractor shall excavate to the depth shown on the appropriate HMA Pavement Patch Detail and dispose of the material offsite. Excavated materials will become the property of the Contractor and shall be disposed in a Contractor provided site. The contractor shall compact the subgrade to 95% of the modified proctor maximum density and then place and compact crushed surfacing top course in accordance with Section 4-04, Asphalt for tack coat shall be required as specified in Section 5-04.3(5)A. A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement patch area. Asphalt for tack coat shall be required as specified in Section 5-04.3(5)A. A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement patch area. HMA Signal Patch After the existing pavement is removed the Contractor shall install the vehicle detector loops and conduit and bring the patch floor to the top of the compacted subgrade elevation. The Contractor shall then furnish, place and compact HMA in accordance with this section, to the depths shown on the HMA Signal Patch detail. Placement of the HMA shall be accomplished in lifts not to exceed 0.35 foot compacted depth, Each lift shall be thoroughly compacted by a mechanical tamper or roller. Finish grade of the patch shall match the existing pavement surface grade. City of Spokane Valley 88 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 5-04.3(7) Mix Design Section 5-04.3(7)A2 Statistical or Nonstatistical Evaluation (SC February 6, 2010) 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 1-718 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 Testing-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. City of Spokane Valley 89 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No 12-017 5-04.3(9) Spreading and Finishing (SC February 6, 2010) Section 5-04.3(9) Replace the first paragraph with the following: 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 contractor shall bid and construct each project with enough equipment so that, on a Roadway with two or more lanes, only one cold longitudinal joint, placed at centerline, shall be constructed in any roadway. Any roadway with less than two full width drive lanes shall be constructed with enough equipment so that there are no longitudinal cold joints. 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" Patch wearing course 0.33-feet Overlay courses 0.17-feet 5-04.3(10) Compaction 5-04.3(10)B Control 5-04.3(10)B1 General (COSV 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. City of Spokane Valley 90 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 5-04.3(10)B3 Longitudinal Joint Density (COSV 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(10)B4 Test Results (COSV 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 su blot. 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. 5-04.3(121A Transverse Joints (COSV 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: City of Spokane Valley 91 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 • 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. 5-04.3(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. 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, 1/8 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 3/-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. 5-04.3(13)Surface Smoothness (COSV January 2, 2012) Section 5-04.3(13) The second sentence of the first paragraph is revised to the following: City of Spokane Valley 92 Agreement for Construction Services 2012 Street Preservation Project--Phase 1 SVPW Bid No: 12-017 The completed surface of the wearing course shall not vary more than 1/8 inch for posted speeds of 45 MPH or higher or 1/4 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. 5-04.3(141 Planning Bituminous Pavement Section 5-04.3(14) is supplemented with the following: The Contractor shall perform the planning operations no more than 48 hours for Schedules A and B, and 96 hours for Schedule C, 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. The Contractor shall remove all pavement from the lop of the gutter of the face of the curb after planning but before paving. 5-04.4 Measurement (SC February 6, 2010) Section 5-04.4 is revised as follows: HMA CL. PG Ft. Depth, Patch, will be measured by the square yard per typical section/details shown on the plans. HMA CL. _ PG , _ Ft. Depth will be measured by the square yard per typical section/details shown on the plans. If the Contractor elects to remove and replace HMA as allowed by Section 5-04.3(11), the material removed will not be measured. "Bituminous Planing, 2 Inch Depth" will be measured by the square yard, "Shim Planing Bituminous Pavement" will be measured per square yard. "Bituminous Planing, 1/2 Inch Depth" will be measured by the square yard. "Joint Adhesive", will be measured per linear foot. "HMA Signal Patch", shall be measured per square yard. City of Spokane Valley 93 Agreement for Construction Services 2012 Street Preservation Project--Phase 1 SVPW Bid No 12-017 "HMA Curb Patch", shall be measured per square yard. 5-04.5 Payment (SC February 6, 2010) Section 5-04.5 is supplemented as follows: "HMA CL. _°' PG_-—' Ft. Depth", per square yard. The unit contract price square yard for" HMA CL. _" PG _- _, Ft. Depth" shall be full compensation for mobilization, furnishing and installing all material, labor, and equipment to place specified depth of HMA in accordance with the requirements of Section 5-04. "HMA CL. " PG _- , Ft. Depth, Patch", per square yard. The unit contract price square yard for " HMA CL. _" PG _-_, Ft. Depth Patch" shall be full compensation for mobilization, furnishing and installing all material, labor, and equipment to place specified depth of HMA in accordance with the requirements of Section 5- 04. "Bituminous Planing, 2 Inch Depth" per square yard. The unit contract price per square yard for"Bituminous Planing, 2 Inch Depth" shall be full pay for all mobilization labor, tools, excavation, and equipment necessary to mill the existing pavement to a depth of 2 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. "Bituminous Planing, 1/2 Inch Depth" per square yard. The unit contract price per square yard for"Bituminous Planing, 2 Inch Depth" shall be full pay for all mobilization labor, tools, excavation, and equipment necessary to mill the existing pavement to a depth of 1/2 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 2 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. 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. "HMA Signal Patch", per square yard. City of Spokane Valley 94 Agreement for Construction Services 2012 Street Preservation Project--Phase 1 SVPW Bid No: 12-017 The unit contract price per square yard for "HMA Signal Patch" shall be full pay for removing the existing pavement and crushed surfacing and or subgrade to a depth of 10 inches; furnishing, installing, and compacting crushed surface top course to a depth of 6 inches; after placement of vehicle detector loops; furnishing, installing, and compacting HMA to the compacted thicknesses shown on the plans. "HMA Curb Patch", per square yard. The unit contract price per square yard for "HMA Curb Patch" shall be full pay for removing the existing pavement and crushed surfacing and or subgrade to a depth of 10 inches; furnishing, installing, and compacting crushed surface top course to a depth of 6 inches; furnishing, installing, and compacting HMA to the compacted thicknesses 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 cores 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 Yard) 0.00 to 0.01 0 Greater than 0.01 to 0.02 15 City of Spokane Valley 95 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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. DIVISION 6 STRUCTURES 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 3/4-inch and no more than 1 1/2-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 96 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS SECTION 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.2 Materials (April 1, 2008 SC GSP) Add the following: Manhole Steps and Entry Couplings Manhole steps are required for all manholes except Type ill 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 (*****) 7-05.3(1) 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. City of Spokane Valley 97 Agreement for Construction Services 2012 Street Preservation Project--Phase 1 SVPW Bid No: 12-017 The manhole rim elevations shown on the Plans are estimates only. The Contractor shall set the rim elevations at 1/8- to 3/8-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. (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. 7-05.4 Measurement Add the following: "Adjust Existing Manhole", will be measured per each. "Adjust Existing Catch Basin, or Drywell", will be measured per each. "Adjust Valve Box", will be measured per each. 7-05.5 Payment (** **) Add the following: City of Spokane Valley 98 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 "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 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. "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. 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 99 Agreement for Construction Services 2012 Street Preservation Project--Phase 1 SVPW Bid No: 12-017 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. Dryland 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 Hydroseedinq: • Apply seeded slurry with a hydraulic seeder at a rate of 7 lbs per 1000 sq ft evenly in two intersecting directions. • Mulch/tackifier to be applied as part of the slurry mix, and shall be applied to a thickness of 1/8 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: "Seeding, Fertilizing and Mulching" shall be measured by the square yard. City of Spokane Valley 100 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 8-01.5 Payment (March 1, 2008 COSV GSP) Add the following: "Seeding, Fertilizing and Mulching" by horizontal square yard. 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 existing sprinkler heads or 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 COSV GSP) Add the following: City of Spokane Valley 101 Agreement for Construction Services 2012 Street Preservation Project--Phase 1 SVPW Bid No: 12-017 "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: "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. 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 8-04 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 not be greater than 1/4-inch when checked with a 10-foot straight edge, nor greater than 1/8-inch in a 5-foot distance or less. The vertical variance shall not be greater than 1/4-inch when checked against plan elevation. The cross-section dimension variance shall not be greater than 114-inch. City of Spokane Valley 102 Agreement for Construction Services 2012 Street Preservation Project--Phase 1 SVPW Bid No: 12-017 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 8-13 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. City of Spokane Valley 103 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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: 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 1/4" 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 '/4" 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 1/" inch. 8-13.4 Measurement Add the following: " Monument Case and Cover" shall be measured per each. "Adjust 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. "Adjust Monument Case and Cover" per each. The unit cost for"Adjust Monument Case and Cover" per each shall be full pay for furnishing all materials, equipment and labor to remove or lower the monument, monument case, and rebar in the street if necessary. • City of Spokane Valley 104 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bld No: 12-017 SECTION 8-14 CEMENT CONCRETE SIDEWALKS 8-14.2 Materials (March 1, 2008 COSV 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. 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 1/2-inch to 3/8-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 1/2-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 1/4-inch when checked with a 10-foot straight edge, nor greater than 1/8-inch in a 5-foot distance or less. There shall be no vertical variance greater than 1/4- inch when checked against plan elevation. There shall be no cross-section dimension variance greater than 1/4-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. City of Spokane Valley 105 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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 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, 2012 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) Detectable Warning Surface Add the following: The contractor shall place additional anchors at the mid points so that the panel shall be flush with the existing surface. Anchors shall be in accordance with the panel manufacturer's specifications. The cost for additional anchors shall be included in the unit cost for this bid item. 8-14.4 Measurement Replace this section with the following: "Cement Concrete Curb Ramp Type, Parallel A" shall be measured per each. "Cement Concrete Curb Ramp Type, Perpendicular A"shall be measured per each. 8-14.5 Payment Add the following: City of Spokane Valley 106 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 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 each for " Cement Concrete Curb Ramp Type, Perpendicular A " shall be full pay for furnishing and installing a parallel curb ramp in accordance with WSDOT Standard Plan F-40.15-01 at locations shown on the plans. 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. 8-20.3 Construction Requirements 8-20.3(1) General ( ) Section 8-20.3(1) is supplemented with the following: Induction Loop Vehicle Detectors Section 8-20.3(14)C is supplemented with the following: Preformed, Type 3, induction loops shall be constructed as follows: 1. In areas of new roadway construction, all loops shall be installed in the crushed surfacing base course in the lane center, immediately prior to the installation of the paving material. 2. The lead-in shall be spliced to two conductors in the shielded cable in accordance with the requirements of Standard Plan J-8a. 3. The loops shall have minimum four turns. The loops and loop lead-in shall be continuous (unspliced). 4. The loop lead-in shall be twisted a minimum of eight turns per foot for preformed loops. 5. Loop wire shall be No. 16 stranded wire, single conductor with TFFN insulation. 6. The loop and the loop lead-in shall be preformed and shall be enclosed in polypropylene conduit and/or 250-psi hydraulic base and/or 250-psi non- conductive flex hose. The loop and loop lead-in hose and/or conduit shall be injected with a hot rubber-asphalt sealant. 7. The loops shall be from one of the following manufacturers listed or constructed as detailed below: City of Spokane Valley 107 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 Never-Fail Loop Systems (NFLS) De-Tech Manufacturing Patriot Detection Induction Loops, Type 3 shall be installed per WSDOT Standard Plan J-8c. 8-20.4 Measurement (March 19, 2010 COSV GSP) Section 8-20.4 is supplemented with the following: "Induction Loop, Type 3", will be measured per each. "Junction Box, Type 2", shall measured per each. 8-20.5 Payment (March 19, 2010 COSV GSP) Section 8-20.5 is supplemented with the following: "Induction Loop, Type 3", per each The unit contract price, per each, for "Induction Loop, Type 3 ", shall be full pay for all materials, labor and equipment for furnishing and complete installation, including removal of existing loop wiring; and splicing to existing home run wiring; and all other Work necessary for complete installation. "Junction Box, Type 2", per each. The unit contract price, per each, for "Junction Box, Type 2 ", shall be full pay for all materials, labor and equipment for furnishing and installing the Junction box in accordance with Standard Plan J-40.10-01 including excavation placement, conduit under sidewalk and curb, adjustment, backfilling, adjusting conduits in the box; splicing to existing home run cables; and all other Work necessary for complete installation. All additional materials and labor not shown in the Plans or called for herein and which are required to complete the electrical system, shall be included in the lump sum Contract price. 8-20.3(8) Wiring (*****) Section 8-20.3(8) is supplemented with the following: All splices shall be made in the presence of the Engineer. 8-20.3(11) Testing (*****) City of Spokane Valley 108 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No: 12-017 Section 8-20.3(11) is supplemented with the following: Any fault in any material or in any part of the installation revealed by these tests shall be replaced or repaired by the contractor in a manner approved by the Engineer, and the same test shall be repeated until no fault appears. Repairs or replacements due to the faults found during testing shall be at the expense of the Contractor. DIVISION 9 MATERIALS 9-02 BITUMINOUS MATERIALS 9-02.1(4) Performance Graded Asphalt Binder (PGAB) Delete the 60% minimum RTFO Residue Elastic Recovery requirement for performance grade asphalt binders (PGAB). 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)B Gradation—Recycled 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. 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. City of Spokane Valley 109 Agreement for Construction Services 2012 Street Preservation Project--Phase 1 SVPW Bid No: 12-017 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 9-29 ILLUMINATION, SIGNAL ELECTRICAL 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes 9-29.2(1)A Standard AND Heavy Duty Junction Boxes Section 9-29.2(1)A is supplemented with the following: (*****) All lids and frames for junction boxes, cable vaults, and pull box lids located in the sidewalk must have non-slip surfaces. Lids and frames are required to have a minimum static coefficient of friction of 0,6 for PARs, in accordance with the testing procedures in ASTM C-1028,ASTM F-1679,ASTM E303,ASTM D2047 prASTM F1677. The contractor shall provide either Mebacl by IKG Industries; SlipNot Grade 3-Coarse by W.S. Molnar Co.; or approved equal. 9-29.12 Electrical Splice Materials Section 9-29,12 is supplemented with the following: 9-29.12(2) Traffic Signal Splice Material Section 9-29.12 (2) is revised to read: Induction loop splices shall be rigid re-enterable type splice kits chosen from the WSDOT Qualified Products List (QPL). City of Spokane Valley 110 Agreement for Construction Services 2012 Street Preservation Project—Phase 1 SVPW Bid No 12-017 PART 6 WAGE RATE INFORMATION The State of Washington prevailing wage rates applicable for this public works project, which is located in Spokane County, may be found at the following website address of the Department of Labor and Industries: https:Ilfortress.wa.gov/InilwagelookuplprvWagelookup.aspx. Based on the bid submittal deadline for this project, the applicable effective date for prevailing wages for this project is 611112. A copy of the applicable prevailing wage rates are also available for viewing at the office of the Owner, located at 11707 E, Sprague Ave., Ste 106, Spokane Valley, WA 99206. Upon request, the Owner will mail a hard copy of the applicable prevailing wages for this project. PART 7 STANDARD PLANS Monument Case and Cover,WSDOT Standard Plan A-10.30-00 Cement Concrete Curbs,WSDOT Standard Plan F-10.12-02 Parallel Curb Ramp,WSDOT Standard Plan F-40.12-01 Perpendicular Curb Ramp, WSDOT Standard Plan F-40.15-01 Detectable Warning Surface,WSDOT Standard PIan F-45.10-00 Locking Lid Standard Duty Junction Box Types 1 &2, WSDOT Standard Plan J-40.10-02, Sheet 1 of 2 Locking Lid Standard Duty Junction Box Types 1 &2,WSDOT Standard Plan J-40.10-02, Sheet 2 of 2 Type 3 Induction Loop,WSDOT Standard Plan J-50.12-00, Sheet 1 of 3 Type 3 Induction Loop,WSDOT Standard Plan J-50.12-00, Sheet 2 of 3 Type 3 Induction Loop,WSDOT Standard Plan J-50.12-00, Sheet 3 of 3 Lane Closure,with Flagger Control,WSDOT Standard Plan K-20A0-00 Lane Shift onto passing lane,WSDOT Standard Plan K-22.20-01 Double Closure on Multilane Roadway,WSDOT Standard Plan K-24.40-01 Lane Shift onto two-way left turn lane,WSDOT Standard Plan K-26.20-00 Intersection—Lane Shift on Five lane Two-Way Left Turn Lane, WSDOT Standard Plan K-30.40-01 Intersection—Right Lane Closure Far Side,WSDOT Standard Plan K-32.20-00 Intersection—Pedestrian Detour,WSDOT Standard Plan K-34.20-00 Intersection—Shoulder Work,WSDOT Standard Plan K-36.20-00 Shoulder Closure—High Speed Roadway(45 MPH or Higher),WSDOT Standard Plan K-40.20-00 Shoulder Closure—Low Speed Roadway(45 MPH or Less), WSDOT Standard Plan K-40.40-00 Motorcycle, Supplemental Signing,WSDOT Standard Plan K-60.40-00 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 Sidewalk, Spokane Valley Standard Plan R-103 Survey Monuments, Spokane Valley Standard Plan R-145 PLAN VIEW 10"R. SOIL GROUT 2 0.0.OALVANMED STEEL PIPE—NOTE 4 SECTION Op INSTALLATION a RISER RING DIMENSIONS A 1 112" 2" (SIM 10 12"MM. S 12-DIAM. r DIAM. 9"DIAM. SECTION RISER RING 4 578• R. l 38 DIAM. SECTION COVER 5 114"R. 1"I 314" 5 314"R. SECTION CASE NOTES 1. Dimensions may vary according to manufacturer. 2. Base to be placed on a well compacted foundation. 3. Monument case to be installed by contractor. 4. See Standard Plan A-1020 for Monument(brass disc)type to place in 2"O.D.galvanized pipe. 3118" ve' L 114" SECTION OF Lk rr t K ISOMETRIC APPROXIMATE WEIGHTS CASE 80 LES COVER 19 LEIS TOTAL 7R LEIS 40l MONUMENT CASE AND COVER STANDARD PLAN A-10.30-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Eakotich 111 10-05-07 ..w ern}ev®a.ww.m DATE woshLpbn Left wpuenw oerAo,emn Wit FACE of CURB VARIES 12"TO 24" FACE OF CURB VARIES 10"TO 22" 1 (SEE CONTRACT) MATCH ROADWAY SLOPE ROADWAY 112"R. 1"R MATCH ROADWAY SLOPE 12"R 11 112" I � 11 172" DUAL-FACED CEMENT CONCRETE TRAFFIC CURB AND GUTTER FACE OF CURB ROADWAY 1" 1"R 112'R, 1"R ROADWAY 1/2"R CEMENT CONCRETE OR ASPHALT CONCRETE SIDEWALK OR PATH 318"PREMOLDED JOINT FILLER (WHEN ADJACENT TO CEMENT CONCRETE SIDEWALK) CEMENT CONCRETE PEDESTRIAN CURB VARIES 12"TO 24', VARIES 10'70 22" (SEE CON FACE OF CURB r R_ 1/I R ROADWAY 1 3/4' 1314" DUAL-FACED CEMENT CONCRETE TRAFFIC CURB 8 172' 5 112' 1' FACE OF CURB 1'-8' CEMENT CONCRETE TRAFFIC CURB AND GUTTER 6 1/2" 1/2'R VARIES FROM—; E"TO 0" -i B" B" FACE OF CURB VARIES FROM 8"TO 0', MAINTAIN 111:8V SLOPE ON SIDE OF CURB MATCH ROADWAY SLOPE 1/2"R CEMENT CONCRETE CURB RAMP,LANDING, OR DRIVEWAY 1"R ENTRANCE 318"PREMOLDED JOINT FILLER 1'-8" DEPRESSED CURB SECTION AT CURD RAMPS AND DRIVEWAY ENTRANCES NOTE ROADWAY 1. See Standard Plan F-30.10 hr Curb Expansion and Contraction Joint spacing. FLUSH WITH GUTTER PAN AT CURB O RAMP ENTRANCE-117 VERTICAL UP AT DRIVEWAY ENTRANCE CEMENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS,LANDINGS, AND DRIVEWAY ENTRANCES SFACE OF CURB 8 1/4" CEMENT CONCRETE TRAFFIC CURB ter R FACE OF CURB T 114" 8 114" MOUNTABLE CEMENT CONCRETE TRAFFIC CURB CEMENT CONCRETE CURBS STANDARD PLAN F-10.12-02 SHEET"OF 1 SHEET APPROVED FOR PUBUCATION Pasco Bakotch!!J 06-16-11 STAR OMPON IiNOWktif! OAR w®Mngon Bob D�pmunenrcl TmnoXdol on War SEE CONTRACT PLANS -4'-Cr MIN. 318"DCPANSION JOINT(TYP.) SEE STD.PLAN F-30.10 CURB AND GUTTER LANDING SEE CONTRACT PLANS PEDESTRIAN CURB N EXPANSION JOINT[RYP,) ^4'-0"MIN. B" -SEE NOTE 4 -SEE STANDARD PLAN FJ0.10 LANDING PLANS Ari. I'Ifi4il1� SEE CONTRACT -4'-B'MIN.[TYP.) CURB RAMP FACE OF CURB 15-Cr'MAX.- SEE NOTE 7 SIDEWALK GRADE BREAK rtir °G 6.396 MFJC CROSSDAWJC SIDEWALK CURB RAMP DETECTABLE WARNING SURFACE -SEE STANDARD PLAN P40.10 DEPRESSED CURB&GUTTER PLAN VIEW TYPE PARALLEL A SIDEWALK or y-1 ll�l�i�l��IU,I�IAl;lilll_� PEDESTRIAN CURB -SEE NOTE 4 3'R. CURB A GUTTE R DETECTABLE WARNING SURFACE -SEE STANDARD PLAN F45.10 VARIES CEMENT CONCRETE PEDESTRIAN CURB -SEE STANDARD PLAN FA0.12 SEE CONIRACTPLANLS 15'-D' MAX.- SEE NOTE 7 GRADE BREAK 83%MAX SEE CONTRACT PLANS -4-e MIN 2.096 MAY_ LANDING SECTION i 4'-ff MIN Z0%MAIL CURB RAMP 3IB•EXPANSION JOINT[rYP.) -SEE STANDARD PLAN P•30.10 LANDING 'CEMENT CONCRETE CURB RAMP TYPE PARALLEL A"PAY UNIT-SEE NOTE SECTION ISOMETRIC VIEW TYPE PARALLEL A PAY LIMIT RAMP GRADE BREAK CURB RAMP SEE CONTRACT PLANS -4'-0'MIN. FACE OF CURB GRADE BREAK COUNTER SLOPE 5.0%MAIL GRADE BREAK TOP OF ROADWAY DEPRESSED CURB&GUTTER -SEE NOTE B 84 SIDEWALK CROSSWALK C DETECTABLE WARNING SURFACE •SEE STANDARD PLAN F4E10 DEPRESSED CURB 8 GUTTER PLAN VIEW TYPE PARALLEL B 15'-C"MAX- SEE NOTE 7 GRADE BREAK 8.5%MAX CURB RAMP SEE CONTRACT PLANS -4-0'MN 20%MAX. NOTES 1. Provide a separate curb ramp for each marked or unmarked crosswalk_ Curb ramp location shall be placed within the width of the associated crosswalk or as shown in the Contract Plarm. 2. Where"GRADE BREAK"Is called out,the entire length of the grade break between the two adjacent surface planes shall be flush. 3. Do not place gratings,junction boxes,access covers,or other appurte- nances in front of thre curb ramp or on any part of the curb ramp or landing. 4. See Contract Plans for the curb design specified.See Standard Plan F-10.12 for Curb,Curb and Gutter,and Pedestrian Curb Details. 5. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. See Contract Plans for width and placement of sidewalk 6. The Bid Item"Cement Concrete Curb Ramp Type„_"does not include the adacent Curb,Curb and Gutter,Pedestrian Curb or Sidewalk. 7. The curb ramp maximum running slope shall not require the ramp length to exceed 15 feet to avoid chasing the slope indefinitely when connecting to steep grades.When applying the 15 foot max.length,the running slope of the curb ramp shall be as flat as feasable. 8. Curb ramp,landing,&flares shall receive broom finish_See Standard Specifications 8-14. LEGEND SLOPE IN EITHER DIRECTION LANDING 31B'EXPANSION JOINT(IYP.) SEE STANDARD PLAN Fa0.10 SECTION C 'CEMENT CONCRETE CURB RAMP TYPE PARALLEL B"PAY UM1T-SEE NOTE 8 PEDESrRSAN CURB -SEE STANDARD PLAN F•10.12 ISOMETRIC VIEW TYPE PARALLEL B PAY LIMIT PARALLEL CURB RAMP STANDARD PLAN F-00.12-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 06-03-10 w arnTE 0WISN MOM. we W.MNpbn Shem o.p.pnw,raTraN w, ne,fo0 LANDING CURB RAMP WIDTH 4'-D•MIN. LANDING TO MATCH CURB RAMP WIDTH SEE CONTRACT PLANS GRADE BREAK GRADE BREAK SEE CONTRACT PLANS -4'-Cr MIN, SEE CONTRACT PLANS -4'-p MIN. SIDEWALK-SEE NOTE 55 -_. TTRANSR10N TD SEE SEE CONTRACT PLANS SIDEWALK 4-Cr MIN, FLARE WIDTH(rYR) [rYP.y JOINT(TYP.)-SEE 318"EXPANSION CURB RAMP �N STANDARD PLAN F-90.10 LANDING CURD RAMP CEMENT CONCRETE SIDEWALK-SEE NOTE 5 CURB RAMP WIDTH 4'-0"MIN. LANDING TO MATCH CURB RAMP WIDTH SEE CONTRACT PLANS GRADE BREAK JOINT(TYP.)-SEE STANDARD PLAN F 90,10 GRADE BREAK TRANSMON TO SIDEWALK BUFFER, GRADE BREAK , IF PRESENT.OR TO BACK OF CURB(lYR) SEE CONTRACT PLANS SEE CONTRACT PLANS -0"MIN. BLIFFEt WIDTH- MATCH TD CURB RAMP DEPTH(TYP.) v., CURB,OR CURB-, AND GUTTER --�'J~'- FACE OF CURB MEASURED PARALLEL TO CURB(TYP,} DETECTABLE WARNING SURFACE SEE STANDARD PLAN P45.10 J I. CROSSWALK DEPRESSED CURB AND GUTTER PLAN VIEW TYPE PERPENDICULAR A SE:STANDARD PLAN P90.10 FOR SLOPE TREATMENT SEE CONTRACT PLANS m CURB,OR CURB AND GUTTER FACE OF CURB DETECTABLE WARNING SURFACE SEE STANDARD PLAN F-45.10 -4'-0"MIN, 20%MAX 15-0"MAX- SEE NOTE 7 GRADE BREAK B.3%MAX rI CROSSWALK CEMENT CONCRETE PEDESTRIAN CURB -SEE NOTE 4 DETECTABLE WARNING SURFACE SEE STANDARD PLAN F-46,10 DEPRESSED CURB AND GLITTER PLAN VIEW TYPE PERPENDICULAR B (SHOWN WITH BUFFER) GRADE BREAK COUNTER SLOPE y 5.0%MAX. LANDING CURB RAMP SECTION OA CEMENT CONCRETE CURB RAMP TYPE PERPENDICULAR A"PAY UMIT-SEE NOTE 6 ISOMETRIC VIEW TYPE PERPENDICULAR A PAY UNIT GRADE BREAK TDP OF ROADWAY DEPRESSED CURB&GUTTER -SEE NOTE 4 CEMENT CONCRETE CURB RAMP'TYPE PERPENDICULAR B"PAY LJMIT-SEE NOTES NOTES 1. Provide a separate curb ramp for each marked or unmarked crosswalk. Curb ramp location shall be placed within the width of the associated 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 shell be flush. 3. Do not place gratings,junction boxes,access covers,or other appurten- ances In front of the curb ramp or on any part of the curb ramp or landing. 4. See the Contract plans for the curb design specified. See Standard Plan F-10.12 for Curb,Curb and Gutter,and Pedestrian Curb details. 5. See Standard Plan F-30.10 for Cement Concrete Sidewalk details. See Contract plans for width and placement of sldewaflc B. The Bid Item"Cement Concrete Curb Ramp Type "does not include the adjacent Curb,Curb and Gutter,Pedestrian Curb or Sidewalk 7, The curb ramp maximum running slope shall not require the ramp length to exceed 15 feet to avoid chasing the slope indefinitely when connecting to steep grades.When applying the 15 foot maximum length,the running slope of the curb ramp shall as flat as feasible. S. Curb ramp,landing,&flares shall receive broom finish.See Standard Specifications 8-14. LEGEND SLOPE 54 EITHER DIRECTION CEMENT CONCRETE PEDESTRIAN CURB -SEE NOTE 4 ISOMETRIC VIEW TYPE PERPENDICULAR B PAY LIMIT DETECTABLE WARNING SURFACE SEE STANDARD PLAN F-46.10 DEPRESSED CURB &GUTTER CEMENT=NORM CURB AND GUTTER-SEE NOTE 4 CURB RADIUS DETAIL PERPENDICULAR CURB RAMP STANDARD PLAN F-40.15-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 06-0340 4111. 131514 Masan M+OINE. OAT4 'T•Wcohinglon Male owarImNrwTwntp.r/earn TRUNCATED DOME SPACING SEE NOTE 3 CURB RAMP WAKKWAY 5-0' LANDING MEW" BACK OF CURB SEE NOTES 2&5 zd w 1 ^D TRUNCATED DOME SECTION O SEE STANDARD SPECIFICATIONS FOR COLOR OF SURFACE CURB RAMP,LANDING,PASS- THROUGH OR WALKWAY 1.60' 0.45" 240' 0,60' 0.0" 140' 02" TRUNCATED DOME DETAILS DELECTABLE WARNING SURFACE-SEE NOTE 3 SINGLE DIRECTION CURB RAMP CURB FtAMP LANDING WIDTH OF WALKWAY CURB RAMP BACK OF CURB SEE NOTES 2&5 LANDING BACK OF CURE SEE NOTES 2&5 PLACE AT BACK OF CURB LINE SEE NOTE 2 DETECTABLE WARNING SURFACE-SEE NOTE 3 NOTES I. The Detectable Waming Surface shall extend the full width of the curb ramp(exciuslvo of flares)or the landing. 2. The edge of the Detectable Warning Surface shalt be placed along the back of the curb line. 2-0'MIN.- 3. The rows of truncated domes in a Detectable Warning Surface ALL APPUCATIONS shall be parallel with the direction of wheel chair travel. 4. See Standard Plans for sidewalk and curb ramp details. 5. If a curb is not present,place The Detectable Waming Surface at the edge of the pavement. 6. If a curb ramp is required,the location of The Detectable Waming Surface must be at the bottom of the ramp and within the required distance from rail. MATCH TO WIDTH OF CURB RAMP LANDING, PASS-THROUGH OR WALKWAY DETECTABLE WARNING SURFACE DETAIL �� CURB RAMP rr DETECTABLE WARNING SURFACE-SEE NOTE 3 WIDTH OP CURB RAMP PERPENDICULAR CURB RAMP WDTH OF CURB RAMP,�1 LANDING,OR WALKWAY DETECTABLE WARNING SURFACE-SEE NOTE B DETECTABLE WARNING SURFACE SEE NOTE 3 YNDTH OF LANDING PARALLEL CURB RAMP WIDTH OF WALKWAY OR PATH(rYP.)F I DETECTABLE WARNING SURFACE RAIL PATH OR WALKWAY PEDESTRIAN RAILROAD CROSSING PAVEMENT EDGE PATH OR WALKWAY SHOULDER SHARED-USE PATH CONNECTION PLACEMENT GUIDELINES WIDTH OF PASS THROUGH-(VP.} DETECTABLE WARNING SURFACE(TYP.) BACK OF CURB -SEE NOTES 2&5 ISLAND PASS-THROUGH DETECTABLE WARNING SURFACE(rYP,) WIDTH OF PASS THROUGH-(TrP.) MrN. GTE BACK OF CURB -SEE NOTES 2&5 MEDIAN PASS-THROUGH 2'-0' MIN. WIDTH OF PASS THROUGH ROUNDABOUT SPUTTER ISLAND 111" Hut DETECTABLE WARNING SURFACE STANDARD PLAN F-45.10-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBUCATION Pasco Bakottch lA 06-0340 6WATE DEMON ENGIICCR OPT[ wmhing,51vr DePOnnmMd Tron.pnr.dow TAPER DIVIDER ENDS TO MATCH LNSIOE TAPER OF BOX 51E"x1"S.S. COUPLNG NUT (TYR) _. LID SUPPORT(TYP.) -SEE NOTE 3 GROUND STUD -SEE NOTE 4 COUPLNG NUT FOR ALTERNATIVE 2 -SEE SHEET 2 UD LIFTING NOTCH -1/4""314" HEADED ANCHOR SHEAR STUD-3/8"x 3.10 COUNT STUDS EVENLY SPACED AROUND FRAME(PLACE 1D S1DE OF LID BOLT DOWN SUPPORT ANGLE WHEN USING LOCKING DETAILALTERNATNE 2). -SEE NOTE 11 1 316'DIAM.HOLE WITH 1/2DIAM.K11/2'- PENTA HEAD BOLT BOLT PLATE-SEE DETAIL ETYR TOP OF SOIL SURFACE SOX INTERIOR LENGTH-1/113- VW"1112'S.S. SETSCREW(TYP.) DIVIDER PLATE ELEVATION VIEW (FOR TYPE 2 JUNCTION BOX ONLY) A 1/4 10 GAGE GALVANIZED STEEL SIDE VIEW c E 3/16"(TYP.) 3r16 1/1 ) JUNCTION BOX DIMENSION TABLE 1 A ITEM BOX TYPE TYPE 1 TYPE 2 A OUTSIDE LENGTH OF JUNCTION BOX 22 33' B OUTSIDE WIDTH OF JUNCTION BOX 17" 221/2 C INSIDE LENGTH OF JUNCTION BOX III"-1H" 28"-29" D INSIDE WIDTH OFJUNCTION BOX 13"-14" 17'-18' e LID LENGTH 17 Sr 28 2/8" F LIDWIDTH 125/8" 181/8' CAPACITY-CONDUIT DIAMETER 6" 12' DIAMOND PATTERN -SEE NOTE 2 1 114"GAP(TVA.) 4' FOR HOOK RELEASE (TYR) LOCKING LID STANDARD 3/16 3/4 DUTY JUNCTION BOX 3/16 V 314 (CONDUrrS NOT SHOWN) A GROUNDING STUB 1 112•MIN. -SEE NOTE 3/8'STEEL COVER PLATE UD HOOK 3/16" 3/6"STEEL COVER LIP PLATE(TYP.) LID SUPPORT(TYR) WELDED WIRE RENFORCEMENT (TYP) (TYR HEADED ANCHOR SHEAR STUD(TYP,) -SEE NOTE 11 WELDED WIRE HOOP(TYR) -SEE NOTE 10 318'STEEL -... -COVER UP PVC CONDUIT SEE NOTE 6 GRAVEL PAD GRS CONDUIT SECTION 24'MINIMUM FROM WWR WIRE TED TO HEADED ANCHOR SHEAR STUD(TYP.) SECTION ( D) PERSPECTIVE VIEW Q Equipment Grounding Conductor Q CopperSolderloss Crimp Connector Q Equipment Bonding Jumper-see note 6 Q See Contract or conduit size and number COVER MARKING DETAIL ITS 1/2 SEE NOTE 7 I` 318"STEEL COVER UP PLATE NOTES 1. All box dimensions are approximate. Exact configurations vary among manufacturers. 2. Minimum lid thickness shown. The diamond pattern shall be a minimum of 28%of the overall thickness.Junction Boxes installed In sidewalks,welkways,and shared-use paths shall have a slip-resistant coating on the lid and Sip cover piste,and shall be Installed with the surface flush with and matched to the grade of the sidewalk,walkway,or shared-use path. The nonslip lid shall be identified with permanent markings on the underside,indicating the type of surfaco treatment(see Contract Documents for details)and the year of manufacture.The permanent marking shall be 118'Inch line thtclmess formed with a stainless steel weld bead and shall be placed prior to hot-dlp gahranlzing. 3. Lid support members shall bo 3/16'minimum thick steel C,L,or T shape,welded to the frame. 4. A 1/4-20 NC x 314"S.5,ground stud shall be welded to the bottom of the lid;include(2)3,S. nuts and(2)S.S.flat washers. 5. Bolts and nuts shall bo liberally mated with anti-seize compound. 6. Equipment Bonding Jumper shall be#8 AWG min.x 4'of tinned braided copper. 7. The System identification letters shall be 118"lino thickness formed by engraving,stamping,or with a S.S.weld bead. See Cover Marking detail. Grind oft diamond pattern before forming letters. For System Identification details,see Standard Specification 9-292(4). 8. When required In the Contract,provide a 10"x 27 1/2",10 gage divider plate,complete,with fasteners, in each Type 2 Junction Box where specified. 9.When required in Contract,provide a 12"deep extension for each Typo 2 Junction Box where specified. 10. See the Standard Specifications for altemativa reinforcement and class of concrete, 11. Headed Anchor Shear Studs must be welded to the Steel Cover Up Plate and wire tied In two places to the vertical Welded Reinforcement Wire when In mated with each other.Wire tie all other Headed Anchor Shear Studs to the horizontal Welded Reinforcement Wire. 12. Lid Bolt Down Attachment Tab provides a method of retrofitting by using a mechanical process in lieu of welding.Attachment Tab shown depicts a typical component arrangement actual configurations of assembly will vary among manufacturers. See approved manufacturers'shop drawings for specifics. 13. Unless otherwise noted in the plans or approved by the Engineer,Junction Boxes,Cable Vaults,and Pull Boxes shall not be placed within the traveled way or paved shoulders.AJI Junction Boxes,Cable Vaults.and Pull Boxes placed within the traveled way or paved shoulders shall be Heavy-Duty. 14. DLstanee between the lop of the conduit and the bottom of the Junction Box Ild shall be 6'min.to 8"mall for final grade of new construction only See Standard Specification 8-202(5). Where adjustments are to be made to existing Junction Boxes,or for Interim construction stages during the contract,the limits shall be from 6'min.to 10"max See Standard Specification 8-20.3(6). b 2 MIN. 1 1/2 MIN. 3/16' (TYP.) GROUND S1U1-SEE NOTE 4 COUPLING NUT FOR ALTERNATIVE 2-SEE NOTE 2 LID SUPPORT(rYP.) -LSHAPE SHOWN (SEE NOTE 3) .0 116 7104 SVO SECf1ON (CONDUITS NOT SHOWN) 3/8'x 3'HEADED ANCHOR SHEAR STUD(TYP.) WELDED WIRE REINFORCEMENT(TYR) (WWR)4x4-W2.9'WL9 (6 GAGE)-SEE NOTE 10 WELDED WIRE HOOP (TYP.)W2.a(6 GAGE) -SEE NOTE 10 LOCKING LID STANDARD DUTY JUNCTION BOX TYPES 1 &2 STANDARD PLAN J-40.10-02 SHEET1 OF SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 05-11-11 MTN/UMW - 15401,01111.1 nm W,d,I W,n Mole Onpmh,w,Id Tm��oM6n 1 A - -emu P — '_---, r I '. n -__- i v i i - HOOK p,,,, SEE (TYP.) .61:,/..N., NOTE r0 ' 1 O I 1 114"GAP(TVA.) 4' FOR HOOK RELEASE (TYR) LOCKING LID STANDARD 3/16 3/4 DUTY JUNCTION BOX 3/16 V 314 (CONDUrrS NOT SHOWN) A GROUNDING STUB 1 112•MIN. -SEE NOTE 3/8'STEEL COVER PLATE UD HOOK 3/16" 3/6"STEEL COVER LIP PLATE(TYP.) LID SUPPORT(TYR) WELDED WIRE RENFORCEMENT (TYP) (TYR HEADED ANCHOR SHEAR STUD(TYP,) -SEE NOTE 11 WELDED WIRE HOOP(TYR) -SEE NOTE 10 318'STEEL -... -COVER UP PVC CONDUIT SEE NOTE 6 GRAVEL PAD GRS CONDUIT SECTION 24'MINIMUM FROM WWR WIRE TED TO HEADED ANCHOR SHEAR STUD(TYP.) SECTION ( D) PERSPECTIVE VIEW Q Equipment Grounding Conductor Q CopperSolderloss Crimp Connector Q Equipment Bonding Jumper-see note 6 Q See Contract or conduit size and number COVER MARKING DETAIL ITS 1/2 SEE NOTE 7 I` 318"STEEL COVER UP PLATE NOTES 1. All box dimensions are approximate. Exact configurations vary among manufacturers. 2. Minimum lid thickness shown. The diamond pattern shall be a minimum of 28%of the overall thickness.Junction Boxes installed In sidewalks,welkways,and shared-use paths shall have a slip-resistant coating on the lid and Sip cover piste,and shall be Installed with the surface flush with and matched to the grade of the sidewalk,walkway,or shared-use path. The nonslip lid shall be identified with permanent markings on the underside,indicating the type of surfaco treatment(see Contract Documents for details)and the year of manufacture.The permanent marking shall be 118'Inch line thtclmess formed with a stainless steel weld bead and shall be placed prior to hot-dlp gahranlzing. 3. Lid support members shall bo 3/16'minimum thick steel C,L,or T shape,welded to the frame. 4. A 1/4-20 NC x 314"S.5,ground stud shall be welded to the bottom of the lid;include(2)3,S. nuts and(2)S.S.flat washers. 5. Bolts and nuts shall bo liberally mated with anti-seize compound. 6. Equipment Bonding Jumper shall be#8 AWG min.x 4'of tinned braided copper. 7. The System identification letters shall be 118"lino thickness formed by engraving,stamping,or with a S.S.weld bead. See Cover Marking detail. Grind oft diamond pattern before forming letters. For System Identification details,see Standard Specification 9-292(4). 8. When required In the Contract,provide a 10"x 27 1/2",10 gage divider plate,complete,with fasteners, in each Type 2 Junction Box where specified. 9.When required in Contract,provide a 12"deep extension for each Typo 2 Junction Box where specified. 10. See the Standard Specifications for altemativa reinforcement and class of concrete, 11. Headed Anchor Shear Studs must be welded to the Steel Cover Up Plate and wire tied In two places to the vertical Welded Reinforcement Wire when In mated with each other.Wire tie all other Headed Anchor Shear Studs to the horizontal Welded Reinforcement Wire. 12. Lid Bolt Down Attachment Tab provides a method of retrofitting by using a mechanical process in lieu of welding.Attachment Tab shown depicts a typical component arrangement actual configurations of assembly will vary among manufacturers. See approved manufacturers'shop drawings for specifics. 13. Unless otherwise noted in the plans or approved by the Engineer,Junction Boxes,Cable Vaults,and Pull Boxes shall not be placed within the traveled way or paved shoulders.AJI Junction Boxes,Cable Vaults.and Pull Boxes placed within the traveled way or paved shoulders shall be Heavy-Duty. 14. DLstanee between the lop of the conduit and the bottom of the Junction Box Ild shall be 6'min.to 8"mall for final grade of new construction only See Standard Specification 8-202(5). Where adjustments are to be made to existing Junction Boxes,or for Interim construction stages during the contract,the limits shall be from 6'min.to 10"max See Standard Specification 8-20.3(6). b 2 MIN. 1 1/2 MIN. 3/16' (TYP.) GROUND S1U1-SEE NOTE 4 COUPLING NUT FOR ALTERNATIVE 2-SEE NOTE 2 LID SUPPORT(rYP.) -LSHAPE SHOWN (SEE NOTE 3) .0 116 7104 SVO SECf1ON (CONDUITS NOT SHOWN) 3/8'x 3'HEADED ANCHOR SHEAR STUD(TYP.) WELDED WIRE REINFORCEMENT(TYR) (WWR)4x4-W2.9'WL9 (6 GAGE)-SEE NOTE 10 WELDED WIRE HOOP (TYP.)W2.a(6 GAGE) -SEE NOTE 10 LOCKING LID STANDARD DUTY JUNCTION BOX TYPES 1 &2 STANDARD PLAN J-40.10-02 SHEET1 OF SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 05-11-11 MTN/UMW - 15401,01111.1 nm W,d,I W,n Mole Onpmh,w,Id Tm��oM6n DRAWN BY:USA CYFORC 3/7 STEEL COVER UP PLATE r 1/8 3118' 3/8"STEEL COVER PLATE %//l//"4%/////�////` 3116 r 3/16 WWR-WELDED TO LIP PLATE WELDED WIRE HOOP(TYP.) W2.9(6 GAGE) SEE NOTE 10 LID SUPPORT- L SHAPE SHOWN (SEE NOTES) 3/17 SECTION 3117 STEEL COVER UP PLATE 3116 r 112 WWR...TIED IN PLACES TO HEADED ANCHOR SHEAR STUD WWR 4+4-W2.9xW7-9 (TYP.)(6 GAGE) -SEE NOTE 10 3/^x3"HEADED ANCHOR SHEAR STUD-WELDED TO LIP PLATE 1 UD HOOK- 1"=1'•3/16"ANGLE LID SUPPORT^ L SHAPE SHOWN (SEE NOTE 3) UD SUPPORT-L SHAPE SHOWN (SEE NOTE S) 3/6"STEEL COVER UP PLATE 3716' 1/4"LID LIFTING NOTCH 2"x114"-3GAGE STEEL SPACER 12'x112"PENTA HEAD BOLT 3/16 BOLT PLATE CHANNEL SEE DETAIL, SLOTTED STEEL CHANNEL SEE NOTE 6 3/16 W WR-TIED N 2 PLACES TO EACH HEADED ANCHOR SHEAR STUD W WR 4"4-N29•W29 (6 GAGE)-SEE NOTE 10 1/4"LID UFTING NOTCH c Far p-raw•AN fom ■ O 3/16 318"STEEL COVER LIP PLATE 3/16 r r 1/8 112 WWR-TIED IN PLACES TO HEADED ANCHOR SHEAR STUD W WR 4"4-W2,9+W2.9 (TYP.)(6 GAGE) SEE NOTE 10 3/7 x 3•HEADED ANCHOR SHEAR STUD-WELDED TO UP PLATE C8 P' 3/16 3/8"=3"HEADED ANCHOR SHEAR STUD"WELDED TO UP PLATE 117"112"PENTA HEAD BOLT BOLT PLATE CHANNEL- "SEE DETAIL SEE NOTE 6 HEX COUPUNG NUT S.S.,5116 NC*7/8"WITH S.S.5116 NCx314"BOLT &S.S.5/17 FLAT WASHER LID BOLT DOWN SUPPORT ANGLE-1 12""3"x 1/4"ANGLE DETAIL ALTERNATIVE 2 SHOWN 3116" 12"x 1 117 PENTA HEAD BOLT 1 1/'x2" VERTICAL SLOT ///%//1M■w%///////////d. N/IY/lam 3/1€• DETAIL ALTERNATIVE 3 SHOWN (16'"3!4" STEEL ANGLE 33/16 r UD BOLT DOWN ATTACHMENT TAB SEE DETAIL DETAIL ALTERNATIVE 1 SHOWN 13/1 DIAM,HOLE BOLT PLATE CHANNEL -SEE DETAIL 1/7"1 1/2'PENTA HEAD BOLT 1 318'DLAM.HOLE BOLT PLATE CHANNEL SEE DETAIL (NP 3116 LID UFTING NOTCH-1/4"x 314" 3117 STEEL COVER PLATE-- SHOWN CUTAWAY FOR CLARITY 2"x1/4"-3 GAGE STEEL SPACER (TYR 3/16 15/8"SLOTTED S.S.CHANNEL WITH 5.5.CHANNEL NUT AND SPRING 12"x112"PENTA HEAD BOLT LID UFTING NOTCH-1/4"%314" 318"STEEL COVER PLATE- SHOWN CUTAWAY FOR CLARITY 3116 BOLT DOWN ATTACHMENT TAB -SEE DETAIL 11/8"_2" VERTICAL SLOT (TYR 3/ DETAIL ALTERNATIVE 2 SHOWN PERSPECTIVE VIEW 112"8 112' PENTA HEAD BOLT 2 UD SUPPORT-LSHAPE SHOWN(SEE NOTE S) EXPOSE LID BOLT DOWN SUPPORTANGLE TOATTACH ALTERNATIVE 2 UD BOLT DOWN ANGLE ATTACHMENT TAB UD BOLT DOWN SUPPORT ANGLE 2'=2".1/4"ANGLE 3/8 STEEL COVER PLATE-SHOWN CUT AWAY FOR CLARITY 1/"x 1/4"ANGLE 1/4"STEEL PLATE UD SUPPORT-L SHAPE SHOWN (SEE NOTE 3) 1/4"S.S.PLATE DETAIL ALTERNATIVE 3 SHOWN PERSPECTIVE VIEW 112 UD SUPPORT -- LSHAPE SHOWN (SEE NOTE 3) ZAlL 118"x 314"s I ttL ANGLE -RIGHTANGLE SHOWN, MIRROR IMAGE FOR LEFT ANGLE ALTERNATIVE 3 LID BOLT DOWN ATTACHMENT TAB (SEE NOTE 12) 4" DETAIL ALTERNATIVE 1 SHOWN PERSPECTIVE VIEW 7 3/16 3/18 1 1/2 LID SUPPORT L SHAPE SHOWN (SEE NOTE 3) HEX COUPUNG NUT UD BOLT DOWN ATTACHMENT TAB -SEE DETAIL 112"S.S.ILEX NUT 7/16" 314"SLOT 12'S.S.HEX NUT ALTERNATIVE 2 LID BOLT DOWN ATTACHMENT TAB (SEE NOTE 12) 2" 212' S'8"x9' HORIZONTAL SLOT sr.1* HORIZONTAL SLOT 3116 114'RADIUS 12"S.S. HID(NUT 3 3/4' 1(8 118"x 314'STEELANGLE -MIRROR IMAGE FOR LEFTANGLE HID(COUPUNG NUT S.S.5/16 NC 718"WITH S.3.5/18 NC x 3/4'BOLT & EACH)S.S.5/18" FLAT WASHERS ALTERNATIVE 1 LID BOLT DOWN ATTACHMENT TAB (SEE NOTE 12) 2" 1" 5(8"x 1" VERTICAL SLOT BOLT PLATE CHANNEL Ign h LOCKING LID STANDARD DUTY JUNCTION BOX TYPES 1 &2 STANDARD PLAN J-40.10-02 SHEET OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 0541-11 npr.n_unwuw roam ANL T 5fts.E.po.18 n"MT,atsponmkn JUNCTION BoX CONDOR FAD-NSA CU 5 .10 114, CIRCULAR SAWCUT EDGE OF SHOULDER Lu 0 DETAIL"13" sEE STANDARD PLAN J40.16 SHEET 2 SAWCUT DETAIL THIS SHEET(TM) SHOULDER -0- MR) . . . . (TYR) w 1'- . _ _ -0"DLAM.MR.) - 0'-7 TYPE 3 STOP LINE LOOPS JUNCTION OX DETAIL"A" SEE STANDARD PLAN J4116 sHEET 2 EDGE OF LANE LEAD-IN SEE ENTRANCE SAWCUT sAwctns(TYP.) DETAIL-THIS SHEET(TYR.) IRCULAR SAWCUT (TYR) 3'-0" CrYP-) 3-J. -(TYR) PLAN TYPE 3 SAMPLING LOOPS (TYPJ PLAN CONDurr JUNCTION BOX DETAIL"A- SEE STANDARD PLAN..140.10 SHEET 2 -•- SEE ENTRANCE SAWCUT DETAIL THIS SHEET(TYP.) 7 EDGE Or SHOULDER 7 EDGE OF LANE 3'-0• LL, 2-0' -(TYR) CIRCULAR SAWCUT(RIP.) 8-0 STATION SEE CONTRACT TYPE 3 ADVANCE LOOPS ENTRANCE SAWCUT DETAIL CENTER OF LOOP AND VEHICLE LANE NOTES 1 For Installation Notes and Details see Standard Plan J-50.15. For Sections A,8,C.and D. see Standard Plan.1-50.15. 3. All of the loop lead-In wires shall return to the Junction Box. 4. For Splice Detail, sea Standard Plan J-50.15. 5. For Loop numbering Layout Details, see sheet 3. 6. For additional Induction Loop Details, see Standard Plan J-60.16. TYPE 3 INDUCTION LOOP STANDARD PLAN J-50.12-00 SHEET 1 OF 3 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 06-03-11 HtATh DIA1011 laloweER .6TE SM.D.p.ren.ff Th...sperkalon IN-0-DEAM 0 -0' 6' -0" PLAN TYPE 3 SAMPLING LOOPS (TYPJ PLAN CONDurr JUNCTION BOX DETAIL"A- SEE STANDARD PLAN..140.10 SHEET 2 -•- SEE ENTRANCE SAWCUT DETAIL THIS SHEET(TYP.) 7 EDGE Or SHOULDER 7 EDGE OF LANE 3'-0• LL, 2-0' -(TYR) CIRCULAR SAWCUT(RIP.) 8-0 STATION SEE CONTRACT TYPE 3 ADVANCE LOOPS ENTRANCE SAWCUT DETAIL CENTER OF LOOP AND VEHICLE LANE NOTES 1 For Installation Notes and Details see Standard Plan J-50.15. For Sections A,8,C.and D. see Standard Plan.1-50.15. 3. All of the loop lead-In wires shall return to the Junction Box. 4. For Splice Detail, sea Standard Plan J-50.15. 5. For Loop numbering Layout Details, see sheet 3. 6. For additional Induction Loop Details, see Standard Plan J-60.16. TYPE 3 INDUCTION LOOP STANDARD PLAN J-50.12-00 SHEET 1 OF 3 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 06-03-11 HtATh DIA1011 laloweER .6TE SM.D.p.ren.ff Th...sperkalon SPLICE(TYP) OFFSET CRIMPS JUNCTION BOX S3 I=_•;ice F3 I 'r II S�STMr _ S2 i F.,FINISH _ Oa hF1' 'S'i 1 \ , 0 SPUCE(YP.) 14 , 1 ! 1 1 0 0 4 4 0 . 6-- 0 4 4 4 0 TYPE 3 STOP UNE LOOP WIRING DIAGRAM SERIES SPLICE SHOWN LOOP SERIES NUMBER TRAFFIC FLOW LOOP SERIES NUMBER[TYP.) TYPE 3 SAMPLING LOOP WIRING DIAGRAM SERIES SPLICE SHOWN SPUCE(TYP.) OFFSET CRIMPS 2C(SH)CABLE JUNCTION BOX TRAFFIC FLOW F1•;,•St S START F=FINISH PHASE NUMBER LANE NUMBER L X X X L LOOP NUMBER LOOP NUMBER MARKING DETAIL. NOTES Loop numbering layout will be simpler N Loop Numbering Layout Detail,Sheet 3 TYPE 3 ADVANCE LOOP WIRING DIAGRAM TYPE 3 INDUCTION LOOP STANDARD PLAN J-50.12-00 SHEET OF 3 SHEETS APPROVED FOR PUBUCATION Paseo Bakofreh 111 06-03-11 Tt Irem DOOM 0,011.* pim Wo.Nnpbn Slob G.I,viTmM d TmspaMkn EDGE OF SHOULDER EDGE OF LANE- CIRCULAR SAWCUT -JUNCTION BOX DETAIL"B` SEE STANDARD PLAN J-00.15 SHEET 2 LEAD-IN SAWCUTS lr'rPT�2�G SEE ENTRANCE SAWCUT DETAIL SHEET 1 I YP,) 01 SHOULDER urt 3'-0" (TYP.) +� [TYP.) w 0--0"O1A1l. r J 1"-0" 8-0" V-0' 8-0" 8-0" B'-0" $.0" 8.0" W a 0 PLAN TYPE 3A STOP LINE LOOPS 2C(SH)CABLE JUNCTION BOX S4 4 F4 S3 SdSTART Fc FINISH 4J W I SPLICE(TIP.) (OFFSET CRIMPS) LOOP NUMBER MARIONG SLEEVE 5o,START F FINISH SPLICE(TYP,} i..—' do- 4.•A..Alo- 1 0 4 LOOP SERIES 0 , 0 0 NUMBER 1 i • •TRAFFIC FLOW TYPE 3A STOP LINE LOOP WIRING DIAGRAM SERIES SPLICE SHOWN LOOP NUMBERING LAYOUT DETAIL PHASE NUMBER LANE NUMBER L X X X LOOP NUMBER LOOP NUMBER MARKING DETAIL 1.6 °ti. ozoo VOA TYPE 3 INDUCTION LOOP STANDARD PLAN J-50.12-00 SHEET 3 OF 3 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 06-03-11 4.11. STATE KOKO!t000look o*TE Wmhlnp0v.Mole E poN.nrl of Trompwdikn DID ROAD WORK C20-2A OR DOWNSTREAM TAPER TO SHOW am OF WORK AREA SEE NOTE 5 LONGITUDINAL BUFFER SPACE = B POSTED SPEED(MPI'4 25 3D 35 40 45 50 55 50 B5 LENGTH B 0-s i 155 200 250 305 350 425 495 570 645 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA(SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK, FLAT BED,ETC. MIMMUM WEIGHT 15,000 IBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) OROLL AHEAD STOPPING DISTANCE r=30 FEET PAM_ (DRY PAVEMENT ASSUMED) 020-2A END ROAD WORK W20-7A W20-713-OPTIONAL IF POSTED SPEED 40 MPH DR LESS W20-7A m04 W20-1 W20-7B-OPTIONAL IF POSTED SPEED 40 MPH OR LESS W20-1 Is 1K m m m CHIN LEGEND FLAGGING STATION SIGN LOCATION CHANNELT5NG DEVICES PROTECTIVE VEHICLE-RECOMMENDED NOTES 1. A Protective Vehicle is rekummended regardless if a Truck Mounted Altenuator {TMA)Is available;a work vehicle may be used_ When no TMA is used,the Protective Vehicle shall be strategically located to shield workers,with no specNc Roll-Ahead distance. 2. Night work requires additional roadway fighting at flagging stations. See WSDOT Standard Spacdlcatlorrs for additional details. 3. Extend Channellzing Device taper across shoulder- recommended, 4. Sign sequence Is the same for both directions of travel on the roadway. 5. Channelizing Device spacing for the downstream taper option shall be 20'O.C. 6. For signs size refer to Manual on Uniform Traffic Control Devices(MUTCD) and WSDOT Sign Fabrication Manual M55-05. SIGN SPACING c X (1) RURAL HIGHWAYS 00105 MPH BCC± RURAL ROADS 45155 MPH 500't RURAL ROADS F.URBAN ARTERIALS 35140 MPH 3517± RURAL ROADS,URBAN ARTERIALS, 25/30 MPH 2017 t(2) RESIDENTIAL 5 BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100'±(2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE 1)ALL 0109 SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS (2)THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDMON5. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES 591159S AUGUST 9,200TI Eqzg LANE CLOSURE WITH FLAGGER CONTROL STANDARD PLAN K-20.40-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L Smith 0245-07 9rfTCOISOrr vgStbr DATE i woddnglo.slur D.Pme1ra erTmrvpordlbn Trar LONGITUDINAL BUFFER SPACE = 0 POSTED SPEED(MPH) 25 30 35 40 45 50 55 50 LENGTH B Lrkt 3) 155 200 250 305 300 425 495 570 BUFFER DATA TYPICAL PROTECTIVE VEHICLE'HRH TIM(55E NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK FLAT BED ETC MINMUM WEIGHT 15,000 OS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTIJRER RECOMMENDATION) NY AHEAD STOPPING DISTANCE-3005E7 MIN. NY(DRY PAVEMENT ASSUMED) END ROAD WORK N G20-2A OR DOWNSTREAM TAPER TO SHOW END OF WORK AREA-SEE NOTE 7 MINIMUM TAPER LENGTH a POSTED SPEED L 0-LLI) LANE N4DTH 25 30 POSTED SPEED 35 140 (MPH) 45 , 50 55 00 0-ht L) 10 105 150 205 270 450 500 55D 11 115 105 225 204 495 550 BC5 680 12 125 180 245 720. 540 600 801) 720 CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET/ (FEET) 501 BO 40 60 3s f45 30 ea 25(30 20 40 R4-7S 24•x30" BAN KEEP RIGHT SIGN SPACING e X (1) RURAL HIGHWAYS SO/65 MPH 8001 RURAL ROADS 45155 MPH 500 t RURAL ROADS&URBAN ARTERIALS 35!40 MPH 350X, RURAL ROADS,URBAN ARTERIALS, 26!30 MPH RESIDENTIAL&BUSINESS DISTRICTS 200't(l) URBAN STREETS 25 MPH OR LESS 100 t(2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1)ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS,DRIVEWAYS. (2)THIS SIGN SPACING MAY BE REDUCED 16 URBAN AREAS TO FIT ROADWAY CONDITIONS. • o Ly WORK AREA a L2 X 555 NOTE 5- X PI y NOTES 1. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator(TMA)Is available;a work vehicle may be used. When no TMA Ls used,the Protective Vehicle shall be strateglcagy located to shield workers,with no specific Roil-Ahead distance. 2. Existing confiding pavement markings that are no longer applicable shall be removed or obliterated_ Temporary mark- ings shall be used as necessary,and signs shall be post mounted for long term projects, 3. Steady-Bum Warning Lights(Type C,MUTCD)shall be used to mark Channellzing Devices at night 4. For speed limits of 30 mph or less,sign W1-3 shall be used In lieu of sign W1-4. 5. Extend device taper(L/3)across shoulder—recommended. 6. Portable Changeable Massage Sign(PCMS)_recommended. 7, Channollzing Device spacing for the downstream taper option shaft be 20'O.C. B. For signs sl a refer to Manual on Uniform Traffic Control Devices(MUTCD)and WSDOT Sign Fabrication Manual M55-06_ BM Mil NUNN 6 0 O a 0 N O O O D 0 • P 0,2124242t3124111=0000000000000 �0 x X x L L12 DEVICE SPACING-1/2 DISTANCE W4-2R -COMPLIANCE DATE 1273119 LEGEND 0 0 I PCM31 FOR OPPOSING TRAFFIC DEVICES S1GN LOCATION CHANNELIZING DEVICES PROTECTIVE VEHICLE-RECOMMENDED PORTABLE CHANGEABLE MESSAGE SIGN ARROW PANEL PCMS SAMPLE MESSAGE 2 LANE CLOSED 1 MILE AHEAD 1.5 SEC IS SEC FIELD LOCATE N ADVANCE OF LANE CLDSURE SIGNING END ROAD WORK G20-2A FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES EXPIRES AUGUST 9, 2009 LANE SHIFT ONTO PASSING LANE STANDARD PLAN IC-22.20.01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 10-12-07 utw're 13®00 PHdMCMJt MIL: T• Wmhlnybn Loft D.perh.wl of 7,mmpslotlen LONGITUDINAL BUFFER SPACE = B TYPICAL PROTECTIVE VEHICLEWLTH TMA(SEE NOTE 0) POSTED SPEED(MPH) 25 30 35 40 45 50 55 60 LENGTH B(FEET) 155 200 250 306 390 425 485 570 BUFFER DATA TYPICAL PROTECTIVE VEHICLEWLTH TMA(SEE NOTE 0) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK FLAT BED,ETC. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIG117 SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) 1 OROLL AHEAD STOPPING DISTANCE=30 FEET MIN, (DRY PAVEMENT ASSUMED) MINIMUM TAPER LENGTH = L (i- RURAL HIGHWAYS 50165 MPH ear RURAL ROADS 45155 MPH 503't i LANE WIDTH (FEET) 25 POSTED 30 135 SPEED 40 145 (MPH) 50 55 50 10 - - - 270 '450 500' 550 - 11 - - - 294 465 553 605 883 12 - - 326 540 830 080 72D SIGN SPACING m X (1) RURAL HIGHWAYS 50165 MPH ear RURAL ROADS 45155 MPH 503't RURAL ROADS&URBAN ARTERIALS 35140 MPH 350't RURAL ROADS,URBAN ARTERIALS, 355/30 MPH 200'3() RESIDENTIAL&BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100't(2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1)ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS.AT-GRADE INTERSECTIONS,AND DRIVEWAYS. (2)THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FTT ROADWAY CONDITIONS. CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT MPH/ (FEET) (FEET) 50 1 70 40 80 40/45 30 60 LEGEND 0 oo MS0 'PCMS SIGN LOCATION CHANNELmNG DEVICES PROTECTIVE VEHICLE-RECOMMENDED PORTABLE CHANGEABLE MESSAGE SIGN ARROW PANEL G20-2A OR DOWNSTREAM TAPER TO SHOW END OF WORK AREA..SEE NOTE 7 END ROAD WORK RECOMMEND CLOSING ADJACENT LANE TO MAINTAIN BUFFER SPACE- SEE STANDARD PLAN K24,20 FOR ALTERNATE ENCROACHMENT PCMS SAMPLE MESSAGE 2 2 LANES CLOSED ONE MILE AHEAD 1.5 SEC 1.5 SEC FIELD LOCATE IN ADVANCE OF LANE CLOSURE SIGNING Q o WORK AREA Z MW. • ppm R cK cm 1 01 NOTES 1, A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator(TMA)Ls available;a work vehicle may be used When no TMA is used,the Protective Vehicle shall be strategically located to shield workers,with no specific Roil-Ahead distance. 2. Devices shall not encroach Into edfacent lanes. 3. Extend device taper(L/3)across shoulder-recommended, 4. Portable Changeable Message Sign(PCMS) -.recommended. 5. Use Transverse Devices in dosed lane every 1000'± --recommended. 6. Traffic Safety Drums for all tapers on high speed roadway -recommended. 7. Channollzing Device spacing for the downstream taper option shall be 20'O.C. 8. For signs size refer to Manual on Uniform Traffic Control Devices(MUTCD)and WSDOT Sign Fabrication Manual M55-05. W4-2 COMPLIANCE DATE 12172113 W20-501 O FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES [E%PIRES AUGUST 9.20091 DOUBLE LANE CLOSURE ON MULTILANE ROADWAY STANDARD PLAN K 24A0-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 10-12-07 - A Tf DnpOD n mcnEn 9.7, Wrir Wciehinigm Delp Drpmenwd dTrompormllon EXPIRES AUGUST 9,?CDT[ LONGITUDINAL BUFFER SPACE w B POSTED SPEED(MPH) 25 30 35 40 45 50 LENGTH B(FEET) 155 200 250 305 360 425 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA(SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK FLAT BED,Ern, MINIMUM WEIGHT 15,000 CBS. (MAXIMUM WEIGHT SHALL SE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) /,,ROLL AHEAD STOPPING DISTANCE=30 FEET MIN. V(DRY PAVEMENTASSUMED) SIGN SPACING = X RURAL ROADS 45155 MPH 500't RURAL ROADS&URBAN ARTERIALS 35140 MPH 354 5 RURAL ROADS URBAN ARTERIALS, 25!30 MPH 200'i RESIDENTIAL&BUSINESS DISTRICTS ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND DRIVEWAYS. MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH POSTED SPEED(MPH) (FEET) 25 30 35 ,40 45 . 50 10 105 150 205 270 450 1 500 11 115 165 225 284 485 550 12 125 100 245 320 54D 800 DEVICE SPACING-112 DISTANCE FOR OPPOSING TRAFFIC DEVICES KEEP RIGHT R4-7B 24"x 30" BAN CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (i- i) 50 40 BD 35145 30 60 25130 20 45 X SEE NOTE 2 x 4 • O L x PCMS SAMPLE MESSAGE#1 2 LANES CLOSED AHEAD NO LEFT TURN 1s SEC 1_5 SEC FIELD LOCATE IN ADVANCE OF LANE CLOSURE SIGNING PCMS SAMPLE MESSAGE#2 2 CENTER LANE CLOSED ND LEFT TURN 15 SEC 15 SEC RELO LOCATE IN ADVANCE OF LANE CLOSURE SIGNING LEGEND a D fl PCMSI SIGN LOCATION CHANNEUZJNG DEVICES PROTECTIVE VEHICLE-RECOMMENDED PORTABLE CHANGEABLE MESSAGE SIGN ARROW PANEL NOTES /WORRKARPA� O 0 L12 1. A Protective Vehicle Is rommmended regardless If a Truck Mounted Attenuator (TMA)Is available;a work vehicle may be used. When no MIA Is used,the Protective Vehicle shall be strategically located to shlold workers,with no specific Roll-Ahead distance. 2. Extend device taper(L13)across shoulder—recommended. 3, Portable Changeable Message Sign(PCMS)-rommmended. 4. If the lane shift is short and has minimal radius curve(30mph or less)use sign W1-3 in lieu of sign W1-4. 5. For signs site refer to Manual on Uniform Traffic Control Devices (MUTCD)and WSDOT Sign Fabrication Manuel M55-05. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES gp IkOk ¢ Y }U� 51111 LANE SHIFT ONTO TWO-WAY LEFT TURN LANE STANDARD PLAN K-26.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L.Smith 02-15-07 MATE DP616M Ob.. 11be 'T'Wmhln¢4 9or D.poM"rd er T,mrponvmn LONGITUDINAL BUFFER SPACE 0 13 POSTED SPEED(MPIJ) 25 30 35 40 45 GO 55 80 05 LENGTH B(FEET) 155 2110 250 305 360 425 485 570 845 BUFFER DATA .......... TYPICAL PROTECTIVE VEHICLE WITH TMA(SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK, FLAT BED,ETC. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGI{r SHALL BE 15 ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) . ROLL AHEAD STOPPING DISTANCE a 30 FEET MIN. V(DRY PAVEMENT ASSUMED) MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEED) 25 30 POSTED 35 SPEED 40 , 45 (MPH) 50 , 55 80 85 10 105 150 205 27D'.450 500 1 550 - - 11 115 185 225 284 495 550 1305 680 - 12 125 160 245 320_540 800 680 720 7130 W20-7A 501 MPS. 300'MAX.�1 0 0 0 0 0=0 o 0 0 tea¢ 0,■E W20-5R SIGN SPACING =X (1) POSTED SPEED RURAL HIGHWAYS 80/85 MPH 800'1 RURAL ROADS 45/55 MPH 500'1 RURAL ROADS&URBAN ARTERIALS 36/40 MPH 350'± RURAL ROADS,URBAN ARTERIALS, 26!30 MPH RESIDENTIAL&BUSINESS DISTRICTS 206±M URBAN STREETS 25 MPH OR LESS 1W 1(2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE 1)ALL SIGN SPACING MAY BE ADJUSTEP TO ACCOMMODATE AT-GRADE INTERSECTIONS AND DRIVEWAYS (2)THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDmONS, ¢ 0 AR CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPM (FEET) {FEET) 50/70 40 60 35/45 30 ea 25/30 20 40 NOTES 1. A Protective Vehicle Is recommended regardless if a Trudy Mounted Attonuator(TMA) Ls available;a work vehicle may be used. When no TMA Is used,the Pmtectv0 Vehicle shall be strategically located to shield workers,with no specific Roll-Ahead distance. 2. If an existing signal is present,the signal shall be set to"red flash mode"or turned off during flagging operations. 3. Extend device taper(L/3)across shoulder w recommended. 4. Law enforcement officer may be used in Sou of daggers to control intersection traffic. 5. Closing lone in advance of flagging location when multiple lanes am on approach leg recommended. S. Maintain a minimum of one access point for each business within the Work Area limits. 7. Consider using a PCMS,field located in advance of signing,on the five lane roadway. 8. For signs size refer to Manual on Uniform Traffic Contra(Devices(MUTCD)and WSDOT Sign Fabrication Manual M55-05. SEE NOTE 3 (TYP.j 11 ICON B. A four sign sequence Is roqu(red with posted speed 45 mph or higher. An appropriate standard warning sign reflecting the road condition or work operation may be used in place of the 'WORKERS"sign. An acceptable alternative would be to repeat any of the signs from the sequence. 4 0=U m ®„=o 0 CI tl,5 0 Fdrn ¢ Q=0 0 Y R Sz x X X U FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES ■ COMPLIANCE DATE 12123113 3 OPTIONAL WHEN THE POSTED SPEED IS 40 MPH OR LOWER LEGEND CON FLAGGING STATION SIGN LOCATION CHANNELaING DEVICES PROTECTIVE VEHICLE RECOMMENDED ARROW PANEL [EXPIRES AUGUST 9,20091 INTERSECTION M LANE SHIFT ON FIVE LANE TWO-WAY LEFT TURN LANE STANDARD PLAN K30.40-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 1042-07 sinx[o50apgpucal MIL V7117 SkrM DeporenwndYmrmorbalkm SIGN SPACING - X POSTED SPEED RURAL ROADS 45/55 MPH 506'3 RURAL ROADS&URBAN ARTERIALS 35140 MPH 356't RURAL ROADS,URBAN ARTERIALS, 25130 MPH RESIDEN11AJ&BUSINESS DISTRICTS 200/s URBAN STREETS 25 MPH OR LESS 100± ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND DRIVEWAYS. CHANNELIZING DEVICE SPACING POSTED SPEED 114 TAPER IN TANGENT (MPH) (FEEL) (FEET) 59/TO 46 eo 35/45 3D 53 25/30 20 40 MINIMUM TAPER LENGTH t. L (FEET) LANE WIDTH (FEET) 25 POSTED 3o 135 SPEED 40 (MPH) 45 5D 55 10 105 150',205 270 450 500 550 11 115 155 225 294 405 550 505 12 125 160 245 320 540 600 550 LEGEND SIGN LOCATION D D e CHANNELIZING DEVICES WC BARRICADE-TYPE 3 L 4,14 ARROW PANEL G26 7A END ROAD IllORK END ROAD WORE X ENO ROAD WORK G20-2A ENO ROAD WORK NOTES 1. If the work space codends across a crosswalk,the crosswalk should be dosed(see Standard Plan K-34.20). 2. The normal procedure is to close on the near side of the inter- section any lane that is not carried through the intersection. However,when this results in the closure of a right lane having slgnificent right turning movements,then the right lane may be restricted to right turn only,as shown. This procedure increases the through rapacity by eliminating right toms from the open through lane. 3. Prohibit turns as necessary for traffic conditions. 4. Flashing Warning lights(Type A per MUTCD)should be used, as needed,to mark barricades at night 5. Steady Buming Warning Lights(Type C per MUTCD)shall be used to mark channelnng devices at night 6. For long term projects,conflicting pavement markings that are no longer applicable shall be removed or oblitorated. Temporary markings shall be used as necessary. 7. For signs size refer to Manual on Uniform TrafTie Control Devices (MUTCD)and WSDOT Sign Fabrication Manual M55-05. G20-2A FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES EXPIRES AUGUST 9,2001j INTERSECTION RIGHT LANE CLOSURE FAR SIDE STANDARD PLAN K-32.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L Smith 02-15-07 ` tRn,E 0103.1.1 UMW. PATE T wnNngI n Aola D mpg'), 4MTrwmpe5r, el � ��VPr OTHER 61 LE%P1REs AUGUST 9.20071 Ra-11 tow EHL U ED] a e11:x+ruue axis MEAD oRa.*Nn4 SIDEWALK CLOSED B/W MEAD CRt~Naae�r }jj}-j�-j�-}jj{-{jj}-{jj�{�-'j� LI G.i IJ L] Lf L1 uDCwaxuaat:o caoaa HIfIiF. 85.11 8!W LEGEND CO CO PEDESTRIAN DETOUR WORKING HOURS SION LOCATION CHANNElIDNG DEVICES TYPE 2 BARRICADE NO PARKING RD-10 B/W Install on Type 2 Barricades throughout the work area 24 hours prior to Imple- menting traffic control. Prior notification of Local Law Enforcement required. moawu ocmun} I Ra11A MOD BIW R13-11A MOO BAV PEDESTRIAN PATH WALKWAY— S MIN. v CUD tr NOTES I IT I I 4 SEE NOTE 2 PEDESTRIAN DETOUR NON-WORKING HOURS 1. When erasswarks or other pedestrian tac3ities are closed or re- located,temporary facilities shall be detectable and shall include accessibility features consistent with the features present in the F actin g pedesMan fac7ity. 2. Controls shown are for pedestrian traffic only. 3. Use Warning Lights on barricades, 4. Maintain a minimum width of 3 feet for pedesrian path. 5. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD)and WSDOT Sign Fabrication Manual M55-05. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES INTERSECTION PEDESTRIAN DETOUR STANDARD PLAN K-34.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L Smith 02-15-07 811M OCHFON.01.1.13 p51C T Wu.hln{I1a,Slab Dom/Smarr!of Mare paladin EXPIRES AUGUST 9.2901 BUFFER DATA TYPICAL,PROTECTIVE VEHICLE WITH MIA(SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMPTRUCK SERVICE TRUCK FLIT BED,ETC. MINIMUM WEIGHT 15,900 LESS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) /.,ROLL AHEAD STOPPING DISTANCE=30 FEET MIN. V(DRY PAVEMENTA;SUMED) G21h2A END ROAD WORK MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) 25 POSTED 30 35 SPEED 40 (MPH) 45 50 55 10 105 150 205 270 450 500 550 11 115 165 225 204 495 550 805 12 125 100 245 320 540 000 BBD G20-2A END ROAD WORK END ROAD WOIIK 14 LEGEND SIGN LOCATION cc in n CIIANNEIIULING DEVICES ® PROTECTIVE VEHICLE-RECOMMENDED N m 0 SIGN SPACING = X (1) POSTED SPEED RURAL ROADS 45/55 MPH 507 t RURAL ROADS 9 URBAN ARTERIALS 35/40 NPR 355 3 RURAL ROADS,URBAN ARTERIALS, 25/30 MPH RESIDENTIAL a BUSINESS DISTRICTS 20O 3(2) URBAN STREETS 25 MPH OR LESS 107:(2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DLSIGNATED OTHERWISE 1)ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS A140 ORNEWAYS. (2)THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FTT ROADWAY CONDITIONS. CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER 1N TANGENT (MPH) (FEET) (FEET) 50/70 40 BO 35145 30 BD 25130 20 40 L *WHEN APPUCABLE NOTES 1. A Protective Vehicle Ls recommended regardless If a Truk Mounted Attenuator(TMA)Is available;a work vehicle may be used. When rb TMA Is used,the Pmtsdhre Vehicle shall be stratoglcally located to shield workers, with no specific ROIL-Ahead distance. 2. For long term projects conflicting pavement markings that are no longer applicable shall be removed. Temporary markings shall be used as necessary and signs shall be post mounted. 3. The sign MOTORCYCLES USE EXTREME CAUTION may be used, 4. For signs sirs refer to Manual on Uniform Traffic Control Devices(MUTCD)and WSDOT Sign Fabrication Manual M55-05. C20-2A END ROAD WORK SHOULDER WORK AREA TEMPORARY TRAFFIC CONTROL DEVICE 4H:IV WEDGE OF COMPACTED STABLE MATERIAL-SEE WSDOT STD.SPEC.1-07-23(1) 651511140 LANE SECTION OA SHOULDER WORKAREA PROTECTION (NOT TO SCALE) FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES xid hRU Eihg INTERSECTION SHOULDER WORK STANDARD PLAN K-3620-OO SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L Smith 024S-07 taw,01.10.1cwol..1 DATE •Ti Wallin glom Svc ewm4nrd d Tromporlolbw i 1EXPIRES AUGUST 9.201:171 LONGITUDINAL BUFFER SPACE = B POSTED SPEED{MPH) 25 1 30 1 35 1 40 45 so 55 e9 e5 70 LENGTH B(FEET) SEE STD.PLAN K-40.40 380 425 495 570 945 730 BUFFER DATA TYPICAL PROTECTIVE VEHICLE wall TMA(SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVILE TRUCK FLAT BED,ETC. MINIMUM WEIGHT 15.000 IBS, (MAXIMUM WEIGHT SHALL,BE NAND- IN ACCORDANCE WITH FACTURER RECOMMENDATION) 1 OROLL AHEAD STOPPING DISTANCE=30 FEET MIN. (DRY PAVEMENT ASSUMED) MINIMUM TAPER LENGTH m L trtoi) SHOULDER WIDTH (FEET) POSTED 25 30 135 1 40 SPEED 45 50 (MPH) 55 180 85 r 7D 8 ). AN sEE 577 PL 270 900 230 l 0 38 300 1 420 8 80 K.40.40 I 380 i 400 440 480 520 580 10 450 1 530 550 805 850 750 LESS THAN 8 3 DEVICES MINIMUM SPADED 10'0.C. CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (FEET) 50170 40 80 45!50 30 80 NOTES 1. A Protective Vehicle Is recommended regardless If a TMA Ls avallabie;a work vehicle may be used. When no TMA Is used,the Protective Vehicle shall be strategically located to shield workers,with no specific ROIL-Ahead dLstanco. 2 Channelizing Device spacing for the downstream taper option shall be 20'O.C. 3. No Encroachment on the traveled lane is permitted. If Encroachment Is necessary,the lane shall be dosed(sae Standard Plan K-2420). 4. Signs to be post mounted for long term projects. 5. For signs slur rater to Manual on Uniform Traffic Control Devices(MUTCD) and WSDOT Sign Fabrication Manual MSC-C:,. 3 x x x B LEGEND N SIGN LOCATION i 4 a CHANNELIZING DEVICES PROTECTIVE VEHICLE RECOMMENDED END ROAD WORK SIGN SPACING s X RURAL HIGHWAYS 80185 MPH 805± RURAL ROADS 45155 MPH 507 I ALL STOWS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS.AND DRIVEWAYS. G20-2A OR DOWNSTREAM TAPER TO SHOW END DF WORK AREA-SEE NOTE FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES SHOULDER CLOSURE * HIGH SPEED ROADWAY (45 MPH OR HIGHER) STANDARD PLAN K=40.20.00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L.Smith erATE DPRKW rNwNCrn 02-15-07 DATP 'T'wml.kglrrn 0 wwaun.d A rrmmoklnn LONGITUDINAL BUFFER SPACE = B POSTED SPEED(MPH) 25 3D 3 5 40 45 1 50 155 HO 185 170 LENGTH B(FEET) 155 20) 250 305 SEE STD.PLAN K4020 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA(SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK, FLAT BED,ETC. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) 1 OROLL AHEAD STOPPING DISTANCE®30 FEET MIN. (DRY PAVEMENT ASSUMED) LEGEND MINIMUM TAPER LENGTH POSTED SPEED ae L (rrxl) SHOULDER WIDTH 25 3D 35 POSTED SPEED(MPH) 40 145 50 55 80 85 TO 0rE.E1) 8 83 00 773 100 8 54 122 154 214 SEE STD.PLAN 144070 10 105 150 204 28T LESS THAN 8 3 DEVICES MINIMUM,SPACED 1010.C. CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (I-LLI) 35140 30 80 25/30 2D 40 NOTES 1, A Protective Vehicle,Is recommended regardless If a Truck Mounted Attonuatnr (TMA)b available;a work vehicle may be used. When no TMA Is used,the Protective Vehicle shall be strategically located to shield workers,with no specific Roll-Ahead distance. 2. ChanneElzing Device spacing for the downstream taper option shall be 20'O.C. 3. For signs sine refer to Manual on Uniform Traffic Control Devices(MUTCD)and WSDOT Sign Fabrication Manual M55-05. SIGN SPACING = X (1) RURAL.ROADS&URBAN ARTERIALS 35140 MPH 35(f± RURAL ROADS,URBAN ARTERIALS, 25130 MPH RESIDENTIAL&BUSINESS DISTRICTS 260't(?) URBAN STREETS 25 MPH OR LESS 10011 (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1)ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS,AND DRIVEWAYS. (2)THLS SIGN SPACING MAY SE REDUCED IN URBAN AREAS TO FTT ROADWAY CONDMONS. - g El bl r m m m m m m m m m m P <7 0 l MN r riiiiiiiil/ 4• G. WORKARFJA f i x x Lr3 B N SIGN LOCATION 01 N CHANNELIZING DEVICES ® PROTECTIVE VEHICLE-RECOMMENDED 102 END G20-2A ROAD WDRK OR DOWNSTREAM TAPER TO SHOW FJVO OF WORK AREA SEE NOTE 2 FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES !EXPIRES AUGUST 9.2907 SHOULDER CLOSURE LOW SPEED ROADWAY (40 MPH OR LESS) STANDARD PLAN K-40.40-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L Smith 02-15-07 431WIM DUelcal asa T wouhlnoa sur D.wnhn.MMTran.por4.oyn SIGN SPACING . X CO RURAL HIGHWAYS BO 155 MPH WV* RURAL ROADS 45,155 MPH 507* RURAL ROADS&URBAN ARTERIALS 35!40 MPH 3W t RURAL ROADS,URBAN ARTERIALS. 25/3D MPH 207 s(2) RESIDENTIAL&BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100't(2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1)ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS,ANO DRIVEWAYS. (Z THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDmONS CHANNELIZING DEVICE SPACING POST EO SPEED IN TAPER IN TANGENT {MPH) (FEET) (EEO) 50/70 40 BO 35/45 30 B0 25!30 20 40 NOTES 1. Sea Standard Plan K-24.60 for typical lane closure signing details, device spacing requirements,and lane closure taper length. 2. MOTOCYCLES USE EXTREME CAUTION signs shall be Installed when the following roadway conditions exist •grooved pavement •abrupt lane edge •steel plates • loose gravel of earth Spectllc signs for each of the conditions noted shall be installed along with MOTORCYCLES USE E TREME CAUTION signs. 3. For signs slze refer to Manual on Uniform Traffic Control Devices (MLTTCD)and WSDOT Sign Fabrication Manual M55-05. 0 5 o G 5 0 0 O 0 e 5 N LEGEND SIGN LOCATION CHANNEUZING DEVICES ARROW PANEL MOTORCYCLE WARNING SIGN(1N21-1701)SHOULD BE INSTALLED AT 1 MILE SPACING,THROUGHOUT THE WORK ZONE WHERE THE CONDITION EXISTS,AS PART OF THE SEQUENCE OF OTHER APPROPRIATE STANDARD WARNING SIGNS ON 1 MILE SPACING FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES ]EXPIRES AUGUST 9.2907 gg MOTORCYCLE SUPPLEMENTAL SIGNING STANDARD PLAN K-60.40-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L Smith Ann T wmh4,gbn 8101.dPm•nt•I1 o1 Tmrspwlgon 0245-07 CIFTE USE ATTACHMENT DETAIL AO OR ATTACHMENT DETAIL O J WARNING LIGHT ATTACHMENT DRILL THREE 112"DIAM.HOLES TOP OF BARRICADE SUPPORT ANGLE WARNING UGHT ATTACHMENT DETAIL E• 1117x1142"+119• STEEL ANGLE YOP OF BARRICADE SUPPORT ANGLE 4'-0"MI14.-5'-e"MAX. Fia"lfrAgerAi grrZfrZfrMiP riere"Mr/4 DRILL TWO 17 DIAM.HOLES THROUGH BARRICADE SUPPORT ANGLE WARNING UGHT ATTACHMENT ATTACHMENT DETAIL O (1) 3B"-1O x 1" STEEL HEX BOLT (Z 1"FLAT WASHERS (1)3B"-15 STEEL HEX NUT 5"xrxrx IV TUBULAR STEEL WITH PRE-DRILLED HOLES TOP OF BARRICADE SUPPORTANGLE EL-EVAT1ON SEE NOTE 2 (1) 3B`-15 x 13/4" STEEL NEC BOLT (2) 1"FLAT WASHERS (1) LOCKWASHER (1)319"-15 STEEL HEX NUT 314"ACX PLYWOOD PANFL SANDBAGS AS REQUIRED TO STABILIZE 843E -ALL LEGS DRILL TWO 142'DIAM.HOLES THROUGH BARRICADE SUPPORT ANGLE ATTACHMENT DETAIL O (1)3./r-15 .3" STEEL HEX BOLT (2) f FLAT WASHERS (1)are"-15 STEEL HEX NUT S-0" TYPE 3 BARRICADE 4trI• w , SIDE ORANGE AND WHITE REFLECTIVE SHEETING ASTM 04955-T YpE]II ORI1Y(SEE NOTE 3) 117.117x 1B" STEEL ANGLE 4'-11"LONG(TYP,) r.2"x 2".119"TUBULAR ISOMETRIC VIEW crYP.) NOTES 1. All fasteners may be zinc plated,gahrtnized or stainless steel. All steal angle and tubular stool shall bra hot-rolled,high carbon sleet, painted or galvanized. 2 Install one lightweight Type A Low-Intensity flashing warning light on the traffic side of the barricade. lrrstail two Type A Low-Intensity flashing warning lights per barricade when the barricades are used to dose a roadway. Attach the light to the barricade accordlng to the Tight manufacturer's recommendations or use the details shown on this plan. 3. Stripes on barricade mils shalt be alternating orange and white retroreflective stripes(sloping downward at an angle of 45 degrees in the direction traffic is to p ). 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 Ls mounted on the barricade,it shall be securely bolted to at least two plywood panels. The top of the sign shall not be higher than the top panel of the barricade. 6. When sandbags am used in freezing weather,Urea fentl'1¢er shall be mired with the sand in a quantity to prevent the sand from freezing. 11Irx117.vs- STEEL ANGLE S-0"LONG(TYP.) EXPIRES ALLGLLST 9.2D0T TYPE 3 BARRICADE STANDARD PLAN K-8020-00 SHEET 1 OF 2 SHEETS APPROVED FOR PUBUCATION Kevin J.Dayton 12-20-06 urns eeuex eloezex M1R Wadi wn sea.D.wn,,.n,errrn.vorwa,n 'EXPIRES AUGUST 9,200T1 USEABLE TRAFFIC LANE 2'MIN, AREA CLOSED TO TRAFFIC 1WJJ rffr 1 1 S I I 1 TYPE 3L BARRICADE STRIPES ON THE BARRICADES SHAM SLOPE DOWNWARD IN THE DIRECTION TRAFFIC IS TO PASS AREA CLOSED TO'TRAFFIC kmm exam 1 1 ttm tmwm TYPE 3R BARRICADE 2'MIN. USEABLE TRAFFIC LANE TYPE 3L BARRICADE I-I EM IhMeM1 TYPE 3R BARRICADE BARRICADE PLACEMENT z TYPE 3R BARRICADE ROAD CLOSURE AT INTERSECTION ROAD CLOSURE AT OTHER LOCATIONS iwzrair ,:II //!/f/.l 1 1 TYPE 3L BARRICADE C$ grLfqPr 5H IN 1 TYPE 3 BARRICADE STANDARD PLAN K-80.20.00 SHEET2 OF 2 SHEETS APPROVED FOR PUBLICATION Kevin J_Dayton 12-20-06 + �re fPga piplucm 0411: Woahingbn slyly o.pu4nml dTm lon GENERAL NOTES T.TOOL JOINTS SHALL BE PLACED EVERY 5 FEET AND MATCH CURB JOINTS. 2.EXPANSION JOINTS SHALL BE PLACED EVERY 20 FEET WITH FELT EXPANSION MATERIAL EXTENDING THE FULL SIDEWALK DEPTH. 3.EXPANSON MATERIAL IS REQUIRED BETWEEN A DRIVEWAY SLAB AND THE SIDEWALK. IT IS ALSO RECIUIRED BETWEEN THE SIDEWALK AND THE DRIVEWAY APPROACH. EXPANSION MATERIAL SHALL EXTEND THE FULL DEPTH OF THE SIDEWALK 4.SIDEWALK SHALL SLOPE TOWARDS THE CURB AT 2% S.SIDEWALK SHALL BE 4" THICK EXCEPT WHEN PART OF A DRIVEWAY WHERE IT SHALL BE B THICK. S.5IKttI SJDE TOP OF WALK LEVEL WITH TOP OF CURB. 7.4" MIN. COMPACTED CRUSHED SURFACING TOP COURSE UNDER SIDEWALK a90%COMPACTION.UNDER SIDEWALK. 9.REFER TO TABLES 7.2 &7.3 IN THE SPOKANE VALLEY STREET STANDARDS FOR SIDEWALK WIDTH. 10.MAX.LONGITUDINAL GRADE OF SIDEWALK IS 5%. 11.PORTLAND CEMENT CONCRETE SHALL BE CLASS 3000, AIR ENTRAINED. BROOMED FINISH CONTRACTION JOINT EXPANSION JOINT LIIN. 4" COMPACTED CRUSHED SURFACING TOP COURSE JOINT AND FINISH DETAIL O EXPANSION JOINT DETAIL A' MIN. 1/4' { Q CONTRACTION JOINT DETAIL EXPIRES 9/2 2//2 a rt DEVELOPMENT SERVICES SENIOR ENGINEER APP} VEOR]RPUBLJCATIWi /Z%act Spokane Vallee SIDEWALK STANDARD PLAN Na R-103 4 5/8" PLAN MEW OF COVER 5 1/4" 4-speR. 15/e 5 1/4 1 1/2 e AV RAW —5/8 r5/4 10'RADIUS MONUMENT MINIMUM 3/4 I.D. IRON PIPE OR 5/B S ILL REINFORCING ROD, 244 IN LENGTH 1v SECTION PA IEENNT V FILL VOID WITH NON—SHRINK GROUT CLASS 3000 CONCRETE ROCK BASE ABRAS$CPR BELOW ACc. 5/"x24"RERAR OR 1/2"I.O.x24 GAM PIPE MONUMENT STREET CENTERLINE 3/18"--1-H Ma" I 1 SECTION OF LETTER GENERAL NOTE; 1.THE CASTINGS SHALL BE GREY IRON CASINGS, AASHTO DESIGNATION M-405, CLASS 3O8.THE COVER AND SEAT 51-ALL.Be MACHINED 5O As TO HAVE CONTACT AROUND THE ENTIRE CIRCUMFERENCE AND FULL WIDTH OF BEARING SURFACE. 2.WHEN THE MONUMENT CASE AND COVER ARE PLACID N CEMENT CONCRETE PAVEMENT THE CONCRETE BASE LS NOT NEEDED. IEXPIRES f/ /26/o DEVELOPMENT SERVICES SENIOR EN INFER APP11OVED FbR PUEICATION !2/09 Valley° SURVEY MONUMENT'S STANDARD PLAN Na R-145 PART 8 HALF-SIZED DRAWINGS 2012 Spokan®'e�� jValley- City of Spckone Valley Department of Public Works 11707 East Sprague, Ave. Suite 304 SPOKANE VALLEY, WA. 99206 (509) 921-1000 CITY OF SPOKANE VALLEY MAYOR TOM TOWEY CITY COUNCIL BRENDA GRASSEL DEAN GRAFOS ARNE WOODARD GARY SCHIMMELS CHUCK HAFNER BEN WICK PUBLIC WORKS DEPARTMENT PROJECT ENGINEER M.RYAN KIPP,PE AP'*O ED BY: WORLEY,P.E. /7 SENIOR CAPITAL PROJECTS EN1 IN' ER STREET PRESERVATION PROJECT - PHASE 1 SCHEDULE 'A'- VISTA RD - MISSION AVE TO NORA RD SCHEDULE 'B'-4TH AVE - DISHMAN MICA RD TO FARR RD SCHEDULE 'C'- DISHMAN MICA RD - 16TH AVE TO SCHAFER RD CANADA SPOKANE COUNTY SPOKANE COUNTY DEER PARK Allis worn TY OF SPOKANE MLLE/ SPOKANE CHENEY INDEX OF DRAWINGS SHEET NO. SCHEDULE 1 2 3 4 5 6 7 8 9 10 11 SHEET NAME TITLE SHEET/INDEX SECTIONS AND DETAILS SECTIONS AND DETAILS A PAVING PLAN-VISTA RD 8 PAVING PLAN-4TH AVE C PAVING PLAN-DISHMAN MICA RD C PAVING PLAN-DISHMAN MICA RD C PAVING PLAN-DISHMAN MICA RD C STRIPING PLAN-DISHMAN MICA RD C STRIPING PLAN-DISHMAN MICA RD C STRIPING PLAN-DISHMAN MICA RD PM I2 a r:v.bI 2 WoddCepita Prolo=w SRDIILOER EXISTING PAINT STRIPE 21'+/- SHDOLOER 24'+/-TRAVELED WAY SOUTH BOUND TRAVEL EXISTING PAINT EXISTING PAINT SIHiPE 6lAIPE I4'+/-CENTER TURN LANE 24'+/-TRAVELED WAY EXISTING PAINT sTRIPE BKE LANE PLANING BITUMINOUS PAVEMENT 2"DEPTH AND HMA INLAY EXISRNG ACE. EXISTIN PAINT STR PE CROWN ORTH BOUND TRAVEL ELATING 01TIII04005 PAVEMENT 2°DEPTH AND HMA INLAY SCHEDULE'C'—DISHMAN MICA RD — SCHAFER RD TO 220'NORTH OF HERALD RD 24°+/-TRAVELED WAY SOUTH BOUND TRAVEL CROWN 24'+/-TRAVELED WAY NORM 80UND TRAVEL LISTING ACE. EXSTING PAINT STRIPE BIKE LANE SCHEDULE'C'—DISHMAN MICA RD 220'NORTH OF HERALD RD TO END OF PROJECT SEE PLAN FOR SIGNAL PATCH AREAS 10'+/- WEST BOUND TRAVEL EAST BOUND TRAVEL PLANING G TUM'NOUS PAVEMFNT 2'DEPTH AND HMA INLAY r• SCHEDULE'B'—4TH AVE DISHMAN MICA RD TO APPROXIMATELY 270'EAST EAST BOUND TRAVEL VARIES 10'TO 12° EXISTING A.C.P. VARIES SCHEDULE'B'—4TH AVE — TRUDY RD TO LILA AVE REMOVE ASPHALT CONC. PAVEMENT.SEE PLAN FOR LIMITS EXCAVATE TO A IDIAL DEPTH OF IO-, COMPACT SUBGRADE. 2°DEPTH CST0 SHOULDER 2 WIDE 14451140 A.C.P, E[0,.111*CURET SIDEWALK 5 ID'TO ID' , VARIES 20'+/-TO 22'+/- EAST BOUND TRAIL WEST BOUND TRAVEL 20 7 2°LIMA.PAVEMENT PATCH. AND 2'HMA INLAY 2=� SCHEDULE'B'—4TH AVE EAST OF LILA AVE TO FARR RD N0. DAR REVISIONS DESLRV01* OTT M Wm.�l-_ne Dr,.l W l el N�MM Wnh. l-'Nv1l((iill`11117 11]ET F�.I 52rvg�,A....a s.>.I46 j Valley SANE YIJllY WA 992D1 Isoll lTI-TODD PAM Ina 2012 STREET PRESERVATION PROJECT-PHASE 1 VISTA RD/4TH AVE/DISHMAN MICA RD SECTION AND DETAILS [LISTING CURB CUTTER AND SIDEWALK 6"CSTC COMPACTED. CALL BEFORE YOU GIG 1-000J245555 oisf NOT N SCUP u2 MF OE WPM. LiSYMO MOO 1, MIMEO n■ 2 m 11 4 v\5\rcat Peokele\OI 2"DFPm 62'510— 040UL0ER WIDE VARIES 12'00 14.5' VARIES 12'TO 140' SCUM/WEST BOUND TRAVEL CRACK SEAL WHERE DIRECTED BY ME ENGINEER AFTER GRINDING NORTH/EAST BOUND TRAVEL PLANING 5111NIN005 II PAVEMENT 1/2"DEPTH AND 2"PHA INLAY DEPTH CSTC SHOULDER 2'WIDE O 8105 A'-MISSION AVE 5 E.MISSION TO AUGUSTA AVE. VARIES 12'TO SOUTH/NEST BOUND TRAVEL 2"HMA PAVEMENT PATCH AND 2"HMA INLAY EXISTING A.CP_ VARIES 12'TO 14.5' NORTH/EAST BOUND TRAVEL �r PLANING BITUM NOUS PAVEMENT 1/2'DEPTH AND 2'HMA INLAY SAWCUT U000 SHOWN 05 PLANS EXISTING PAVEMENT SAWCUT AND JOINT ADHESIVE EXISTING ROADWAY 0 REMOVE ASPHALT CONC. PAVEMENT AND COMPACT 0001 EKISPNG RAMADE SCHEDULE A'-VISTA RD EXISTING A.C.P. REMOVE ASPHALT BETAEE5 GRIND ANn ASPHALT UUNN W/HA DER EXISTING PAVEMENT 11 PLANING DETAIL NTS 2'AT CURB UNE 4'HMA 6"CSTC. COMPACTED AUGUSTA AVE TO NORA RD 1/2"DR 2"AS 500011 ON mE PLANS 2' 2"TOP 5001 TYPE'B' `NEW PEDESTRIAN SIDEWALK • SEEDING, FERTILIZING AND MULCHING • NTS CEMENT GONG.TRAFFIC CURB AND GUTTER 0'SIDEWALK BMW- MABliNif EPASEING- 4°CSTC COMPACTED 4"CSTC COMPACTED 20' SAWCUT ANO JOINT ADHESIVE REMO,ASPHALT BSMEEN GRIND ANC HA_T L NE POLAND GRINDER 2"DEPTH CSTC SHOULDER 2'WIDE 2"DEPTH CSTC SHOULDER 2'WIDE LONGITUDINAL JOINT— STEP WEDGE NTS OHMA SIGNAL PATCH NTS 2'8/- F 2"RIVER ROCK • ° NEW PEDESTRIAN SIDEWALK PLANING SECTION NTS RIVER ROCK NTS SPUCE COOP 1cEAD neLE TN -EE.RS 00 LODPJ 004 LOOP c B (A1 OOP LOOP LOOP 2c pi b 2c N 2C+I4 2C 414 TYPICAL LOOP SPLICE INTERCEPT WIRING 101 EXISTING JUNCTION BOX(SEE NEXT SHEET) REVISIONS /j\ TYPE PERPENDICULAR 'A' CURB RAMP WSDOT STD PLAN F-40.15-01 21 CEMENT CONC. TRAFFIC CURB AND GUTTER WSDOT STO PLAN F-10.12-02 - COSV SIDEWALK STD PLAID 0-103 12 13 TYPE PARALLEL 'A' CURB RAMP WSDOT STD PLAN F-40.12-01 CEMENT CONC. PEDESTRIAN CURB WSDOT ST0 PLAN F-1D.12 2"HIM 141AY 2"HMA PATCH DEPTH EXISTING A. P. CSTC COMPACTED HMA PAVEMENT PATCH NTS 0 0 STOP B•R PRE—FORMED DETECTOR LOOP DETAIL CENTERED IN LANE PL RAMP 5' PROPOSED TYP BEGIN SIGNAL PATCH CALL BEFORE YOU DIG 14E04245555 'M" I110T 00 WAX I5/10 rn HMA CURB PATCH NTS DON Cry H Spawns 44 R e jMilley° ss�NR Y DB,WA.0060 (SW)9L-IOW 2012 STREET PRESERVATION PROJECT-PHASE 1 VISTA RD/4TH AVE/DISHMAN MICA RD SECTIONS AND DETAILS 0162 SLAV PLYHtER STREET MOS RR 3 a 11 .5/16201211:55:01 505.12 P:Vublic Works\Capital Pro, 1L f- 1 I u.� jSr n__ 1 BEGIN PROJECT 46' EAST OF UTILITY POLE ON NORTH SIDE OF ROADWAY AVE ir. END PROJECT 11' SOUTH OF MANHOLE NORA AVE SAWCUT 2' DEPTH 14044 AVE 20'SHIM TO MATGI EMSTING GRADE 55 5Y SAWCUT 4' DEPTH SAWWT 4' DEPTH REMOVE ASPHALT CONC.PAVEMENT AND COMPACT SUBGRAOE 2'HMA INLAY OVER 2'HMA PAVEMENT PATCH(NO CSTC). 15'+/-SOUTHWEST OF MANHOLE END PLANING BITUMINOUS PAVEMENT I/O' DEPTH WEST SIDE OF ROADWAY PLANING BITUMINOUS PAVEMENT 1/2'DEPTH AND 2'HMA INLAY ADJUST WATER VALVE SURVEY NAIL TO BE RESET BY 0219ER5 .` ADWST MANHOLE 5 PLANING BITUMINOUS PAVEMENT 1/2'DEPTH AND 2'HMA INLAY O D NOT IMPACT AUGUSTA AYE DR195ELL SAMCUT 4' DEPTH CRACK SEAL REWIRED PER 150 ENGINEER THIS AREA FROM BEGINNING OF PROJECT TO 15'+/-SOUTHWEST OF MANHOLE AT:AUGUSTA AVE .SAWCUT Y DEPTH LEGEND MONUMENT O MANHOLE • CAS VALVE o UTILITY POLE • WATER VALVE u DRYWELL PANNING 51105 NOUS PAVEMENT AND HMA MAY 20'SHIM TO MATOH 005RNG 00500-60 SY HMA PAVEMENT O PATCH AND NMA INLAY 50 25 0 50 100 SCALE FEET r ADJUST WATER VALVE ADJUST MANHOLE END REWIRED CRACK SEAL GENERAL NOTES 1. ALL PERMANENT PAVEMENT MARKINGS SHALL BE INSTALLED BY COUNTY. 2. MATCH PROPOSED PAVEMENT MARKING TO EXISTING PAVEMENT MARKINGS AT PROJECT LIMITS. CALL BEFORE YOU SIG 1-8004245555 NO 009 REVISIONS u919nw DO of Soo..Yow, 2012 STREET PRESERVATION PROJECT-PHASE 1 Dp 552 of Pub&NorW e vor Eon smo9o.R 61.MOO lob SCHEDULE A-VISTA RD valley SPOYA(SN921•1000 06 PAVING PLAN mow pa 0162 I1-=60' I712 IMMO B, moo . nrt STREET BIPPINIEWIN \Ole-Resenntion Projects 2012 OO NOT IMPACT CATCH BASIN SAWCUT YDEPTH BEGIN PROJECT PROJECTED CURB FACE ADJUST WATER VALVE ADJUST ORWEL. ADJUST WATER VALVE =ST ADJUST WATER VALVE PLANING BITUMINOUS / PAVEMENT Y DEPTH AND HMA INLAY BEGIN TAPER AT END OF CURB.TAPER SURVEY NAIL TO BE RESET BY OTHERS ]'N OF CL) 4TH AVE - ADJUST MANHOLE 12'+/-EAST OF UANHOLE BEAN NNA. PAVEMENT PATCH TO IND OF PROJECT- SAWOJT 4'DEPTH WASTAWFAVIA ilfrAgrar7A 583 END PROJECT DFPR1 4. REMOVE ASPHALT CONC. PAVOJENT AND 1550NO BASE, COMPACT SUBORADE 2'NMA 0 INLAY OVER Y HMA PAVEMENT EH) PATCH AND B'CST* LEGEND ®MONUMENT 0 MANHOLE m GAS VALVE o UTILITY POLE m WATER VALVE C ORWELL PANNING BITUMINOUS PAVEMENT AND HMA INLAY BMA AVE0ENi PATCH AND MIA INLAY ] 50 25 0 50 100 SCALE FEET GENERAL NOTES 1. ALL PERMANENT PAVEMENT MARKINGS SHALL BE INSTALLED BY COUNTY. 2. MATCH PROPOSED PAVEMENT MARKING TO EXISTING PAVEMENT MARKINGS AT PROJECT LIMITS. CALL EEFORE YCU DIG 7$0-4245555 REV155NS OM[ tly 1:mvi olkP e:ue,Y M lUNillllll f➢m sed spesu�A�^�� +„m5 ....Valley. SPOONS VADEY,Y4 99206 (Sm)921-1000 2012 STREET PRESERVATION PROJECT-PHASE 1 SCHEDULE B-4TH AVE PAVING PLAN sc. 6,A1, 5Vd Cdrataktr STREET 5 N 11 Acopi:W Rciccre\SUc NIA SIGNAL PATCH LAWCUT 4'DEM.FOR OCATON BEE D0 NOT PANE SHOULDER DO NOT IMPACT SPOKANE COUNTY SURVEY 0NUMENT ( CURB FASTING JUNCTION BOX HMA SIGNAL PATCH SAWCUT 4'UEPTH JOINT ADHESIVE ALONGALONG ALL COLD JOINTS PIANINC BRIIMINWS PAVEMENT 2'DEPTH AND IOTA INLAY DISHMAN MICA RD DETAIL ADJJST MANHOLE A0JI105 MANHOLE 00 NOT PLANE CENTER TURN LANE AD.A000 MANHOLE D0 NOT PLANE BIKE LANE REMOVE 26'+/-CURB AMC CUTTER REMOVE SIDEWALK 18 SY+/- ASPHALT 5145 CURS PATCH 6 SY+/- -INSTALL 224 DETECTABLE WARNING SURFACE RETROFIT.CENTER AT BACK OF CURB A SIGNAL PATCH AHCUT 4'DEPTH. CR LOCATION SEE DETAIL e 3 REMOVE 108'+/-CURB AND GUTTER REMOVE SIDEWALK 85 5Y+/- ASPHALT MA CURB PATCH 26 55+/- SEE FIELD PAINTED LIMITS BEGIN PROJECT 1' SOUTH OF EXISTING END nG rl IRR SAWCUT DEPT 4 LEGEND ®MONUMENT 0 MANHOLE m GAS VALVE o UTIUTY POLE 2 WATER VALVE ORYVRL. SEEDING AND FER11011 G 3 PATCH PANNING 811111UNOUS PAVEMENT AND DMA INLAY RIVER ROCK PATCH 3 HMA SIGNAL PATCH 3 10IA CURD PATCH 3 50 25 0 50 100 SCALE FEET or* 1' MATCH TO SHEET 7 00118E0000 6100010 1-604244555 REVISIONS WTE LESC0P1KN FI Pp of Spam,.VaVL Wkane hEOr4rc�!el PuEIR W.t jUalley I,]6] U450�.80401 VULLY,WA�93365 2012 STREET PRESERVATION PROJECT-PHASE 1 SCHEDULE C-DISHMAN MICA RD PAVING PLAN C16R10 I S/IS MAIO BY: LLW n: tar On7YINFyi STREET 6 N it MATCH TO SHEET 6 TO SHEET ABO DO NOT PLANE /-• SHOU.DER PLANIN0 BITUMINOUS PAVEMENT T DEPTH AND HMA INLAY ADJUST MANHOLE DISHMAN MICA HD ADAIST MANHOLE D0 NOT PLANE (ENTER TURN LANE REMOVE 32'+/-CURB no GUTTER REMOVE SIDEWALK 6 SY+/- ASPHALT HMA CURB PATCH 8 5Y+/- REMOVE 32'+/-CURB AND GUTTER REMOVE SIDEWALK 6 SY+/- , ASPHALT HMA CURB PATCH 8 SY+/- MATCH TO SHEET BELOW PLANING BITUMNIOUS PAVEMENT 2-DEPTH AND HMA INLAY DISHMAN MICA RD ADJUST MANHOLE ADJUST DRYAELL ADJUST MANHOLE 00 NOT PLANE 6.LANE LEGEND ® MONUMENT a UTIUTY POLE o MANHOLE a WATER VALUE e GAS VALVE DR`WELL PANNING BITUMNOUS PAVEMENT AND HMA INLAY REMOVE 37+/-CURB AND CUTTER REMOVE SIDEWALK 6 SY+/- ASPHALT HMA CURB PATCH 0 sY+/- REMOVE 32'0/-CURB AN0 GU11ER 8040VE SIDEWA(6 5Y+/- ASPHALT HMA CURB PATCH 8 SY+/- 50 25 0 50 100 SCALE FEET AEVIS!CV5 rest Aw V.vry ne 1 1 h0k W Ee 106 Vrraille Un MIME YAM,,WA 99206 ="•"'J I (509)921-I000 MOM TIRE 2012 STREET PRESERVATION PROJECT-PHASE I SCHEDULE C-DISHMAN MICA RD PAVING PLAN CALL 6EF0REYOUDIG 7800-0243555 0162UN I1'=50' 5/12 *28 STREET LWI �t N 1I efi 5 MATCH TO SHEET 7 MATCH TO SHEET ABOVE REMOVE 32'+/-CURB AND CUTTER DO NOTTERLAN0 REMOVE SIDEWALK 6 SY+/- ASPHALT HMA CURB PATCH 6 SY+/- PLANING MEW/INDUS PAVEMENT S.DEPT, AND HMA INLAY ADJUST MONUMENT CASE AND COVER ADJUST MANHOLE ADJUST MONUMENT CASE AND COVER 00020T MANHOLE BEGIN NLL WDTH PLANING TO SHOULDER AND BIKE LANE 220'NORTH CENTERLINE OF HERALD Re MOTH Of ASPHALT S'+/- 5H Ap0 ADJUST MANHOLE IS SHEET BELOW O U H Q ADJUST 5 \REMOVE 32'+/-CURB AND GUTTER MANHOL£ RE1101E SIDEWALK 6 SY 1/— LS ASPHALT HMA CURB PATCH 8 500/- ' S PLANING BITUMNOUS PAVEMENT 2'DEPTH AN0 HMA INLAY MANHOLE / CASE AND COVER ADJUST MONUMENT REMOVE 32'+/-CURB AND GUTTER REMOVE SIDEWALK 6 SY+/- ASPHALT HMA CURB PATCH 8 SY+/- 404OVE 32'+/—CURB AND GUTTER REMOVE 0DEWALK 6 SY+/- ASPHALT HMA CURB PATCH 8 5Y+/ LEGEND MONUMENT 0 MANHOLE m GAS VALVE o URUTY POLE Z WATER VALVE G BRYRELL PANNB1G BITUMINOUS PA0MENT AND HMA INLAY 50 25 0 50 100 SCALE FEET DISHMAN MICA RD ADJUST DRYWELL 000)T 05YRELL 0000ST MANHOLE ah oI 1 ADJUST OR00411. END PROJECT 14' SOUTH OF END OF TRAFFIC ISLAND CALL fiEFORE YOU DIG 0200424-5555 DA Spann ven je ,I ra 7 t Mle .D6 valey. svoLUT vAUfY.1ssTOs oavec 2012 STREET PRESERVATION PROJECT-PHASE 1 SCHEDULE C-DISHMAN MICA RO PAVING PLAN 0162 m MeV ROM 5 h 2 END 4°DOUBLE YELLOW BEGIN 4'TWLTL YELLOW (300) 8 DISHMAN—MICA "SEE FINAL STRIPING SHEET FOR INTERSECTION IMPROVEMENTS AND SYMBOL MARKING DIMENSIONS. 8't 17 12 CONSTRUCTION NOTES OINSTALL 4" WHITE PAINT SKIP LINE, PER WSDOT STANDARD PLAN M-20.10-01. O INSTALL 8" WHITE PAINT SOLID LINE, PER WSDOT STANDARD PLAN M-20.1D-01. O' PER INSTALL WSDOT STAN RD PAINT PLANCENTER- 0.100-, DOUBLE), ® INSTALL 4" YELLOW PAINT TWO WAY LEFT TURN O CENTERLINE, PER WSDOT STANDARD PLAN M-20.10-01. OINSTALL 24" PAINT STOP LINE, PER WSDOT STANDARD PLAN M-15.10-01 AND M-24.60-03. ©INSTALL PAINTED CROSSWALK, PER WSDOT STANDARD PLAN M-15.10-01. INSTALL PAINTED BICYCLE LANE SYMBOL LAYOUT, PER WSDOT STANDARD PLAN M-9.50-01. SYMBOL INCLUDES BIKE RIDER SYMBOL ONLY, NOT BIKE LANE ARROW DETAIL. INSTALL 8" WHITE PAINT DASHED LINE, PER WSDOT STANDARD PLAN M-20.10-01. INSTALL STREET SIGN, PER COSV STANDARD PLAN R-140. INSTALL TYPICAL WHITE PAINTED TRAFFIC ARROW TYPE 2 (R&L) AND "ONLY" LETTER APPLICATION, PER WSDOT STANDARD PLANS M-24.40-01 AND M-80.10-01. INSTALL 4" WHITE PAINT SOLID LINE, PER WSDOT STANDARD PLAN M-20.10-01. GENERAL NOTES 1. ALL PERMANENT PAVEMENT MARKINGS SHALL BE INSTALLED BY COUNTY. 2. MATCH PROPOSED PAVEMENT MARKING TO EXISTING PAVEMENT MARKINGS AT PROJECT LIMITS. 3. BIKE LANE DIMENSION IS FROM FACE OF CURB. DISHMAN—MICA LEGEND PROPOSED PAVEMENT MARKING(SOLID) - PROPOSED PAVEMENT MARKING(SKIP) PROPOSED PAVEMENT MARKING(DASHED) AO DATE REVISIONS. SD C%of Soak,.Vole. ( Aun. 11707 fall Song.Amoco,Doh Lkpuimznt 0W6 Work, fofi SCHAFER TO 28TH j Valley. SAUK.ma WA. (SOS)920 o0O�306 STRIPING PLAN 50 25 0 50 100 SCALE FEET CALL BEFORE YO II DIG IA004245555 MAW DISHMAN-MICA:16TH TO SCHAFER 0 52"_ r=50. I5/ZOS '"`5±5C m' PM999 NI 9 a ff JEC NRK�o� AWN SC JEC 8 END 4'TWLTL-ttLLOW BEGIN 4'DOUBLE YELLOW(2) BEGIN TAPER `st,` DISHMAN—MICA_— 13 12 L6. tip END TAPER END 4'DOUBLE YELLOW(2) BEGIN 4'DOUBLE YELLOW d DISHMAN—MICA 8't CONSTRUCTION NOTES OINSTALL 4" WHITE PAINT SKIP LINE, PER WSDOT STANDARD PLAN M-20.10-01. 2 INSTALL 8" WHITE PAINT SOLID LINE, PER WSDOT STANDARD PLAN M-20.10-01. INSTALL 4" YELLOW PAINT CENTER LINE (DOUBLE), 33\-2Y PER WSDOT STANDARD PLAN M-20.10-01. ® INSTALL 4" YELLOW PAINT TWO WAY LEFT TURN CENTERLINE, PER WSDOT STANDARD PLAN M-20.10-D1. OINSTALL 24" PAINT STOP LINE, PER WSDOT STANDARD PLAN M-15.10-01 AND M-24.60-03. E INSTALL PAINTED CROSSWALK, PER WSDOT STANDARD PLAN M-15.10-01. O ® INSTALL PAINTED BICYCLE LANE SYMBOL LAYOUT, PER WSDOT STANDARD PLAN M-9.50-01. SYMBOL INCLUDES BIKE RIDER SYMBOL ONLY, NOT BIKE LANE ARROW DETAIL. INSTALL 8" WHITE PAINT DASHED LINE, PER WSDOT STANDARD PLAN M-20.10-01. INSTALL STREET SIGN, PER COSV STANDARD PLAN R-140. INSTALL TYPICAL WHITE PAINTED TRAFFIC ARROW TYPE 2 (R&L) AND "ONLY" LETTER APPLICATION, PER WSDOT STANDARD PLANS M-24.40-01 AND M-80.10-01. INSTALL 4" WHITE PAINT SOLID LINE, PER WSDOT STANDARD PLAN M-20.10-01. GENERAL NOTES 1. ALL PERMANENT PAVEMENT MARKINGS SHALL BE INSTALLED BY COUNTY. 2. MATCH PROPOSED PAVEMENT MARKING TO EXISTING PAVEMENT MARKINGS AT PROJECT LIMITS. 3. BIKE LANE DIMENSION IS FROM FACE OF CURB. LEGEND PROPOSED PAVEMENT MARKING(SOLID) PROPOSED PAVEMENT MARKING(SKIP) PROPOSED PAVEMENT MARKING(DASHED) 50 25 0 50 100 SCALE FEET CALL BEfOREYOUDIO 1-8004245555 REYI50NS I0. SUM Cily of*None II)01 pwi Ep"uz0.Auenuzr6itz 106 jValley DISHMAN-MICA:16TH TO SCHAFER 28TH TO 19TH STRIPING PLAN Ol6i MMC EC v�c W , it BEGIN TAPER _ DISHMAN-MICA -- 10 MATCH EXISTING 1 1= e6 -fi T END BIKE LANE nt ! 50 25 0 50 100 SCALE FEET CONSTRUCTION NOTES OINSTALL 4" WHITE PAINT SKIP LINE, PER WSDOT O STANDARD PLAN M-20.10-01. OINSTALL 8" WHITE PAINT SOLID LINE, PER 2 WSDOT STANDARD PLAN M-20.10-01. QINSTALL 4" YELLOW PAINT CENTER IJNE (DOUBLE), PER WSDOT STANDARD PLAN M-20.10-01. I ®INSTALL 4" YELLOW PAINT TWO WAY LEFT TURN CENTERLINE, PER WSDOT STANDARD PLAN M-20.10-01. OINSTALL 24" PAINT STOP LINE, PER WSDOT STANDARD PLAN M-15.10-01 AND M-24.60-03. INSTALL PAINTED CROSSWALK, PER WSDOT Q STANDARD PLAN M-15.10-01. LEGEND PROPOSED PAVEMENT MARKING(SOLID) - - - - - PROPOSED PAVEMENT MARKING(SKIP) PROPOSED PAVEMENT MARKING(DASHED) 0 0 n a a PROTECT 0051100 LOOPS PANNE,U TS CONNECT TO EXISTING J-BOX MMI -lD 21A DISHMAN-MICA PAWS UNITS PAN50 UNITS PROTECT EXISPNG LOOPS 20 10 0 22 40 SCALE FEET INSTALL PAINTED BICYCLE LANE SYMBOL LAYOUT, PER WSDOT STANDARD PLAN M-9.50-01. SYMBOL INCLUDES BIKE RIDER SYMBOL ONLY, NOT BIKE LANE ARROW DETAIL. INSTALL 8" WHITE PAINT DASHED LINE, PER WSDOT STANDARD PLAN M-20.10-01. INSTALL STREET SIGN, PER COSV STANDARD PLAN R-140. INSTALL TYPICAL WHITE PAINTED TRAFFIC ARROW TYPE 2 (R&L) AND "ONLY" LETTER APPLICATION, PER WSDOT STANDARD PLANS M-24.40-01 AND M-80.10-01. INSTALL 4" WHITE PAINT SOUD LINE, PER WSDOT STANDARD PLAN M-20.10-01. GENERAL NOTES 1. ALL PERMANENT PAVEMENT MARKINGS SHALL BE INSTALLED BY COUNTY. 2. MATCH PROPOSED PAVEMENT MARKING TO EXISTING PAVEMENT MARKINGS AT PROJECT LIMITS. 3. BIKE LANE DIMENSION IS FROM FACE OF CURB INTERSECTION IMPROVEMENTS CONSTRUCTION NOTES INSTALL TYPE PERPENDICULAR'A' CURB RAMP, PER WSDOT STANDARD PLAN F-40.15-01. MATCH TO OA EXISTING SIDEWALK. INSTALL TYPE 2 J-BOX, AT LOCATION OF EXISTING J-BOXES, PER WSDOT STANDARD DRAWING J-40.10-02. J-BOXES SHALL BE PINNED TO SIDEWALK WITH REBAR AND LEVEL W171-1 SIDEWALK SURFACE. PROVIDE 3"PVC SWEEPS AND CONDUITS FROM JUNCTION BOX TO STREET SIDE OF CURB FOR RACEWAY TO HOUSE DETECTION LOOP LEADS. INSTALL 6'PREFORMED DETECTION LOOP IN BASE ©LAYER. STOP BAR LOOPS TO BE WIRED SEPARATELY. OTHER LOOPS TO BE WIRED IN SERIES WHEN COMBINED TO ONE HOMERUN CABLE. PREFORMED LOOP LEADS PROTECTIVE RUBBER INSULATION SHALL BE CUT BACK 4"(MIN) TO 6"(MAX)OUT OF RACEWAY J-BOX. SEE DETAIL SHEET FOR SPLICING AND SPACING DETAILS. LEGEND PROPOSED PAVEMENT MARKING (SOLID) PROPOSED PAVEMENT MARKING (SKIP) PROPOSED PAVEMENT MARKING (DASHED) PROPOSED J-BOX - TYPE 2 ® EXISTING J-BOX PROPOSED 6'PREFORMED DETECTION LOOP / J C0J0000011E00110220 1&24 4.5555 N0. OM 000/0015 202002001 BY ,`�\ 211 el Spoken,Yank' DISHMAN-MICA:16TH TO SCHAFER Spokane O=s7"o1 refit7S4l j�all6y' m2 00 52,e222Anew,sa.1W 19TH TO 16TH;AND ADDITIVE ALTERNATE 0w2 ri=;w2"°` STRIPING PLAN myy 0202 0212 JEC o. or pirloODIOrt SET.PLAN 5,2012 me T5AR10 BIDDERS PACKET 2012 Street Preservation Project--Phase 1 BID NO. 12-017 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: Date: Title: Company: CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT-PHASE 1 BID NO: 12-017 PROPOSAL FORM PROJECT NUMBER: 12-017 PROJECT TITLE: 2012 STREET PRESERVATION PROJECT--PHASE 1 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 twenty-five(25)working days from the date of commencement stipulated in a Notice to Proceed. 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,B, and C will be awarded, if the project is awarded. 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 2012 STREET PRESERVATION PROJECT--PHASE 1 BID NO: 12-017 Bid Schedule A—Vista Road Work ITEM# ITEM DESCRIPTION UNITS QUANTITY PRICE/UNIT TOTAL AMOUNTS 1 SCHEDULE A MOBILIZATION L.S. 1 2 SCHEDULE A SPCC PLAN L.S. 1 3 SCHEDULE A TEMPORARY TRAFFIC CONTROL L.S. 1 4 SCHEDULE A FLAGGERS AND SPOTTERS HR 112 5 SCHEDULE A PAVEMENT REMOVAL S.Y. 690 6 CRUSHED SURFACING TOP COURSE, 2" DEPTH S.Y. 550 7 CRUSHED SURFACING TOP COURSE, 6" DEPTH S.Y. 700 8 PLANING BITUMINOUS PAVEMENT, 112" DEPTH S.Y. 2,400 9 SHIM PLANNING BITUMINOUS PAVEMENT S.Y. 80 10 HMA CL, 1/2" PG 64-28, .17 FT. DEPTH, PATCH S.Y. 700 11 HMA CL. 1/2" PG 64-28, .17 FT. DEPTH S.Y. 3,200 12 SAWCUT ACP PAVEMENT LF-IN 2,600 13 CRACK SEALING Est 1 $5,000 $5,000 14 JOINT ADHESIVE LF 1,255 15 ANTI-STRIPPING ADDITIVE CALC 1 $1,00 $1.00 16 JOB MIX COMPLIANCE PRICE ADJUSTMENT CALC 1 41.00 41.00 3 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT-PHASE 1 BID NO 12-017 Bid Schedule A-Road Work Continued TOTAL ITEM# ITEM DESCRIPTION UNITS QUANTITY PRICE/UNIT AMOUNTS 17 COMPACTION PRICE ADJUSTMENT CALC 1 -$1.00 -$1.00 18 ADJUST EXISTING MANHOLE EA 3 19 ADJUST VALVE BOX EA 4 20 TEMPORARY PAVEMENT MARKING LF 4,200 SCHEDULE A TOTAL Base Bid Schedule B--4th Road Work TOTAL ITEM# ITEM DESCRIPTION UNITS QUANTITY PRICE/UNIT AMOUNTS 1 SCHEDULE B MOBILIZATION L.S. 1 2 SCHEDULE B SPCC PLAN L.S. 1 3 SCHEDULE B TEMPORARY TRAFFIC CONTROL L.S. 1 4 SCHEDULE B FLAGGERS AND SPOTTERS HR 96 5 SCHEDULE B PAVEMENT REMOVAL S.Y. 460 6 CRUSHED SURFACING TOP COURSE, 2" DEPTH S.Y. 40 7 CRUSHED SURFACING TOP COURSE, 6" DEPTH S.Y. 460 8 PLANING BITUMINOUS PAVEMENT, 2" DEPTH S.Y. 4,150 9 HMA CL. 1/2" PG 64-28, .17 FT. DEPTH, PATCH S.Y. 460 10 HMA CL. 1/2" PG 64-28, .17 FT. DEPTH S.Y. 4,610 4 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT-PHASE 1 BID NO 12-017 Bid Schedule B -Road Work Continued TOTAL ITEM# ITEM DESCRIPTION UNITS QUANTITY PRICE/UNIT AMOUNTS 11 SAWCUT ACP PAVEMENT LF-IN 450 12 ANTI-STRIPPING ADDITIVE CALC 1 $1.00 $1.00 13 JOB MIX COMPLIANCE PRICE ADJUSTMENT CALC 1 -$1.00 41.00 14 COMPACTION PRICE ADJUSTMENT CALC 1 -$1.00 -$1.00 15 JOINT ADHESIVE LF 1,300 16 ADJUST EXISTING MANHOLE EA 5 17 ADJUST EXISTING CATHCBASIN OR DRYWELL EA 1 18 ADJUST VALVE BOX EA 5 19 TEMPORARY PAVEMENT MARKING LF 3,700 SCHEDULE B TOTAL Base Bid Schedule C--Dishman-Mica Road Work TOTAL ITEM# ITEM DESCRIPTION UNITS QUANTITY PRICE/UNIT AMOUNTS 1 SCHEDULE C MOBILIZATION L.S. 1 2 CONSTRUCTION SURVEYING L.S. 1 3 SCHEDULE C SPCC PLAN L.S. 1 4 SCHEDULE C TEMPORARY TRAFFIC CONTROL L.S. 1 5 SCHEDULE C FLAGGERS AND SPOTTERS HR 128 5 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT-PHASE 1 BID NO: 12-017 Base Bid Schedule C -Road Work Continued TOTAL ITEM# ITEM DESCRIPTION UNITS QUANTITY PRICE/UNIT AMOUNTS 6 REMOVE PCC CURB AND GUTTER LF 400 7 REMOVE PCC SIDEWALK S,Y, 180 8 REMOVE JUNCTION BOX EA 3 9 PLANING BITUMINOUS PAVEMENT, 2 IN, DEPTH S.Y. 42,000 10 HMA CL. 1/2" PG 64-28, .17 FT. DEPTH S.Y. 42,000 11 HMA CURB PATCH S.Y. 100 12 HMA SIGNAL PATCH S.Y. 380 13 SAWCUT ACP PAVEMENT LF-IN 4,200 14 JOINT ADHESIVE LF 4,900 15 ANTI-STRIPPING ADDITIVE CALC 1 $1.00 $1.00 16 JOB MIX COMPLIANCE PRICE ADJUSTMENT CALC 1 -$1.00 -$1.00 17 COMPACTION PRICE ADJUSTMENT CALC 1 -$1.00 -$1.00 18 ADJUST EXISTING MANHOLE EA 19 19 ADJUST EXISTING CATHCBASIN OR DRYWELL EA 12 20 SEEDING, FERTILIZING AND MULCHING S.Y. 70 21 RIVER ROCK S.Y. 8 22 TOP SOIL, TYPE'B' S.Y, 70 6 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT-PHASE 1 BID NO: 12-017 Base Bid Schedule C -Road Work Continued TOTAL ITEM# ITEM DESCRIPTION UNITS QUANTITY PRICEIUNtT AMOUNTS 23 CEMENT CONCRETE TRAFFIC CURB AND LF 400 GUTTER 24 CEMENT CONCRETE PEDESTRIAN CURB LF 130 25 ADJUST MONUMENT CASE AND COVER EA 4 26 CEMENT CONCRETE SIDEWALK S.Y. 130 27 CEMENT CONC. CURB RAMP TYPE, PARALLEL A EA 9 28 CEMENT CONC. CURB RA MP TYPE EA 5 PERPENDICULAR A 29 DETECTABLE WARNING SURFACE SF 8 30 INDUCTION LOOP, TYPE 3 EA 20 32 JUNCTION BOX, TYPE 2 EA 4 33 TEMPORARY PAVEMENT MARKING LF 83,200 SCHEDULE C TOTAL Base Bid Schedule A+B+C-Road Work SCHEDULE A+B+C TOTAL Person/Entity Name: Signature Of Bidder: Company: Date: 7 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT-PHASE 1 BID NO: 12-017 CONTRACTOR'S ADMINISTRATIVE INFORMATION 1. PERSONIENTITY 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: f. 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: Signature Of Bidder: Company: Date: 8 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT-PHASE 1 BID NO: 12-017 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: Years of Name Title 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 OfBidder: Company:, Date: 9 CITY OF SPOKANE VALLEY BED PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT-PRASE 1 BID NO: 12-017 Washington State A. Department of Transportation Subcontractor List Prepared in compliance with RCW 39.30,060 as amended To Be Submitted with the Bid Proposal Project Name 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 worts 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 milli 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 Worts 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 Bidders 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. 10 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT—PHASE 1 BID NO: 12-017 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 STRONGLY RECOMMENDED 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: 11 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT-PHASE 1 BID NO: 12-017 BOND NO: BID DEPOSIT SURETY BOND FORM NAME OF PROJECT:2012 STREET PRESERVATION PROJECT—PHASE 1 PROJECT/BID NUMBER: 12-017 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 . SURETY PRINCIPAL Signature Signature Typed Name Typed Name Title Title (SEAL) 12 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT-PI-IASE 1 BID NO: 12-017 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 8232.070(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 fiom 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: Person/entity submitting bid(print) Signature: Title: Date: 13 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT-PHASE 1 BID NO: 12-017 Bid Question Form 2012 Street Preservation Project—Phase 1 City of Spokane Valley CP No. 0162 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: M.Ryan Kipp,P.E. Project Engineer 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 or Page No: Detail No. Plan Sheet No. Please respond to: Name Company Address Fax Number 14 CITY OF SPOKANE VALLEY BID PROPOSAL DOCUMENTS 2012 STREET PRESERVATION PROJECT-PHASE 1 BID NO: 12-017 ° DATE(MM/DD/YYYY) '4� CERTIFICATE OF LIABILITY INSURANCE 1 12/29/2012 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 NAME:C Jacqueline Hernandez, ACSR Conover Insurance PHONE (509)545-3800 1 FAX (509)547-7960 [A�(� Nn F�ctP IA/C.Not: 1804 West Lewis Street E-MAIL ADDRES INSURER(S)AFFORDING COVERAGE NAIC# Pasco WA 99301 INSURERAAmerican Economy Ins Co. INSURED INSURER B American States Ins Company. Spokane Rock Products Inc. INSURERC:Starr Indemnity & Liability Co. P.O. Box 3808 INSuRERD:Navigators Insurance Company INSURER E:Liberty Northwest Ins Corp. Spokane WA 99220 INSURER F• COVERAGES CERTIFICATE NUMBER:2013-2014 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE AFDC SUBA W POLICY EFF POLICY EXP LIMITS LTR INSR Vn POLICY NUMBER IMM/DDIYYYY1 IMM/DD/YYYYI GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED 200,000 X COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ A ICLAIMS-MADE © OCCUR 01CG6871649 1/1/2013 1/1/2014 MEDEXP(Anyoneperson) $ 10,000 X Constructual PERSONAL&ADVINJURY $ 1,000,000 X Includes X, C, U GENERALAGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY n FRD n LOC AUTOMOBILE LIABILITY C.MBTNED SINGLE LIMIT (Ea accident) $ 1,000,000 B X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED 01C15463652 1/1/2013 1/1/2014 BODILY INJURY(Per accident) $ AUTOS AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) _ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 4,000,000 c X EXCESS LIAB CLAIMS-MADE SISIGCE50027813 AGGREGATE $ 4,000,000 DED 1 1 RETENTION$ EXCESS AUTO LIABILITY 1/1/2013 1/1/2014 $ A WORKERS COMPENSATION 14,931h1 IOFR AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E .EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/'4 01CG6871649 1/1/2013 1/1/2014 (Mandatory in NH) E .DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below )1A STOP GAP E .DISEASE-POLICY LIMIT $ 2 000 000 A CONTRACTORS POLLUTION 01CG6871649 1/1/2013 1/1/2014 LIMIT 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Company D: Excess Liability, Policy #SISIGCE50027813, 1/1/13 TO 1/1/2014, $9,000,000 Occurrence/Aggregate Limit. Company E: ID/MT Workers Compensation, Policy #WC4 1NC011995012, 10/1/2012 to 10/1/2013, $1,000,000 Limit. Re: 2012 Street Preservation Project - Phase 1, SVPW Contradt 12-017. City of Spokane Valley and its officers, elected officials, employees, agents, and volunteers and Vera Water and power Company and its officers, elected officials, employees, agents and volunteers are additional insured. Business Auto additional insured applies per attached blanket Form #CA 71 10 03 07. Certificate Continuation: CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Spokane Valley ACCORDANCE WITH THE POLICY PROVISIONS. 11707 E. Sprague Avenue Suite 106 AUTHORIZED REPRESENTATIVE Spokane Valley, WA 99206 Chuck Hudon/JACKS ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. Irde.nlA,�n�nnc,n� •T I, wi+non..............�I ...,........-.,.a.....d...,...I.....t wrnnn Co i2-D Liberty COMMERCIAL GENERAL LABILITY Northwest. CG 79 00 07 87 fwifwM Ilwn MtaA(wa. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, POLICY CHANGES IL 12 01 11 85 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART • POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART PHYSICIANS, SURGEONS AND DENTISTS PROFESSIONAL LIABILITY INSURANCE BLANKET ADDITIONAL INSURED (CONTRACTORS) 1. WHO IS AN INSURED - (SECTION 1) 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 COVERAGE 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. ?... 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 INSURANCE PROVIDED TO THE ADDITIONAL INSURED SHALL BE LIMITED TO THE LIMITS OF. LIABILITY REQUIRED BY THAT "WRITTEN CONTRACT REQUIRING INSURANCE" . THIS ENDORSE- MENT SHALL NOT INCREASE THE LIMITS OF INSUR- ANCE DESCRIBED IN SECTION III - LIMITS OF INSURANCE. B. THE INSURANCE PROVIDED TO THE ADDITIONAL INSURED DOES NOT APPLY TO "BODILY INJURY" , "PROPERTY DAMAGE" OR "PERSONAL INJURY" ARISING OUT OF THE RENDERING OF, OR FAILURE -TO RENDER, ANY PROFESSIONAL ARCHITECTURAL, ENGINEERING OR SURVEYING SERVICES, INCLUDING: i . THE PREPARING, APPROVING, OR FAILING TO PREPARE OR APPROVE, MAPS, SHOP DRAWINGS, Copyright, insurance Services Office, Inc., 1983 CG 79 00 07 87 Pagel of 2 EP Ltbert3' COMMERCIAL GENERAL LIABILITY f. Northwest. CG 79 00 07 87 THIS ENDORSEMENT CHANGES THE POUCY. PLEASE READ IT CAREFULLY. POLICY CHANGES IL 12 01 11 85 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE UABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLE t ED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART PHYSICIANS, SURGEONS AND DENTISTS PROFESSIONAL LIABILITY INSURANCE OPINIONS, REPORTS, SURVEYS, FIELD ORDERS OR CHANGE ORDERS, OR THE PREPARING, APPROVING, OR FAILING TO PREPARE OR APPROVE, DRAWINGS AND SPECIFICATIONS; AND ii . SUPERVISORY, INSPECTION, ARCHITECTURAL OR ENGINEERING ACTIVITIES. C. THE INSURANCE PROVIDED TO THE ADDITIONAL INSURED DOES NOT APPLY TO "BODILY INJURY" OR "PROPERTY DAMAGE" CAUSED BY "YOUR WORK" AND INCLUDED IN THE "PRODUCTS-COMPLETED OPERA- TIONS 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 OCCURS BEFORE THE END OF THE PERIOD OF TIME FOR WHICH THE "WRITTEN CONTRACT REQUIRING INSURANCE" 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-CONTRIBU- TORY BASIS, THIS INSURANCE IS PRIMARY TO "OTHER INSURANCE" AVAILABLE TO THE ADDITIONAL INSURED WHICH COVERS THAT PERSON OR ORGANIZA- TION 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 COLLECTI- BLE "OTHER INSURANCE", WHETHER PRIMARY, EXCESS, CONTINGENT OR ON ANY OTHER BASIS, THAT IS AVAILABLE TO THE ADDITIONAL INSURED WHEN THAT PERSON OR ORGANIZATION IS AN Copyright, Insurance Services Office, Inc., 19$3 CG 79 00 07 87 Page 1 of 2 EP Ifriberty COMMERCIAL GENERAL LIABILITY orthwest. CG 79000787 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES IL12011185 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART PHYSICIANS,SURGEONS AND DENTISTS PROFESSIONAL LIABILITY INSURANCE ADDITIONAL INSURED UNDER SUCH "OTHER INSURANCE". 4. AS A CONDITION OF COVERAGE TO THE ADDITIONAL INSURED BY THIS ENDORSEMENT: A. THE ADDITIONAL INSURED MUST GIVE US WRITTEN NOTICE AS SOON AS PRACTICABLE OF A "OCCURRENCE" OR AN OFFENSE WHICH MAY RESUL IN A CLAIM. TO THE EXTENT POSSIBLE, SUCH NOTICE SHOULD INCLUDE: 1 . HOW, WHEN AND'WHERE THE "OCCURRENCE" OR OFFENSE TOOK PLACE; ii . 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 WIH ALL POLICY CONDITIONS. D. THE ADDITIONAL INSURED MUST TENDER THE DEFENSE 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 INSURANCE PROVIDED TO THE ADDITIONAL INSURED BY THIS ENDORSEMENT IS PRIMARY TO "OTHER INSURANCE" AVAILABLE TO THE ADDITIONAL INSURED WHICH COVERS THAT PERSON OR ORGANIZA- TION AS A NAMED INSURED AS DESCRIBED IN Copyright, Insurance Services Office, Inc., 1583 CG 79 00 07 87 " Page 1 012 EP Liberty COMMERCIAL GENERAL LIABILITY Northwest. CG 79 00 07 87 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES IL 1201 11 85 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART PHYSICIANS, SURGEONS AND DENTISTS PROFESSIONAL LIABILITY INSURANCE PARAGRAPH 3. ABOVE. 5. THE FOLLOWING DEFINITION IS ADDED TO SECTION V - DEFINITIONS: "WRITTEN CONTRACT REQUIRING INSURANCE" MEANS THAT PART OF ANY WRITTEN CONTRACT OR AGREE- MENT UNDER WHICH YOU ARE REQUIRED TO INCLUDE A PERSON OR ORGANIZATION AS AN ADDITIONAL INSURED ON THIS COVERAGE PART, PROVIDED THAT THE "BODILY INJURY" AND "PROPERTY DAMAGE" OCCURS 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. Copyright, Insurance Services Office, Inc., 1983 CG 79 00 07 87 Page 1 of 2 EP Li crt:v COMMERCIAL GENERAL LIABILITY Nosf:l hest._ CG 24 04 05 09 POLICY NUMBER: . WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: ANY PERSON OR ORGANIZATION FOR WHOM YOU ARE REQUIRED BY WRITTEN CONTRACT, AGREEMENT OR PERMIT TO WAIVE RIGHTS OF RECOVERY . Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of damage arising out of your ongoing operations or Rights Of Recovery Against Others To Us of `your_work" done under a contract with that person Section IV — Conditions: or organization and included -in the "products-completed operations hazard This waiver We waive any right of recovery we may have against applies only to the person or organization shown in the person or organization shown in the Schedule the Schedule above. above because of payments we make for injury or © insurance Services Office, Inc., 2008 Satecc and the Salem log, are registered trademarks of Sateco Corporation CG 24 04 05 09 EP AFF-META2.23-PRINT001-0679-0017-C W. Liberty COMMERCIAL GENERAL LIABILITY Northwest. CG 25 03 05 09 POLICY NUMBER: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): ALL PROJECTS OF THE NAMED INSURED UNLESS SPECIFICALLY EXCLUDED Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally Construction Project General Aggregate obligated to pay as damages caused by Limit for that designated construction project. "occurrences" under Section 1 —. Coverage A, Such payments shall not reduce the General and tor all medical expenses caused by acci- Aggregate Limit shown in the Declarations dents under Section 1 Coverage C, which can nor shall they reduce any other Designated be attributed only to ongoing operations at a sin- Construction Project General Aggregate gle designated construction project shown in the Limit for any other designated construction Schedule above: project shown in the Schedule above. •t. A separate Designated Construction Project 4. The limits shown in the Declarations for General Aggregate Limit applies to each Each Occurrence, Damage To Premises designated construction project, and that Rented To You and Medical Expense con- limit is equal to the amount of the General tinue to apply. However, instead of being Aggregate Limit shown in the Declarations. subject to the General Aggregate Limit 2. The Designated Construction Project Gen- shown in the Declarations, such limits will be eral Aggregate Limit is the most we will pay subject to the applicable Designated Con for the sum of all damages under Coverage struction Project General Aggregate Limit. A, except damages because of "bodily 8. For all sums which the insured becomes legally injury" or "property damage" included in the obligated to pay as damages caused by "products-completed operations hazard", "occurrences" under Section 1 — Coverage A and for medical expenses under Coverage and for all medical expenses caused by acci- C regardless of the number of: dents under Section 1 — Coverage C, which a. Insureds; cannot be attributed only to ongoing operations at a single designated construction project shown b. Claims made or "suits" brought; or in the Schedule above: c. Persons or organizations making claims 1. Any payments made under Coverage A for or bringing "suits". damages or under Coverage C for medical 3. Any payments made under Coverage A for expenses shall reduce the amount available damages or under Coverage C for medical under the General Aggregate Limit or the expenses shall reduce the Designated Products-completed Operations Aggregate Limit, whichever is applicable; and Insurance Services Office,inc., 2008 Safeco and the Soteco logo are rev:datad trademarks of Sateen Corporation CG 25 03 05 09 Pagel of 2 EP r 11"11 CM"TY11 111111 men r 2. Such payments shall not reduce any Desig- Aggregate Limit nor the Designated Construction hated Construction Project General Aggre- Project General Aggregate Limit. gate Limit. D. if the applicable designated construction project C. When coverage for liability arising out of the has been abandoned, delayed,or abandoned and "products-completed operations hazard" is pro- then restarted, or if the authorized contracting vided, any payments for damages because of parties deviate from plans, blueprints, designs, `bodily injury" or "propery damage" included in specifications or timetables, the project will still the `products-completed operations hazard" will be deemed to be the same construction project. reduce the Products-completed Operations Aggregate Limit, and not reduce the General E. The provisions of Section III — Limits of Insur- ance'not otherwise modified by this endorsement shall;continue to apply as stipulated. MOM U MOM anromor monwe MIONO •_� Page 2 of 2 c-uN4$PRI rrixt{p .61 COMMERCIAL AUTO CA 71 10 03 07 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. EXTENDED CANCELLATION CONDITION BLANKET ADDITIONAL INSURED Paragraph 2.b. of the CANCELLATION Common SECTION 11 -- LIABILITY COVERAGE — A.1. WHO Policy Condition is replaced by the following: IS AN INSURED provision is amended by the addition of the following: b. 60 days before the effective date of cancellation if we cancel for any other reason. e. Any person or organization for whom you are re- quired by an insured contract" to provide insur- TEMPORARY SUBSTITUTE AUTO — PHYSICAL ance is an insured", subject to the following DAMAGE COVERAGE additional provisions: Under paragraph C. — CERTAIN TRAILERS, MO- (1) The insured contract" must be in effect BILE EQUIPMENT AND TEMPORARY SUBSTITUTE during the policy period shown in the Decla AUTOS of SECTION 1 — COVERED AUTOS, the rations, and must have been executed prior following is added: to the "bodily injury" or "property damage". (2) This person or organization is an "insured" If Physical Damage coverage is provided by this Cov- only to the extent you are liable due to your erage Form, then you have coverage for: ongoing operations for that insured, whether the work is performed by you or for you,and Any "auto" you do not own while used with the per- only to the extent you are held liable for an mission of its owner as a temporary substitute for a "accident" occurring while a covered "auto" covered "auto" you own that is out of service be- is being driven by you or one of your em- cause of its breakdown, repair, servicing, "loss" or ployees. destruction. (3) There is no coverage provided to this person BROAD FORM NAMED INSURED or organization for "bodily injury" to its em- ployees, nor for "property damage" to its SECTION 0 — LIABILITY COVERAGE — A.1. WHO property. IS AN INSURED provision is amended by the addition (4) Coverage for this person or organization of the following: shall be limited to the extent of your negli- gence or fault according to the applicable d. Any business entity newly acquired or formed by principles of comparative negligence or fault. you during the policy period provided you own (5) The defense of any claim or "suit" must be 50"/" or more of the business entity and the Y business entity is not separately insured for tendered by this person or organization as Business Auto Coverage. Coverage is extended soon as practicable to all other insurers up to a maximum of 180 days following acquisi- which potentially provide insurance for such tion or formation of the business entity. Coverage claim or "suit". under this provision is afforded only until the end of the policy period. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright, Insurance Services Office, Inc., 1997 CA 71 10 03 07 Page 1 of 6 EP (6) The coverage provided will not exceed the PERSONAL EFFECTS COVERAGE lesser of: A. SECTION ill — PHYSICAL DAMAGE COVER- (a) The coverage and/or limits of this policy; AGE, A.4. COVERAGE EXTENSIONS, is or amended by adding the following: (b) The coverage and/or omits required by c. Personal Effects Coverage the "insured contract". For any Owned "auto" that is involved in a (7) A person's or organization's status as an covered "loss", we will pay up to $500 for `Insured" under this subparagraph d ends "personal effects" that are lost or damaged when your operations for that Insured" are as a result of the covered °loss", without completed. applying a deductible. EMPLOYEE AS INSURED EXTRA EXPENSE — BROADENED COVERAGE Under Paragraph A. of Section H — LIABILITY COV- Paragraph A. — COVERAGE of SECTION fil — ERAGE item f. is added as follows: PHYSICAL! DAMAGE COVERAGE is amended to add: Your "employee"while using his owned "auto", or an "auto" owned by a member of his or her household, 5. We will pay for the expense of returning a stolen in your business or your personal affairs,provided you covered "auto"to you. do not own, hire or borrow that "auto". This coverage is excess to any other collectible insurance coverage. AIRBAG COVERAGE FELLOW EMPLOYEE COVERAGE Under paragraph B. — EXCLUSIONS of SECTION III — PHYSICAL DAMAGE COVERAGE, the following is Exclusion 5. FELLOW EMPLOYEE of SECTION II — added: LIABILITY COVERAGE — B. EXCLUSIONS is amended by the addition of the following: The exclusion relating to mechanical breakdown does not apply to the accidental discharge of an airbag. However, this exclusion does not apply if the "bodily injury" results from the use of a covered "auto" you NEW VEHICLE REPLACEMENT COST own or hire, and provided that any coverage under this provision only applies in excess over any other Under Paragraph C — LIMIT OF INSURANCE of collectible insurance. Section 1[l —PHYSICAL DAMAGE COVERAGE sec- tion 2 is amended as follows: BLANKET WAIVER OF SUBROGATION 2. An adjustment for depreciation and physical con- We waive the right of recovery we may have for pay- dition will be made in determining actual cash ments made for "bodily injury" or "property damage" value in the event of a total loss. However, in the on behalf of the persons or organizations added as event of a total loss to your "new vehicle" to "insureds" under Section II — LIABILITY COVERAGE which this coverage applies, as shown in the — A.1.D. BROAD FORM NAMED INSURED and declarations, we will pay at your option: A.1.e. BLANKET ADDITIONAL. INSURED. a. The verifiable "new vehicle" purchase price you paid for your damaged vehicle, not in- PHYSICAL DAMAGE — ADDITIONAL TRANS- ciuding any insurance or warranties pur- PORTATION EXPENSE COVERAGE i hased; The first sentence of paragraph A.4. of SECTION III b. The purchase price, as negotiated by us, of — PHYSICAL DAMAGE COVERAGE is amended as a new vehicle of the same make, model and follows: equipment, not including any furnishings, parts or equipment not installed by the We will pay up to $50 per day to a maximum of manufacturer or manufacturer's dealership. $1,500 for temporary transportation expense incurred If the same model is not available pay the by you because of the total theft of a covered "auto" purchase price of the most similar model of the private passenger type. available; Page 2 of 6 c. The market value of your damaged vehicle, a. Actual cash value of the damaged or stolen not including any furnishings, parts or equip- property as of the time of the "loss", less an ment not installed by the manufacturer or adjustment for depreciation and physical manufacturer's dealership. condition; or This coverage applies only to a covered "auto" b. Balance due under the terms of the ban or of the private passenger, light truck or medium lease that the damaged covered "auto" is truck type (20,000 Ibs or less gross vehicle subject to at the time of the "loss", less any weight) and does not apply to initiation or set up one or all of the following adjustments: costs associated with loans or teases. (1) Overdue payment and financial TWO OR MORE DEDUCTIBLES penalties associated with those payments as of the date of the Under SECTION 1i1 — PHYSICAL DAMAGE COV- "loss". ERAGE, if two or more "company" policies or cover- (2) Financial penalties imposed under a age forms apply to the same accident, the following lease due to high mileage, exces- applies to paragraph D. Deductible: sive use or abnormal wear and tear. a. If the applicable Business Auto deduct- (3) Costs for extended warranties, Cre- ible is the smaller (or smallest) deduct- dit Life Insurance, Health, Accident ible it will be waived; or or Disability Insurance purchased b. If the applicable Business Auto deduct—with the loan or lease: ible is not the smaller (or smallest) de- (4) Transfer or rollover balances from ductible it will be reduced by the amount previous loans or leases. of the smaller (or smallest) deductible; (5) Final payment due under a "Balloon or Loan". c. If the loss involves two or more Busi- (6) The dollar amount of any Hess Auto coverage forms or policies un-repaired damage that occurred the smaller (or smallest) deductible will prior to the "total loss" of a covered be waived. "auto". For the purpose of this endorsement (7) Security deposits not refunded by a "company" means: Y lessor. a. Safeco Insurance Company of America (8) All refunds payable or paid to you b. American States Insurance Company as a result of the early termination c. General Insurance Company of America of a lease agreement or any war ranty or extended service agree- d. American Economy Insurance Company ment on a covered "auto", e. First National Insurance Company of (9) Any amount representing taxes. America (10) Loan or lease termination fees f. American States Insurance Company of Texas GLASS REPAIR — WAIVER OF DEDUCTIBLE g. American States Preferred Insurance Under paragraph D. — DEDUCTIBLE of SECTION III Company — PHYSICAL DAMAGE COVERAGE, the following is h. Safeco Insurance Company of Illinois added: LOAN/LEASE GAP COVERAGE No deductible applies to glass damage if the glass is repaired rather than replaced. Under paragraph C — LIMIT OF INSURANCE of SECTION III — PHYSICAL DAMAGE COVERAGE, AMENDED DUTIES IN THE EVENT OF ACCI- the following is added: DENT, CLAIM, SUIT OR LOSS 4. The most we will pay for a total "loss" in any one The requirement in LOSS CONDITION 2.a. — "accident" is the greater of the following,subject DUTIES IN THE EVENT OF ACCIDENT, CLAIM, to a $1,500 maximum limit: SUIT OR LOSS — of SECTION IV — BUSINESS AUTO CONDITIONS that you must notify us of an CA 71 10 03 07 Page 3 of 6 EP "accident"applies only when the "accident" is known deductible and excess provisions, we will provide to: coverage equal to the broadest coverage applicable to any covered "auto"you own. (1) You, if you are an individual; (2) A partner, if you are a partnership; or HIRED AUTO PHYSICAL DAMAGE COVERAGE- LOSS OF USE (3) An executive officer or insurance manager,if you are a corporation. SECTION III — PHYSICAL DAMAGE A.4.b. Form does not apply. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Subject to a maximum of$1,000 per accident, we will cover loss of use of a hired "auto" if it results from SECTION IV — BUSINESS AUTO CONDITIONS — an accideit, you are legally liable and the lessor in- B.2. is amended by the addition of the following: curs an actual financial loss. If you unintentionally fall to disclose any hazards ex- RENTAL REIMBURSEMENT COVERAGE isting at the inception date of your policy, we will not A. We will pay for rental reimbursement expenses deny coverage under this Coverage Form because of incurred by you for the rental of an "auto" be- such failure. However, this provision does not affect our right to collect additional premium or exercise our cause of a covered "loss" to a covered "auto". righf of right to c collect or non-renewal. Payment applies.in addition to the otherwise.ap- plicable amount of each coverage you have on a HIRED AUTO — LIMITED WORLD WIDE COVER- covered "auto". No deductibles apply to this AGE coverage. B. We will pay only for those expenses incurred Under Section IV — Business Conditions, Paragraph during the policy period beginning 24 hours after B.7.b.e(1) is replaced by the following: the loss" and ending, regardless of the policy's (1) The "accident" or "loss" results expiration,with the lesser of the following number from the use of an "auto" hired for of days: 30 days or less. 1. The number of days reasonably required to repair or replace the covered "auto". If RESULTANT MENTAL ANGUISH COVERAGE floss" is caused by theft, this number of days is added to the number of days it takes SECTION V — DEFINITIONS —C. is replaced by the to locate the covered "auto" and return it to following: you "Bodily injury" means bodily injury, sickness or dis- 2. 30 days. ease sustained by a person including mental anguish or death resulting from any of these. C. Our payment is limited to the lesser of the fol- lowing amounts: HIRED AUTO PHYSICAL DAMAGE COVERAGE 1. Necessary and actual expenses incurred. If hired "autos" are covered "autos" for Liability cov 2 $50 per day. and if Comprehensive, Specified Causes of D. This coverage does not apply while there are Loss or Collision coverages are provided under this spare or reserve "autos" available to you for your Coverage Form for any "auto" you own, then the operations. Physical Damage Coverages provided are extended to "autos" you hire or borrow. E. If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay The most we will pay for loss to any hired "auto" is under this coverage only that amount of your $50,000 or Actual Cash Value or Cost of Repair, rental reimbursement expenses which is not al- whichever is smallest, minus a deductible, The de- ready provided for under the PHYSICAL DAM- ductible will be equal to the largest deductible appli- AGE COVERAGE Coverage Extension. cable to any owned "auto" of the private passenger or light truck type for that coverage. Hired Auto Phy- F. The Rental Reimbursement Coverage described sical Damage coverage is excess over any other col- above does not apply to a covered "auto" that is lectible insurance. Subject to the above limit, described or designated as a covered "auto" on Page 4of6 • Rental Reimbursement Coverage Form the manufacturer for the installation of a CA 99 23. radio. AUDIO, VISUAL AND DATA ELECTRONIC C. Limit of Insurance EQUIPMENT COVERAGE With respect to this coverage, the LIMIT OF IN- SURANCE provision of PHYSICAL DAMAGE A. Coverage COVERAGE is replaced by the following: 1. We will pay with respect to a covered "auto" 1. The most we will pay for "loss" to audio,vi for "loss" to any electronic equipment that sual or data electronic equipment and any receives or transmits audio, visual or data accessories used with this equipment as a signals and that is not designed solely for the result of any one "accident" i the lesser of: reproduction of sound.This coverage applies only if the equipment is permanently installed a. The actual cash value of the damaged in the covered "auto" at the time of the or stolen property as of the time of the "loss" or the equipment is removable from a "loss"; or housing unit which is permanently installed b. The cost of repairing replacing the in the covered "auto" at the time of the P 9 or P 9 "loss", and such equipment is designed to damaged or stolen property with other be solely operated by use of the power from Properly of like kind and quality. the "auto's"electrical system, in or upon the c. $1,000. covered "auto". 2. An adjustment for depreciation and physical" 2. We will pay with respect to a covered "auto" condition will be made in determining actual for "loss" to any accessories used with the cash value at the time of the `loss". electronic equipment described in paragraph 3. If a repair or replacement results in better A.1. above. than like kind or quality, we will not pay for However, this does not include tapes, the amount of the betterment. records or discs. D. Deductible 3. If Audio, Visual and Data Electronic Equip- ment Coverage form CA 99 60 or CA 99 94 1. If "loss" to the audio, visual or data elec- is attached to this policy, then the Audio, VI- tronic equipment or accessories used with sual and Data Electronic Equipment Cover- this equipment is the result of a 'loss" to the age described above does not apply. covered "auto" under the Business Auto Coverage Form's Comprehensive or Colli- B. Exclusions sion Coverage, then for each covered "auto" The exclusions that apply to PHYSICAL DAM- our obligation to pay for, repair, retum or re AGE COVERAGE, except for the exclusion relat place damaged or stolen property will be re ing to Audio, Visual and Data Electronic duced by the applicable deductible shown in Equipment, also apply to this coverage. In addi the Declarations. Any Comprehensive Cov tion, the following exclusions apply: erage deductible shown in the Declarations does not apply to "loss" to audio, visual or We will not pay for either any electronic equip- data electronic equipment caused by fire or ment or accessories used with such electronic lightning. equipment that is: 2. If "loss" to the audio, visual or data elec- 1. Necessary tor the normal operation of the tronic equipment or accessories used with covered "auto" for the monitoring of the this equipment is the result of a "loss' to the covered "auto's" operating system; or covered "auto" under the Business Auto 2 Both: Coverage Form's Specified Causes of Loss Coverage, then for each covered "auto" our a. an integral part of the same unit housing obligation to pay for, repair, retum or replace any sound reproducing equipment de- damaged or stolen property will be reduced signed solely for the reproduction of by a$100 deductible, sound if the sound reproducing 3. If "loss" occurs solely to the audio, visual or equipment is permanently installed in uip data electronic equipment or accessories the covered "auto"; and q P used with this equipment,then for each cov- b. permanently installed in the opening of ered "auto" our obligation to pay for, repair, the dash or console normally used by CA 71 10 03 07 Page 5 01 6 EP return or replace damaged or stolen property SECTION V — DEFINITIONS is amended by adding will be reduced by a $100 deductible. the following: 4. In the event that there is more than one ap- Q. "Personal effects" means your tangible plicable deductible, only the highest deduct- property that is wom or carried by you, ex- ible will apply. In no event will more than one cept for tools, jewelry, money, or securities. deductible apply. R. "New vehicle" means any "auto" of which ybu are the original owner and the "auto" hlas not been previously titled and is less 41an 365 days past the purchase date. Page 6 of 6 • Washington State Department of ti,- A Employer Liability Labor and Industries , Certificate yt Department of Labor and Industries Employer Liability Certificate Date: 12/31/2012 UBI #: 602 082 495 Legal Business Name: SPOKANE ROCK PRODUCTS INC Account#: 133,446-07 'Doing Business As' Name: SPOKANE ROCK PRODUCTS INC Estimated Workers Reported: Quarter 3 of Year 2012 "Greater than 100 Workers" (See Description Below) Workers' Comp Premium Status: Account is current. Firm has voluntarily reported and paid their premiums. Licensed Contractor? Yes License: SPOKARP990BH Expire Date: 2/1/2014 Account Representative: T8 /DALE MCMASTER(360)902-5617 - Email: MCMS235 @lni.wa.gov What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12.050 and 51.16.190). 1 ® A /YYYY) WE° DATE(MMIDD CERTIFICATE OF LIABILITY INSURANCE I 10/1/2013 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 bF 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 NAME:ACT Jacqueline Hernandez, ACSR Conover Insurance PHONE (509)545-3800 ia/c.Nol• (509)547-7960 FATE Full• ( 1804 West Lewis Street ADDRIES • INSURER(S)AFFORDING COVERAGE NAIC# Pasco WA 99301 INsuRERAAmerican Economy Ins Co. 19690 INSURED INSURER B American States Ins Company 19704 Spokane Rock Products Inc. INsuRERC:Starr Indemnity & Liability Co. 38318 P.O. Box 3808 INSURERD:Navigators Insurance Company 42307 INSURER E:Zurich American Insurance Co. 16535 Spokane WA 99220 INSURER F: COVERAGES CERTIFICATE NUMBER:2013-2014 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL UBR POLICY EFF POLICY EXP LIMITS LTR IN R WVD POLICY NUMBER (MM/DDIYYYY) IMM/DD/YYYYI GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED 200,000 X COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ A I CLAIMS-MADE © OCCUR 01CG6871649 1/1/2013 1/1/2014 MED EXP(Any one person) $ 10,000 X Contractual PERSONAL&ADV INJURY $ 1,000,000 X Includes X, C, U GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREG ATE LIMIT APPL IES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 —I POLICY 171 P7,9-F 1^1 LOC $ CMBINED AUTOMOBILE LIABILITY Ea acccidentSINGLE LIMIT $ 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ B ALL OWNED SCHEDULED 01CI5463652 1/1/2013 1/1/2014 BODILY INJURY(Per accident) $ AUTOS _ AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS _ AUTOS (Per accident) $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 4,000,000 C X EXCESS UAB CLAIMS-MADE SISIGCE50027813 AGGREGATE $ 4,000,000 DED I I RETENTION$ EXCESS AUTO LIABILITY 1/1/2013 1/1/2014 $ A WORKERS COMPENSATION X I TORY I TU- I IOT AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE 0 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? NIA 01CG6871649 1/1/2013 1/1/2014 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below WA STOP GAP E.L.DISEASE-POLICY LIMIT $ 2,000,000 A CONTRACTORS POLLUTION 01CG6871649 1/1/2013 1/1/2014 LIMIT 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS!VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space is required) Company D: Excess Liability, Policy #SISIGCE50027813, 1/1/13 TO 1/1/2014, $9,000,000 Occurrence/Aggregate Limit. Company E: ID/MT Workers Compensation, Policy #WC-9327180-00 10/1/2013 to 1/1/2014, $1,000,000 Limit. Re: ,2012 Street Preservation Project - Phase 1, %SVPW Contradt 12-017. City of Spokane Valley and its officers, elected officials, employees, agents, and volunteers and Vera Water and power Company and its officers, elected officials, employees, agents and volunteers are additional insured. Business Auto additional insured applies per attached blanket Form #CA 71 10 03 07. Additonal Insured/Primary Additional Insured apply per attached blanket Form #CG 79 00 07 87. Waiver of Subrogation applies per CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Spokane Valley 11707 E. Sprague Avenue Suite 106 AUTHORIZED REPRESENTATNE Spokane Valley, WA 99206 J Hernandez, ACSR/JAC Q~Q_4 - -"-e- ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. Imen9E,on,nnaS n, r�.., cannon . ...J r.--........_...-...a-._...J._.._I...s cannon OD 12_!0, 47 i COMMENTS/REMARKS attached blanket Form #CG 24 04 05 09.Per-Project Agg per Form #CG 25 03 05 09. AMENDED: Cancels and replaces 12/29/2012 Certificate. OFREMARK COPYRIGHT 2000, AMS SERVICES INC. Washington State Department of sTA-4. Employer Liability Labor and Industries Certificate Department of Labor and Industries Employer Liability Certificate Date: 10/01/2013 UBI #: 602 082 495 Legal Business Name: SPOKANE ROCK PRODUCTS INC Account#: 133,446-07 'Doing Business As'Name: SPOKANE ROCK PRODUCTS INC Estimated Workers Reported: Quarter 2 of Year 2013 "Greater than 100 Workers" (See Description Below) Workers' Comp Premium Status: Account is current. Firm has voluntarily reported and paid their premiums. Licensed Contractor? Yes License: SPOKARP990BH Expire Date: 2/1/2014 Account Representative: T8 /DALE MCMASTER(360)902-5617 - Email: MCMS235 @lni.wa.gov What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12.050 and 51.16.190). � . Liberty COMMERCIAL GENERAL LIABILITY r• Northwest. CG 79 00 07 87 !YA.e d ih.n.vr..l.i..q THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES IL 12 01 11 85 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART PHYSICIANS, SURGEONS AND DENTISTS PROFESSIONAL LIABILITY INSURANCE BLANKET ADDITIONAL INSURED (CONTRACTORS) 1. WHO IS AN INSURED - (SECTION 1) 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 COVERAGE 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 INSURANCE PROVIDED TO THE ADDITIONAL INSURED SHALL BE LIMITED TO THE LIMITS OF LIABILITY REQUIRED BY THAT "WRITTEN CONTRACT REQUIRING INSURANCE" . THIS ENDORSE- MENT SHALL NOT INCREASE THE LIMITS OF INSUR- ANCE DESCRIBED IN SECTION III - LIMITS OF INSURANCE. B. THE INSURANCE PROVIDED TO THE ADDITIONAL INSURED DOES NOT APPLY TO "BODILY INJURY" , "PROPERTY DAMAGE" OR "PERSONAL INJURY" ARISING OUT OF THE RENDERING OF, OR FAILURE TO RENDER, ANY PROFESSIONAL ARCHITECTURAL, = ENGINEERING OR SURVEYING SERVICES, INCLUDING: i . THE PREPARING, APPROVING, OR FAILING TO PREPARE OR APPROVE, MAPS, SHOP DRAWINGS, Copyright, Insurance Services Office, Inc., 1983 CG 79 00 07 87 Page 1 cI 2 EP C4G31-PR{NTT1.1904-0041-Y x Page 2 of 2 C-AG31-PRINT➢01.190443 92•Y vie Liberty • COMMERCIAL GENERAL LIABILITY r Northwest. CG 79 00 07 87 Wv.,d.hgY.d4r THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES IL 12 01 11 85 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART PHYSICIANS, SURGEONS AND DENTISTS PROFESSIONAL LIABILITY INSURANCE OPINIONS, REPORTS, SURVEYS, FIELD ORDERS OR CHANGE ORDERS, OR THE PREPARING, APPROVING, OR FAILING TO PREPARE OR APPROVE, DRAWINGS AND SPECIFICATIONS; AND ii . SUPERVISORY, INSPECTION, ARCHITECTURAL OR ENGINEERING ACTIVITIES. C. THE INSURANCE PROVIDED TO THE ADDITIONAL INSURED DOES NOT APPLY TO "BODILY INJURY" OR "PROPERTY DAMAGE" CAUSED BY "YOUR WORK" AND INCLUDED IN THE "PRODUCTS-COMPLETED OPERA- TIONS 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 OCCURS BEFORE THE END OF THE PERIOD OF TIME FOR WHICH THE "WRITTEN CONTRACT REQUIRING INSURANCE" 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-CONTRIBU- TORY BASIS, THIS INSURANCE IS PRIMARY TO Eet "OTHER INSURANCE" AVAILABLE TO THE ADDITIONAL INSURED WHICH COVERS THAT PERSON OR ORGANIZA- TION AS A NAMED INSURED FOR SUCH LOSS, AND EEE WE WILL NOT SHARE WITH THAT "OTHER — INSURANCE" . BUT THE INSURANCE PROVIDED TO was THE ADDITIONAL INSURED BY THIS ENDORSEMENT STILL IS EXCESS OVER ANY VALID AND COLLECTI- BLE "OTHER INSURANCE", WHETHER PRIMARY, = EXCESS, CONTINGENT OR ON ANY OTHER BASIS, EEG THAT IS AVAILABLE TO THE ADDITIONAL INSURED WHEN THAT PERSON OR ORGANIZATION IS AN Copyright, Insurance Services Office, Inc., 1983 CG 79 00 07 87 Page 1 of 2 EP C-AG 31.PRIW 1. 4.c093r Page 2 o12 FAG-01-POI117001.1904-0094-Y � Libert COMMERCIAL GENERAL LIABILITY r, Northwest. CG 79 00 07 87 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES IL 12 01 11 85 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART PHYSICIANS, SURGEONS AND DENTISTS PROFESSIONAL LIABILITY INSURANCE ADDITIONAL INSURED UNDER SUCH "OTHER INSURANCE" . 4. AS A CONDITION OF COVERAGE TO THE ADDITIONAL INSURED BY THIS ENDORSEMENT: A. THE ADDITIONAL INSURED MUST GIVE US WRITTEN NOTICE AS SOON AS PRACTICABLE OF A "OCCURRENCE" OR AN OFFENSE WHICH MAY RESUL IN A CLAIM. TO THE EXTENT POSSIBLE, SUCH NOTICE SHOULD INCLUDE: 1 . HOW, WHEN AND WHERE THE "OCCURRENCE" OR OFFENSE TOOK PLACE; ii. 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 WIH ALL POLICY CONDITIONS. D. THE ADDITIONAL INSURED MUST TENDER THE • DEFENSE AND INDEMNITY OF ANY CLAIM OR "SUIT" • TO ANY PROVIDER OF "OTHER INSURANCE" WHICH EM WOULD COVER THE ADDITIONAL INSURED FOR A LOSS EEE WE COVER UNDER THIS ENDORSEMENT. HOWEVER, • THIS CONDITION DOES NOT AFFECT WHETHER THE • INSURANCE PROVIDED TO THE ADDITIONAL INSURED BY THIS ENDORSEMENT IS PRIMARY TO "OTHER INSURANCE" AVAILABLE TO THE ADDITIONAL • INSURED WHICH COVERS THAT PERSON OR ORGANIZA- TION AS A NAMED INSURED AS DESCRIBED IN Copyright, Insurance Services Office, Inc., 1983 CG 79 00 07 87 Page 1 of 2 EP cw.-3$4,m l oo m 4 s o Lams.r x Page 2 of 2 c.AG31-P R I N1001-t 9134-00%-Y Liberty COMMERCIAL GENERAL LIABILITY pis Northwest. CG 79 00 07 87 Yrt3w,dMrs,vs.A uq. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES IL 12 01 11 85 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART PHYSICIANS, SURGEONS AND DENTISTS PROFESSIONAL LIABILITY INSURANCE PARAGRAPH 3. ABOVE. 5. THE FOLLOWING DEFINITION IS ADDED TO SECTION V — DEFINITIONS: "WRITTEN CONTRACT REQUIRING INSURANCE" MEANS THAT PART OF ANY WRITTEN CONTRACT OR AGREE- MENT UNDER WHICH YOU ARE REQUIRED TO INCLUDE A PERSON OR ORGANIZATION AS AN ADDITIONAL INSURED ON THIS COVERAGE PART, PROVIDED THAT THE "BODILY INJURY" AND "PROPERTY DAMAGE" OCCURS 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. Copyright, Insurance Services Office, Inc., 1983 CG 79 00 07 87 Page 1 of 2 EP CA G-31 Page 2 of 2 C-AG-31-PRINT001.1904-009 8-V COMMERCIAL AUTO CA 71 10 03 07 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. EXTENDED CANCELLATION CONDITION BLANKET ADDITIONAL INSURED Paragraph 2.b. of the CANCELLATION Common SECTION II — LIABILITY COVERAGE — A.1. WHO Policy Condition is replaced by the following: IS AN INSURED provision is amended by the addition of the following: b. 60 days before the effective date of cancellation if we cancel for any other reason. e. Any person or organization for whom you are re- quired by an 'insured contract" to provide insur- TEMPORARY SUBSTITUTE AUTO — PHYSICAL ance is an "insured", subject to the following DAMAGE COVERAGE additional provisions: (1) The "insured contract" must be in effect Under paragraph C. — CERTAIN TRAILERS, MO- during the policy period shown in the Decla- BILE EQUIPMENT AND TEMPORARY SUBSTITUTE rations, and must have been executed prior AUTOS of SECTION 1 — COVERED AUTOS, the to the "bodily injury" or "property damage". following is added: (2) This person or organization is an `insured" If Physical Damage coverage is provided by this Coy- only to the extent you are liable due to your erage Form, then you have coverage for: ongoing operations for that insured, whether the work is performed by you or for you, and Any "auto" you do not own while used with the per- only to the extent you are held liable for an mission of its owner as a temporary substitute for a "accident" occurring while a covered "auto" covered "auto" you own that is out of service be- is being driven by you or one of your em- cause of its breakdown, repair, servicing, "loss" or ployees. destruction. (3) There is no coverage provided to this person or organization for "bodily injury" to its em- BROAD FORM NAMED INSURED ployees, nor for "property damage" to its property. SECTION II — LIABILITY COVERAGE — A.1. WHO IS AN INSURED provision is amended by the addition (4) Coverage for this person or organization of the following: shall be limited to the extent of your negli- gence or fault according to the applicable d. Any business entity newly acquired or formed by principles of comparative negligence or fault. you during the policy period provided you own (5) The defense of any claim or "suit" must be 50% or more of the business entity and the tendered by this person or organization as business entity is not separately insured for soon as practicable to all other insurers Business Auto Coverage. Coverage is extended which potentially provide insurance for such up to a maximum of 180 days following acquisi- claim or "suit". tion or formation of the business entity. Coverage under this provision is afforded only until the end of the policy period. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright, Insurance Services Office, Inc., 1997 CA 71 10 03 07 Page 1 of 6 EP (6) The coverage provided will not exceed the PERSONAL EFFECTS COVERAGE lesser of: A. SECTION III — PHYSICAL DAMAGE COVER- (a) The coverage and/or limits of this policy; AGE, A.4. COVERAGE EXTENSIONS, is or amended by adding the following: (b) The coverage and/or limits required by c. Personal Effects Coverage the Insured contract". For any Owned "auto" that is involved in a (7) A person's or organization's status as an covered "loss", we will pay up to $500 for Insured" under this subparagraph d ends "personal effects" that are lost or damaged when your operations for that "insured" are as a result of the covered "loss", without completed. applying a deductible. EMPLOYEE AS INSURED EXTRA EXPENSE — BROADENED COVERAGE Under Paragraph A.of Section II — LIABILITY COV- Paragraph A. — COVERAGE of SECTION III — ERAGE item f. is added as follows: PHYSICAL DAMAGE COVERAGE is amended to add: Your "employee"while using his owned "auto", or an "auto" owned by a member of his or her household, 5. We will pay for the expense of returning a stolen in your business or your personal affairs,provided you covered."auto"to you. do not own, hire or borrow that "auto".This coverage is excess to any other collectible insurance coverage. AIRBAG COVERAGE FELLOW EMPLOYEE COVERAGE Under paragraph B. — EXCLUSIONS of SECTION III — PHYSICAL DAMAGE COVERAGE, the following is Exclusion 5. FELLOW EMPLOYEE of SECTION ll — added: LIABILITY COVERAGE — B. EXCLUSIONS is amended by the addition of the following: The exclusion relating to mechanical breakdown does not apply to the accidental discharge of an airbag. However, this exclusion does not apply if the "bodily injury" results from the use of a covered "auto" you NEW VEHICLE REPLACEMENT COST own or hire, and provided that any coverage under this provision only applies in excess over any other Under Paragraph C — LIMIT OF INSURANCE of collectible insurance. Section III —PHYSICAL DAMAGE COVERAGE sec- tion 2 is amended as follows: BLANKET WAIVER OF SUBROGATION 2. An adjustment for depreciation and physical con- We waive the right of recovery we may have for pay- dition will be made in determining actual cash ments made for "bodily injury" or "property damage" value in the event of a total loss. However, in the on behalf of the persons or organizations added as event of a total loss to your "new vehicle" to "insureds" under Section II —LIABILITY COVERAGE which this coverage applies, as shown in the — A.1.D. BROAD FORM NAMED INSURED and declarations,we will pay at your option: A.1.e. BLANKET ADDITIONAL INSURED. a. The verifiable "new vehicle" purchase price you paid for your damaged vehicle, not in- PHYSICAL DAMAGE — ADDITIONAL TRANS- eluding any insurance or warranties pur- PORTATION EXPENSE COVERAGE chased; The first sentence of paragraph A.4. of SECTION III b. The purchase price, as negotiated by us, of — PHYSICAL DAMAGE COVERAGE is amended as a new vehicle of the same make, model and follows: equipment, not including any furnishings, parts or equipment not installed by the We will pay up to $50 per day to a maximum of manufacturer or manufacturer's dealership. $1,500 for temporary transportation expense incurred If the same model is not available pay the by you because of the total theft of a covered "auto" purchase price of the most similar model of the private passenger type. available; Page 2 of 6 c. The market value of your damaged vehicle, a. Actual cash value of the damaged or stolen not including any furnishings, parts or equip- property as of the time of the loss", less an ment not installed by the manufacturer or adjustment for depreciation and physical manufacturer's dealership. condition; or This coverage applies only to a covered "auto" b. Balance due under the terms of the loan or of the private passenger, light truck or medium lease that the damaged covered "auto" is truck type (20,000 lbs or less gross vehicle subject to at the time of the "loss", less any weight) and does not apply to initiation or set up one or all of the following adjustments: costs associated with loans or leases. (1) Overdue payment and financial TWO OR MORE DEDUCTIBLES penalties associated with those payments as of the date of the "loss". Under SECTION III — PHYSICAL DAMAGE COV- ERAGE, if two or more "company" policies or cover- (2) Financial penalties imposed under a age forms apply to the same accident, the following lease due to high mileage, exces- applies to paragraph D. Deductible: sive use or abnormal wear and tear. a. If the applicable Business Auto deduct- (3) Costs for extended warranties, Cre- ible is the smaller (or smallest) deduct- dit Life Insurance, Health, Accident ible it will be waived; or or Disability Insurance purchased with the loan or lease b. If the applicable Business Auto deduct- ible is not the smaller (or smallest) de- (4) Transfer or rollover balances from ductible it will be reduced by the amount previous loans or leases. of the smaller (or smallest) deductible; (5) Final payment due under a "Balloon or Loan". c. If the loss involves two or more Busi- (g) The dollar amount of any ness Auto coverage forms or policies un-repaired damage that occurred the smaller (or smallest) deductible will prior to the "total loss"of a covered be waived. "auto". For the purpose of this endorsement (7) Security deposits not refunded by a "company" means: lessor. a. Safeco Insurance Company of America (8) All refunds payable or paid to you b. American States Insurance Company as a result of the early termination of a lease agreement or any war- c. General Insurance Company of America ranty or extended service agree- d. American Economy Insurance Company ment on a covered "auto". e. First National Insurance Company of (9) Any amount representing taxes. America (10) Loan or lease termination fees f. American States Insurance Company of Texas GLASS REPAIR — WAIVER OF DEDUCTIBLE g. American States Preferred Insurance Under paragraph D. — DEDUCTIBLE of SECTION III Company — PHYSICAL DAMAGE COVERAGE, the following is h. Safeco Insurance Company of Illinois added: LOAN/LEASE GAP COVERAGE No deductible applies to glass damage if the glass is repaired rather than replaced. Under paragraph C — LIMIT OF INSURANCE of SECTION III — PHYSICAL DAMAGE COVERAGE, AMENDED DUTIES IN THE EVENT OF ACC!- the following is added: DENT, CLAIM, SUIT OR LOSS 4. The most we will pay for a total "loss" in any one The requirement in LOSS CONDITION 2.a. — "accident" is the greater of the following,subject DUTIES IN THE EVENT OF ACCIDENT, CLAIM, to a$1,500 maximum limit: SUIT OR LOSS — of SECTION IV — BUSINESS AUTO CONDITIONS that you must notify us of an CA 71 10 03 07 Page 3 of 6 EP "accident" applies only when the "accident" is known deductible and excess provisions, we will provide to: coverage equal to the broadest coverage applicable to any covered "auto"you own. (1) You, if you are an individual; (2) A partner, if you are a partnership;or HIRED AUTO PHYSICAL DAMAGE COVERAGE — LOSS OF USE (3) An executive officer or insurance manager,if you are a corporation. SECTION III — PHYSICAL DAMAGE A.4.b. Form does not apply. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Subject to a maximum of$1,000 per accident, we will cover loss of use of a hired "auto" if it results from SECTION IV — BUSINESS AUTO CONDITIONS — an accident, you are legally liable and the lessor in- B.2. is amended by the addition of the following: curs an actual financial loss. If you unintentionally fail to disclose any hazards ex- RENTAL REIMBURSEMENT COVERAGE fisting at the inception date of your policy, we will not A. We will pay for rental reimbursement expenses deny coverage under this Coverage Form because of incurred by you for the rental of an "auto" be such failure. However, this provision does not affect cause of a covered loss" to a covered "auto". our right to collect additional premium or exercise our Payment applies in addition to the otherwise ap- right of cancellation or non-renewal. plicable amount of each coverage you have on a HIRED AUTO — LIMITED WORLD WIDE COVER- covered "auto". No deductibles apply to this coverage. AGE B. We will pay only for those expenses incurred Under Section IV — Business Conditions, Paragraph during the policy period beginning 24 hours after B.7.b.e(1) is replaced by the following: the loss" and ending, regardless of the policy's (1) The "accident" or "loss" results expiration,with the lesser of the following number from the use of an "auto" hired for of days: 30 days or less. 1. The number of days reasonably required to repair or replace the covered "auto". If RESULTANT MENTAL ANGUISH COVERAGE `toss" is caused by theft, this number of days is added to the number of days it takes SECTION V — DEFINITIONS —C. is replaced by the to locate the covered "auto" and return it to following: you. "Bodily injury" means bodily injury, sickness or dis- 2. 30 days. ease sustained by a person including mental anguish C. Our payment is limited to the lesser of the fol- or death resulting from any of these. lowing amounts: HIRED AUTO PHYSICAL DAMAGE COVERAGE 1. Necessary and actual expenses incurred. 2. $50 per day. If hired "autos" are covered "autos" for Liability cov- erage and if Comprehensive, Specified Causes of D. This coverage does not apply while there are Loss or Collision coverages are provided under this spare or reserve "autos" available to you for your Coverage Form for any "auto" you own, then the operations. Physical Damage Coverages provided are extended to "autos" you hire or borrow. E. If `boss" results from the total theft of a covered "auto" of the private passenger type, we will pay The most we will pay for loss to any hired "auto" is under this coverage only that amount of your $50,000 or Actual Cash Value or Cost of Repair, rental reimbursement expenses which is not al- whichever is smallest, minus a deductible. The de- ready provided for under the PHYSICAL DAM- ductible will be equal to the largest deductible appli- AGE COVERAGE Coverage Extension. cable to any owned "auto" of the private passenger or light truck type for that coverage. Hired Auto Phy- F. The Rental Reimbursement Coverage described sical Damage coverage is excess over any other col—above does not apply to a covered "auto" that is lectible insurance. Subject to the above limit, described or designated as a covered "auto" on Page 4 of 6 Rental Reimbursement Coverage Form the manufacturer for the Installation of a CA 99 23. radio. AUDIO, VISUAL AND DATA ELECTRONIC C. Limit of Insurance EQUIPMENT COVERAGE With respect to this coverage, the LIMIT OF IN- SURANCE provision of PHYSICAL DAMAGE A. Coverage COVERAGE is replaced by the following: 1. We will pay with respect to a covered "auto" 1. The most we will pay for loss" to audio,vi- for loss" to any electronic equipment that sual or data electronic equipment and any receives or transmits audio, visual or data accessories used with this equipment as a signals and that is not designed solely for the result of any one "accident" is the lesser of: reproduction of sound.This coverage applies only if the equipment is permanently installed a. The actual cash value of the damaged in the covered "auto" at the time of the or stolen property as of the time of the "loss" or the equipment is removable from a loss"; or housing unit which is permanently installed b. The cost of repairing or replacing the in the covered "auto" at the time of the damaged or stolen property with other loss", and such equipment is designed to property of like Kind and quality. be solely operated by use of the power from the "auto's"electrical system, in or upon the c. $1,000. covered "auto". 2. An adjustment for depreciation and physical 2. We will pay with respect to a covered "auto" condition will be made in determining actual for "loss" to any accessories used with the cash value at the time of the loss". electronic equipment described in paragraph 3. If a repair or replacement results in better A.1. above. than like kind or quality, we will not pay for However, this does not include tapes, the amount of the betterment. records or discs. D. Deductible 3. If Audio, Visual and Data Electronic Equip- ment Coverage form CA 99 60 or CA 99 94 1. If loss" to the audio, visual or data elec- is attached to this policy, then the Audio, Vi- tronic equipment or accessories used with sual and Data Electronic Equipment Cover- this equipment is the result of a "loss" to the age described above does not apply. covered "auto" under the Business Auto Coverage Form's Comprehensive or Colli- B. Exclusions sion Coverage, then for each covered "auto" our obligation to pay for, repair, return or re- The exclusions that apply to PHYSICAL DAM- place damaged or stolen property will be re- AGE COVERAGE, except for the exclusion relat- duced by the applicable deductible shown in ing to Audio, Visual and Data Electronic the Declarations. Any Comprehensive Cov- Equipment, also apply to this coverage. In addi- erage deductible shown in the Declarations lion, the following exclusions apply: does not apply to "loss" to audio, visual or We will not pay for either any electronic equip- data electronic equipment caused by fire or ment or accessories used with such electronic lightning. equipment that is: 2. If loss" to the audio, visual or data elec- 1. Necessary for the normal operation of the tronic equipment or accessories used with covered "auto" for the monitoring of the this equipment is the result of a "loss" to the covered "auto's" operating system; or covered "auto„ under the Business Auto 2. Both: Coverage Form's Specified Causes of Loss Coverage, then for each covered "auto” our a. an integral part of the same unit housing obligation to pay for, repair, return or replace any sound reproducing equipment de- damaged or stolen property will be reduced signed solely for the reproduction of by a$100 deductible. sound if the sound reproducing 3. If "loss" occurs solely to the audio, visual or equipment is permanently installed in data electronic equipment or accessories the covered "auto"; and used with this equipment,then for each cov- b. permanently installed in the opening of eyed "auto" our obligation to pay for, repair, the dash or console normally used by CA 71 10 03 07 Page 5 of 6 EP return or replace damaged or stolen property SECTION V — DEFINITIONS is amended by adding will be reduced by a$100 deductible. the following: 4. In the event that there is more than one ap- Q. "Personal effects" means your tangible plicable deductible, only the highest deduct- property that is worn or carried by you, ex- ible will apply. In no event will more than one cept for tools,jewelry, money, or securities. deductible apply. R. "New vehicle" means any "auto" of which you are the original owner and the "auto" has not been previously titled and is less than 365 days past the purchase date. Page 6 of 6 ��i• Liberty COMMERCIAL GENERAL LIABILITY Northwest. CG 25 03 05 09 !MCI..Alk.n;hews cm, POLICY NUMBER: 01—CG-687164-9 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): ALL PROJECTS OF THE NAMED INSURED UNLESS SPECIFICALLY EXCLUDED Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally Construction Project General Aggregate obligated to pay as damages caused by Limit for that designated construction project. "occurrences" under Section I — Coverage A, Such payments shall not reduce the General and for all medical expenses caused by acci- Aggregate Limit shown in the Declarations dents under Section I —Coverage C, which can nor shall they reduce any other Designated be attributed only to ongoing operations at a sin- Construction Project General Aggregate gle designated construction project shown in the Limit for any other designated construction Schedule above: project shown in the Schedule above. 1. A separate Designated Construction Project 4. The limits shown in the Declarations for General Aggregate Limit applies to each Each Occurrence, Damage To Premises designated construction project, and that Rented To You and Medical Expense con- limit is equal to the amount of the General tinue to apply. However, instead of being Aggregate Limit shown in the Declarations. subject to the General Aggregate Limit 2. The Designated Construction Project Gen- shown in the Declarations, such limits will be « eral Aggregate Limit is the most we will pay subject to the applicable Designated Con- Limit. Project General Aggregate mit. for the sum of all damages under Coverage A, except damages because of "bodily B. For all sums which the insured becomes legally injury" or "property damage" included in the obligated to pay as damages caused by "products-completed operations hazard", "occurrences" under Section I — Coverage A and for medical expenses under Coverage and for all medical expenses caused by acci- C regardless of the number of: dents under Section I — Coverage C, which a. Insureds; cannot be attributed only to ongoing operations at a single designated construction project shown b. Claims made or "suits" brought; or in the Schedule above: c. Persons or organizations making claims 1. Any payments made under Coverage A for or bringing "suits". damages or under Coverage C for medical 3. Any payments made under Coverage A for expenses shall reduce the amount available Imo damages or under Coverage C for medical under the General Aggregate Limit or the expenses shall reduce the Designated Products-completed Operations Aggregate Limit, whichever is applicable; and m insurance Services Office, Inc., 2008 Sateco and the Safeeo logo are registered trademarks of Sateco Corporation CG 25 03 05 09 Page 1 of 2 EP C-AG31-P RI NT001-19g4dgT5-Y 2. Such payments shall not reduce any Desig- Aggregate Limit nor the Designated Construction Hated Construction Project General Aggre- Project General Aggregate Limit. gate Limit. D. If the applicable designated construction project C. When coverage for liability arising out of the has been abandoned, delayed,or abandoned and "products-completed operations hazard" is pro- then restarted, or if the authorized contracting vided, any payments for damages because of parties deviate from plans, blueprints, designs, "bodily injury" or `propery damage" included in specifications or timetables, the project will still the "products-completed operations hazard" will be deemed to be the same construction project. reduce the Products-completed Operations Aggregate Limit, and not reduce the General E. The provisions of Section III — Limits of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. x Page 2012 C4431•PRINT001.1904- 1t-Y tt Liberty COMMERCIAL GENERAL LIABILITY Northwest. CG 24 04 05 09 4.0w d thm}lebtl�A{ POLICY NUMBER: 01-CG-687164-9 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: ANY PERSON OR ORGANIZATION FOR WHOM YOU ARE REQUIRED BY WRITTEN CONTRACT, AGREEMENT OR PERMIT TO WAIVE RIGHTS OF RECOVERY. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of damage arising out of your ongoing operations or Rights Of Recovery Against Others To Us of "your work" done under a contract with that person Section IV — Conditions: or organization and included in the "products-completed operations hazard". This waiver We waive any right of recovery we may have against applies only to the person or organization shown in the person or organization shown in the Schedule the Schedule above. above because of payments we make for injury or MUM co Insurance Services Office, Inc.,2008 Sateco and the Sateco logo are regkstered trademarks at Sateco Carporatkon CG 24 04 05 09 EP C-AG-31•PRlNTt t-1934-007•Y SUPERIOR COURT OF WASHINGTON FOR SPOKANE COUNTY In the Matter of: ADVERTISEMENT FOR BIDS No. City of Spokane Valley Public Works Department Bid # 12 -017 ) 2012 Street Preservation Project - Phase 1� AFFIDAVIT OF PUBLISHING NOTICE STATE OF WASHINGTON ) )SS. County of Spokane ) MICHAEL I NFPMAN . being first duly sworn on oath deposes and says that he is the EQUOR , of The Spokane ValleyNews Herald, a weeklynewspaper.Thatsaid newspaper is a legalnewspaper and itis now and hasbeenfor more thansix 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 a s published in regular issues commencing on the 18th day of May, 2012 and ending the 25th da of M and that such newspaper was regularly distributed to its subscribers during all of said period. �= ADVERTISEMENT FOR CITY OF SPOKANE VALLEY PUBLIC WORKS DEPARTMENT and SWORN to before me BID # 12 -017 2012 STREET PRESERVATION PROJECT this 25th day of May. 2012. — PHASE 1 Notice is hereby given that the City of Spokane Valley, Spokane County, Washington will accept 1 I / State of Washington sealed bids for the 2012 Street Preservation County of Spokane Project —Phase 1. The project consists of bi- k� RA E ��' luminous planning; hot mix asphalt overlaying; n hot mix asphalt patching; sidewalk and curb ` � IcerF,t�,thatlkriOW OThaVeSatlSfaCtOY evidence that work; replacement of vehicle detection loops and SS%ONF.�•p• ti of y miscellaneous road renovation work. ; N iy. �` MichaelHuffmanis the personwho appearedbefore Copies of the bid packet including specifications ; F�;,• 1, STte, and said person acknowledged that he signed and plans can be obtained atthe o0iceofthe City O of Spokane Valley Public Works Department, at O -��( =his instrument and acknowledged it to be his free 11707 E. Sprague Avenue, Suite 304, Spokane NOTARY 'Znd voluntary act for the uses and purposes men - Valley, WA 99206-61 24, Monday through Friday PUBLIC : Z y P P from 8:00 am. to 5:00 p.m. A non - refundable Zoned in the instrument. amount of $50.00 is required. Copies of the bid O packet including specifications and plans may :• be obtained in PDF format on a compact disc • . �- -- atnocharge. 5 �6- • 0%. All bids must be accompanied by a bid deposit • • • �� \\ Q in theform of a surety bond, postal money order, O�'A/ACJ'`;`` \\ Joleet e Wentz dash, cashier's check, or certified check in an Yr n amount equal to five percent (5 %)ofthe amount // �� Title PUb11C of the bid proposed. Fallure to furnish a bid bond /„ M intment expires: 5-16 -15 in compliance with the'City's, bid deposit surety y P 1 �2 -� bond form shall make the bid non - responsive and cause the bid to be rejected. Bids must be submitted in sealed envelopes —�VD l „ addressed to the City Clerk of the City of Spo- 1rC—"� kane Valley, 11707 E. Sprague Avenue, Suite 106, Spokane Valley, Washington, 99206, and received not laterthan 10 ;00a.m. PSDT, Friday, June 1, 2012. Bid openings will be held Immedi- ately 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, MIMIC Spokane Valley City Clerk Mav 18 and M. 25.2012 ADVERTISEMENT FOR BIDS CITY OF SPOKANE VALLEY PUBLIC WORKS DEPARTMENT BIO # 12 -017 2012 STREET PRESERVATION PROJECT - PHASE 1 Notice is hereby given that the City of Spokane Valley, Spokane County, Washington will accept sealed bids for the 2012 Street Preservation Project - Phase 1. The project consists of bituminous planning; hot mix asphalt overlaying; hot mix asphalt patching; sidewalk and curb work; replacement of vehicle detection loops and miscellaneous road renovation work. 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, S.uite 304, Spokane Valley, WA 89206 -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 1,06, Spokane Valley, Washington, 99206, and received not later than 10:00 a.m. PSDT Friday, June 1, 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: May 18 and May 25, 2012 SR24462 "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. SR24462 No. Lines: Total Cost: $648.92 42365 76 Order No. 85032 I, E. Jean Robinson 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: May 18 & 25, 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 25th day of May , 2012. L VIIVC 'Q � \SStON 44. O NOTARY pN — I&— (P NUROC �a 4residing Public in and for the State of Washington, � eER t1' at Spokane County, Washington CFWq�N� P V3 Notary Stamp Paper Affidavits