Loading...
12-146.00 Bacon Concrete: 2012 Concrete MaintenanceCONSTRUCTION AGREEMENT Bacon Concrete Inc. THIS CONSTRUCTIONAGREEMENT (the "Agreement ") is made by and between the City of Spokane Valley, a code City of the State of Washington ( "City") and Bacon Concrete Inc., ( "Contractor ") jointly referred to as (the "Parties "). IN CONSIDERATION of the terms and conditions contained herein the Parties agree as follows: 1. Work to Be Performed. Contractor shall do all work and furnish all labor, supervision, tools, materials, supplies and equipment and other items necessary for the construction and completion of the 2012 Concrete Maintenance Project (the "Work ") in accordance with documents described in Exhibit 1 and in accordance with this Agreement (which are by this reference incorporated herein and made part hereof (the "Contract Documents ")), and shall perform any changes in the work in accordance with the Contract Documents. The terms and provisions in this Agreement shall control over any inconsistent or incompatible terms in any other Contract Document. Contractor shall, for the amount set forth in paragraph 4, below, assume and be responsible for the cost and expense of all work required for constructing and completing the Work and related activities provided for in the Contract. Documents to City's satisfaction, within the time limits prescribed in the Contract Documents. The City Manager, or designee, shall administer and be the primary contact for Contractor. Upon notice from City, Contractor shall promptly commence work, complete the same in a timely manner, and cure any failure in performance under this Agreement. Unless otherwise directed by City, all work shall be performed in conformance with the Contract Documents, and all City, State and federal standards, codes, ordinances, regulations and laws as now existing or as may be adopted or amended. 2. Time for Performance. Contractor shall commence the Work within 10 days of receipt of a notice to proceed [or execution of this Agreement] and shall complete the Work within the times specified in the Contract Documents, as may be extended in accordance with this Agreement and the Contract Documents. 3. Liquidated Damages. TIME IS OF THE ESSENCE FOR THIS CONTRACT. Delays cause inconvenience to the residents of City and cost taxpayers undue sums of money, adding time needed for administration, engineering, inspection and supervision. It is impractical for City to calculate the actual cost of delays. Accordingly, Contractor agrees to pay liquidated damages for failure to achieve Substantial Completion (as defined in the Contract Documents) and shall be in the amount of $ 0 per day. These liquidated damages are not a penalty, but are fixed and agreed upon by and between Contractor and City because of the impracticability and difficulty of fixing and ascertaining the actual damages that City would sustain in the event that the Work is not completed in accordance with the Contract Documents. Liquidated damages may be retained by City and deducted from payments otherwise due to the Contractor. 4. Compensation. In consideration of Contractor performing the Work, City agrees to pay Contractor in accordance with the Contract Documents the sum of ten thousand eight hundred thirty five Dollars ($ 10,835), based on the bid submitted by Contractor, and as may be adjusted in accordance with the Contract Documents. Construction Agreement Page 1 of 6 �D112-- Iu�, 5. Payment. Contractor may elect to be paid in monthly installments, upon presentation of an application for payment in a form satisfactory to City. Applications for payment shall be sent to the City Finance Department at the below stated address. Pursuant to Chapter 60.28 RCW, five percent of the compensation due Contractor shall be retained by City. City reserves the right to withhold payment under this Agreement which is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the Contract Documents, City standards, City Code, and federal or state standards. 6. Notice. Notice other than applications for payment shall be given in writing as follows: TO THE CITY: TO THE CONTRACTOR: Name: Christine Bainbridge, City Clerk Name: Bacon Concrete Inc. Phone: (509) 921 -1000 Phone: 509- 924 -3900 Address: 11707 East Sprague Ave, Suite 106 Address: 513 E. Silver Pines Ct Spokane Valley, WA 99206 Colbert, WA 99005 7. Applicable Laws and Standards. The Parties, in the performance of this Agreement, agree to comply with all applicable federal, state, and local laws, codes and regulations. 8. Prevailing Wages on Public Works. Contractor, any subcontractor, or other person doing work under this Agreement, shall comply with the requirements of RCW 39.12, and shall pay each employee an amount not less than the Prevailing Rate of Wage, as specified by the Industrial Statistician of the Washington State Department of Labor and Industries ( "L &I "). If employing labor in a class not shown, Contractor shall request a determination of the correct wage rate for the class and locality from the Industrial Statistician. Contractor shall provide a copy of any such determinations to City. Before commencing, during, and upon completion of the work, Contractor shall file all forms and pay all fees required by L &I and shall indemnify and hold City harmless from any claims related to its failure to comply with RCW 39.12. The following information is provided pursuant to RCW 39.12.030: A. State of Washington prevailing wage rates applicable to this public works project, published by L &I are located the L &I website address: hLtps: / /fortress.wa.gov /lni/wa elg ookup /prvWa elg ookup.aspx B. This Project is located in Spokane County. C. The effective prevailing wage date is the same date as the bid due date as referenced in the original request for bids as may be revised by addenda. A copy of the applicable prevailing wage rates is also available for viewing at the offices of City located at 11707 East Sprague, Suite 106, Spokane Valley, WA 99206. Upon request, City will mail a hard copy of the applicable prevailing wages for this project. 9. Relationship of the Parties. It is understood, agreed and declared that Contractor shall be an independent Construction Agreement Page 2 of 6 contractor, and not the agent or employee of City, that City is interested in only the results to be achieved, and that the right to control the particular manner, method and means in which the services are performed is solely within the discretion of Contractor. Any and all employees who provide services to City under this Agreement shall be deemed employees solely of Contractor. Contractor shall be solely responsible for the conduct and actions of all its employees under this Agreement and any liability that may attach thereto. 10. Ownership of Documents. All drawings, plans, specifications, and other related documents prepared by Contractor under this Agreement are and shall be the property of City, and may be subject to disclosure pursuant to RCW 42.56 or other applicable public record laws. 11. Records. The City or State Auditor or any of their representatives shall have full access to and the right to examine during normal business hours all of Contractor's records with respect to all matters covered in this Agreement. Such representatives shall be permitted to audit, examine and make excerpts or transcripts from such records and to make audits of all contracts, invoices, materials, payrolls and record of matters covered by this contract for a period of three years from the date final payment is made hereunder. 12. Warranty. Unless provided otherwise in the Contract Documents, Contractor warrants that all Work and materials performed or installed under this Agreement are free from defect or failure for a period of one year following final acceptance by City, unless a supplier or manufacturer has a warranty for a greater period, which warranty shall be assigned or transferred to City. In the event a defect or failure occurs in work or materials, Contractor shall, within the warranty period, remedy the same at no cost or expense to City. This warranty provision shall not be construed to establish a period of limitation with respect to Contractor's other obligations under this Agreement. 13. Contractor to Be Licensed And Bonded. Contractor shall be duly licensed, registered and bonded by the State of Washington at all times this Agreement is in effect. 14. Insurance. Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by Contractor, its agents, representatives, or employees. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below: 1. Automobile liability insurance covering all owned, non - owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial general liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products - completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The commercial general liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the commercial general liability insurance for liability arising from explosion, collapse or underground property damage. City shall be named as an insured under Contractor's commercial general liability insurance policy with respect to the work performed for City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured- Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. Construction Agreement Page 3 of 6 3. Workers' compensation coverage as required by the industrial insurance laws of the State of Washington. B. Minimum Amounts of Insurance. Contractor shall maintain the following insurance limits: 1. Automobile liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial general liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate, and a $2,000,000 products - completed operations aggregate limit. C. Other Insurance Provisions. The insurance policies are to contain, or be endorsed to contain, the following provisions for automobile liability, professional liability and commercial general liability insurance: 1. Contractor's insurance coverage shall be primary insurance with respect to City. Any insurance, self - insurance, or insurance pool coverage maintained by City shall be excess of Contractor's insurance and shall not contribute with it. 2. Contractor shall fax or send electronically in .pdf format a copy of insurer's cancellation notice within two business days of receipt by Contractor. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Evidence of Coverage. As evidence of the insurance coverages required by this Agreement, Contractor shall furnish acceptable insurance certificates to City at the time Contractor returns the signed Agreement. The certificate shall specify all of the parties who are additional insureds, and will include applicable policy endorsements, and the deduction or retention level. Insuring companies or entities are subject to City acceptance. If requested, complete copies of insurance policies shall be provided to City. Contractor shall be financially responsible for all pertinent deductibles, self-insured retentions, and /or self - insurance. 15. Indemnification and Hold Harmless. Contractor shall, at its sole expense, defend, indemnify and hold harmless City and its officers, agents, and employees, from any and all claims, actions, suits, liability, loss, costs, attorney's fees and costs of litigation, expenses, injuries, and damages of any nature whatsoever relating to or arising out of the wrongful or negligent acts, errors or omissions in the services provided by Contractor, Contractor's agents, subcontractors, subconsultants and employees to the fullest extent permitted by law, subject only to the limitations provided below. Contractor's duty to defend, indemnify and hold harmless City shall not apply to liability for damages arising out of such services caused by or resulting from the sole negligence of City or City's agents or employees. Contractor's duty to defend, indemnify and hold harmless City against liability for damages arising out of such services caused by the concurrent negligence of (a) City or City's agents or employees, and (b) Contractor, Contractor's agents, subcontractors, subconsultants and employees, shall apply only to the extent of the negligence of Contractor, Contractor's agents, subcontractors, subconsultants and employees. Construction Agreement Page 4 of 6 Contractor's duty to defend, indemnify and hold City harmless shall include, as to all claims, demands, losses and liability to which it applies, City's personnel - related costs, reasonable attorneys' fees, and the reasonable value of any services rendered by the office of the City Attorney, outside consultant costs, court costs, fees for collection, and all other claim - related expenses. Contractor specifically and expressly waives any immunity that may be granted it under the Washington State Industrial Insurance Act, Title 51 RCW. These indemnification obligations shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable to or for any third party under workers' compensation acts, disability benefit acts, or other employee benefits acts. Provided, that Contractor's waiver of immunity by the provisions of this paragraph extends only to claims against Contractor by City, and does not include, or extend to, any claims by Contractor's employees directly against Contractor. Contractor hereby certifies that this indemnification provision was mutually negotiated. 16. Waiver. No officer, employee, agent or other individual acting on behalf of either party has the power, right or authority to waive any of the conditions or provisions of this Agreement. No waiver in one instance shall be held to be waiver of any other subsequent breach or nonperformance. All remedies afforded in this Agreement or by law, shall be taken and construed as cumulative, and in addition to every other remedy provided herein or by law. Failure of either party to enforce at any time any of the provisions of this Agreement or to require at any time performance by the other party of any provision hereof shall in no way be construed to be a waiver of such provisions nor shall it affect the validity ofthis Agreement or any part thereof. 17. Assignment and Delectation. Neither party shall assign, transfer, or delegate any or all of the responsibilities of this Agreement or the benefits received hereunder without first obtaining the written consent of the other party. 18. Confidentiality. Contractor may, from time to time, receive information which is deemed by City to be confidential. Contractor shall not disclose such information without the prior express written consent of City or upon order of a Court of competent jurisdiction. 19. Disputes. All disputes arising under or related to this Agreement that cannot be resolved through informal discussion and negotiations shall be resolved by litigation filed in the Superior Court for Spokane County, unless otherwise required by applicable federal or state law. 20. Subcontractor Responsibility. As required by RCW 39.06.020, Contractor shall verify responsibility criteria for each first tier subcontractor and its subcontractors of any tier that hires other subcontractors shall verify responsibility criteria for each of its subcontractors. Verification shall include that each subcontractor, at the time of subcontract execution, meets the responsibility criteria listed in RCW 39.04.350(1) and possesses an electrical contractor license, if required by chapter 19.28 RCW, or an elevator contractor license if required by chapter 70.87 RCW. This verification requirement must be included in every subcontract of every tier. 21. Jurisdiction and Venue. This Agreement is entered into in Spokane County, Washington. Venue shall be in Spokane County, State of Washington. 22. Entire Agreement. This Agreement constitutes the entire and complete agreement between the parties and supercedes any prior oral or written agreements. This Agreement may not be changed, modified or altered except in writing signed by the Parties. Construction Agreement Page 5 of 6 23. Anti - kickback. No officer or employee of City, having the power or duty to perform an official act or action related to this Agreement shall have or acquire any interest in this Agreement, or have solicited, accepted or granted a present or future gift, favor, service or other thing of value from any person with an interest in this Agreement. 24. Business Registration. Prior to commencement of Work under this Agreement, Contractor shall register with the City as a business. 25. Severability. If any section, sentence, clause or phrase ofthis Agreement should be held to be invalid for any reason by a court of competent jurisdiction, such invalidity shall not affect the validity of any other section, sentence, clause or phrase of this Agreement. 26. Exhibits. Exhibits attached and incorporated into this Agreement are: 1. Request for quotes 2. Cost sheet & bid tabulation 3. Insurance endorsements The Parties have executed this Agreement this day of � r , 20/2-- CITY OF SPOKANE VALLEY: Mike Ja21, City Manager Y AT %TES . — istine Bainbridge, City Clerk Contractor: � f1 4ok-1— 6 V' Owner APPROVED AS TO FORM: � r Office oft City Atto Construction Agreement Page 6 of 6 GENERAL �4(31 T- REQUEST FOR QUOTE CITY OF SPOKANE VALLEY PUBLIC WORKS DEPARTMENT 2012 CONCRETE MAINTENANCE Notice is hereby given that the City of Spokane Valley, Spokane County, Washington, will accept sealed bids for the 2012 Concrete Maintenance Project. The project consists of concrete sidewalks, mountable curbs, and curb ramps. Copies of the bid packet including specifications and plans may be obtained in PDF format by downloading from the Spokane Valley FTP site. To obtain the FTP site password and to submit a bid for this project, Contractors must contact Deven Nickerson, Spokane Valley Public Works Department at 509- 720 -5008 or by email at dnickerson@snokanevalley.org, Monday through Friday from 8:00 a.m. to 5:00 p.m. Contractors will then be placed on the City's Plan Holder's list. Any addenda to this project will be sent only to those listed on the Plan Holder's list. 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 4:00 P.M. PSDT, Thursday, September 20th. Bid results will be posted on the City's website within 24 hours. 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 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. Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition • City of Spokane Valley Standard Plans TIME TO COMPLETE The contract shall be completed in Ten (10) working days from the date of commencement stipulated in a Notice to Proceed. CONCRETE MAINTENANCE The Lump Sum price per location shall include all costs associated with the removal and replacement of sidewalks, ramps or mountable curb. TRAFFIC CONTROL Traffic control shall be per WSDOT Standard Traffic Control Plans. ESTIMATED QUANTITIES Payment to the Contractor will be made only for the actual quantities of work performed and accepted in conformance with the contract. When the accepted quantity of work performed under a unit item varies from the original proposal quantity, payment will be at the unit contract price for all work unless the total accepted quantity of any contract item, adjusted to exclude added or deleted amounts included in change orders accepted by both parties, increases or decreases by more than 25 percent from the original proposal quantity, and if the total extended bid price for that item at time of award is equal to or greater than 10 percent of the total contract price at time of award. In that case, payment for contract work may be adjusted as described herein. Item Description Unit Quantity Price/Unit Total Amounts Mobilization LS LS Project Temporary Traffic Control LS LS Location 1 LS LS Location 2 LS LS Location 3 LS LS Location 4 LS LS Location 5 LS LS Location 6 LS LS Location 7 LS LS Total CONCRETE MAINTENANCE 2012.__ r BID # 12 -037 s 5 _ z E Welle!Vey Ave, E ;54 Wiper �U4�'t``6• 'tlPa'sadertaPark <_.. ..- �� � 5 I �Vttox�::•'." • Matt {twooa X A 1` „ 1 Ave!,, Z90 5 P 0 K 'A N E u S P © la E� �I_ A- 7Trmit �• .. v s -I "i pve cc EfRPttt �..w'',,,,..''" -' v,M� n ..J I f , KdiSlT fi3UUSntt1U171 .. cent MR�aI ,' �£u[ E rrMlttkk Ave -r ''? •. ' J - z ark r� h oontqoftWrY +tY "%�,,e .oRE�lArlix ir}X :.; . d 5 "trtare ,r .> m ° emission Avta ! f Mission Ave .. Mission t7 Ave: �.� -.. a e• 9 ... �- ... z z z z X" t _ - -o cc E E 9 r oadw Ave _ 9odwa j E 8[oedwa AvC -1 c ; E C 27 . erardt _ Spokane $ra ; '.,,"„„^--- ••------ --»- -. - itSHMAM ' $$f,NaQtM Ave .,._ : YERACtAtE. •...,. :�GRE£NACRfS _OVPOitT1JN'tTX I ley 1 yPW 1� w � alhAve .. " Sfa • Nr L ....... rJ —~� - .. E16thAve Pi _ E1bUiAve _. J E 17th Ave ��.. •� ' �, iemete�Os. /� .. _.._..� •./ �! f...�'f �i�, - - - ,ate .. • '•N.. .._ na • —-�.�� 7 ' E 26th Ave ao r632csd3ro- N 37th Ave ..1 i Bgery, t - - q - f n. �hTe Ave s u CMI?STER ' - E44thAw, E44thA+ - N Concrete Maintenance Locations w E b L• =fiKf4t Ur L.V J.t c p ••7 ,,gip i� s '�;' T� Date: 9/12/2012 ;oi raft- m u ��- , 1 731 "0 31 � A3 im Date: 9/12/2012 X. I 73 ri NO _•' � G r°, . � } ... r `may ' �� " � . �., .._ ' ) Location 2 T. a�' h airy � ti' �•� �A� °.�� ... * N �,zr� � �'� g'�� "tea..' ttT► CONCRETE MAINTENANCE 2012 } , , [�q • At "106 4 c= .. .� * 102 91 10510 Remove & Replace - Install Curb Ramp IV 11 "Al 10003 0 -- �i. 304 L 303 10108 � t , 308 307 312 311 r _ 1 ` 314 10201 Location 3 10021 I � r r ,. Cyr► Wam� Date: 9/12/2012' e ,, , '0-11 10117 a WK, 14 7 14207 -- fi s" a. =ALI' 1 30 ' 4310 5207 4204. x,14 &1'b 142.18 14224 _._ c� Queen - -- �.: C t 22 T 143„03 142162P1 - _ 44g7 1 4411 16 . 4 1 4209 Remove & Replace Sidewalk � 1 14203 z r,. . °t Remove & Replace Sidewalk ' : 1416 1431112 08 4422 . _ P ✓".';' X216 1� �_ �CONCRE E MA/NTEIVANCE 2012 ��` c3` 4905 1 �> 1494 -1# 3 5 9 o k 7 BID # 12- 03 -7:_rF �. Yr III _ yqp w, 146 471,a t 14x24,' = �; - �2 5Q21��: 94922 � 0 8,2,0 w :� y .; e: s ,' � h Yi:�1.• 1 ,1x5 501 14 4.97 3 1 _m. 26 ,1 Wabash ' Soo � 5.009 4924 Af X14944= � 14822 7 `920 _ 5005 x ' Remove & Replace Sidewalk (7 cu yds) mss, 146 S• u 911 1 15 !F t tSiummewrfrel;d 4117 N ,� t Location f. ..,�; w 14912 gc �� 911. �? / « � b , •` � ,- ICIe Date: 9/12/2012 ° ; a , wky. R ',, ° -: MA/N�T,�ENi4NCE'� =2012 23 5 ■ r `�. � 232? r '"' '� r ; t 2406 r Remove &Replace Sidewal �►,�. `` ' (30 cu yds) 9s� o. o 252.1 #' !'`' a � a� i �• �4 {"1(.+ ''� 1,7,,.1 } �, �''�rn' ,� J , Remove & Replace Sidewalk a Remove &Replace Sidewalk to ° 2531 N v, .n 9� �yaJJ' .1•x••4 -„ /-e1�a " ♦ -^ j.,/ < �_, ��: +tip .a€'- - � a. - - , �",'.,,r y,C` � � �` ,.�••��.� ... '�"r„ °, ,.� �_ r �./� •ate - I 6 A R c wa r.` WN N .ar, • ,� 'x, '1. M b e. a """ .. W "fit �� i G • Location 7 2 3 � Date: 9/12/2012 �" —,*{ •' „ti ~ . .: Villl (2) WSDOT MOUNTABLE CEMENT 1 Ze FILLET CONCRETE TRAFFIC CURBS NEW NEW NEW PAVEMENT PAVEMENT PAVEMENT 3' TAPER PAVEMENT P L SAWCUT LINE -\ 16.5"— SAWCUT LINE SAWCUT LINE O, wl. F A 'GS M' -A618 I ING PAVING PAVING PAVING SECTION A=A, LONGITUDINAL --TAPER -SECTION NOT TO SCALE NOT TO SCALE MOUNTABLE CURB DETAIL NOT TO SCALE GENERAL NOTES 1. TOOL 40UM SHALL BE PLACED EVERY 5 FEE! AND MATCH CURB JOINTS. 2. EXPANSION JOINTS SHALL BE PLACED EVERY 20 FEET WITH FELT EXPANSION MATERIAL EXIESIDING THE FULL SIDEWALK DEPTH. 3. F)(PANSION MATERIAL IS REQUIRED BETWEEN A DRIVEWAY SLAB AND THE SIDEWALK. IT IS ALSO REQUIRED BETWEEN THE SIDEWALK AND THE DRMVAY APPROACH. EXPANSION MATERIAL SHALL EXTEND THE FULL DEPTH, OF THE SIDEWALK. 4. SIDEWALK SHALL SLOPE TOWARDS THE CURB AT 2y S. SIDEWALK SHALL BE V THICK EXCEPT WHEN FART OF A DRIVEWAY WHERE IT SHAD, BE Ir THICK. S. STREET SIDE TOP OF WALK LEVEL WITH TOP OF CUR& 7.4r MIN. COMPACTED CRUSHED SURFACING TOP COURSE UNDER SIDEWALK B. 90% COMPACTION. UNDER SIDEWALK 9. REFER TO TAMES 7.2 & 7.3 IN THE SPOKANE VALLEY STREEC STANDARDS FOR SIDEWALK WIDTH. 10. MAX. LONGITUDINAL GRADE OF SIDEWALK IS S� 11. AIR ENTRAINED. CONCRETE STALL BE CLASS 3000, 11 6! 2�, N Jr CONTRACTION JOINT EXPANSION JOINT MIN. 4" COMPACTED CRUSHED SURFACING TOP COURSE JOINT AND FINISH DETAIL SEE NOTE 3 3/B' O EXPANSION JOINT DETAIL 1• NIIJ, O CONTRACT OAr JOINT DETAIL )y EXPIRES 9 Z WY 2 0 /'L, NOTES A 1. Provide a Separate curb ramp for each marked or unmarked crosswak A sEE cONrRACTPIANS P � Curb ram location shall be 3!8" EXPANSION JOINT "d - M MIN. ^ d - Cr MIN. PEDESTRIAN CURB P placed within the width of the associated (7ypa r PEDESTRIAN CURB 918" EXPANSION I +SEE NOTE crosswalk, or as shown In the Contract Plans, » SEE STD. PLAN lM LANDING ^ SEE NOTE 4 ^ SEE STANDARD PLArID1NG 2. Where "GRADE BREAK' is called out the entire length of the grade t, SIDEWALK break between the two adjacent surface planes shalt be flush. B C � � � � 3. Do nct Place gratings. junction boxes, a� covers, or other appurte- CURa AND G1 TIER � r 6 �D � ` r nances in front of thre curb ram or on a ng, ,v r R p ny part ct the curb ramp or lands CURB a CUTTE 4. See Contract Plans for the curb design specified. See Standard Plan sE£ CONTRACT PLANS F 10,12 for Curb, Curb and Gutter, and Pedestrian Curb Details, d - O" M[N. ITYPJ CURB RAMP C DETECTABLE WARNING SURFACE GURB RAMP DETECTABLE WARNING SURFACE SEE CO » SEE STANDARD PLAN F4S.10 5. See Standard Plan F"30.10 for Cement Co=retB Sidewalk Details. FACE OF CURB �- ^ SEE STANDARD PLAN 845.10 See COnbilCt Plans for wicth and placement of sidewalk. CURB DEPRESSED CURB a GUTTER DEPRESSED CURB &GUTTER 6. The Bid Item "Cement Concrete Curb Ram T does not include CROSSWALK CROSSWALK the adacent Curb, Curb and Gutter, Pedestrian durb or Sidewalks. PLAN VIEW DETECTABLE WARNING SURFACE ORAD£ PLAN VIEW 7. The curb ramp maximum running slope shall not require the ramp length to step 15 teat to avoid chasing the slope indefinitely when connectlop W TYPE PARALLEL A » SEE STANDARD PLAN 845.10 BREAK TYPE PARALLEL B to steep grades. When applying the 15 toot maoX. length, the tULmlmg slope �NfRAC7 PtnNS COUNTER SLOPE of the curb ramp shall be as flat as feasable. SEE 7 5.0% MAX. GRADE 8. Curb ramp, landing, & flares shall recahre broom finish. See Standard VARIES a BREAK Specifications 840. 2.0% MAX. ROPADWAY r P °�" SLOPE IN EITHER DIRECTION CEMENT CONCRETE DEPRESSED PET3M LOW CURB AMC' CURB 8 GUTTER SEE STANDARD PLAN P to.12 SECTION O " SEE NOTE 5 S 4 1S -0" MAX- SEECONTRACTPLANS 15 -0• MAX.- I 15 -0" MAX+ SEECONTRACTPIANS SEE NOTE 7 -R"P MM SEE NOTE 7 SEE NOTE 7 L.%MAX SIDEM0ILK GRADE BREAK GRADE BREAK SIDEWALK GRADE BREAK GRADE BREAK � 2.0%MAX. B' CURB RAMP CURB RAMP b 0 I FEN�rp IX SE 315' EXPANSION JOtNr (TYP.) LANDING CURB RAMP TANDINO STANDARD PLAN 8+10.12 � OT SEE STANDARD PLAN 830.10 3!8" EXPANSION JOINT (TYP.) C 9U Gp SECTION OB » SEE STANDARD PLAN 1SECTION O A "ULMLNI [iVNtiKCtl PARALLELA" PAY ISOMETRIC VIEW TYPE PARALLEL A PAY LIMIT "CEMENT CONCRETE CURB RAMP TYPE PARALLEL W PAY LIMIT «SEE NOTE 8 ISOMETRIC VIEW TYPE PARALLEL 0 PAY LIMIT PARALLEL CURB RAMP STANDARD PLAN F- 40.12 -01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch D1 06 -03-70 ,,W WATU AMON MOW= M1L -v W d&gbn SMe b"pN.enupdT o.�nbn -C—�cfllog IT Z REQUEST FOR QUOTE 12 -037 CITY OF SPOKANE VALLEY PUBLIC WORKS DEPARTMENT 2012 CONCRETE MAINTENANCE Date: I zo —1) -a- Contractor: 4,04c ,01-v Address: ® � �, `f/L°� 47';oc�Jr Main contact: ,, 6, Phone: 9Z�/ Zd!e Email: Item Description Unit Quantity Price/Unit Total Amounts Mobilization LS LS 4 O, ClDo• as Project Temporary Traffic Control LS LS 1600, 00 Location 1 LS LS O. D,Ov Location 2 LS LS 460.co> Location 3 LS LS Z600.049 Location 4 LS LS Location 5 LS LS 0, (71006 Location 6 LS LS -30(140 0,00 Location 7 LS LS 7 0/0 Total o pp Signature: Ale�- Title: �P BID TABULATION 2012 Concrete Maintenance Bid No. 12 -037 BID DUE DATE - September 20, 2012 4:00 P.M. Spol�ane ,,,3Valley- Engineer's Estimate Bacon Concrete Inc Cameron -Reilly LLC ITEM NUMBER ITEM Unit TOTAL QUANTITY Unit Price Total Cost Unit Price Total Cost Unit Price Total Cost BID SCHEDULE 1 MOBILIZATION LS LS $2,000.00 $2,000.00 LS $400.00 LS $2,000.00 2 PROJECT TEMPORARY TRAFFIC CONTROL LS LS $3,000.00 $3,000.00 LS $1,600.00 LS $3,000.00 3 LOCATION 1 LS LS $1,100.00 $1,100.00 LS $2,140.00 LS $4,800.00 4 LOCATION 2 LS LS $300.00 $300.00 LS $500.00 LS $2,700.00 5 LOCATION 3 LS LS $1,600.00 $1,600.00 LS $1,600.00 LS $2,000.00 6 LOCATION 4 LS LS $900.00 $900.00 LS $1,655.00 LS $2,000.00 7 LOCATION 5 LS LS $500.00 $500.00 LS $650.00 LS $2,000.00 8 LOCATION 6 LS LS $350.00 $350.00 LS $500.00 LS $2,000.00 9 LOCATION 7 LS LS $1,500.00 $1,500.00 LS $1,790.00 LS $3,000.00 TOTAL $11,250.00 $10,835.00 $23,500:00 OM00V ;0 s>IJew parle;sl6e-1 Gig 0601 PUB eweu aM00V 841 •POAJe9aJ 814611 IIV 'NOI1VMOdM00 aM00V 0 602-886 6 0 /4 3AI1V1N353ad3a a3ZIa0Hlntl 'SNOISIAOMd A0110d 3H1 H11M 30NVOM000V NI 03MM113a 38 111M 33110N `d03M3H1 31Va NOI1VMIdX3 3H1 3MOd38 a31130NV0 38 S310110d (1381M0S30 3A08V 3H1 d0 ANV ainon (90/0602) 9Z aMOOV 90266 VM `AalleA auemodS 906 31S aAV en6eJdS 310166 AelleA aue)lodS ;o f110 TOT vo mzo,3 zed 84TUITT e4E5ezb58 goelozd zed 8epnTOU1 '££Z `D 4uemesz0pue zed uoTgebozgnS jo zeA.iefy pue sdo PS-4eTdmoo 2 40610ad 1rz04ngizgu0ou0ls g 1C7emTad ST soueznsul '££Z vo quemeszopue zed peznsul TRUOT4TppY se pepnTOUT ST zepTog 6490TXT4280 (peJlnbeJ sl eavds eiowll'elnpegoS eWeweH leuo111PPV'LOl OH03V UoQHV) S3131H3A/ SNOI1tlOOl / SN011tla3d0 d0 NOLLdIH3S3a : d a3anSN1 3 a3anSNl 50066 VM `;jaglo0 00'000'2 $ 11WI1 A3110d - 3SV3S10 'l3 682 dVJ dOIS VM 4SMUW3 3 a3an= V /N moleq SNOI1VH3dO d0 N0I1dIH3S30 Jepun egposep 'seA 11 O0lOX3 838W3WH331430 (HN ul AJOepu eW) 3A1nO3X3a3 NIA N1MVd/a01318d0Md kNV A1nletlll .Sa3AOldW3 aNV NOI1tl3W008a3)aOM %I 00`000' 6 $ 33A01dW3 V3 - 3SV3SI0 'l3 00'000'6 1N30I33VH3V3lZ6E/Z -H10 1VS3M $ ss 11vw3 VM CO W-226'609 :Xe� SME X09 'O'd = oN oro : >Y3 oN oro XVd 3NOHd aweJnSul sa;eIDOGSW 38 W94M L£6Z-ZZ6-605:9u04d a3on00M N011N313H 030 s ;uewas-1opue vans ;o nell ul JOP104 0180911JOD 8410194461-1 Ja;u03 IOU 980P 010091l-1ao sly; uo;uawa ;e ;s V •;uawasiopus ue aJlnbei /dew selallod ulepeo `6allod ay; ;o suol ;Ipuoa pue swJa; ay; $ 31VJ3 90V 30VW-SWIV13 Hn330 9313110d 3H1 AS a30M0ddV 3JVN3AOO 3HI M31-1V NO aN31X3 `ON3WV A13AI1VEMN NO A13AIIVWMIAAW ION S30a 31VOLIMM33 evil883OX3 Btllltlll3aeWn ZWOM $ 33N3HHn330 HOV3 s 26/6£/26 66/6£/26 1►699660V93 SOlnV X SO1nV03HIH X 03NMO-NON SOlnV SO1nV a3lna3H33 03NMO11V O1nVANV X A11118tln31190WO1nV V $ (luepr --Jed 39VWVU Al2J3dOHd $ (luepr a Jed) AHnfNI A11008 S (uosJed Ad) AHnfNIA11008 00`000`6 $ 11WI1310NIS1a3N19WOO $ 26/6£/26 66/6£/26 469S660dd3 X X 301 139r X A311od 'dad S31lddV 11Wll MVERUDJV 1.N30 V $ 09V d0IM03- S13n00Hd 00`000'2 S 31V03H0`JV 1VH3N39 100'000'Z 00'000'6 $ AHnfNI AOV V IVNOSH3d an33o F—v1 30VW-SWItll3 AM118VIllVH3N20IM3a3WW03 X AlIIIBtlllltla3N30 00'06 $ (uoeJsd eu0 AuV) dX3 a3W 00,009 S eaueyn�o ea) 1331W3Hd 00`000`6 S 33N3HHnO30 H3V3 8111111 AAAA100/WW dX9 A Il d AAAA/00 /WW dd3 A Il d a3awnNAOnod 30NVanSNl303dA1 all WWNI 'SWIVlO a1Vd A8 a30nO3M N338 3AVH AM NMOHS S11WI1 'S310110d HOnS d0 SN0111aNO3 ONV SNOISnlon 'SWM31 3HI llV Ol 103ranS SI N13M3H a38183S30 S910110d 3H1 A8 a30H0ddV 33NVMnSN1 3H1 'NIV183d AVW MO a3nSS1 38 AVW 31VOULLN30 SIHI HOIHM Ol 103dS3M HIM 1N3Wnooa 113HIO NO 10VUIN00 ANV d0 N0I11aN00 MO WU31 'IN3W3MIn03M ANV ENIONV1SH11M10N '031V010NI a0183d A01-10d 3Hl M03 3AOBV a3WVN a3MnSNl 9H1 Ol 03nSSl N338 3AVH M0138 a31S1l 30NV8nSN1 d0 S310110d 3H11VH1 AMIN30 Ol SI SIHI :M38WnN NOISIA3M :M38WnN 31V01d1IM30 S3JVM3AOO Wd :al dO E Z-NOOVS : d a3anSN1 3 a3anSNl 50066 VM `;jaglo0 a a3anSN1 ' ;O Sauld JaAHS '3 S W uooe8 68J0 •oul `a;aJOUOO u00e8 amnSN1 3 a3an= 8 a3ansN1 u9ml o0 aoue-1nsul 1;euuloul0: tla3ansm // OWN 39Va3A0O VNIOHOddtl Wmunsm 3ea4M oeZ 81 SS-OZZ66 'aue4odS ss 11vw3 VM CO W-226'609 :Xe� SME X09 'O'd = oN oro : >Y3 oN oro XVd 3NOHd aweJnSul sa;eIDOGSW 38 W94M L£6Z-ZZ6-605:9u04d a3on00M :MVN 13tl1NO3 s ;uewas-1opue vans ;o nell ul JOP104 0180911JOD 8410194461-1 Ja;u03 IOU 980P 010091l-1ao sly; uo;uawa ;e ;s V •;uawasiopus ue aJlnbei /dew selallod ulepeo `6allod ay; ;o suol ;Ipuoa pue swJa; ay; o;;oa(gns'a3AIVM SI NOIIVEJOMHnS ;I 'Pos-1opus eq;snw (sel)Aollod a4;'a3MnSNl 1VNOI11aaV ue sI JaPlo4 918091 Jeo a4 ; ;I :1NVIMOdWI *H3a16H 31VOIdI1M3O 3HI aNV `M3OnaOMd NO 3A11V1N3S3Md3M a3ZIMOH1nV '(S)M3Mml Mimi 3H1 N33M13S 13"INOO V 31nII1SNOO ION S30a 3ONVMnSNI d0 31V3Id11M33 SIHI 'M0�36 9313110d 3H1 AS a30M0ddV 3JVN3AOO 3HI M31-1V NO aN31X3 `ON3WV A13AI1VEMN NO A13AIIVWMIAAW ION S30a 31VOLIMM33 SIHI 'M3a1OH 31V3Id11M33 3HI NOdn SIHOIM ON SM3dNO3 ONV AINO NOIIVWMOdN1 d0 M3IIVW V SW a3nSSl SI 3IVOIdmf3O SIHl ZWOM 33NvmnSNI All-IIS ►I-1 :10 3IV31=11.LM33 (AAAA/aO /WW) 31VO Wd :al dO E Z-NOOVS