News Flash Home
The original item was published from 3/6/2025 3:13:00 PM to 3/6/2025 3:15:41 PM.

News Flash

Spokane Valley Public Works Projects - Bid Opportunities

Posted on: March 6, 2025

[ARCHIVED] Addendum #2 - Sullivan Park Waterline

ATTENTION:  All Bidders and Plan holders
City of Spokane Valley
Sullivan Park Waterline, CIP No. 0328
ADDENDUM NO. 2 

All bidders are required to base their bid upon the information furnished in this addendum; and acknowledge receipt of this addendum as required in the Contract Documents. The following corrections/modifications are hereby made a part of the Contract Documents.  

PART 1 – INTRODUCTIONS

ADVERTISEMENT FOR BIDS

The bid submittal deadline is revised to 4:00 p.m. PDT (Pacific Daylight Time) on Monday, March 10, 2025 at the City of Spokane Valley City Hall.

 PART 2 – BID PROPOSAL DOCUMENTS

 The Bid Proposal Documents are revised as follows:

On page 3 of the proposal, Schedule A, new force account item “Boring Obstruction Removal,” is added.

On page 3 and 4 of the proposal, Schedule A, Bid items 125 through 133 have been renumbered to 126 through 134 due to new bid item added.

 In order to incorporate the above noted changes into this project, remove existing pages 3 and 4 of the Bid Proposal Document and insert the attached revised Bid Proposal Documents pages 3 and 4 from Addendum No. 2.

PART 4 - SPECIAL PROVISIONS

The General Special Provisions are revised as follows:

On page SP-30, Section 1-07.28, the second paragraph (Lines 36-43) is revised to read:

“The Contractor is required to complete the boring operation between Sta. 0+90 to Sta 2+50 (referenced as “Zone A” per UPRR requirements) in one continuous operation, working 24 hours a day, seven days a week (24/7) until complete.  The continuous operation begins once the leading edge of the casing enters the zone (Sta. 2+50) and ends when the casing exists the zone on the north side of the railroad tracks (Sta 0+90). 

All construction work within the UPRR right-of-way will require UPRR (RailPros) flagging and construction observation. 

The Contractor will be allowed 276 consecutive hours of continuous UPRR (RailPros) flagging and construction observation, the cost to be borne by the Agency.  The UPRR flagging and construction observation shall be scheduled to start on a Monday at 8:00 am.  If additional flagging and construction observation hours or days are required in excess of the 276 hours, this cost will be borne by the Contractor at rates established by UPRR (RailPros).  UPRR (RailPros) flagging and construction observation cannot demobilize and remobilize for the benefit of the Contractor’s schedule.  UPRR (RailPros) flagging ang construction observation will remain assigned to the project from the first day working within the UPRR right-of-way until all work is completed within the UPRR right-of-way.”

On page SP-31, Section 1-07.28, the fourth paragraph (Lines 5-7) is revised to read:

“The UPRR track shall be monitored during the boring operation per the Union Pacific Monitoring Railroad Monitoring Plan (See Appendix C), surveying for the reflective markers shall be completed by a Land Surveyor licensed in Washington State and all Union Pacific requirements shall apply.”

On page SP-33, Section 1-07.28(8), the first bullet is revised to read:

1. The Contractor exceeds the allowable 276 consecutive hours of flagging and construction observation borne by the Agency.

 On page SP-34, Section 1-08.0(2) the first sentence of the first paragraph is revised to read:

“Except in the case of emergency, for the continuous boring operation defined in Section 1-07.28 of the Special Provisions, or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. 

On page SP-36, add the following new section:

1-08.6              Suspension Work

Section 1-08.6 is supplemented with the following:

Contract time may be suspended for procurement of critical materials (Procurement Suspension). In order to receive a Procurement Suspension, the Contractor shall, within 10 calendar days after execution by the Contracting Agency, place purchase orders for all materials deemed critical by the Contracting Agency for physical completion of the contract. The Contractor shall provide copies of purchase orders for the critical materials. Such purchase orders disclose the purchase order date and estimated delivery dates for such critical material.

Contract time may be suspended additional review time by UPRR or for Agency accepted “No Cost” change orders proposed by the Contractor that require modifications to the UPRR permit or additional approvals are required by UPPR.

On page SP-64, revise the first sentence of the third paragraph (line 41) of Section 7-10.2:

The carrier pipe shall be 16” ductile iron TR-Flex pipe or approved equal.

On page SP-65, delete the second paragraph (Lines 25-30).

On page SP-65, add the following to Section 7-10.3:

Obstruction Removal 

When obstructions are encountered, the Contractor shall notify the Engineer promptly. An obstruction is defined as a specific object (including, but not limited to, boulders, logs, and man-made objects) encountered during the boring operation, which prevents or hinders the advance of the casing. When efforts to advance past the obstruction result in the rate of advance of the boring being significantly reduced relative to the rate of advance for the rest of the boring, then the Contractor shall remove the obstruction under the provisions of Section 7-10.5.

All obstructions less than or equal to 80% of the casing outer diameter are the responsibility of the Contractor. 

Obstruction removal is subject to the following requirements:

1. Notify the Engineer immediately upon encountering an obstruction.

2. Approval of the UPRR Track Maintenance and/or Yard Master.

3. Upon authorization by the Engineer, proceed with removal of the obstruction in accordance with the Contractor’s submitted and accepted obstruction removal plan. 

On page SP-66, replace the last paragraph of Section 7-10.5 (Lines 9-15) with the following:

The lump sum Contract price for " Union Pacific Railroad Bore (Including 16” Carrier Pipe)”, shall be full pay for furnishing all tools, labor, equipment, and materials required for all work to install 225 linear feet of  24-inch casing underneath the Union Pacific Railroad tracks, including boring pits, backfill, 24-inch casing pipe, approx. 260 linear feet of 16-inch carrier pipe from the end of the casing on the North side of the tracks to the 16” butterfly isolation valve on the South side of the tracks, casing spacers, grouting, end seals, tracer wire, all of the above in place, complete, and operable regardless of method or any complications as noted in Construction Requirements above.

On page SP-66, add the following to Section 7-10.5:

“Boring Obstruction Removal”, force account as provided in Section 1-09.6.

Payment for removing obstructions, as defined in Section 7-10, will be made for the changes in boring construction methods necessary to remove the obstruction. The Contractor and the Engineer shall evaluate the efforts 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 “Boring Obstruction Removal” in the bid proposal to become a part of the total bid by the Contractor.

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 boring 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.

BID SCHEDULE

Note: All work is subject to Retail Sales Tax (Rule 170), see Section 1-07.2(2) of the Special Provisions. 

  

Item

Description

Unit

Quantity

Unit Price

Total

100

MINOR CHANGE

1-04.4(1)

CALC

1

CALCULATED

$25,000.00

101

CONSTRUCTION SURVEYING

1-05.4 SP

L.S.

1

LUMP SUM

$

102

SPCC PLAN

1-07.15

L.S.

1

LUMP SUM

$

103

RAILROAD CONTRACTOR REQUIREMENTS

1-07.28

L.S.

1

LUMP SUM

$

104

RAILROAD MONITORING AND SURVEYING

1-07.28

L.S.

1

LUMP SUM

$

105

MOBILIZATION

1-09.7 SP

L.S.

1

LUMP SUM

$

106

DOCUMENTATION COMPLIANCE

1-11 SP

CALC

1

CALCULATED

$5,000.00

107

CLEARING AND GRUBBING

2-01

L.S.

1

LUMP SUM

$

108

REMOVAL OF STRUCTIONS AND OBSTRUCTIONS

2-02 SP

L.S.

1

LUMP SUM

$

109

REMOVE ASPHALT PAVEMENT

2-02 SP

S.Y.

140

$

$

110

POTHOLE UTILITY

2-02 SP

EACH

5

$

$

111

RESOLUTION OF UTILITY CONFLICTS

2-02 SP

EST.

1

ESTIMATE

$20,000.00

112

TRENCH FENCE SAFETY COMPLIANCE

2-09 SP

CALC

1

CALCULATED

$1.00

113

TRENCH EXCAVATION SAFETY SYSTEM

2-09 SP

L.S.

1

LUMP SUM

$

114

CRUSHED SURFACING TOP COURSE, 6 IN DEPTH

4-04 SP

S.Y.

140

$

$

115

CRUSHED SURFACING TOP COURSE, 4 IN DEPTH

4-04 SP

S.Y.

730

$

$

116

HMA COMMERCIAL

5-04 SP

S.Y.

140

$

$

117

COMPACTION PRICE ADJUSTMENT

5-04

CALC

1

CALCULATED

$1.00

118

DUCTILE IRON PIPE FOR WATER MAIN, 16 IN. DIAM.

7-09 SP

L.F.

745

$

$

119

DUCTILE IRON PIPE FOR WATER MAIN, 6 IN. DIAM.

7-09 SP

L.F.

10

$

$

120

C900 PVC PIPE FOR WATER MAIN, 23 IN. DIAM.

7-09 SP

L.F.

690

$

$

121

CONNECTION TO EXISTING WATER MAIN

7-09 SP

EACH

2

$

$

122

BLOWOFF ASSEMBLY

7-09 SP

EACH

2

$

$

123

PIPE MARKER

7-09 SP

EACH

4

$

$

124

UNION PACIFIC RAILROAD BORE (INCLUDING 16” CARRIER PIPE)

7-10 SP

L.S.

1

LUMP SUM

$

125

BORING OBSTRUCTION REMOVAL

7-10 SP

EST.

1

ESTIMATE

$100,000.00

126

GATE VALVE 12 IN.

7-12 SP

EACH

1

$

$

127

BUTTERFLY VALVE 16 IN.

7-12 SP

EACH

2

$

$

128

HYDRANT ASSEMBLY

7-14 SP

EACH

1

$

$

129

EROSION/WATER POLLUTION CONTROL

8-01 SP

L.S.

1

LUMP SUM

$

130

EROSION CONTROL BLANKET

8-01 SP

S.Y.

1,600

$

$

131

TOPSOIL TYPE C, 4 IN DEPTH

8-02 SP

S.Y.

260

$

$

132

SOD INSTALLATION

8-02 SP

S.Y.

260

$

$

133

SEEDING AND FERTILIZING

8-02 SP

L.S.

1

LUMP SUM

$

134

IRRIGATION SYSTEM REVISION

8-03 SP

EST.

1

ESTIMATE

$5,000.00

PROJECT TOTAL

$

 Person/Entity Name:  ______________________ Signature of Bidder:                                                 

 Company:  _______________________________ Date:                                                                        

Advertisement for Bids - Sullivan Park Waterline
Sullivan Park Waterline - Plans
Sullivan Park Waterline - Specs
Addendum #1 - Sullivan Park Waterline

Q & A #1 - Sullivan Park Waterline
Q & A #2 - Sullivan Park Waterline

Facebook Twitter Email