Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Agreements/Contracts - Central Services
GRANT COUNTY COMMISSIONERS AGENDA MEETING REQUEST FORM (Must be submitted to the Clerk of the Board by 12:00pm on Thursday) REQUESTING DEPARTMENT: Central Services REQUEST SUBMITTED BY: Tom Gaines CONTACT PERSON ATTENDING ROUNDTABLE: Tom Gaines CONFIDENTIAL INFORMATION: ❑YES *NO DATE: 10/23/24 PHONE:3276 M��������-dam *Agreement / Contract DAP Vouchers ❑Appointment / Reappointment ❑ARPA Related ❑ Bids / RFPs / Quotes Award ❑ Bid Opening Scheduled ❑ Boards / Committees []Budget ❑ Computer Related [:]County Code ❑ Emergency Purchase ❑ Employee Rel. ❑ Facilities Related ❑ Financial ❑ Funds ❑ Hearing ❑ Invoices / Purchase Orders ❑Grants i Fed/State/County ❑ Leases ❑ MOA / MOU ❑ Minutes ❑ Ordinances ❑ Out of State Travel ❑ Petty Cash ❑ Policies ❑ Proclamations ❑ Request for Purchase ❑ Resolution ❑Recommendation ❑Professional Serv/Consultant []Support Letter ❑Surplus Req. ❑Tax Levies ❑Thank You's []Tax Title Property ❑WSLCB "�!%-`��%/ems%%%������%�-�%fig% % .��%//sue %/�/�X/% / � : �/ � s `; "� �i3' .m;t`�s�"''- yam/ / , ! �//� ✓/%�i Respectfully request a signature on a GMP amendment which adds the new Roundabout to the new jail contract. This increases the total GMP to $136,614,512. The value of this amendment is $2,552,937 If necessary, was this document reviewed by accounting? ❑ YES * NO If necessary, was this document reviewed by legal? ❑ YES * NO DATE OF ACTION: 1 ` 212S - APPROVE: DENIED ABSTAIN D 1: D2: D3: DEFERRED OR CONTINUED TO: 4/8/24 =�==AlA Document G7012017, Change Order PROJECT: (Name and address) CONTRACT INFORMATION: CHANGE ORDER INFORMATION: 20063.01 Grant Co. Jail/Judicial Complex Contract For: General Construction Change Order Number: 005 Complex - Ephrata, WA Date: Date: 7/14/2025 OWNER: (Name and address) ARCHITECT: (Name and address) CONTRACTOR: (Name and address) Grant Co. Board of County Clemons, Rutherford & Associates, Inc. Lydig Construction, Inc. Commissioners P.O. Box 37, Ephrata, Washington 98823 2027 Thomasville Road, Tallahassee, 11001 E. Montgomery Dr., Spokane Florida 32308 Valley, WA 99206 THE CONTRACT IS CHANGED AS FOLLOWS: (Insert a detailed description of the change and, if applicable, attach or reference specific exhibits. Also include agreed upon adjustments attributable to executed Construction Change Directives.) Roundabout at Highway 282 and Nat Washinton Way. The original Contract Sum was $ 131,561,370.00 The net change by previously authorized Change Orders $ 2,500,205.00 The Contract Sum prior to this Change Order was $ 1345061,575.00 The Contract Sum will be increased by this Change Order in the amount of $ 2,552,937.00 The new Contract Sum including this Change Order will be $ 136,614,512.00 The Contract Time will be increased by Zero (0) days. There are time constraints and bonuses for early The new date of Substantial Completion will be completion contained within the Bid package. NOTE: This Change Order does not include adjustments to the Contract Sum or Guaranteed Maximum Price, or the Contract Time, that have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. Clemons, Rutherford Associates, Inc. Lydig Construction, Inc. Grant Co. Board of County CommisJ. A CONTRACTOR (FZY �: •fii+gI j ned by Marc Seeberger OW rm RN: , -US, E=mseeberger@lydig.com, Mare SeebergI r ON;IVlarcSeeberger Date 2025.07.22 10:08:01 07'00' SIGNA E SIGNATURE SIGN William D. Rutherford, President Rob Jones, Chair PRINTED NAME AND TITLE PRINTED NAME AND TITLE PRINTED NAME AND TITLE 7/14/2025 1 -`A-- s 2Ss DATE DATE DATE AIA Document G701 — 2017. Copyright ©1979, 1987, 2000 , 2001 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. This document was produced at 14:46:03 ET on 07/14/2025 under Order No.3104239823 which expires on 08/13/2025, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. User Notes: (3139ADA413) LYDIG COP General Contractor Breakdown Summary Project Name: Grant County New Jail CRA No. Project No: 10202 Source Documents: DOWL 95% Submittal Date 7/11/25 Contractor: Lydig Construction, Inc. Contractor Ref. No. PCO 093 Description: Add a turnkey roundabout project at the intersection of Highway 282 and Nat Wa Way. Pricing is based on DOWL Engineering 95% Submittal dated 6/18/25. Note, the 95% submittal drawings have additional comments from WSDOT that will add more scope. Changes from 95% submittal to final approved WSDOT plans will be handled via future Change Orders. Alternates #1 and #2 have been accepted and are included. Testing/Inspections by Owner 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) $ 17,500.00 DIRECT LABOR SUBTOTAL $ 17,500.00 1. CRAFT LABOR COSTS $ 17,500.00 2. MATERIAL COSTS a. material costs $ 2)750.00 b. freight costs $ - 2. MATERIAL COSTS $ 2,750.00 3. EQUIPMENT COSTS a. owned equipment (per spec approved source b. rental equipment (per invoices attached) 3. EQUIPMENT COSTS $ - SUBTOTAL 1 thru 3 $ 20,250.00 4. OVERHEAD & PROFIT a. NTE 3.95% portion of 1, 2& 3 $ - 4. OVERHEAD & PROFIT $ - 5. SUBCONTRACTORS a. Hurst Construction (w/bond, Alt 1 and Alt 2) $ 2,043700.00 b. Arc Electric $ 357,250.00 C. $ - d. $ - 5. SUBCONTRACTORS $ 214000950.00 6. OVERHEAD & PROFIT ON SUBCONTRACTORS a. NTE 5.0% of Line 5 $ 121 ,060.00 6. OVERHEAD & PROFIT ON SUBCONTRACTORS $ 121,060.00 7. B&O Tax a. B&O Tax 0 % of 1-7 $ - & INSURANCE a. builders risk insurance 0.42 % of 1-7 $ 10,677.49 b. general liability insurance 0.00 % of 1-7 $ - 8. INSURANCE $ 10,677.00 9. BOND a. bond 0.00 % of 1-8 $ 9. BOND $ - TOTAL COST-:$ 2,552,7.00 ILYDIG laq PROJECT: New Grant County Jail & Law & Justice Building Remodel BID PACKAGE: BID PACKAGE #21 - Roundabout @ Hwy 282 & Nat Wa Way RELEASE DATE: June 3, 2025 SECTION #006 BID FORM BID FORM TO: Grant County c/o Lydig Construction, Inc. 11001 East Montgomery Drive Spokane Valley, WA 99206 Grant County BIDDER NAME: Hurst Construction LLC ADDRESS: 316 Urban Industrial Way PHONE NUMBER: 509-664-0173 CONTACT PERSON: Jesse Hurst CITY/STATE/Zip: East Wenatchee, WA 98802 FAX NUMBER: 509-664-0175 CONTACT EMAIL: Estimating@hurstconstructionlic.net The undersigned, having carefully examined the enclosed and referenced Contract Documents, conditions affecting the work, being familiar with the Project site, acknowledges incorporation of the current prevailing wage requirements hereby proposes and agrees to provide all labor, materials,, equipment, supervision, services., and incidentals necessary to complete the Work for the following stipulated sums. The bidder hereby acknowledges that the bid amounts below are complete and by submitting this proposal, they are prepared to mobilize and start work and achieve final completion no later than dates indicated in the Contract Documents. TOTAL BID: 1- BASE BID -BID PACKAGE #03 -TOTAL BASE BID (IN WORDS+ AMOUNT) �_ M�11�� e.ic,67i- flwwl.v ca " � ��i�fU 0(Excludirig WSST) CONIVI DOLLARS ($ 1 ) 2 - f , 2. COST OF PAYMENT + PERFORMANCE (P+P) BOND DOLLARS ($ 19, 0 D D 00 (For 100% of the Contract/Bid Price, do not include costs in base bid. If total bid amount is $300,000 or over, P+P Bond must be provided and associated costs written in above. If bid is less than $300,000, write in "NA" for P+P Bond amount.) LYDIG CONSTRUCTION, INC. PAGE 21 of 24 New Grant County Jail -- Highway 282 Roundabout BID PACKAGE #21 — Hwy 282 Roundabout BID PACKAGE LYDIG PROJECT: New Grant County Jail & Law & Justice Building Remodel BID PACKAGE: BID PACKAGE #21 — Roundabout @ Hwy 282 & Nat Wa Way RELEASE DATE: June 3, 2025 BIDDERS NAME Hurst Construction LLC TRENCH EXCAVATION SAFETY PROVISIONS: If the contract contains any work which requires trenching exceeding a depth of four feet, all costs for adequate trench safety systems shall be identified as a separate bid item in compliance with Chapter 39.04 RCW. The purpose of this provision is to ensure that the bidder agrees to comply with all the relevant trench safety requirements of Chapter 49.17 RCW. This bid amount shall be considered as part of the total base bid set forth above. If trench excavation safety provisions do not pertain to this project, put NA for dollar amount. TRENCH EXCAVATION SAFETY PROVISIONS ONLY: DOLLARS ..00c) I UNIT PRICES: The undersigned agrees that the following unit prices, as they are further described in the Contract Documents and SECTION #005 above, may govern additions required during the course of work. The Undersigned agrees that these prices reflect total costs for these items including overhead and profit, and cost of Payment + Performance Bond if required in TOTAL BID Section above: UP NO UNIT PRICE DESCRIPTION (Furnished and Installed) UNIT PRICE AMOUNT 002 Rock Excavation !!O 9Q- L LYDIG CONSTRUCTION, INC. PAGE 22 of 24 New Grant County Jail — Highway 282 Roundabout BID PACKAGE #21 — Hwy 282 Roundabout .............. L Y D I G PROJECT: New Grant County Jail & Law & Justice Building Remodel BID PACKAGE: BID PACKAGE #21 — Roundabout @ Hwy 282 & Nat Wa Way RELEASE DATE: June 3, 2025 BIDDER'S NAME Hurst Construction LLC ALTERNATES: Per Section 0123 00 the Alternates are to include a total cost for the work described (including, but not limited to, labor materials, equipment, sub -tier subcontractors, suppliers hoisting, rigging, bonds, overhead, profit, insurance, etc.). Note, all alternates are to be guaranteed for the time outlined in the aforementioned section. If no work is affected by alternate selection, enter NA in the "Alternate Bid Amount" column below. Cost of Payment + Performance Bond if required in TOTAL BID Section above shall be included in the total cost amount for each Alternate. ALT NO ALTERNATE DESCRIPTION (Furnished and Installed) ALTERNATE BID AMOUNT 01 Install 24" dia steel casing for reclaim pipe 02 Install 24" dia steel casing for power/fiber conduit L-Y N/A N/A $N/A N/A N/A $N/A N/A N/A $ N/A ADDENDUM: The undersigne herby acknowledges receipt and incorporation of Addendum numbers (initial all issued addenda): j I � 2 3 4 5 6 BID GUARANTEE: For proposals exceeding $300,000 the undersigned agrees to provide, with the submission of their Bid Form, a bid guarantee in the amount of 5% of the Base Bid. This bid guarantee shall be held by the GC/CIVI, and that the amount of the guarantee is a measure of damages which the GC/CM will sustain by failure of the undersigned to execute a Contract for Work and furnish required bonds, and that if the undersigned fails to deliver said documents within seven (7) calendar days after receipt of notice of acceptance, the bid guarantee shall be forfeited by the bidder. However, if the GC/CM fails to award a Contract for the work within ninety (90) days after the date of bid opening, the bid guarantee shall be returned to the undersigned. CON TWOR I A I ND _. SUBCONTRACTOR PARTICIPATION: If the base bid for this bid package is in excess of one million dollars ($1,000,000) the undersigned agrees to provide the names of all firms, whose subcontract amount will exceed ten percent (10%) of the base bid, including listing work to be performed by the undersigned. This information shall be indicated on Part A (included in the Bidding Documents) and submitted with the Bid Form. LYDIG CONSTRUCTION, INC. PAGE 23 of 24 New Grant County Jail — Highway 282 Roundabout BID PACKAGE #21 — Hwy 282 Roundabout LYDIG PROJECT.- New Grant County Jail & Law & Justice Building Remodel BID PACKAGE: BID PACKAGE #21 - Roundabout @ Hwy 282 & Nat Wa Way RELEASE DATE: June % 2025 BIDDER'S NAME Hurst Construction LLC DECLARATION: The undersigned agrees that if written notice of the acceptance of this bid is mailed or delivered to the undersigned within ninety (90) days of the bid opening date, the undersigned shall, within seven (7) calendar days of receipt of this notice of acceptance, deliver to Lydig Construction, Inc., a fully executed contract, the required Performance and Payment Bonds, and a schedule showing activities and durations in general compliance with the preliminary construction schedule detailed in the Bidding Documents. Failure to comply with these items may be considered sufficient cause for bid rejection and forfeiture of bid guarantee. 1. Proposer has reviewed the enclosed Subcontract Agreement and/or Purchase Agreement included as Appendix #2 and is prepared to execute said agreement without reservation and/or modification if awarded any part of this Scope of Work. 2. Proposer has reviewed the insurance requirements included as Appendix #3 and acknowledges that the cost for the specified coverage is included and that Proposer can secure said coverage for the duration of the Project. By signing below, bidder acknowledges a The firm represented by the below signature is a: Sole Proprietorship Partnership Corporation Other X Specify: Limited Liability Company If a Corporation, State of Incorporation: LLC formed in Washington State State of Washington Contractor's License Number: HURSTCL962DE Signature below represents and warrants possessing the authority to sign for and bind their respective entity. �By (Signature) President Title END OF SECTION #006 — BID FORM LYDIG CONSTRUCTION, INC. New Grant County Jail - Highway 282 Roundabout Jesse Hurst Legal Name of Bidder (Please Print) 316 Urban Industrial Way Street Address East Wenatchee WA 98802 City, State, Zip Code PAGE 24 of 24 BID PACKAGE #21 — Hwy 282 Roundabout S2 282 - Nat Way Roundabout Cost Estimate: SR 282 Nat Wav Roundabout Bata PrPnarPri 5/grwgnq- Arr r 0 Nn qR 7R7 Project: SR 282 Nat Way Roundabout Contract Number: Arch itect/E ng ineer Clemons, Rutherford, & Assiciates, Inc. Drawing No: Sec. Section uescnpuon: JK ZOZ Nat way rtounaaaout Trenchina and Excavations by others. Use Tax not included. Quantity Material Labor No. Unit Unit Meas. Per Unit Total Per Unit Total Total Cost MISC. MATERIAL 1 LS $ 109,928.82 $ 109,928.82 $ 109,928.82 $ - $ - $ - DIRECT LABOR Field Labor 853.72 $ 125.20 $ 106,885.74 $ 106,885.74 QUOTED MATERIAL Pole & Heads 1 LS $ 69,818.00 $ 69,818.00 $ 69,818.00 Type B Service 1 LS $ 11,972.94 $ 11,972.94 $ 11,972.94 $ - $ - $ - 2ND TIER SUBCONTRACTS Survey & Staking 1 LS $ 8,000.00 $ 8,000.00 $ 8,000.00 EQUIPMENT RATE Subtotal $ 199,719.76 $ 199,719.76 $ 106,885.74 $ 306,605.50 SUBCONTRACTOR TOTAL MATERIAL SUBCONTRACTOR DIRECT LABOR SUPERVISION 15% DIRECT LABOR SAFETY 2% DIRECT LABOR & SUPERVISION SMALL TOOLS 5% DIRECT LABOR COSTS SUBTOTAL QUOTED MATERIAL 2ND TIER SUBCONTRACTS SUBTOTAL SUBCONTRACTOR OVERHEAD & PROFIT 15% SUBCONTRACTOR OWNED EQUIPMENT RATE SUBTOTAL BOND PREMIUM 1.32% TOTAL CHANGE $ 109,928.82 $ 106,885.74 $ _ $ _ $ - $ 216, 814.56 $ 81,790.94 $ 8,000.00 $ 306,605.50 $ 45,990.83 $ _ $ 352, 596.33 $ 4,654.27 $ 357,250.60 Page 1 J+ ID: JOB-0457 Project: SR 282 NAT Way Roundabout Takeoff Pha_c.P._- _qTTF I TC-,HTTNC7, 2S Jun 202S 13:19:27 Material Material Labor Labor Item # Qty U/M Q/M Size Description Unit Result Unit Result 0.00 WIRE NOTE 2 TITLE 1,250.00 EA M 2" PVC 1-DUCT/NO TRENCHING 0.0000 0.00 0.0000 0.00 10202 1,250.00 FT M 2 PVC SCH 80 1.8000 2,250.00 0.0580 72.50 390471 1,313.00 FT M 31' RED TRENCH CAUTION TAPE 0.0268 35.15 0.0030 3.94 40043 112.50 OZ M OUNCE PVC(GLUE)CEMENT 0.3592 40.41 0.0100 1.13 390177 1,250.00 FT M 12" WIDE HAND TRIM SANDY TRENCH 0.0000 0.00 0.0200 25.00 TITLE 30.00 EA M 2 PVC SCH80 90D STUB -UP 0.0000 0.00 0.0000 0.00 M 2 PVC SCH 80 90-DEG EL 16.1000 \g 483.00 0.2000 6.00 20382 30.00 EA A i"J" IN \ 31377 60.00 EA M 2 PVC COUPLING 0.5300 31.80 0.1000 6.00 PVC SCH 80 411L 1.8000 q 270.00 0.0580 10202 150.00 FT M 2 j"\ 40043 36.00 OZ M OUNCE PVC (GLUE) CEMENT 0.3592 12.93 0.0100 0.36 31323 30.00 EA M 2 PVC END BELLS .1900 125.70 0.1500 4.50 500123 1,550.00 FT M PULL LINE (STRING) 0.0192 29.82 0.0020 3.10 151788 1,550.00 FT M 3/4" POLYESTER CONDUIT MEASURING MULE TAPE JV g�� a gg 1% p 0. 1589 246.33 0.0030 4.65 70090 3,100.00 FT M 8 USE-RHH-RHW CU (STR) 1.0000 3,100.00 0.0060 18.60 3 45.00 EA M 3M 82-A RESIN SPLICE KIT 35.0000 1,575.00 0.5000 22.50 0.00 HAND HOLES 10 15.00 EA M TYPE 1 p� �Mw 1,025.0000 15,375.00 1.0000 15.00 0.00 LUMINAIRE 390672 12.00 EA M 50 FT STREET LIGHTING METAL POLE INSTALL a 0.0000 0.00 6.6670 80.00 390705 12.00 EA M 20 FT STREET LITE MAST ARMS PRE -ERECTION 0.0000 0.00 4.8000 57.60 390726 12.00 EA M 400 WATT STREET LITE FIXTURE PRE -ERECTION 0.0000 0.00 1.6800 20.16 9 12.00 U BASES 1,500.0000 18,000.00 8.0000 96.00 5 840.00 U POLE & BRACKET CABLE 1.5000 1,260.00 0.0060 5.04 6 36.00 U QUICK DISCONNECT 3.0000 108.00 0.2500 9.00 7 24.00 U FUSES 12.0000 288.00 0.0600 1.44 7151 60.00 FT U 4. BARE CU (STR) 0.5700 34.20 0.0070 0.42 ..5 i 25 Jun 2025 13:19:27 Takeoff Report: SR 282 NAT Way Roundabout -I� P� ase: SITE LIGHTING Material Material Labor Labor Item # Qty U/M Q/M Size Description Unit Result Unit Result 8 12.00 M BURNDY CRIMP 25.0000 300.00 0.1700 2.04 TITLE 120.00 EA M 1 SCH 80 DIRECT -BURIED 1-DUCT 0.0000 0.00 0.0000 0.00 10199 120.00 FT M 1 PVC SCH 80 1.0000 120.00 0.0390 4.68 40043 4.80 OZ M OUNCE PVC(GLUE)CEMENT 0.3592 1.72 0.0100 0.05 1 390471 126.00 FT M 3" RED TRENCH CAUTION TAPE 0.0268 3.37 0.0030 0.38 390177 120.00 FT M 12" WIDE HAND TRIM SANDY TRENCH 0.0000 0.00 0.0200 2.40 1, TITLE 24.00 EA M 1 PVC SCH80 90D STUB -UP 0.0000 0.00 0.0000 0.00 20379 24.00 EA M 1 PVC SCH 80 90-DEG EL 7.0000 168.00 0.1250 3.00 31374 48.00 EA M 1 PVC COUPLING 0.2200 10.56 0.0600 2.88 10199 120.00 FT M 1 PVC SCH 80 1.0000 120.00 0.0390 4.68 40043 11.52 OZ M OUNCE PVC(GLUE)CEMENT 0.3592 4.14 0.0100 0.12 31320 24.00 EA M 1 PVC END BELLS 2.0700 49.68 0.1000 2.40 70090 720.00 FT M 8 USE-RHH-RHW CU (STR) 1.0000 720.00 0.0070 5.04 0.00 SERVICE li 1.00 EA M TYPE B SERVICE 2,500.0000 2,500.00 16.0000 16.00 0.00 WIRE NOTE 3 TITLE 40.00 EA M 4" PVC 1-DUCT/NO TRENCHING 0.0000 0.00 0.0000 0.00 10205 40.00 FT M 4 PVC SCH 80 5.0000 200.00 0.1176 4.70 4000280 42.00 FT M 3" RED TRENCH CAUTION TAPE 0.0000 0.00 0.0030 0.13 40043 5.60 OZ M OUNCE PVC(GLUE)CEMENT 0.0450 0.25 0.0100 0.06 390274 40.00 FT M 12" WIDE HAND TRIM SANDY TRENCH 0.0000 0.00 0.0200 0.80 TITLE 2.00 EA M 4 PVC SCH80 90D STUB -UP 0.0000 0.00 0.0000 0.00 20385 2.00 EA M 4 PVC SCH 80 90-DEG ELBOW 121.0000 242.00 0.4000 0.80 31421 2.00 EA M 4 PVC COUPLING 2.9832 5.97 0.2100 0.42 10205 10.00 FT M 4 PVC SCH 80 5.0000 50.00 0.1176 1.18 40043 1.28 OZ M OUNCE PVC (GLUE) CEMENT 0.0450 0.06 0.0100 0.01 31381 2.00 EA M 4 PVC MALE ADAPTER 3.8879 7.78 0.2500 0.50 40274 4.00 EA M 4 LOCKNUT 4.1941 16.78 0.1750 0.70 ` 40251 2.00 EA M 4 PLASTIC BUSHING 1.4100 2.82 0.0700 0.14 500123 1,550.00 FT M PULL LINE (STRING) 0.0192 29.82 0.0020 3.10 151788 1,550.00 FT M 3/4" POLYESTER CONDUIT MEASURING MULE TAPE 0.1589 246.33 0.0030 4.65 70090 7,750.00 FT M 8 USE-RHH-RHW CU (STR) 1.0000 7,750.00 0.0060 46.50 \ 3 5.00 EA M 3M 82-A RESIN SPLICE KIT 35.0000 175.00 0.5000 2.50 1 1.00 EA M Consumables 46,112.4100 46,112.41 0.0000 0.00 2 1.00 EA M Field Foreman 0.0000 0.00 117.1000 117.10 n •.... a.,. ,,. Takeoff Report: SR 282 NAT Way Roundabout 25 Jun 2025 13:19:27 Phase Totals: 102,102.02 688.58 Phase: DEMOLITION Item # Qty U/M Q/M Size Description 0.00 LUMINAIRE Demo x M�\\0111\\�,,,,K M, 4.0 0 EA M 50 FT Ivala STREET LIGHTING METAL POLE INSTALL INS ; 390705 4.00 EA M 20 FT STREET LITE MAST ARMS PRE -ERECTION 390726 4.00 EA M x0. 1\11,\\ § TREET LITE FIXTURE PRE -ERECTION NZ a 400 WATT N zs,\ \�mq\\ . .. .. . .... 9 4.00 U BASES 5 280.00 U POLE & BRACKET CABLE n 6 12.00 U QUICK DISCONNECT 7 8.00 U FUSES 7151 20.00 FT U 4. BARE CU (STR) \�\��\\;"' V 4.00 M BURNDY CRIMP 0.00 SERVICE Demo N, w W \W v v Q \1 1.00 EA M TYPE B SERVICE \g\ 8, Material Material Labor Labor Unit Result Unit Result 0.0000 0.00 6.6670 26.67 0.0000 0.00 4.8000 19.20 0.0000 0.00 1.6800 6.72 500-0000 2,000.00 4.0000 16.00 1.5000 420.00 0.0060 1.68 3.0000 36.00 0.2500 3.00 12.0000 96.00 0.0600 0.48 0.5700 11.40 0.0070 0.14 25.0000 100.00 0.1700 0.68 2,500.0000 Phase Totals: 2,500.00 5,163.40 16.0000 16.00 90.57 Phase: TEMPORARY WIRING Material Material Labor Labor Item # Qty U/M Q/M Size Description Unit Result Unit Result 0.00 LUMINAIRE Temp 390672 4.00 EA M 50 FT',11,"Mi"� STREET LIGHTING METAL POLE INSTALL 13 0.0000 0.00 6.6670 26.67 390705 4.00 EA M 20 FT STREET LITE MAST ARMS PRE -ERECTION 0.0000 0.00 4.8000 19.20 390726 4. 00 EA xg N R X N�N x R 1,\1 ... . ..... . . 1,14 STREET LITE FIXTURE PRE-ERECTI 0.0000 M 400 WA ON 11111,11,;,i �& 0 .00 1.6800 6.72 1 \11\.1111� . Aw 9 4.00 U BASES 500-0000 2,000.00 4.0000 16.00 5 280-00 N 011 w POLE & BRACKET CABLE MW 5,� M\\0 ��421,1��,\,,\� "M "'ARM"M \0 NO, -0, M 100 R 1.S000 t, wlit w\ 01 \N 420.00 M 0.0060 1.68 &�,, ""z g EN X, , \21 '.."M INS E, 1 6 12.00 U QUICK DISCONNECT 3,0000 36.00 0.2500 3.00 7 8.00 U FUSES 12.0000 J7 96.00 0.0600 0.48 7151 20.00 FT U 4. BARE CU (STR) 0.5700 11.40 0.0070 0.14 8 4.00 102 110 NM\, 1,10 \01 11 N M MS., BURNDY CRIMP nno \13111 25.0000 1 00.00 0.1700 0.68 \n 1.9 Slalom Phase Totals: 21663.40 74.57 Job Totals: 109,928.82 853.72 1� -c Elect-ric, ak\\,(.1' "'CA-1., N., )\h �ha �,,.`3,treet 8 271. ,,poka,r'le, WA 992.1.7 Web.\\,, o Page 3 of 3 - -- - -- --- ANE6so3) 111 N. Haven Street wesco Spokane, WA 99202 WES-061925-600 Job Name: SR 282 NAT Washington Way Roundabout Quote Date: Jun 19, 2025 Expires: Jul 19,, 2025 To: Are Electric From: Adam Koski Attn: Corey Thompson Ph: Ph: 509-483-2719 Email: akoski@wescodist.com Email: corey@arcelectriccorp.com Skyline WSDOT Type B 1 1 SKYLINE Modified per std. J 10.20-04 0- $11,972.94 EA $11,972.94 200A MCB, 10 3W, 120/240V, w/ (2) Itg. ckts *Please add/subtract $475.00 per Itg ckt as required, 4-5 Week lead time after approved submittals FREIGHT CURRENT MFG AMERON LEAD TIME IS 22 QTY WEEKS. Part 12 AMERON WSDOT J SERIES 4016-SLIP BASE -LAB 12 ELS WSDOT 3 BOLT ANCHOR BOLT S ET RFM-80W48LED4K-G2-R3 M- 12 LUMEC UNV-2C-NRC-GY3 HEADS- 11500 LUMENS 1 LUMEC MINIMUM ORDER 1 Subtotal $69,818.00 EA $69,818.00 Terms and conditions of sale: Lamps and Accessories NOT INCLUDED unless otherwise specified.. If there are devices included in this quote, please specify the color BEFORE placing order. Quote firm for 30 days from date of bid. ONLY THE MANUFACTURERS TERMS AND CONDITIONS APPLY TO ANY PURCHASE ORDERS THAT MAY ARISE FROM THIS QUOTE. A MINIMUM OF 2 WEEKS' NOTICE IS RECOMMENDED FOR LIGHTING CONTROL SYSTEM STARTUP AND COMMISSIONING IF THIS QUOTE CONTAINS CONCRETE BOLLARDS, THEY WILL BE PLUS FREIGHT Page 1/2 wesco _ SPOKANE 0103) 111 N. Haven Street Spokane, WA 99202 QUOM WES-061925-600 Job Name: SR 282 NAT Washington Way Roundabout Quote Date: Jun 19, 2025 Expires: Jul 19,. 2025 **POLES 22-24 WEEK LEAD TIME AFTER APPROVED SUBMITTALS** Pricing & Estimated Ship Dates (ESD) and Lead Times provided for all manufacturers are subject to change `n►ithout notice. Prices do not include sales tax BY ACCEPTING THIS QUOTE, YOU AGREE THAT THE WESCO TERMS AND CONDITIONS OF SALE PUBLISHED AT WWW.WESCO.COM/TERMSOFSALE ARE EXPRESSLY INCORPORATED INTO AND SHALL GOVERN THIS TRANSACTION. WESCO MAY CHARGE YOU STORAGE AND TRANSPORTATION FEES IF YOU DO NOT TAKE POSSESSION OR ACCEPT DELIVERY OF THE ABOVE PRODUCTS WITHIN NINETY (90) DAYS OR AGREED UPON TIME FROM SUCH PRODUCTS BEING AVAILABLE FOR DELIVERY OR PICK-UP. WESCO MAY ALSO UPDATE THIS QUOTE OR ABOVE PRICING DUE TO DUTIES, FREIGHT, TARIFFS, SUPPLIER PRICING, SURCHARGES, OR EXCHANGE RATE FLUCTUATIONS. Adam Koski Wesco Distribution, Inc. Page 2/2 > O w � co LLI W Cn Lo D I� o N J F- s (n v D W I z n _ N _1 � U Q O _I W m W W - -- W 07 Lo I- 24+00 25+00 SR 282 26+00 27+00 + ---�- - - ----F- - - I- - - I - - �'! - - N - + MATCHLINE STA. 104+25 (SEE SHEET C45) HLINE STA. 102+25 (SEE SHEET C45) W -_- �- H 2D Q 2 U w W W W O O N Lo W z J U Q 20 0 20 SCALE IN FEET GENERAL ILLUMINATION NOTES: 1. STREET LIGHT POLE SHALL BE 30' TYPE 1 STEEL STANDARD WITH 8' LUMINAIRE ARM. SEE WSDOT STANDARD PLAN J-28.10. 2. LUMINAIRE STANDARD COBRA HEAD STYLE SHALL BE LED PER WSDOT STANDARD SPECIFICATION 9-29.10(1)B. 3. ALL WIRE SPLICING, CONDUIT INSTALL, AND LUMINAIRE FOUNDATIONS SHALL BE DONE IN THE PRESENCE OF A WSDOT ELECTRICAL INSPECTOR. ITEMS INSTALLED OUTSIDE OF THE PRESENCE OF WSDOT ELECTRICAL INSPECTOR ARE SUBJECT TO REJECTION. Z 0 F a 6 w 0 J� LEGEND: PROPOSED m TYPE 1 JUNCTION BOX O lill(aD TYPE 2 JUNCTION BOX LUMINAIRE AND POLE Q Q CONSTRUCTION NOTE WIRE SCHEDULE ® TYPE B SERVICE CABINET -E- ILLUMINATION CONDUIT ILLUMINATION CONDUIT/WIRE SCHEDULE RUN NO. CONDUIT WIRE 1 NEW 1" SCH 80 PVC 2-#8 2 NEW 2" SCH 80 PVC 2-#8 3 NEW 4" SCH 80 PVC 4-#8 ILL = ILLUMINATION SEE SHEET C46 FOR LUMINAIRE AND JUNCTION BOX SCHEDULE. H O m 0 z 0 z }� Q �z z y z O O �Z OZ Z Ebz Q 0 J H Q z 0_ U) 95% SUBMITTAL (6/18/2025) C43 cw 48 M LU LLI 07 LLI LLJ U) O O N Ln Q F- 07 LLI Z_ J U H ae .. _.... .... _.... . .._. 'n_........ .._.h ____.... _.R,..__.__. ..��,.. ..... .�,� ._.._.._�.�., _.�.._.._.. 56+00 20 0 20 SCALE IN FEET LEGEND: PROPOSED ® TYPE 1 JUNCTION BOX IK�ED TYPE 2 JUNCTION BOX LUMINAIRE AND POLE Q CONSTRUCTION NOTE WIRE SCHEDULE ® TYPE B SERVICE CABINET —E— ILLUMINATION CONDUIT ILLUMINATION CONDUIT/WIRE SCHEDULE RUN N0. CONDUIT WIRE 1 NEW 1" SCH 80 PVC 2—#8 2 NEW 2" SCH 80 PVC 2—#8 3 NEW 4" SCH 80 PVC 4—#8 ILL = ILLUMINATION SEE SHEET C46 FOR LUMINAIRE AND JUNCTION BOX SCHEDULE. — O m Q z 0 Q Q IF— IZ � Z z O O O U �. z zZ Z_ = 2 Q O J �j _J Q z 0_ U) 95% SUBMITTAL (6/18/2025) 1 C44 oF 48 NAT WASHINGTON WAY lot+oo too+oo F--- — — —�--- — — — I $------- \\\v W W c W • w 108+00 °�°�• 107+00 106+00 Lo<, _ — N 105+00 I — d- �_ � �-- -�_��— \\NAT WASHINGTON WAY co U w w U) w w U) N N _D Q w z U H Q eo� 20 0 20 SCALE IN FEET LEGEND:. PROPOSED m TYPE 1 JUNC110N BOX la(2ED TYPE 2 JUNCTION BOX •-HjF® LUMINAIRE AND POLE CONSTRUCTION NOTE WIRE SCHEDULE ® TYPE B SERVICE CABINET —E— ILLUMINATION CONDUIT ILLUMINATION CONDUIT/WIRE SCHEDULE RUN N0. CONDUIT WIRE t NEW 1" SCH 80 PVC 2—#8 2 NEW 2" SCH 80 PVC 2—#8 3 NEW 4" SCH 80 PVC 4—#8 ILL = ILLUMINATION SEE SHEET C46 FOR LUMINAIRE AND JUNCTION BOX SCHEDULE. 95% SUBMITTAL (6118/2025) m Q 0 z D 0 z Q Q H CL � z zz p O U I= z z Z Q J H Q z rt C45 m 48 CROSSWALK DESIGN VALUES ROUNDABOUT DESIGN VALUES } m z O F a_ y5 Z N O W V1 p S W a p W i 1 LUMINAIRE SCHEDULE SERVICE CABINET SCHEDULE i i `I I I I I 0 I 0 0 E 0 Y i U) \� I M I M N I N F- U) � vJi c m Z ❑ � Q Z � a O U LU �Q < LED = c LIGHT EMITTING DIODE H- z U ~ _ z Z Ui 07 ; Q (D Z I 0 9 �-F- z z 1 ILLUMINATION SCHEDULE AND DETAILS N C46 NOT TO SCALE 0 N U) J I 1 i I a PROJECT 15 8 -Oi DATE 6 18 202b h O DOWL 2W4 I SHEET 95% SUBMITTAL (6/18/2025) C46 w 48 j LOCATION VERTICAL AVERAGE LIGHT LEVEL (FC) UNIFORMITY (AVERAGE/MINIMUM) TARGET: A LOCATION VERTICAL AVERAGE LIGHT LEVEL (FC) UNIFORMITY (AVERAGE/MINIMUM) TARGET: ALL ZONES '- 0.9 � 4 N LEG 1.34 1.68 S LEG 1.31 2.18 W LEG 1.23 1.54 E LEG 1.02 1.7Q CIRCULATORY ROADWAY 1.45 1.21 ID SHEET � STREET NAME POLE LOCATION LUMINAIRE DELIVERED LUMENS LUMINAIRE ARM MOUNTING POSITION/HEIGHT BASE SUP CIRCUIT � STATION OFFSET 1 C43 SR 282 27+30.50 38.99'RT ARCH-M TYPE III 11,500 8' HORIZONTAL/30' SUP B 2 C43 SR 282 28+04.47 24.39°LT ARCH-M TYPE III 11,500 8' HORIZONTAL/30° SUP A 3 C43 SR 282 28+93.68 33.74'RT ARCH-M TYPE III 11,500 8' HORIZONTAL/30' SUP B 4 C45 SR 282 29+48.62 41.85'LT ARCH-M TYPE III 11,500 8° HORIZONTAL/30' SUP A 5 C43 NAT WASHINGTON WAY 102+64.62 46.99'LT ARCH-M TYPE III 11,50d 8° HORIZONTAL/3d° SUP B 6 C43 NAT WASHINGTON WAY 104+36.05 30.19'LT ARCH-M TYPE III 11,500 8° HORIZONTAL/30° SUP A 7 C44 NAT WASHINGTON WAY 102+15.34 34.25'RT ARCH-M TYPE III 11,500 8' HORIZONTAL/30' SUP B 8 C44 NAT WASHINGTON WAY 103+91.95 45.62'RT ARCH-M TYPE III 11,500 g' HORIZONTAL/30' SUP A 9 C43 SR 282 50+69.80 46.99°RT ARCH-M TYPE III 11,500 8' HORIZONTAL/30' SUP B 10 C43 SR 282 51+19.74 35.65'LT ARCH-M TYPE III 11,500 g° HORIZONTAL/30° SUP A 11 C43 SR 282 52+34.00 24.23°RT ARCH-M TYPE III 11,500 8' HORIZONTAL/30° SUP B 12 C43 SR 282 53+37.08 40.96'LT ARCH-M TYPE ill 11,500 8' HORIZONTAL/30' SUP A SHEET LOCATION ID � STREET NAME TYPE STATION OFFSET 1 C43 NAT WASHINGTON WAY 102+44.04 73.22'LT TYPE B MODIFIED