← Back to Moscow

Document Moscow_doc_285494ae62

Full Text

CONSTRUCTION CONTRACT CITY OF MOSCOW EAST-SIDE FIBER OPTICS PROJECT THIS CONTRACT, dated thiɎ6·"day ofĒ005 by and between the City of Moscow, Idaho, a municipal corporation of the State of Idaho (hereinafter 'City') and Sefnco Inc. (hereinafter 'Contractor'): WITNESSETH: WHEREAS, pursuant to the invitation of City, extended through an officially published "Advertisement for Bids", Contractor did, in accordance therewith file with City a proposal containing an offer which was invited by said notice; and WHEREAS, City has determined that said offer was the lowest and best submitted: NOW THEREFORE, the parties to this Contract, in consideration of the mutual covenants and stipulations set out, agree as follows: ARTICLE 1, CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between City and Contractor concerning work to be performed are this Contract, pages one through four and the following: 1. Advertisement for Bids and Project Specifications; City of Moscow East-Side Fiber Optics Project #FOQ200502 2. The Project Plans; Labeled as Exhibit physically attached to this Contract; 3. Avista Utilities Joint Use General Requirements; labeled as Exhibit and physically attached to this Contract; 4. Bid/Proposal of the Contractor, dated September 15'", 2005, and physically attached to this Contract; 5. Performance and Payment Bonds and Insurance Certificates, and physically attached to this Contract; 6. Addendum numbers 001 and 002 attached to this contract; 7. Change Orders which may be delivered or issued after the effective date of this Contract Including: a. Change Order #001- Modifying the installation method of the connection to Lena Whitmore Elementary School and removing the connection to the Hamilton Lowe Aquatics Center. There are no Contract Documents other than those listed in Article 1. This Contract may only be amended by change order as provided in the General Conditions. ARTICLE2. WORK The Contractor shall complete the entire work as specified, indicated and required under the Contract Documents for City of Moscow project titled: City of Moscow East-Side Fiber Optics Project ARTICLE 3. CONTRACT TIME I SUBSTANTIAL COMPLETION The work to be performed pursuant to this Contract shall be started no later than October 241", 2005 and shall be substantially completed by no later than December 2005, unless adjustment of the contract time is made in accordance with the provisions of the Contract Documents. The Contractor shall begin work in conformance with the Contract Documents and shall complete the work prior to the date of completion. Construction Contract Page 1 of 4 2005-57 ---PAGE BREAK--- ARTICLE4. CONTRACT SUM The City shall pay the Contractor for completion of the work in accordance with the Contract Documents in current funds the amount of One Hundred Seventy Eight Thousand, Four Hundred and Five Dollars ($178,405.00). Said Contract Sum shall be paid accordance with the Contract Documents. ARTICLES. INDEPENDENT CONTRACTOR The parties warrant by their signature that no employer-employee relationship is established between the Contractor and the City by the terms of this contract It is understood by the parties hereto that the Contractor is an independent contractor and as such neither it nor its employees, agents, representatives or subcontractors, if any, are employees of the City for purposes of tax, retirement system, or social security (FICA) withholding. ARTICLES. SCOPE OF SERVICES The Contractor shall perform all services required by the Contract Documents. All work shall be completed in accordance with the plans and specifications established for this project. ARTICLE7. HOLD HARMLESS /INDEMNIFICA TON In addition to other rights granted the City by the Contract Documents, the Contractor shall indemnify and save harmless the Engineer and the City, its officers and employees, from all suits. actions, or claims of any character brought because of any injuries or damages received or sustained by any person, persons, or property on account of the operations of the Contractor or subcontractors; or on account of or in consequence of any neglect in safeguarding the work; or because of any act or omission, neglect, or misconduct of the Contractor or subcontractors; or because of any claims or amounts recovered from any infringements of patent, trademark or copyright; or from any claims or amounts arising or recovered under the Workmen's Compensation Act or any other law, ordinance, order or decree. ARTICLES. CONFLICT OF INTEREST The Contractor covenants that it presently has no interest and will not acquire any interest, direct, or indirect, in the project which would conflict in any manner or degree with the performance of its services hereunder. The Contractor further covenants that, in performing this Contract, it will employ no person who has any such interest. Should any conflict of interest arise during the performance of this Contract, Contractor shall immediately disclose such conflict to the Project Eng'tneer I Engineer and the City. ARTICLES. ENTIRE AGREEMENT, MODIFICATION AND ASSIGNABILITY This Contract and the exhibits hereto contain the entire agreement between the parties, and no statements, promises, or inducements made by either party, or agents of either party are valid or binding unless contained herein. This Contract may not be enlarged, modified or altered except upon written agreement signed by the parties hereto. The Contractor may not subcontract or assign its rights (including the right to compensation) or duties arising hereunder other than as contemplated by the Contract Documents, without the prior written consent and express authorization of the City. Construction Contract Page 2 of 4 ---PAGE BREAK--- ARTICLE 10. ADHERENCE TO LAW REQUIRED All applicable local, state and federal statutes and regulations are hereby made a part of this Contract and shall be adhered to at all times. Violation of any of these statutes or regulations by the Contractor shall be deemed material and shall subject the Contractor to termination of this Contract for cause. No pleas of misunderstanding or ignorance on the part of Contractor will in any way serve to modify the provisions of this requirement The Contractor and his surety shall indemnify and save harmless the City and its employees, agents and representatives against any claim or liability arising from or based on the violation of any such laws, codes, ordinances, or regulations, whether by himself, his employees, or his subcontractors. ARTICLE 11. LEGAL FEES In the event either party incurs legal expenses to enforce the terms and conditions or this Contract, the prevailing party is entitled to recover reasonable attorney's fees and other costs and expenses, whether the same are incurred with or without suit. ARTICLE 12. SPECIAL WARRANTY The Contractor warrants that nothing of monetary value has been given, promised or implied as remuneration or inducement to enter into this Contract. The Contractor further declares that no improper personal, political or social activities have been used or attempted in an effort to influence the outcome of the competition, discussion, or negotiation leading to the award of this Contract. Any such activity by the Contractor shall make this Contract null and void. ARTICLE 13. COMMUNICATIONS Such communications as are required by this Contract shall be satisfied by mailing or by personal delivery to the parties at the following address: Contractor: Sefnco Inc. Attn: Todd Krieger, Project Manager 4007 E. Trent Spokane, WA 99202 City: City of Moscow Attn: Bill Belknap P.O. Box 9203 Moscow, ID 83843 Construction Contract Page 3 of 4 ---PAGE BREAK--- ARTICLE 14. EXECUTION IN WITNESS WHEREOF, said Contractor and the City have caused this Contract to be executed on the day and year first above written. Contractor: Title: Secretary ACK NOWLEDGMENT State of I{ ;t6kođ/t/h. County of (/?;brtt? ) ) ss ) On this / q\ day of {Y.;/JJ iJ!:/ , 2005 , , personally appeared odit t> FIIU!-&cf anǪ 5Lo 7C.6T/2()/()Lf known to me to be the secretary and vice president of .iEPIV{() flV/l::f/?1!./Se described in the above document and acknowledged to me they executed the same. Construction Contract Page 4 of 4 ---PAGE BREAK--- REQUEST FOR BIDS FIBER OPTIC INSTALLATION SERVICES City of Moscow East-Side Fiber Optics Project City of Moscow 206 E. Third Street PO Box 9203 Moscow, ID 83843 BID REFERENCE NUMBER: FOQ200502 BID RELEASE DATE: 8/31/05 PRE-BID ROUTE TOUR DATE: 9/9/05 BID DUE DATE: 9/15/05, 3:00 PM Paciftc Standard Time ESTIMATED START DATE: 10/15/05 ESTIMATED COMPLETION DATE: 11/15/05 BID CONTACT: Bill Belknap, Assistant City Supervisor 206 E. Third Street PO Box 9203 Moscow, lD 83843 Phone: (208) 883-7007 Fax: (208) 883-7018 Page 1 r࡛f 20 ---PAGE BREAK--- SECTION I. SUMMARY OF WORK City of Moscow, Idaho (CITY) is soliciting bids for the installation, splicing and testing of single mode fiber optic cabling necessary to connect the following facilities within the City of Moscow as shown upon the attached Project Plans labeled as Exhibit Facility Street Address City of Moscow City Hall 206 E. Third Street City of Moscow 1912 Center 412 E. Third Street City of Moscow E"gan Youth Center 1515 E. Street Hamilton-Lowe Aquatics Center 830 N. Mountain View Street Moscow High School 402 E. Street Moscow Jr. High School 1410 E. Street Russell Elementary School 119 N. Adams Street Lena Whitmore Elementary School II 0 S. Blaine Street McDonald Elementary School 2323 E. Street CITY shall provide all necessary fiber optic cable for the Project and shall be responsible for all tree trimming and utility make ready work necessary for the installation. The contractor shall be responsible for providing all materials necessary (excluding the fiber optic cable) to complete the Project as shown upon the Project Plans; testing and documentation of all fiber optic cables prior to and after installation: the installation of all fiber optic cables by both aerial and underground methods in accordance with the Project Plans; installation of necessary conduit and splice vaults; and the splicing and termination of all fiber optic cables in accordance with the Project Plans. All fiber cable splicing shall be by fusion splicing method and all fiber cables shall be terminated by SC composite "polish-epoxy" connector type within at either a rack mount or wall mount termination device provided by CITY at each facility. Further details regarding the technical specifications can be found within Section VII of this Request. If your company is interested in providing a bid for this Project, please read the following information carefi.tlly and retum as directed within this document NO LATER THAN the due date listed below. I. PROPOSAL AND PROJECT DATES BID RELEASE DATE: PRE-BID ROUTE TOUR DATE: BID DUE DATE: ESTIMATED START DATE: 8/31!05 9!9/05 9/15/05 3:00 PM Pacific Standard Time 10!15105 ESTIMATED COMPLETION DATE: 11!15/05 BID SUBMISSION LOCATION: City of Moscow Office of the City Clerk, Room 303 206 E. Third Street Moscow, ID 83843 (END OF SECTION I) Page 2 of20 ---PAGE BREAK--- SECTION II. GENERAL TERMS AND CONDITIONS I. THE CITY Whenever the term "CITY", "City" or "CITY" is used in the documents, it refers to the City of Moscow, Idaho. 2. THE CITY'S CORRESPONDENT When required to correspond with the CITY, all such correspondence shall be addressed to Bill Belknap, Assistant City Supervisor, PO Box 9203, Moscow, Idaho 83843, or .bbelknap(th::i .mosco\v. id. u.s 3. THE CONTRACTOR/VENDOR Whenever the term "Contractor", '"Bidder" or ''Vendor" is used in this document, it refers to the Contractor or the Contractor's agents as submitted on the Project Proposal fonn. 4. DESCRIPTION OF WORK The proposed Scope of Work shall include all labor. materials, tools, services, and transportation that are required to complete all work as specified and indicated in the following pages. In general, the work includes: All labor and materials (splice vaults and enclosures, conduit, boring, strand, aerial attachment hardware, and all other materials necessary to complete the Project as described herein) excluding the fiber optic cables necessary to install the fiber optic cables in accordance with the Project Plans attached as Exhibit 5. PROJECT SCHEDULE Sealed bids shall be opened on September 15'", 2005 at 3:00 PM Pacific Standard Time. If the Contract is to be awarded, CITY will give the successful Vend or a N otice of Award within thirty (30) days after the proposal submission deadline. It is estimated that the Project work would begin no later than October 15'", 2005, and that the project would be substantially complete no later than November 15'", 2005. 6. VERIFY DIMENSIONS AND CONDITIONS It is essential that Bidders visit the work sites to verify dimensions and conditions so that the bid price will cover all work necessary to completed the Project as shown on the Project Plans. CITY shall conduct a pre-bid route tour upon September 2005 at 10:00 AM. All interested parties are encouraged to attend the pre-bid route tour to view the Project route and ask any questions they may have regarding the Project. The per-bid tour will start at the City Clerk's Office of Moscow City Hall, located in Room 303 at 206 E. Third Street, Moscow Idaho. 7. FEES AND PERMITS Contractor shall be responsible for obtaining all necessary construction pennits or other permits as required for this project. CITY will provide the necessary permits from A vista Utilities for all pole contacts required on this project and supply the necessary permits and approvals from the CITY for right-of-way access to construct this project 8. CODES AND STANDARDS All local, mw1icipal and state laws, mles and regulations governing or relating to any portion of this work are hereby incorporated into and made a part of these specifications. Page 3 of20 ---PAGE BREAK--- 9. PROTECTION AND CLEAN-UP A. To the greatest extent possible, Contractor shall keep all premises and public rights-of­ way free of waste materials, mbbish, tools, and equipment that are not in use. B. Contractor shall provide all necessary traffic control signage and devices necessary to provide the safe conduct of the subject work in accordance with the Manual of Uniform Traffic Control (MUTC) standards and as approved by CITY engineer. C. Contractor shall be responsible to protect buildings, persons and grounds from damage and shall clean up and protect all work areas at the conclusion of the work day to allow for the safe passage of vehicular, bicycle and pedestrian traffic. D. Contractor shall have a desi!,'llated person-in-charge at all times when work is being performed. 10. ACCOMMODATIONS FOR THE DISABLED Individuals with disabilities who may need accommodation to participate in site visitation, the pre-bid conference or the public bid opening meeting should contact CITY than three days before the scheduled pre-bid meetings or bid opening so that arrangements for the accommodation can be made. II. ADDENDUMS Should CITY consider it necessary to revise any part of this Request, an amendment will be made available to all interested parties registered with the City Clerk. All official clarifications or interpretations of the proposal documents will be by written addenda. Clarification given in any otber form will be informal and unofficial. 12. ALTERNATES CITY may use manufacturer's brands or model designations as a specification standard. In some cases, special brands are designated for compatibility with existing facilities or equipment. Brands of equal specification, quality, performance, and use will be considered on an "or equal" basis; however, CITY reserves the sole right in determining "equals". Offerings of alternate quality of features will, at CITY's discretion, be considered on an "alternate" basis. All "or equal" bids or "alternate" bids must include complete description and/or descriptive literature with Bid Document. Contractor may propose alternative methods of installation that might be more cost effective or efficient for the Contractor only where such alternative methods will reduce the cost of the Project or provide other benefits to CITY. Any such alternatives shall only be employed upon prior written consent of CITY. 13. AWARDS The Vendor providing the accepted proposal will be notified by CITY via U.S.Mail. CITY reserves the right to reject any and all proposals, to waive any and all informalities and the right to disregard all nonconforming, non-responsive, or conditional proposals. CITY seeks qualified Vendors. Award of the contract will be made on the basis of the following factors: A. The ability, capacity, and skill of the Contractor to provide the service and/or materials required; Page 4 q/20 ---PAGE BREAK--- B. The character, integrity, reputation, judgment, experience, and efficiency of the Contractor; C. Whether the Contractor can supply the materials and/or services within the time specified; D. The quality of performance of previous materials and/or services; and, E. The proposal cost. In evaluating proposals, CITY shall also consider whether or not the proposals comply with the prescribed requirements and unit prices. CITY may conduct investigations as it deems necessary to assist in the evaluation of any bid and to establish the responsibility, qualifications, and financial ability of the Bidder to supply materials and/or services to CITY's satisfaction within the prescribed time. CITY reserves the right to reject the proposal of any Bidder who does not pass any such evaluation to CITY's satisfaction. If the Contract is to be awarded, CITY will give the successful Vendor a Notice of Award within thirty (30) days after the proposal submission deadline. 14. PROPOSAL CHANGES OR WITHDRAWAL All changes and erasures must be made before the proposal due by date and time as indicated above, and initialed. 15. PROPOSAL COMPLETION All proposals must include the necessary information as specified under "Awards" of this request and be signed by an authorized representative of the Bidder. Please include Bid request identification on your envelope. 16. PROPOSAL QUOTATIONS Unless otherwise specified, all prices shall be for new merchandise, F.O.B. destination, with shipping prepaid and included in the price of the cost estimate. Prices shall include all handling and packaging costs. Prices for equipment shall include cost of instruction and service manuals where appropriate. 17. BONDS A. Bid Bond: A five percent bid bond (or cashier's check in lieu of the bid bond) is required on this bid and must accompany the bid proposal. B. Labor and Material Bonds: The awarded Bidder must submit a one hundred (I 00%) percent labor and materials bond and a one hundred ( 100%) percent performance bond once the bid is accepted by the City Council and notice has been given. 18. CONTRACT COMPLETION AND LIQUIDATED DAMAGES A penalty of FIVE HUNDRED DOLLARS ($500.00) per day will be assessed on the Contractor for failure to complete the contract by the contract completion date. 19. INSURANCE Liability insurance shall be for the full duration of contract and shall protect the Contractor and CITY, their agents, representatives, and employees from claims that may arise out of, or result from, the Contractor's operations on this project. The limits of liability for comprehensive general liability and automobile liability shall be not less than $1,000,000 combined single limit. Required insurance shall be primary and non-contributing to any insurance possessed or procured Page 5 of20 ---PAGE BREAK--- by CITY and shall name CITY as additional insured. Any deductible provision in liability policy shall be the responsibility of the Contractor. Requirements for Contractor's insurance shall apply to the work of the prime contractor and all subcontractors. Proof of insurance, license & bonding shall be submitted in writing to the Office of the City Clerk, 206 E. Third Street Moscow, ID 83843. 20. LAW COMPLIANCE Bidder agrees to fully comply with all Federal, State, and local laws, orders, rules, regulations, and ordinances including, but not limited to, those relating to industrial insurance, unemployment compensation, social security, minimum wages, equal employment, safety standards and building codes, and the Bidder shall indenmify and save harmless CITY for any claim liability or expense by reason of the failure of the Bidder or any of his/her subcontractors to comply with such laws, orders, rules, regulations, or ordinances. PAYMENT TERMS A. The Contractor shall file a request for payment with CITY on the 20th day of each month for all work completed to the 20th day of the month. If requests for payment are not received as stated, CITY shall have the right to withhold payment for that month. CITY shall review the Contractor's requests for payment on the first day of the month for all work completed to the 20th day of the preceding month. Progress payments will be made by CITY for all work completed to the 20th day of the preceding month on or before the 15th day of each month in cash or interim warrants. These payments will be equal to ninety-five percent (95%) of the total amounts of the certified requests for payment. CITY shall retain five percent of the total amount owing the Contractor after the contract has been completed and accepted by CITY for a minimum period of thirty (30) days. Should any liens or claims be filed during the retention period, the retained percentage will be held until a satisfactory agreement is reach between CITY, the Contractor, and the Contractor's surety. Before final payment will be made by CITY, Contractor agrees that it shall furnish CITY with satisfactory evidence that all persons including subcontractors, that have perfonned work or furnished materials pursuant to this agreement and are entitled to a lien for their work or materials under the laws of the State of Idaho have been fully paid or are no longer entitled to such lien, and the Contractor shall file with the Clerk a notarized affidavit to that effect. B. Progress payments for materials shall be considered eligible only if the materials are on the job site, and accurate, clearly detailed invoices from the material supplier are furnished. The ownership of these materials shall, upon payment from CITY to the Contractor, be vested in CITY, and such materials may not be removed from the job site without written authorization of CITY. C. CITY may, but is not obligated to, withhold any payments to the Contractor, in addition to retained percentage, in such an amount or amounts as may be necessary to cover: I. Payments that may be earned or due for just claims or labor or materials furnished in and about the work; 2. Defective and/or condemned and/or non-conforn1ing work or materials not remedied; 3. Failure of the Contractor to make proper payments to a subcontractor; 4. Reasonable doubt that this contract can be completed for the balance then unpaid; 5. Damages to another Contractor where there is evidence thereof, 6. Payments that cover all taxes, excises and license fees due the State and its taxing entities whether or not these monies are yet due and payable. Page 6 of20 ---PAGE BREAK--- CITY shall have the right, but not the obligation, to disperse and shall have the right to act as agent for the Contractor for the limited purpose of dispersing such fund as have been withheld pursuant to this paragraph to the party or parties who are entitled to payment therefrom. In the event CITY elects to disperse such funds, CITY shall render to the Contractor a proper accounting of such funds dispersed on behalf of the Contractor. Nothing herein shall create in such party or parties entitled to payment a cause of action against CITY for failure to exercise its rights pursuant to this section. Contractor further agrees that no cause of action shall accrue on behalf of the Contractor as a result of CITY's exercise of such right to disperse. 22. PRE-BID MEETING CITY shall conduct a pre-bid route tour upon September 2005 at 10:00 AM. All interested parties are encouraged to attend the pre-bid route tour to view the Project route and ask any questions they may have regarding the Project. CITY may schedule additional pre-bid meetings if determined to be in the best interest of the CITY. If additional pre-bid meetings are scheduled, those attending the previous pre-bid meeting (as determined by the previous pre-bid meetings sign-in sheet) will be notified of the time and date so they may participate. 23. PREPARATION COSTS Costs incurred by Bidders in preparation of their proposal, including travel and personal expenses, may not be charged as an expense of performing the contract. CITY shall not pay for costs incurred for proposal or contract preparation as a result of termination of this Project or termination of the contract resulting from this Bid request. 24. PROJECT EXCEEDING $100,000 IN TOTAL VALUE Every Bidder submitting a bid in excess of $100,000 shall submit as part of the bid, or within one hour after the published bid submittal time, the names of the subcontractors with whom the Bidder will subcontract directly for the heating, ventilation and air conditioning, plumbing, and electrical work or to name itself for that work. The Bidder may not list more than one subcontractor for each category of work; however, if the subcontractors vary with alternates, the Bidder must indicate which subcontractors will be used for which alternate. A bid is void if it fails to name the subcontractors, fails to list itself if it is doing the designated work, or names more than one subcontractor to perform the same work. 25. PROPOSALS DISCLOSURE All proposals and other material submitted become the property of CITY and may be returned only at CITY's option. Public records are open to reasonable inspection by the public. 26. BIDDER'S CERTIFICATION By signature on their proposal, Bidders certify that; they have read this bid request; are authorized to bind the Bidder; agree to fhrnish the requested supplies, equipment or services in accordance with this bid request. 27. PROTECTION OF MATERIALS AND EQUIPMENT The Contractor shall be held responsible for any and all materials and equipment to be installed uuder this Contract and will be required to make good at his or her own cost any injury or damage which said materials or equipment may sustain from any source or cause whatsoever before final acceptance thereof. 28. REQUESTS FOR CLARIFICATION Page 7 r࡜f 20 ---PAGE BREAK--- Questions regarding bids or requests for additional bid packets should be directed to Bill Belknap, 206 E. Third Street, Moscow, ID 83843, (208) 883-7007. 29. REQUIRED REVIEW Bidders shall carefully review this solicitation for defects and questionable or objectionable materiaL Comments concerning defect and questionable or objectionable material must be made in writing and received by the purchasing agent at least five days prior to the deadline for receipt of proposals. This will allow for issuance of any necessary amendments/addendums. It will also help prevent the opening of a defective solicitation and exposure of vendors proposals upon which award could not be made. Protests based upon any omission error, or the content of the solicitation will be disallowed if not made in writing at least five days prior to the deadline for receipt of proposals. 30. SAVE HARMLESS Bidder agrees to protect and save harmless CITY against all claims, suits, or proceeding for patent, trademark, copyright or franchise infringements and against any damage cost or liability for any injuries to persons or property arising from acts or omissions of the Bidder or his/her agents, any of which result from the purchase of goods or services from his/her bid. (END OF SECTION II) SECTION III. SUPPLEMENTARY CONDITIONS I. CONTRACTOR RESPONSIBILITY A. Contractor shall supervise and direct the work. B. Coordinate work of all subcontractors. C. Be responsible for acts, errors, and omission of his/her employees, subcontractors and employees, and other persons performing work. D. Provide all labor, materials, equipment, tools, utilities, and facilities as necessary for execution and completion of the work. E. Enforce good order among all workers on the project, particularly when the building, adjacent buildings, or other areas are in use by CITY. F. Be responsible for and so conduct him/herself as to prevent and reasonably avoidable stoppage of work by action of organized labor due to an act or omission of the Contractor or of hislher employees or agents. G. CITY shall, at all times, have access to the work whenever it is in preparation or progress. H. CITY shall not be responsible for safety precautions and programs in connection with the work and shall not be responsible for the Contractor's failure to carry out the work in accordance with Contract documents. Page 8 of20 ---PAGE BREAK--- 2. MUTUAL RESPONSIBILITY A. If any part of the Contractor's work depends upon the work of CITY or any separate contractor, the Contractor shall, prior to proceeding with the work, report to the CITY any apparent discrepancies of defects in such other work. B. Failure of the Contractor to report shall constitute an acceptance of CITYs or separate contractor's work as fit and proper to receive his/her work, except as to defects which may subsequently become apparent in such work by others. C. Should a Contractor wrongfully cause damage to the work or property of CITY, or to work of other parties on the site, the offending Contractor shall remedy such damage. D. Any costs caused by defective or ill-timed work shall be borne by the party responsible therefore. 3. USE OF CITY'S PROPERTY A. Contractor shall coordinate all operations with CITY and schedule work to cause minimum inconvenience to use of or access to buildings and grounds. B. Contractor's use of utilities, water, sewer, power, telephone, and toilets shall be only with approval of CITY. C. Contractor's Access to areas beyond actual work area is denied, except where absolutely necessary and with specific approval only. D. Contractor shall protect existing buildings, grounds, contents, and occupants, including adjacent public or private property, from damage or harm. If any damage occurs, Contractor shall remedy such damage at his/her expense. E. Storage space on site shall be designated by CITY. CITY's use of walks, drives, roads, and entrances shall be unencumbered. Unauthorized storage shall be moved at Contractor's expense. 4. SAFETY PRECAUTIONS A. Contractor shall comply with all applicable laws, ordinances, rules and regulations of any public authority for the safety or persons and property and; 1. Erect and maintain all reasonable safeguards for safety and protection; 2. Post danger signs and warnings against hazards; and 3. Post at each work site notice concerning asbestos containing building materials. Such notice is to be provided by CITY, and shall be posted at the work site before the work begins. Page 9 q/20 ---PAGE BREAK--- B. In any emergency affecting safety of persons or property, Contractor shall act, at his/her discretion, to prevent threatened injury, damage, or loss. 5. QUALITY OF MATERIALS AND WORKMANSHIP A. All materials and equipment shall be new, undamaged, and of quality specified, unless otherwise shown. Unacceptable materials shall be removed from site at Contractor's expense. B. All work shall be of good quality, free from faults and defects, and performed by skilled and qualified workers. C. Bidder shall enforce strict discipline and good order among the Bidder's employees and other persons carrying out the Contract. The Bidder shall not permit employment of unfit persons or persons not skilled in tasks assigned to them. 6. DEFECTIVE AND NONCONFORMING WORK A. CITY reserves authority to condemn or reject work not conforming to the Contract documents. B. Contractor shall correct all defective work or work not confom1ing to the Contract documents. Correction shall be made within time set by CITY in written notice of rejection. C. Failure to correct within time set may result in: 1. Correction by separate contract or CITY. 2. Termination of this Contract. 3. Costs of corrections withheld from final payment. 7. CHANGES IN WORK A. CITY reserves the right to make changes in work within the general scope of this Contract including: I. Specifications and drawings. 2. Equipment, materials, and perfotmance of work. 3. CITY -furnished facilities, equipment, materials, services, or site. B. Changes shall be made only by written agreement setting forth the change and price. Any increase or decrease in price or time of completion by Change Order shall become part of the Contract documents. Cost of credit to the CITY for a Change Order shall be: a. by agreed-upon itemized amount; Page 10 of 20 ---PAGE BREAK--- b. by unit prices stated in Contract documents; c. by accurate records of actual Contractor costs, expense, and profit (time and material). C. CITY shall have authority to order minor changes in work not involving adjustment of Contract sum nor extension of time. D. Amount payable to Contractor and Contract time may be changed only by modification (Change Order) to the Contract. E. No claim by the Contractor for adjustment hereunder shall be allowed if claimed after final payment of this Contract. 8. CITY'S RIGHT TO TERMINATE CONTRACT A. CITY may, by written order, require the Contractor to stop work because of, but not limited to: 1. Failure to correct defective work in reasonable time. 2. Failure to continue work in conformance with his/her schedule. 3. Failure to otherwise confonn with requirements or the Contract documents. 4. Failure to make timely payments to subcontractors or for labor and materials. 5. Failure to conform with laws, ordinances, regulations, or orders of public authorities having jurisdiction. 6. Actions resulting in bankruptcy, receivership, or assignments to creditors. B. CITY may serve written notice upon the Contractor and the Surety of intention to terminate Contract. I. Shall state reasons for intent to terminate. 2. Shall allow ten (10) days after notice for satisfactory arrangements or corrections to be made. 3. Shall terminate Contract if agreement is not reached by end of ten (10) day period from Contractor's receipt of notice. C. CITY shall serve notice upon the Contractor and the Surety that Contract is terminated. I. Surety shall have the right to execute completion of the Contract within reasonable time following ten 0) day period to commence. 2. If Surety does not commence work in ten (!OJ days, CITY may complete work. Page I I 20 ---PAGE BREAK--- D. Contractor and his Surety shall be liable to CITY for any excess costs involved in completing the work. 9. CLEA N UP A. Contractor shall, at all times, keep the site reasonably clean on a day-to-day basis. B. Remove all rubbish, debris, waste materials, tools, construction equipment, machinery and surplus materials on completion. C. If the Contractor fails to clean up satisfactorily during and at completion of the work, CITY will do so at Contractor's expense. 10. WARRANTY A. Contractor warrants that all material and equipment furnished is new, unless otherwise specified, and all work is of good quality, free of faults and defects, and in conformance with Contract documents. B. Contractor shall repair or replace to CITY's satisfaction any defective material, equipment, or workmanship. C. See warranty and guarantee information in the Specifications. 1 1. FINAL INSPECTION A. When Contractor considers the work complete, CITY shall be notified in writing. B. CITY shall make inspection and compile a punch list of items not satisfactory or incomplete. C. When punch list items are completed, Contractor shall notify CITY and request final inspection. D. CITY shall determine acceptability of the work and compliance with Contract documents and notify Contractor of approval. E. CITY may, at any time during work, submit to the Contractor checklists of items to be corrected. (END OF SECTION lll) SECTION IV. PROJECT DETAILS I. Project Schedule A critical component of this request is the timing of installation. A Three Hundred Dollar ($300) per day penalty shall be deducted from the contract price if the Contractor has not completed the installation by the dated listed under Bid and Project Dates above. Liquidated damages may also Page 12 of20 ---PAGE BREAK--- be sought in addition to the daily penalty in the event the contract isn't completed as specified in this document. 2. Bid Quotations Unless otherwise specified, all prices shall be for the installation of the fiber optic cables and associated appurtenances as shown upon the Project Plans, including all terminations, splicing, and testing as described in this bid request. 5. Subcontractors Proposals must include a written statement from any proposed subcontractor verifying their commitment to provide subcontractor services to the Bidder. Substitution of any proposed subcontractor, if allowed, is only allowed after prior written permission is received from CITY. 6. Permits and Rights of Way The successful vendor is required to secure the necessary permits and rights of way for the project. The successful vendor will pay for any and all permits and rights of way required to support this contract. 7. Assignments This contract shall not be assignable in whole or in part without written consent of CITY. CITY shall not approve the assignment of the contract if such transfer of responsibility would operate to decrease CITY's likelihood of receiving performance on the contract. (END OF SECTION IV) SECTION V. TECHNICAL REQUIREMENTS l . PRE INSTALLATION FIBER OPTIC CABLE TESTING REQUIREMENTS CITY shall provide the Contractor with sufficient single-mode fiber optic cable to complete the Project as shown upon the Project Plans labeled as Exhibit and incorporated herein. Contractor shall be responsible for the testing of all rolled cable with an Optical Time Domain Reflectometer (OTDR) for fitness for installation prior to installation of such cable. All such test results shall be provided, in a table and trace chart format, to CITY prior to installation of the cable to document fitness of cable prior to installation. A CITY representative may be present during the testing. 2. AERIAL INSTALLATION STANDARDS All aerial fiber optic cables shall be installed in accordance with the design plans as detailed in the Project Plans labeled as Exhibit and incorporated herein. Prior written approval shall be required from CITY and Avista Utilities Joint Use Division prior to any deviation from the Project Plans. All aerial installations shall also be installed in accordance with Avista Utilities Joint Use General Requirements labeled as Exhibit and incorporated herein. Contractor shall record all fiber optic cable sequential numbers for each station, splice enclosure, splice vault, and termination location and deliver a complete written list of such sequential recordings to CITY upon completion of the Project. 3. EXCAVATION AND DIRECTIONAL BORING SPECIFICATIONS Contractor shall be responsible to call for utility locates a minimum of forty-eight (48) hours before any digging, boring, trenching, grading, aerial anchor placement or any other excavation Page 13 o/20 ---PAGE BREAK--- work as per State Code. Contractor shall be responsible for determining depth of utilities from utility as built plans and shall verify all existing utilities located within five feet of the bore by potholing. Contractor shall be responsible for the repair and restoration of all potholing locations per CITY standards. Contractor shall be responsible for all necessary traffic control in accordance with the MTUCD and CITY standards as approved by the Moscow City Engineer for work located within or adjacent to public right-of-ways. Pedestrian traffic shall be maintained at all times or detoured with appropriate signage to a suitable route. Traffic control devices shall be removed as soon as they are no longer necessary. All open excavations shall be property secured, signed, and protected during and at the end of the work day to protect the public. All excavated materials shall be contained and stored away from public roadways in a location approved by CITY and shall not be stored upon private property without prior written approval for the subject property CITY. Contractor shall contain all boring materials and sludge onsite and shall be responsible for the clean up and restoration of the boring or excavation location. Contractor shall be responsible for the removal and disposal of excess material. Locations of splice vaults shown on the Project Plans are approximate. Final location of splice vaults shall be determined in the field with CITY after all existing utility locations have been identified within in the approximate area. Splice vaults shall rated appropriately for the surface traffic anticipated on top of the splice vault and shall be placed upon base of crushed and compacted rock and top of the splice vault shall be level with the existing grade such as to not present a tripping or other hazard to the public. All underground conduits shall be placed at a minimum depth of thirty-six (36) inches and a maximum depth of sixty ( 60) inches unless it is necessary to vary from that depth to avoid existing utilities and any deviations from that depth must receive prior approval from CITY. Conduit material shall be continuous PVC in the size specified within the Project Plans and shall be installed in a liquid proof manner. Standard bends using the longest possible bending radius shall be used, but at no time shall the bending radius be less than twelve (12) times the nominal diameter of the conduit. A minimum vertical separation of sixteen ( 16) inches shall be maintained between crossings of new utilities and existing utilities. A minimum horizontal separation of four ( 4) feet shall be maintained between new utilities and existing utilities unless otherwise approved by CITY in writing. Any damage to CITY's or any other franchise utilities by the Contractor shall be repaired at the Contractor's sole expense. Upon completion of the conduit run, a mandrel with a diameter of at least eighty-five (85) percent of the nominal diameter of the conduit shall be pulled through the conduit run. If the mandrel does not pull through, the cause of the obstruction shall be determined and corrected. A number ten (#10) conducting wire shall be pulled through each conduit along with the fiber optic cables for future conduit location purposes. Contractor shall be responsible for the restoration of all excavation and boring locations, including all signs, striping, guardrails, markersƲ trees, fences, pavement, concrete, sidewalks, curbing etc. to their original condition or better and to the satisfaction of the adjacent property CITY(s) and CITY. All boring pits shall be backfilled, compacted and restored per CITY standards. Excavation within existing pavement of any public roadway shall be cold mix Page 14 qf 20 ---PAGE BREAK--- patched the same day that it is excavated, and subsequently hot mix patched as soon as practical. 4. BUILDING ENTRANCE ROUTING CITY will identity an entrance path to each building requiring fiber service. This entrance may be underground conduit or aerial to the building as shown upon the Project Plans. Each building's entrance facility is different and will be engineered using practical guidelines. Contractor shall be responsible for the building entrance installation where necessary, which shall typically include core drilling and conduit installation to the termination point located in close proximity to the building entrance location. 5. QUALITY CONTROL INSPECTIONS CITY may employ an independent quality control officer to conduct periodic random inspections and observations of the work done by the Contractor, and to conduct a post construction inspection upon the work of the Contractor. Contractor shall provide the quality control officer, and any other CITY representative, full access to all work areas for inspection and observation purposes. 6. FIBER OPTIC SPLICING AND TERMINATION REQUIREMENTS All splices shall be by fusion splice method with no more than two tenths of one decibel (0.2dB) of signal loss per splice. All splices shall be protected within splice trays as specified within the splice cut-sheets and shall be housed within a splice enclosure such as a Coyote Brand Dome Closure or similar equivalent splice enclosure. All terminations shall be of the SC composite "polish epoxy" type. The Contractor shall review all end faces of field terminated connectors with a fiber inspection scope following the final polish. Connector end faces with hackles, scratches, cracks chips and or surface pitting shall be rejected and repolished or replaced if repolishing will not remove the end face surface defects. The recommended minimum viewing magnifications for connector ends is 200X for single mode fiber. All terminations shall have no more than 0.2 dB of signal attenuation. 7. ENCLOSURE. VAULT AND CABLE LABELING AND !DENTIFICA TION Contractor shall label all cable ends, splice enclosures, termination enclosures and vaults with a machine made label with permanent hlaek ink on a white background with type of no less than fourteen (14) point font. Labels shall be in the fom1at specified by CITY. Each fiber optic strand shall be labeled with a unique identifier at the termination point in the termination enclosure. Connectors shall be labeled on the identifying sheets on the front of the termination enclosure. The identifier shall be in the format specified by CITY. 8. POST INSTALLATION FIBER OPTIC CABLE TESTING REQUIREMENTS Contractor shall be required to test all fiber optic cable fibers terminated within the Project end­ to-end with an OTDR for bi-directional attenuation at 1310 nmil550 nm in compliance with EINTIA-526-14 or OFSTP 14, Method B, according to the manufacturer's instructions for the test set being utilized. Written test results shall be provided to CITY in a table format and a trace chart. Splices as they show up on the OTDR trace will be identified on the chart. A CITY representative may be present during the testing. 9. DOCUMENTATION The following documentation is required to be delivered to CITY within three days of completion of installation. Page 15 o/20 ---PAGE BREAK--- A. Complete test results for all fiber optic cables B. Complete record of all sequentials as describe in Section V.2 herein C. As-built drawings for all underground installations showing conduit size, material, depth and horizontal distance from available land marks such as existing CITY utilities, curbs, manholes, utility poles etc. along the installation route. (END OF SECTION V) SECTION VI. INSTRUCTIONS TO BIDDERS I. FORM AND STYLE A. Bid responses must use the forms provided. Electronic responses are not acceptable. B. Interlineation, alterations and erasures must be initialed by the signer of the bid proposal. C. Each copy of the Bid shall include the legal name of the Bidder and a statement that the Bidder is a sole proprietor, partnership, corporation or other legal entity. Each copy shall be signed by the person or persons legally authorized to bind the Bidder to a contract. A bid response by a corporation shall further give the state of incorporation and have the corporate seal affixed. Any bid submitted by an agent shall have a current power of attorney attached certifying the agents authority to bind the Bidder. 2. AUTHORIZING SIGNATURE Bids must include an original signature by an individual authorized to bind the Bidder to its provisions. The proposal must remain valid for at least sixty (60) days from the deadline for receipt of proposals. 3. SUBMISSION OF RESPONSES A. One original copy of the bid and other documents required to be submitted with the bid shall be enclosed in a sealed envelope and shall be deposited at Moscow City Hall, City Clerks Office, Room 303, 206 E. Third Street, Moscow, ID 83843 prior to the time and date for receipt of bids. Bids received after the time and date for receipt of bids will be returned unopened. B. The envelope shall be addressed to City of Moscow, Attention City Clerk, RE: Fiber Optic Bid Request, at the above address. If the bid is sent by mail the sealed envelope shall be enclosed in a separate mailing envelope with the notation ''Fiber Optic Bid Enclosed" on the face thereof. C. The Bidder shall assume full responsibility for timely delivery at the location designated above. D. All bid proposals must include the following items: a. Signed Bid Proposal Form including completed Unit Pricing Schedule; b. Subcontractor Form; and c. Bid Bond in accordance with Section 1!.17 Page 16 of 20 ---PAGE BREAK--- E. Fax copies of bids are not allowed. (END OF SECTION VI) Page 17 ql20 ---PAGE BREAK--- CITY OF MOSCOW EAST-SIDE FIBER OPTIC BID PROPOSAL FORM #FOQ200502 Proposal by: Address: Phone number: _ Fax number: Having carefully read and understood all sections of this Bid request and all associated documents, !iwe agree to provide all labor and materials as per specifications for the following price (Do not include sales tax): Write out amount (e.g. One Thousand, Four hundred and five dollars.) I Description Base Bid RECEIPT OF ADDENDA NO. is/are hereby acknowledged by: I śollar Amount , , Respectfully submitted uy Date: _ Printed ACKNOWLEDGMENT State ) ) ss County ) On this day , personally appeared known to me to be the described in the above document and acknowledged to me they executed the same. Notary Public residing at: (seal) Page 18 of 20 ---PAGE BREAK--- My commission expires: _ UNIT PRICING (Required) Work Uuit Unit Cost Total Units Total Cost Aerial strand Linear foot Installation Aerial cable over lash Linear foot Riser installation Per riser Aerial Anchor Per anchor Installation New Pole Per Pole installation (35 foot) Trenched conduit Linear foot installation Directional boring Linear foot conduit installation i Conduit cable pull Linear foot Installed splice/pull Per vault vault Fusion splice Per splice Fiber strand Per strand termination Fiber splice enclosure (inc. splice Per enclosure Trays) Page I 9 of20 ---PAGE BREAK--- PUBLIC WORKS- NAMES OF SUBCONTRACTORS (Required) The following subcontractors listed have subcontracted amounts, which exceed thirty percent (30%) of the contract price. If awarded the contract, the Bidder will subcontract with those indicated below for the performance of work designated. Bidder shall name itself if a category of work will not be subcontracted. Failure to name subcontractors or itself on this bid form or within one hour of the receipt of bid shall render the Bidder's bid non-responsive and therefore, void. SUBCONTRACTOR I Work Description Subcontractor N arne Address Telephone Percentage of Total Work SUBCONTRACTOR 2 Work Description Subcontractor Name Address Telephone Percentage of Total Work SUBCONTRACTOR 3 Work Description Subcontractor Name Address Telephone Percentage of Total Work Page 20 rѾl20 ---PAGE BREAK--- • _ ij . Moscow, ldaho,_l)n¢ed State£ ' / ' ' ' I 0 " I 7, z; L I' ' 1 . . I 4. I il' ' ' ' I c . 1 ' I ai_ ·E · i §i • ǟ !REC CEIITER I ࡄ 1 1 \ Ǡ 1 ; ࡃ 1 , Ɉɉ__l_j , L uL I q Moscow EAsT smE 1i) / , · ==='il1 J Ǥ- I I 3l 1 Pi ޾ut>·Fst:==> r::F:P - - -Ð.ÑÒ-Ⱥȹ'eOW CirY HALL 206 E TiiiRD S1 e :MOifup;st " ǣ Ǣ 1 [ l I[ l 1 I ǜ J l z JOHN RUSSELL SCHOOL 1 19 N ADAMS 1J I. I li ѷI I . I ޷ lf===U II >i;l-JJ I I MOSCOW IIS 402 E 5 ST ! l _ ࡉ- 1/ -ǘǙ-:ǚǛ.----11 n : Mosco;v niS l4IO E D . sT 'I · # · - g ࡕr- -ǟ Ď 1 ' L I ' MOSCOW AQUATIC CENTLR 830N MT VlEW l 1 iѶ I ѱ w' L ' 1 ) ɀ I 1 lli<>UGH I 1 MCOONAiLD ELEMENTRY 2323 E D ST j Ѵ _ L. 0 \ zc=J 1 ' 1 LENA WHITMȸ.!f ELEMENTR Y 1 1 0 S BLA]},'E ਔ . - iii . . · · · i . Ç ਧ Tr- i. g l, ' I . . \J 'l y ll jl I 'I L ! "1 i ' I - I I 1 : ! ' ' ɄɅ : Ɇɇ.J MCOONALDELEMEN1RY I i MATERlAL LIST I i ¤ 1 , gj -g ' \ i'Ll c=sJl"'"c::.r : 1 ' I . . . . ࡅ . . . 'i ,1 . ..11 1 . 1 . 144 f . ·rnER wos· f 1 " 1 1 I Ѳ ' I ' 1 0 ' 1 . 48 FlBER 8169' I . I _ - . - , _ . · . ȷ . 1 2 FlB . ER 8712" I i ' I I ޹ : I I I i ' !i u ' ¡ ѵI OM SITRAN ' D 10 085' L ' i ' ! · ! , cresr:Df · l ! · , _ ' _ [ L _ . L l I I 6 Ɂɂ I L ' ' . _jǕ . PNDU!T 4134' ! I 'j L 7· I19UC€NlONDUJ'f 200' j l 1 ' ' ' il/1 o : . ! - ޵ . L J I ! ' I I . ' ࡇ ! ' I R ' I 4" ONDU ' 10' · -x • "I r · ' I . 1 G r · _ 1 2Ó JNNERDUCT 960 {Tirilov:a Ɋɋ Mce Ɍ :rj i ࡊ- n i ] , \ ! ; · • ਘਙ- t ࡖ· - . ࡆ ' ǡI j ' ' I , - VAULTS 4X4 4 rurѹ""0 *r w \ ll' i 3 i ; I LENA WHITMORE ! I FSL: 4 Ǟ . . . -5 · · . ·-fcr.:i'1._:;iii:L'. b · . n · · · _ · . - . · . . . . ANC _ .HORS 10 i wࡈ · ѭ · 1 1 • I . ' m ޸ 11 jMOSCOWHS l I i l : ; i i l 5l sw ANCHOR 2 i : : I i : i ! : I a ?t 'j1 ' RISERS 12 ' 'LJ ' ' ' . il • . ' . ; ' . . , · ! ' · Lc::c: ; Ⱦ · i 7ic _ NEW POLE C-4-35 2 " _ . . :IE,Sthist ' ' 9 ' ' ' i . ' ࡂ Ѱ J'i<1J;j111(•"' \ r _ · i ' · i ' I I ' · I I ; { · . · · 1 · _ · · . ' . . . ȼ i . ѳ . i I ȿ ll. I I . li\ . ࡌ- . . ' Ƚ ) I . . I l2" PULL BOX I ( Q OL" [!li !E : : n; I L lA : ' :l ' . 'r 0 illth - ď· ' Ǡ Ǧ- i ǥ - ǧ.(.Ǩ . AVJȶTA TRANMISS!ON POLES I v _ J : . · · . . _ . ª F ǝ Ǟ • i'l _ . ' \ · ' JǦ . i . Ǣǣ, U AV!STA D!STRlEUTIO · N · · POLES 50 f · J l . - · : h:e:·riti·! St::=:Ѭȵl ­ ! ;i : B ! :ȴNlis 27 , - Ǥ ǥ . I ' 1 · _ · fll;=-==ࡢࡣ . ®JlJ - - - = . . {r Ƀ - . A\,(IS1jA ANCHORS USED 1 v · I · · · Ȼ · · · ਒ ' I ' · ' I I · \ " , 1 1 , . 'J , ' . . f;j . 11 : ) I A VISTA OVERLASHED % 0 m• 0.2 OA 0.6 lft:cEO;v. EOo .liJL ! 9 ࡎlࡏ-"i ࡐ ѻlfl;;!ii(' ---PAGE BREAK--- TRENCH DETAIL COMPACT/---ǜ- \ SOIL USE CLEAN F IL L \ - 1 - PLACE \.JARNING TAPE ǝ· C!J' V> z I 0 ' 1 ihl r-߁- j L.J V> V> ---PAGE BREAK--- F1RSTAL SE D IJ G 2 !7+93 0 lDM STRAND 12 roc . 6 ޮ 12 FOC AERIAL ࠹ L: N p , . S E E B E L O w v CONDUIT . e:A\SѨѩ -vѧ-= ਆ ਇ ਈ LEAVE 5' OF BELT SPv NORTHSIDE OF HS L E F T 2k CONDUIT 12 FOC BORE TELECO RM ENTER NEXT TO AJR CONDITIONER LEAVE 50' OF SLACK TERMINATE 6 FtBERS T R E E T R I M 1 1 1 1 ࡁ I I ll CONSTRUCTION NOTES FOLLOV NOTES ON DVG RECORD SEQUENTIAL$ AND PLACE F I BE R ID TAGS AT EACH ATTACHMENT AT SCHOOL ENTER NORTH SIDE OF S E: C D N D A V E: 20.05 Ǐ SWANCǎ Ѧ ST L T + 19'6' CTV DROP r 19'3' VER1ZON 19'3"' MOS MAKE READY - -rV ' ࠼Z-N E.VERYONE RAISE. 1 MOS ATTACH IN OLD 49' 108' NTRL + CTV MOS 1' BELOW CTV c-..:4-45 BOND TO AU GRND ANCHOR AND GUYV CONDUIT 12 F1BER TRACER V1RE EXISTING CONDUIT SEE RISER DETAIL E X I S T ING UG PLACE 12 F I BER 1NTD 1912 BLDG PLACE TRACER VlRE 0 30' 1 9 1 2 SEE TRENCH DETAIL 50' OF SLACK TERMINATE 6 V J BERS ·-.ǐǑǒǓ -·EA_ _jj_ I' S E E A B O V E R I G H T N BUILDINGS NEXT TO AIR CONDITIONING JUST EAST OF FRONT DOOR MATERIAL LIST 12 FJBER 10M STRAND RISER 2• CONDUIT S'W ANCHORS ANCHOR AVISTA POLES AVISTA BONDS 1597' 350' 2 396' 2 1 2 ) 1 M O S C O w E A S T S I DE ȳ I I i i I I 2A I ---PAGE BREAK--- CJ q w w ৿e fiBER \OM StRANO 'I f- w QC ࠷ z > DZ I 121' ST 6T CTV C·3·Sil B STREET ɏ'W\ȯ A s T TR(E TRȫ Ȭ 019ު7Q t/';e;r ·ǚ 19•92 NTRt • NTI!l.. + •oa ni.OW cTV MOS 1'11ELGW CTV C-J-50 C·3·'5ll II(>ND TO #W GAitll IIONOTO IUI GIU«< CONSTRUCTION NOTES SEE D G 4 f"OLLOIJ INSTRUCTIONS ON DVG RECORD SEQU(NT!ALS AND PLACE FIBER TAGS AT EACH ATTACHMENT 2$'9' ST LT Ȯ MATERIAL LIST 23' CTV 49 FIBER 899' uo¢ !OM STRAND 1634' ANCHORS 2 -ਦTO lUI C-4-35 1 l! AVJSTA POLES 7 ৲ BONDS 7 PIIR RJSI:R 00 NOT -,'f'n'QI TO TVȭ tole࠸ - \ 22':il" V(RJZ'Otl DROP \9'4' CTV 111'&-MOS \ c-S-•s- - ৷J IIOND TO IIU .jSa ns<:R MAKEIU!ADY RAIIU:l TV t' • ji.'JTACR MOS IHOUI POSmOft 10M StRANO >HRI. Ǚ ON M0$1'fl!U)WCTV c-ì-(:1 IIONDTOAUGfiM) MAJIJ!fii\ADY IIAI$.TVt'/ ATTACH -IN 0U1 ,0$1) * •a rlll(R !OM STRANO 1ީ StRAN!:I ll(>' "'Ǎ·t D 19'5' r;aLAȰ!+ȱȲ$ ST L T 23'1' crv 23' CTV Pl D o_ ANCHOR AND GUY MAKE READY CJTY TO PLACE N \ OF TH[ POLE MUST BE {AT L£AS_!Y BELO\J NTRL, MOSCD\.J NO ---PAGE BREAK--- 6u RISER DETAIL i AV!ST A 1 0 MOVE R SER • I ' ' ! AND BUllD $TANDOF L(AYt o; OCLT SPACE Wɐ;;j A . T.T A · C · H ' . . R!SER E OCT>JEEN POI..l: AND RISER -ȧȨȩi"¥1 . HT ৱ-JC-N>b:l" 0 L D , A All ANO lR!:NCM c.৫>I STRAND ৻l·JOৼ CATES NG 2" CONDUIT 4S roc WO' • CTV DROP i r. VEil!ZflN lOW VI!RlZOt.l MOS1'8E 1'l ࠱:f-45 C ST liAHR OFf CVI'Ill L!NI2 2'5'3' 3 PHA<.'t l!RilP 21'!' CTV ZIY1ਅMO$ c-৯·45 BOND W ;UI GRI«< f- njIll _j ৪· PLACE 'WA AND TRAC TRENCH TO 36' . ' D ST • YATER stORM llRAJI< nRÓ •loiATtR 0 'LAC£ f!SE:R lll TAGS Af (ACtl AHACHHOIT AATOUAL LIST •a nocR 1•0,. l\IH STRAN!I H9' RISER l ' ' 2' CONDUIT 710' AVISTA POU:S 3 v- lli»>DS 2 RISERS l 00 NOT ATTACH 1 THIS POLE w 3(.•36 ৬৭71 TRENCH/BORE RESTORE lJ) LJ :3 w w CALL FOR LOCATES BEFORE DIGGING MOSCOw :No I ǧ< • •n.t< l:-01'' " ŗŘřŚ-·"·- 4 ---PAGE BREAK--- } I­ V> l.pč-1'0 IP;;'J/ Lj _j - ĊċČ/ ޜ c·êৣ৤o z:no· NTR¥ !IOHC TD .flU 111'$" - 23'U' l'llRL ATTACH TO 11.1,1- ":UM':40"1H:I.QWDloru>..,... 2U'o/ tHR!.. ࠫriࠬH.WࡡtaOWCI..Ol'.,/ i:TJ' StCt>I!IAilr 0 Al«< ANCHOR fll'$' .00 19"4" 1110$ ?J'll" NTRL Zl"'S' Sl LT 1$'9"1101;1 C-4·40 AtRlAL c৥০-:15 49 r!SE:R c-ê-১s 2. TREE TR! l'J 1014 STRAND AERIAl._ BOHO TOAU- ! WM STRANO :3 -ąĆ . -ѠѡѢfJi! 6'J' O no· ut· ਊ਋ਉ m· Q 3H1! :IS•St 3'J¦'JS S<.T R!SHI i!OO) l'k D s T 41•10 W COttll\JH M U' lN OCPrH ࠩ lRAt;<:.R VIR£ ANI{ IOAIޞ Ld P' vi RISER DET All N ǘ· oE ড়ঢ়' L.:J - QC w > D I­ V> o/ ocu 2J'W Nli!L 2l'6' ST L T /ĄćĈ 112..- hv,-\o =tY. lj. / .Y _ f"\1? Nje"' r-or6 fl'1r"' - 60 AV1ࠨLJࠧ 411" P:::l - Ld Ld AER!AL cª4-4'5 ·ৠ+6t> Ut T_ E T R I M:dW џ·Til· ATTJ ޟ l'lt; ޠ 48 f!l!£R !OH STRAND > TRIM ' TREE CfTT aAta'i Rl:AQY NEW CITY POU' . j',œ- 0- 4, ৛ " " 1 1--1 21'6· CTV _j 2\1'<1. W - " L_ TO .W N QC L'J CONSTRUCTION NOTES RECORD SEOUENTJALS AT EACH ATTACHMENTS, PLACE !D TAGS 1- L w _j D _j ld w w HAlt:RlAI.. us; 49 r!l![R 1569' IGM SH!ANJl 1§4\1' ' kiteR I c¨©·30 AVIS! A f'Ol(S 9 llONI)S 4 RISER AVISTA Pl.1E 1 (ȣ 5Ȥ-ȥ 1 0 0 w ACR!AL 1 lJ S ! ' " I 50•16 rJfs. I 1 . s . . I. 2d:-¥f . :J ---PAGE BREAK--- C!'J'I$TRUCTl!:ti NOTI:S lltCORll SCOOE:MT!ALS. ANO f'I../I.Ct Jll T...US AT AHAC!t.ACt TR.o.ct:R VIR( AA1l WARNING TAPE AV!SlA PQ..ES 7 v' !:ll:'lll! S 5 wr.ttR.!AL usr •a ns;:R 2?Jr k'rS!:ࠣl'i_ࠤD lSIࠢ/ ANCHOR I AEI !OM STRANO I m · - D s T 4£ R JA!.. 101< STR""'ll 56• (97' ··-Ăă >W 5 W U'O' ' f­ w P 0 , . ( 0 . " > ?t'll.l; crv D ' TREE 1!(1" 3 Ro>O<. 21:9: t:TV zen· YER!ZON I · ' m· CN " > . · ǖ W W · M!NG 2¾·r crv vtRIZott ࠞ c-¾-•5 v- E I L..l fR!M - f- MAk · PO 21'9' YCR!ZON C·•-¾5 :vre·"'Q$ •otlrnO W 6hn»ޚ> vc\ޛ Z READY z w . é - DC . W lJ w 2it'!>' ST o 5 2\J•t• CT . II K AI<"" V!:RIZQ« DROP ȡȢ \L""]őAu. FOR fi.<»>II TOAU- 0 MNOI-Y 1!111.1 Y1iWZ0H 1' 't,ޘ AE>!!A৐ ST LOCATES PO SEE D'w'G 8 MJHS Sf'AN fROM TRANS!TirJ'I$ TO IJ(j 413. fiBER !CII SfRAAD I I ਛ' « - Jll A<:lUA!. I l •a nBrR Ő 6!ࠟ36 l3 IH' o(,!)ѝ29 illfήOI< FJOCR . :3 RISER DETAIL . o N ў-·R!S£R Il[lA!i:) kpii\ DC C::l !07" -Œ CONtKJIT 12 fiBER I li!NA -ITMOilE fiiST SEE D'w'll l3 '1!2'9" I"VV? RISER CTV IB'W 0C 1T11" - H - - - w w ll!E H QI,IAO 01' l'OU: CUOU. fiiW(I: ,U _ VMJZ৖MOWM.olll STANOOfT E MOSCD'w' N :Nil-q==:) 16 ---PAGE BREAK--- Ll 3 Q w w 12 nm:R V AU L T D E T A I L A _ AQUA TIC Ct TER tLtM!:NTRr ' tL(I1l:K1RY D S T ࡒ;_f.r;.wࡓll\£1 S!"'..ICE CASE H• YAUl..T TOP or- VAUlT 10 BE LEVI:Ǒ \I'ITH FOAM AA'C!Ut'UTll, (:UlAN PIU. ৌTIOII.্WIUilND-TAI>I! t'UI.OWSUftf'ACE IIP.TOIU\ GRASS R IS E R D E T A I L N 4E TENNIS COURTS T E N N I S COURTS TR(NCH/&lJRC :JE.• RESTOR( GRASS ON( IN!lal:R li' f"!OCRS lollli.,. TtRMINAT(Il IN U::NT£!'1 It' r!lltR fiiS IZ f!SCR fRDI L(NA 0/H!liLAC( rJB(R lAGS Al EACH AHAC>tl€1<1 NAt£RIAL US! 12 fiBt:l'l •e nocR uo· ৊run ua 4" CONDUIT 590" 125· CONDUIT JOSfl" VAU!..l I Hll« StRAND Zi;9" RISER I AVJSTA TRAfiSI;lS$!01<. l V C E N T E R 1 MOSCO\J ® ћ'No " et: Q w - > f­ I 7 ---PAGE BREAK--- MOSCOW JR HS lXl"" TG ltl'JIJ' u;Y(া h q)lO! tZ5 COM!JJP " MOSCOW JHS o- T-Til1bl'l- Hুll( l <>L(li'G T(J' ll(JY Thࠗ࠘ ࠙ࠚlti. ৅Asr sJ!lt ar Tl.l Ul'o'Eঽ mET ' 48 011(.1! !ৄ(:l.li tDGE: ar $ la>! Sl!WJER BED, BORE SlD('w'ALK PLACE l2:X12 J BOX, RISER UP BUILDING 'JITH 1• CONOU!T CORE DRILL INTO REC CENTERS TELECO RM RECORD S!:OUENTIALS 1'\.Acr Tll:ACCII ;IJRC ii"ID YAAti!M:i TAPt RESTORE ALl ARt/IS TO PLACE r!KR In lAG !IATERJAL LIST r!II£R 41(1' 2" CI.)I;!N!T 36(1' 4H VAULT l P!.ACf CONWIT uP S!OC IY Ml.IATJC CtNT(R Cllil£ llRill INTO rALS:t cou..c; or l(LtCO RN MOSCOw ' NO 0 1 10 7· ---PAGE BREAK--- I ' ! -l z.U j • f- . ޓ ࠒࠓ !!tl±l jo \ i I • !UI} , pnn ޔ.tiE!ޕ f- !l ij i z EDŇ LAC( !00' OF SlACK !2 F!B£R 2' CONOUJT 'WATER 00 'WATER B S T R E E T I " 0 S.E'WER SORt CALL FOR I LOCATES b f- f'ROM CIJRB 66 BORE Sal TR£Nt::H DETAIL ޏ z DRfV(\IAQY Ç޶ 33' w DRJVEVAOY I > LJ _j vm UNfS •ND 6::ERS u CALL FOR b' fROM CURB LOCATES !2 tiBER ÿ· 2' CONDUIT OR!VEI.IAOY SEE TRENCH DI!TAU. BORE I j _j DRlV(I.'AOY l2' S E E T O P R I G H T D w G 1 3 S E E B O T T OM BORE 60' SEE TRENCH DETAIL kс рi!поIT DR!VE'WAQY l2' ސ YATER L1Nt:S AND METER$ z 6' fROM CURB _j BORE w > SEE TRENCH DETAIL w _j !JR!V('WAOY I L2' u IJ ту фi:.хц ' 18' DRIVEv." l BORE j SEE TRENCH DI!TAIL BORE লnun ' S E E D w G 1 5 L E F T CALL FOR LOCATES CALL FOR LOCATES CON$TRUCT!ON NOTES: PLACE 2' CONlliJJT AND l2 t!Bt:R YHE:R£ INDICATED CALL FOR LOCATE$ AND PICK B£S:T ROUT£ fOR BORE: I w _j u 12 nm:R z· CONDUIT l I RECORD SEQUENTIAL$ MA TER!AL LIST !2 rJB(R 6র9' z• CONDUIT 6S 9' 444 VAULT 2 cow L E N A wHI TMORE 15 ---PAGE BREAK--- DETAIL CUT HOE fOR R£C0V!NG BORE ?LAC£ LZ5' CONDUli uP BUILDING AND 150' ACROSS THt ROOf COR[ DRILL INTO TELECO RM lC f'll:lER CONDUIT w i N D O w S w E S T S C H S I DE L . O F PULL BOX CONSTRUCTION NOTE$ CUT AND RESTORE ASPHALT AT SCHOOL. SEE TRENCH DETAIL. PLACE 2' CONDUIT TO BUILDING AND TRANSIHON TO 1.25• CONDUIT. PLACE PULL BOX MATERIAL LIST 12 F!OCR 242' z· CONDUlT 12' L2':5' CONDU!T 180' 12'' PULL BOX CALL FOR LOCATES E 1 S T S TR E E T , 1 cc; L S H R U B S 12' lJ ) ) ·d nBER ) q 2' CONDUIT CUT AND RESTOR£ ASPHAL T L. E N A w H I T M O R E S C HO O L f- w J w Q_ L E N A þI TM D R E P L A Y F ! E L D I L[AV[ 50' OF SLACK н M O S C O w Q ! N I eo· DRILL INTO TELECO BL OG 1 6 ---PAGE BREAK--- N5 AVISTA UTI L I T I ES\ ANCHOR ƻ-ƺ Ƽ ƽ- R2 AV I STA UT i l i T I ES REQU I RED R SEPARAT ION 1 COUWUNICAl lONS N4 N2 Jl_j P""1 ' . . . All attachments to A vista Utilities poles must meet the following general requirements and the specific requirements in the joint use standards that follow: NOTES: N1. All parties attaching to A vista Utilities poles must have a signed Joint Use Agreement with A vista Utilities. Joint Users must refer to ll1eir Joint Use Agreements with Avista Utilities for specific attachment requirements. N2. Attachment height wiU be approved by Avista Utilities prior to attachment. N3. Communication cable attachments must be on the same side of the pole as A vista Utilities neutral, unless otherwise instructed by the A vista Utilities Joint Use Administrator. N4. Communication cables must be in the communication space and separated from each other by 12 inches when attached directly to the pole; 12 inches vertical separation is specified by the FCC and local State Commissions. TV cables must be installed above telephone cables unless an anemative is approved in advance by the A vista Utilities Joint Use Administrator. N5. AUachments to all A vista anchors must be approved prior to auachment. All unbalanced tensions must be guyed. N6. Ungrounded communications down guys must be insulated If the pole supports any conductor of more than 300 volts (R4). N7. Holes resulting from attachments removed or relocated musl be filled with a treated wood plug (R5). N8. Existing holes shall be used for attachments and equipment mounting whenever possible. N9. Through-batt holes must not be cross-drilled within three inches of each other. N10. Through-bolt ends must not protrude more than two inches beyond the nut on the other side. N 1 1 . Additional clearancas from ground and obstructions are the responsibility of the individual company and may require taller structures. Prior arrangements must be made with Avista Utilities. N12. Subduct or squirrel guard must not be installed without the prior approval of the Avista UtHtlies Joint Use Administrator. N13. AII-Dielectric·Se!t-Supporting (ADSS) cable is not allowed for attachment REFERENCES: A1 . For Vertical Clearances, see D0-1 .407 and D0-1 .41 0. R4. NESC 279.A.2. A2. For Climbing Spaca, see 00-1 .422. A3. For Crossarm Climbing Space, see D0-1.425. AS. See Material Specification 6682.200. DATE 08124/04 DISTRIBUTION STANDARDS Ŝ"!/VISTA. Utilities Joint Use General Requirements PAGE 1 of 1 SPEC 00-1.401 ---PAGE BREAK--- NOTES: AVlST A UT1L1TIES IN3\ Single Circuit Double CircuÌ ln-Une Buck ln-Une One Buck Two Bucks POLE HEIGHT 45 feet 50 feet 55 feet 60 feet 65 feet N 1 . Use the table above as a guide for the minimum pole requirements for A vista Utilities use. Larger poles may be needed to provide adequate clearances and separation for all parties. ' N2. Joint use must be coordinated before construction. Joint users may be required to pay for part or all of larger poles when the additional height or class is required to ) meet their needs. N3. Poles are framed with the neutral down and with attachment space for joint users. N4. Pole sizes are based on mid-span separation and clearance requirements with conductor sag of ten feet (spans of about 300 feet). NS. New contacts and changes must be coordinated through A vista Joint Use Administration. REFERENCES: R 1 . NESC Table 232·1 for ground clearances of communication cables. R2. For Vertical Clearances, see D0-1 .407 and 00-1.410. R3. For Joint Use Agreements, see 00-1 .461 through D0-1 .470. R4. For Joint Use Pole Strength Limits, see 00-1 .434 through D0-1 .440. DISTRIBUTION STANDARDS • Utilities 02004 AVl$TA UtUftfu. All Rlg!U Ra.rved. Joint Use Minimum Pole Requirements DATE 06/21/04 PAGE 1 of 1 SPEC 00-1.404 ---PAGE BREAK--- #PR I MARY CONDUCTOR I SYSTEU NEUTRAL' T " a 1 0 ' UIN NS SEPARAT I ON SPACE #PR IUARY CONDUCTOR I SYSTEM NEUTRAL' T a Q 1 4 ' IIIN N6 SEPARAT I ON SPACE ! 1J/COUUONICATION CABLE COUUUN I CATION l COUUUN I CATION 2COUUUNICATION CABLE Nl SPACE 40! 1 POLE EX I ST ING ATTACHMENTS t SUI'PLY SPACE lO' ION SEPARA T I ON SPACE COMMUN ICATION SPACE t SPACE l 45 f t OR TAllER POLE NEW ATTACHMENTS SHI ELDED PR I MARY CABLE N H PR I MARY R I SER CABLE DISTRIBUTION STANDARDS .JilVISTA. Utilities Joint Use Vertical Clearance at Supports ATE 09/21/04 PAGE 1 of 4 SPEC 00-1.407 ---PAGE BREAK--- • SOPPL Y SPACE 40' U I N SEPARAT I ON SPACE COMMUN I CAT I ONS SPACE + N9 N I O STREE T L I GH T UAST ARU ' 20' I W 4 TO BOTTOU OFt UAST ARU I EL ECTR I C SECONDARY RACK + N4 40 i n N3 'T COMUUN I CAT I ON$ DISTRIBUTION STANDARDS Utilities . ELECTR I C R I SE R CABLES R2 Joint Use Vertical Clearance at Supports DATE 09/21/04 PAGE 2 of 4 SPEC 00-1.407 ---PAGE BREAK--- t SUPPlY SPACE 40in Uli'l SEPARAT I ON SPACE COilMUN ICAT I ON SPACE f NEUTRAL N 1 0 t SUPPLY SPACE 40in ij i N SEPARA T I ON SPACE COilliUMICAT I ON SPACE t rSKCONOARY OR t SERVI CE t CONDUCTORS SUPPlY SPACE ' lOin liiN SEPARATION SPACE COlUIUM I CAT I ON SPACE t DISTRIBUTION STANDARDS AVISTA* Utilities C2004 AVISTA ތ. An hta ލurv.a. SUPPlY SPACE t 40in ij i N SEPARAT I ON SPACE COUUUN I CA f I ON SPACE Joint Use Vertical Clearance at Supports \SECONDARY OR ' SERVICE CONDUCTORS DATE 09/21/04 PAGE 3 of 4 SPEC D0-1 .407 ---PAGE BREAK--- NOTES: N 1 . All attachments must meet the general requirements i n 00·1.401. N2. Communication cables must meet all separation requirements for the voltage involved. A minimum clearance of 40 inches must be maintained between the bottom of the secondary supply space and the top ot the communication space. The secondary supply space includes the A vista Utilities neutral and secondary facilities from 0 to 750V. N3. Streetlights may be mounted in the separation space provided certain minimum clearances are met. A minimum of 20 inches of clearance must be maintained between the bottom of the streetlight mast arm and the top of the communicstlon space. In addition to the 20 inch clearance, a minimum ol 12 inches clearance must be maintained between the bottom ot the streetlight drip loop and the top ol the communication space. N4. Install communication cables and hardware at least 40 inches below the top of the electric secondary riser. N5. If the primary and neutral conductors are mounted on a crossarm at the same level and there is no other supply equipment mounted below the primary arm, then the minimum clearance between the supply conductors and th e communication space is 1 o feet 6 inches from 751V to 34,500V. N6. For aU new Communication attachments on 45 foot or taller polea with the primary and neutral conductors mounted on a crossarm at the same level and there Is no other supply equipment mounted "below the primary arm, Avista Utinties requires a minimum clearance at the pole of 1 4 feet from the highest communication cable to the primary crossarm bolt from 751V to 34,500V. This allows for future circuit upgrades to three phase operation with the neutral framed in the secondary positlon. N7. For all new Communication attachments on 45 foot or taller poles, the highest point of attachment at the support must not exceed 23.5 feet from the ground, unless approved otherwise by the Joint Use Administrator. If approved, all communication attachments must meet all other minimum vertical clearances between communication cables and electric conductors and facilities. N8. Clearances at the pole are from the horizontal plane touching the lowest part of the A vista Utilities wire, mast arm, secondary rack, or top of conduit to the horizOntal plane touching the uppermost part of the communication cable. N9. The horizontal clearance between the riser conduit and communication cables and hardware must be at least 2 inches. N1 0. No conduit covering is required in the communication space on a vertical wire from earth ground to the electric neutral. N1 1. Supply Space is the vertical space on a pole occupied by the electric supply conductors and/or hardware. N12. All vertical clearances at the support apply to spans less than 400 feet. For longer spans additional clearances may be required. N13. Clearances to primary facilities may be reduced to 7 feet for brackets and hardware or as approved by the Joint Use Administrator. N14. Clearances to primary facilities may be reduced to 40 inches for shielded primary cable from OV to 8,700V installed vertically down the pole from where it enters the top of a primary conduit riser. REFERENCES: R 1 . NESC 235C 2b Table 235·5 and NESC 238C & D. R2. NESC 239F and G. DISTRIBUTION STANDARDS a· U .1 • • .Jillil'l•, a. tl IlleS C200A AVISTAގ All Rދ Joint Use Vertical Clearance at Supports "DATE 09/21/04 PAGE 4 of 4 SPEC 00-1.407 ) ---PAGE BREAK--- . IO'·i" "DSI'AN L.wm ca.wi!ICUI Cllt£ JO* IIHI IUOSPAH OIS1RI8UT!ON PlliWfY .W0 NEUTRAL! SUPPL.'f COHIJIICTORS I NOTES: N1. All attachments must meet the general requirements In 0().1.401. N2. Communication cables must meet all separation requirements for the voltage involved. A minimum midspan clearance of 30 inches must be maintained between the bottom of the secondary supply conductor and the upper communication cable. The secondary supply space includes the A vista Utilities neutral and secondary facilities from 0 to 750V. N3. N4. NS. N6. N7. Sag commu.nicatlon cables below and parallel to the A vista Utilities neutral (below and parallel to A vista Utilities secondary conductors on poles without a primary circuit). If the primary and neutral conductors are mounted on a crossarm at the same level, a minimum midspan clearance of 1 0 feet 6 inches must be maintained between the bottom of the 751 to 34,500V primary supply conductor and the upper communication cable based on 1 4 feet of separation at the pole. (See D0-1.407, NG). If the primary and neutral conductors are mounted on a crossarm at the same level, a minimum midspan clearance of 7 feet 1 1 inches must be maintained between the bottom of the 751 to 34,500V primary supply conductor and the upper communication cable based on 1 0 feet 6 Inches of separation atthe pole. (See 00·1 .407, N5). Clearances must be met with upper conductor (A vista Utilities) at 176 degrees F final unloaded sag and lower conductor (cable) at 0 degrees F final unloaded sag. All vertical clearances at midspan apply to spans less than 400 feet. For longer spans additional clearances may be required, based on line of sight limitations with conductors at 60 degrees F, no wind, final unloaded sag (R1 REFERENCES: A1 . NESC 2358. DISTRIBUTION STANDARDS AVIST.II. Utilities Joint Use Vertical Clearance at Midspan DATE 09/21/04 PAGE 1 of 1 SPEC 00-1 .410 ---PAGE BREAK--- 0 s· NOTES: YIN IUUM SEPARAT I ON 20• TO UAST ARU AND W TO SECONDARY RACK AND/OR NEUTRAL ' FRONT V I EW OF POLE N 1 . When communication arms are required, all existing joint users must move to the arm and all future joint users must install on the arm until the space on the arm is lilted. Attachments separate from the crossarm may be allowed where crossarm attachment is not practical. N2. Telecommunication crossarms must be at least 4 feet-8 inches long and braced on both sides. N3. All telecommunications crossarms must be installed on the same side of the pole as the transformer or power crossarm, p no transformer exists. N4. The clearance between the top of the crossarm braces and the bottom of the street light mast arm must be at least 2 inch!!S. N5. Provide at least 1 2 inches of vertical separation between upper and lower cables and between crossarm pole bolts; 1 2 inches vertical separation between communication cables is specified by the FCC and local state commissions. N6. Provide at least 6 inches of horizontal separation between telecommunications cables, with no cable closer than 12 inches to the centerline of the pole (N8). N7. For all new Communication attachments, install all cables on the same side of the communication crossarm. N8. Provide a horizontal climbing space at least 24 inches wide and 24 inches deep on the back side of the pole (R2). N9. Crossarm assembly materials must meet the requirements of A vista Utllnies specifications including 3400.1 00 tor wood arms and 4853.350 for flat steel braces. REFERENCES: R1. NESC Table 235-1 R2. For details on climbing space, see 00-1 .425. R3. For joint use clearances, see D0-1.407 and 00·1.410. R4. Minimum vertical separation of communication cables is based on NESC 235G and A vista Utifrties maximum average span length of 300 feet DISTRIBUTION STANDARDS U · #UfW1 tl /tieS Joint Use Communication Crossarms DATE 08/24/04 PAGE 1 of 1 SPEC 00·1.413 ---PAGE BREAK--- • NOTES: - • • • f COUI.IUN I CAT I ONS IIESSENGER . ):OUUUN I CAT I ONS CABLE BONO ATTACHMENT _ * AV I STA POLE GROUND Ȍ CONDUCTOR N1. Communication attachments with messenger wires requiring grounding must be connected by a bond attachment to the Avista Utilities vertical pole ground. N2. Communication companies shall not install vertical pole grounds on A vista Utilities distribution poles with a primary neutral. · N3. Do not cut or damage the A vista Utilities vertical pole ground when attaching communications bond connections. N4. Where messenger wires are adequate for system ground conductors, a minimum of four connections in each mile to A vista Utilities vertical pole grounds are required. Otherwise, eight connections in each mile to A vista Utilities vertical pole grounds are required. N5. If additional grounding is required, the joint user must pay for A vista Utilities to install additional vertical pole grounds as a make-ready expense. Pole grounds, bonds to electric neutral or earth ground are not allowed on A vista Utilities air switch poles. REFERENCES: R1. NESC 092. C DISTRIBUTION STANDARDS .J."'VISTA" Utilities Joint Use Grounding DATE 08/24/04 PAGE 1 of 1 SPEC 00-1.419 ---PAGE BREAK--- 40' 12' 40' NOTES: 24' r - - - 1 I I I I I I I I I I I I I I I I I I I I L - - - 1 J I I I I I I I I : m I COUUUN I CAT IONS : rm I I I I I I I I J PREFERRED Cl iNG SPACE 24 . ņt I I J NJ ƶ I ACCEPTABLE CUUB lNG SPACE r , i I I • I I 3 I I ȋ - -Cff3 I Y= N1. Where communication cables are attached to the pole, all such cables must be attached directly below the neutral or service rack of the power system, unless otherwise authorized by the A vista Utilities Joint Use Administrator N2. The climbing space through the communication cables must • • be at least 24 inches by 24 inches, • extend at least 40 inches above the upper cable and 40 inches below the lower cable. • be on the same side of the pole as climbing space through power conductors. N3. Equipment must not be installed In the climbing space (subscribers' drops, ground wires, conduits, risers, etc.). N4. Locate conduits, down guy bonds, ground wires and ground moldings outside the climbing space and under the power transformer or crossarm. N5. 12 inches vertical separation between communication cables is required at the pole. REFERENCES: R1. NESC 235C1 , 236 R2. For Vertical Clearances, see 00·1 .407. DISTRIBUTION STANDARDS .J.,..JIST.JI. Utilities Joint Use Climbing Space DATE 08/24/04 PAGE 1 of 1 SPEC 00-1.422 ---PAGE BREAK--- l CROSSARII - CL I IIB I NG SPACE 1;1 -o • • • PRI UARY " / CROSSARM r" - - - - M3 I t I L _ _ _ L TRANSfORUER k • • BRACKETS CL I MB ING SPACE F- - . 0 J - COIIUUN I CAT IONS • • • " / . 0 l - NOTES: N1. Where communication caoles are attached to the pole, all such caoles must tle attached directly below the neutral or service rack of the power system, unless otherwise authorized by the A vista Utilities Joint Use Administrator. N2. The climbing space through the communication cables must. • be at least 24 Inches by 24 Inches • extend at least 40 inches above the upper cable and 40 inches below the lower cable. • tle on the same side ofthe pole as climbing space through power conductors. N3. Equipment must not be Installed In the climbing space (subscribers' drops, amplifiers, ground wires, conduits, risers, tenmlnal boxes, etc). N4. Locate conduits, down guy bonds, ground wires and ground moldings outside the climbing space and under the power transformer or crossarm. REFERENCES: R1. NESC 235, 236. R2. For Vertical Clearances see 00·1 .407. R3. For minimum horizontal separation, see NESC 23581, Exception 2. DISTRIBUTION STANDARDS ""L.-15 .1 . . ȉUf w J uti ltles C21104 AV!STA - All . Joint Use Crossarm Climbing Space _DATE 08/24/04 PAGE 1 of 1 SPEC D0-1.425 ---PAGE BREAK--- NOTES: NO PARKI!IG N 1 . All communication attachments on A vista Utilities steel distribution and transmission poles must be banded to the poles unless factory pre-drilled holes are available. No field-drilled holes are permitted unless approved by the Joint Use Administrator. N2. Temporary sign attachments on A vista Utilities steel distribution, transmission and street light poles must be banded to the poles unless factory pre-drilled holes are available. No field-drilled holes are permitted. N2. All attachments must be approved by A vista Utilities prior to installation. N3. All attachments must meet A vista Utilities specifications for clearances. N4. Communication cables must not be attached to steel street light poles. REFERENCES: R1. For clearance requirements, see D0-1.407. R2. For communication crossarms, see D0-1 .413. DISTRIBUTION STANDARDS .J.\fVISTA. Utilities Joint Use o n Steel Poles DATE 0311 1/04 PAGE 1 of 1 SPEC 00-1 .428 ---PAGE BREAK--- • J , NEUTRAL 2 N7. Results are based on joint use attachments with an effective diameter of 1 inch separated by 1 2 inches at the attachment position. Larger attachments must be considered separately. N8. Results are based on wind loading plus 1 0% under medium loading conditions with conductors at normal mounting heights on Western red cedar poles with stress limits of 4000 psi (at replacement). Contact Joint Use Administration for species other than Western red cedar. REFERENCES: R1 . NESC 261 . DISTRIBUTION STANDARDS Joint Use DATE 06/21/04 ..JIIVISTA" Utilities Pole Strength Limits PAGE 2 of 2 for Double-Circuit Poles 02004 AVJSTA Utilltlu. All Rights Ruemtd. SPEC D0-1.440 ---PAGE BREAK--- 40" M I N • E LECTR I C SECONDARY RACK ""112" U I N COUUUN ICAT IONS CABLES NOTES: (]üD I SCONNECT BOX FOR POWER SUPPLY N1. Install communication power supply weather heads to provide at least 12 inches of clearance between the bottom of the drip loop and the uppermost communication cable and attachment hardware. The clearance of 1 2 inches is based on the clearance required between the communication cable and the bottom of the drip loop at a street light mast arm. N2. Communication power supplies and other equipment must be installed under the electric crossarm in a manner that will not block the climbing space (R3). N3. All new power supplies witlr battery backup or other equipment must be installed on the ground in manholes or padmount gear (R4). REFERENCES: R1 . NESC 238. R2. For vertical clearances to electric conductors, see 00-1 .407. R3. For climbing space requirements, see 00-1 .422 and 00·1.425. R4. For manhole or padmount locations, see 00-1.446. DISTRIBUTION STANDARDS Utilities Joint Use Power Connections DATE 06121/04 PAGE 1 of 1 SPEC 00·1.443 ---PAGE BREAK--- ǐ · I I I I I . I ' I I I I -1 ' \ \ ' I I I I ńfOUUUNICAT!ONS CLIMBING I ¢ I RISER AND RISER EQUIPMENT SPACE I I I I SPACE B I I I \ I I I N4 \ I I \ 1 I / / ' I I ࠀ A ' / ' I NOTES: N 1 . Risers are not allowed on Avista Utilities air switch poles. (See DQ-1.431). N2. Communication companies are limited to one 4-inch conduit or two 2-inch conduits per pole, unless approved by the Joint Use Administrator. Maximum total number of conduits for all compa­ nies, including A vista conduits, is four 4-inch on any pole. No more than six conduit risers shall be placed on a set of standoff brackets. N3. No later than two business days prior to any excavation deeper than 12 inches, the excavator is required by law to mark the area of excavation and contact the local "One Calr office. (R1, R2) N4. All excavations for handholes, manholes and vaults must be no closer, to the pole, than five feet or the depth of the excavation (A = whichever is greater. N5. All risers must be installed on the side of the pole under the electric crossarm or equipment and must not block the cUmbing space. The conduit must be securely attached to the pole at Intervals of no more than 10 feet: Maintain a minimum of 8 feet between the ground line or lowest standoff bracket and the next highest bracket to discourage climbing. N6. Backfill must be tamped or otherwise compacted to prevent settling and must be protected from erosion. N7. lnnerduct must not extend more than 4 inches beyond the top of the riser. N8. Minimize the disturbance of soli, at the pole, to prevent loss of treated soil and premature deteriora· tion of the butt of the pole. N9. The joint user is responsible for the cost of installing risers, conduits, ditches and manholes which it uses for its communications cables. Risers which connect to communication handholes, manholes or vaults will be owned and maintained by the communication company. Risers which connect to A vista . Utilities handholes, manholes, or vaults will be owned and maintained by A vista Utilities. N10. Equipment such as power supplies must be mounted under the electric crossarm and must not block space for addºional communication attachments or climbing space. Large boxes should be installed below the communications space and approved by the Joint Use Administrator prior to installation. REFERENCES: R1 . In Spokane, the One Call number is 456-8000. R2. NESC 217A2c R3. For new riser installations after October 2004, refer to D0-1.449. DISTRIBUTION STANDARDS .J.'fiiiST.A" Utilities Joint Use Manholes, Risers and Equipment DATE 09/21/04 PAGE 1 of 1 SPEC D0-1 .446 ---PAGE BREAK--- - - -1 TOP Of E LEC!RI C CONOUI T RISER EPARATION SPACE COIIIUNICATIIJN HTACHU(Hl R OOFF BRAC KET 45' TABlE ACCEP R l LOCA SER l i ON 5 ' W I N N6 CONDUI T R I SER PLACEUENT { TOP V I EW) NOTES: Ȇȇ ùú Ȉ r WIN S HIGHEST , l Nl2 8 ' W I N IIIU 10' WAX I U w uu m O w =м < < . Dz0A.'Y N1 . No risers or conduit risers are allowed on A vista Utilities air switch poles. (See DO 1 .431). N2. Communication risers are not allowed on substation riser poles. N3. New communication conduit riser installations will require that all conduit risers on the pole be strapped to one set of standoff brackets, including electric conduits. N4. Communication companies are limtted to one 4-inch conduit per pole or two 2-inch conduits per pole, unless otherwise approved by the Joint Use Administrator. NS. 10-INCH or 1 5-INCH RISER STANDOFF BRACKETS: Maximum total number of conduits for all companies, including A vista conduits, is four 4-inch conduits on any pole. Two 2-inch conduits may be counted as one 4-inch conduit. No more than six conduit risers shall be placed on a set of standoff brackets. This is based on 15-inch sta11doff brackets. Longer standoffs require the prior approval of the Joint Use Administrator. N6. Communication risers must be mounted to provide a minimum fwe-inch clearance between the face of the pole and the riser closest to the pole. DISTRIBUTION STANDARDS AVISTA. Utilities Joint Use New Riser Installations DATE 08/24/04 PAGE 1 of 2 SPEC D0-1.449 ---PAGE BREAK--- • • N7. If standoff brackets have electric conduits and need to be changed to longer brackets to accommodate additional communication condutt risers, then the changeout of the brackets shall be done by Avista Utilities at the expense of the communication company. The electric conduits should be placed outside of the communication conduits whenever possible. Na. Small communication service drops going up or down the pole may be secured directiy to the pole. More than two small service drops are required to be installed in conduit on standoffs and must be located on the equipment side of the pole and not infringe on the pole climbing space. N9. Small service splice boxes may be allowed near the bottom of the pole and must be located on the equipment side of the pole and not infringe on the pole climbing space. N1 o. Locate conduit risers where they will not interfere with climbing space or the operation of pole mounted equipment N1 1 . Locate the standoff brackets and conduit riser on the equipment side of the pole that is opposite of the climbing space. Avoid trapping communication lines between the riser and the pole. N12 Install one standoff bracket up to six-inches below final grade to hold the riser in position during backfiU. N13. Maintain a minimum of eight feet (ten feet maximum) between the ground line or lowest standoff bracket and the next highest bracket. N14. Placement of standoff brackets and conduit risers should avoid vehicular traffic and not enter into a sidewalk or curb area. N15. lnnerduct must not extend more than 4 inches beyond the top of the riser. REFERENCES: R1 . NESC 217A2c. R2. For disturbance of soil, responsibility of costs and power supply location, see D0-1 .446. DATE 08124/04 DISTRIBUTION STANDARDS .A11WiiiiJ'S a· ..i/iuf Utilities Joint Use New Riser Installations PAGE 2 of 2 SPEC 00-1.449 ---PAGE BREAK--- NOTES: N 1 . All attachments must be approved prior to installation. N2. Temporary attachments must meet all requirements for regular attachments including all clearance and climbing space requirements. ) N3. Temporary attachments must be secured with hardware suitable for the load being supported; all attachments on steel poles must be banded. (N6) N4. At the termination of the temporary attachment, all related hardware and materials must be removed at the sole expense of the attaching party. N5. Temporary attachments are those which are intended to be in place no longer than six months. N6. Under emergency conditions, non-standard supports for existing cables may be used at the communication company's sole risk. Non-standard supports must be replaced with regular supports within 30 days after the end of the emergency. REFERENCES: R1. For clearance requirements, see D0-1.407. R2. For climbing space, see D0-1 .422 and D0-1 .425. R3. For attachments on steel poles, see D0-1 .428. DISTRIBUTION STANDARDS ..J."I=IIISTA. Utilities Joint Use Temporary Attachments DATE 05/24/04 PAGE 1 of 1 SPEC 00-1.452 ---PAGE BREAK--- NOTES: N1. Each company is responsible for determining and installing appropriate guying to balance the maximum horizontal tension of its cables. Communications cable tension must be balanced with guying at all deadends and comers and at such other locations as required by codes and regulations. N2. Communication guys may be attached to A vista Utilities anchors only if rut of the following conditions are met: a. The guy is grounded or insulated, b. The anchor has adequate strength (R4), and c. DC currents on the guy will not contribute to anchor corrosion. N3. If the existing anchor does not have adequate strength for additional guys, the communication company must install its own anchor or pay for the replacement of the existing anchor with a higher-capacity anchor. Separate communication anchors must be at least 48 inches inside the nearest A vista Utilities distribution anchor and 10 feet inside the nearest Avista Utilities transmission anchor. Do not cross down guys. N4. Bonding of the communication messenger to the down guy must be installed on the non-climbing side of the pole. N5. Do not Install 'marriage• clamps or similar devices that would fasten two down guys together for ground clearance. N6. Do not install pole-to-pole deadhead guying that uses the pole as an anchoring device without the use of a down guy to an anchor. N7. Guys may be grounded with a belted connection to a messenger that has at least 4 grounds per mile throughout its length. If the messenger does not have at least 4 grounds per mile or · has excessive DC current, the guy must be insulated (R6). N8. Guys that are not grounded must be insulated with an insulator rated for the highest voltage on the pole and for the full mechanical strength of the guy strand (R3). REFERENCES.: R1. NESC 215C2 R2. NESC 92C R3. NESC 279A2 R4. For anchor strength, see D0-1.458. R5. For guying of Switch poles, see D0-1.431 . R6. For grounding requirements, see 00-1 .419. DISTRIBUTION STANDARDS .J."iiiSTA. Utilities Joint Use Guying DATE 05/24/04 PAGE 1 of 1 SPEC D0-1.455 ---PAGE BREAK--- NOTES: ELECTR I C PR IMARY ELECTR I C NEUTRAL COLIMUN I CAT I ONS N1 . Use the following procedure to determine the remaining anchor capacity. a. Identify the size and type of the existing anchor. • Find the anchor fimit in Table 1 . b. Identify the size of each existing guy attached to the anchor. • Find each guy limit in Table 2. • Add the limits of all guys attached to the anchor. c. Subtract the sum of the guy limits from the anchor limit. N2. If the result is greater than the limit of the proposed guy, the anchor may be used. N3. If the result is less than the limit of the proposed guy, a separate anchor must be installed. N4. Place a new anchor at least 48 inches closer to !he pole than the nearest existing anchor. New anchors must also be a minimum of 1 0 feet inside the nearest A vista Utilities transmission anchor. DISTRIBUTION STANDARDS Ş"l/VISTA" Utilities Joint Use Anchor Limits DATE 05/24/04 PAGE 1 of 2 SPEC 00·1.458 ---PAGE BREAK--- TV /Telecom Joint use requested by: Cable Company Verlzon Qwest Normal Pole Length (N3) Mi. Required 40 root 40 Foot for Av\sta ' Class 4 4 Usual Owner !N7l A vista Utilities Avista Utilities A vista ll!ilHies Taller Pole Install for: (NS) Owner only At Owner's Expense Renter only Renter pays added cost - Both parties, Golit, or Property Renter pays 1/2 added cost owner Space on 40 foot Pole: A vista Utilities top 8 feet top 8 feet Telephone direct attachment N/A 20'-8" to 21 20'·2" to 21'-8" T alephone crossarm 1 9'-8' to 21'·8' 20'·2' to 21 Space on 35 foot Pole: Avista Utilities NIA NIA Top 1 .5 feet TVfTeleohone 21'-8' to 22'·2' Bonding Installed at renter's expense Normal Anchor installed ov OolAVISTA All (Tagging) SPEC 00·1.473 ---PAGE BREAK--- NOTES: All telecommunication contractors working in A vista Utilities duct systems or on A vista Utilities poles Qointiy defmed as structures) must meet the following qualifications before work starts (N1 through N4). N1. All workers must be knowledgeable in the safe work practices for the State in which they are working, Including but not limited to OSHA 29CFR 1 91 0.268; Sections 42 and 43 of the National Electric Safety Code (NESC); and Chapter 296·32 of the Washington Administrative Code (R1 N2. All workers must be trained in first aid/CPA. N3. The contractor must have a written accident prevention program addressing the telecommunications business and including but not to: a) confined or enclosed spaces requirements, b) traffic control regulations, c) electrical protective devices and safe work practices, d) proper rigging and setup techniques, e) Hazard Communication Program, f) ladder safety, h) and emergency action plan. N4. The contractor must indemnify and hold A vista Utilities harmless, provide additional insurance and waive fts immunity under the Industrial Insurance Act (RCW 51). N5. Material Safety Data Sheets (MSDS) must be readily available for the materials that the workmen are using. N6. A standby person is required on the street surface whenever a person is in an A vista Utilities vault or manhole. N7. The contractor must provide traffic control. N8. At the request of A vista Utilities a pre-job safety conference may be held prior to each project with participation by contractor's employees and A vista Utilities representatives. Written minutes with lists of attendees shall be taken and copied to both companies. N9. The electrical hazard training should include but not be limited to: a) touch and step potential hazards, b) procedures for insulating a person from electrical conductors, c) types of clothing to reduce bums in case of electrical arcs, d) proper eye and face protection, e) number of workmen required for safe working conditions, f) where and when to use electrical protective equipment, g) procedures for working in damp or wet locations near electrical equipment, h) proper use and inspection of electrical test equipment, i) and applicable minimum working clearances from electric supply cable and conductors based on federal or state requirements. REFERENCES: R1 . WAC 296·32·230 (Training) & OSHA 29CFR 1 91 0.268(0) - DISTRIBUTION STANDARDS .Ji:f-IIIST.II." Utilities C2004 AVISTA - Al! Rloh Guidelines for Telecommunications Contractor Qualifications DATE 06/25/04 PAGE 1 of 1 SPEC 00·1.476 ---PAGE BREAK--- THIS PAGE INTENTIONALLY LEFT BLANK DISTRIBUTION STANDARDS AVISTA. Utilities DATE PAGE SPEC ---PAGE BREAK--- CITY OF MOSCOW EAST-SIDE FIBER OPTIC BID PROPOSAL FORM #FOQ200502 Proposal by: Sefnco,lnc Address: 4007 E Trent Spokane, WA 99202 Phone number: [PHONE REDACTED] Fax number: 509-532-851 5 Having carefully read and understood all sections of this Bid request and all associated documents, !/we agree to provide all labor and materials as per specifications for the foilowing price (Do not include sales tax): One hundred seven1y eight thousand, four hundred and five dollars. _ Write out amount (e.g. One Thousand, Four hundred and five dollars.) Description Dollar Amount Base Bid $ 178,405.00 RECEIPT OF ADDENDA NO. is/are hereby acknowledged by: Respectfully submitted by_ ; Û Date:_9/1 5/05_ Printed Name:_ Todd Krieger tf_ Title:_Project Manager -Spokane Region. _ ACKNOWLEDGMENT State of L1)J::;h, sƳ County of Sp-c ) , personally appeared described in the Notary . Pu.blic residing at: ' t ' ' . ' ȅ ވd_ , _ Page 1 8 of20 ---PAGE BREAK--- UNIT PRICING (Required) work Unit Unit Cost Total Units Total Cost Aerial strand Linear foot $.95 10,085 $9,580.75 Installation Aenal cable overlash Linear foot $ 1 . 1 5 10,085 $ 1 1,597.75 Ktser mstailation Per riser $147.50 12 $1,770.00 Aenal Anchor Per anchor $225.75 1 2 $2,709.00 Installation New Pole Per Pole $625.00 2 $ 1,250.00 ' installation (35 foot) Trenched conauit Linear foot $ 1 5.00 5201 $78,015.00 installation Directional horing Linear foot $25.25 2042 $51,560.50 I conduit instaHation Condutt cable pull Unear foot $.85 7243 $6156.55 Installed splice/pull Per vault $2050.00 5 $!0,250.00 vault I tus10n splice Per splice $35.00 48 $!,680.00 I Fiber strand Per strand $35.00 78 $2,730.00 I termination ' tioer splice I enclosure (inc. splice Per enclosure $276.25 4 $1,105.00 Trays) I Page 1 9 of 20 ---PAGE BREAK--- PUBLIC WORKS - NAMES OF SUBCONTRACTORS (Required} The following subcontractors listed have subcontracted amounts, which exceed thirty percent (30"1.) of the contract price. If awarded the contract, the Bidder will subcontract with those indicated below for the performance of work designated. Bidder shall name itself if a category of work will not be subcontracted. Failure to name subcontractors or itself on this bid form or within one hour of the receipt of bid shall render the Bidder's bid non-responsive and therefore, void. SUBCONTRACTOR 1 Work Description 7ftއ /.6<114: C Address Is oz.4 kti-.INOȄ I::J'fi) 1 • '11 0 2- ( Telephone Percentage of Total Work :st>"Zo SUBCONTRACTOR 2 Work Description 'ii'eiil';S Ȁ J l,c;л Ʊ Subcontractor Name a:,Ȃ Cr?ȁ Address 1 -soz 4 . )Yk ȃކAS. C:::r ?n otW 1 <..o-rA • '7 9 oz.-I Telephone Percentage of Total Work к '7v SUBCONTRACTOR 3 Subcontractor Name R"'1:!32- CAt$ 5EI!vr<-eS Address fS0?-4 N. c:r­ , - 9CJ o й I Telephone Percentage of Total Work I c 7 Page 20 of 20 ---PAGE BREAK--- or 1p 2005 City of Moscow Attn: City Cterl< Sefnco, Inc. 811 1" Ave S Kent, WA 99202 Phone- (253) 859-2755 Fax- (253) 859-0072 Re: Fiber Optic Bid Request 206 E Third Street Moscow, 10 83843 City of Moscow, This tetter is to serve notice that Setnco, Inc. dba Sefnco Communications, Inc is an S-Corporation incorporated under the taws of the State of Washington. I have submitted a copy of a corporate resolution naming Todd Krieger as an agent of the company with the authority to bind the bidder. Sincerely, a Todd . Project Ma r, Spokane Region Setnco, Inc. ---PAGE BREAK--- CORPORATE RESOLUTION RESOULUTION OF: ,SEFNCO, INC. _ On motion duly made and seoondeonlby authorized on behaf of Ill& Company to sign and -on behaf of Ill& Company al and any inslrumerns of liCcef'lance and and olll&r docomonts whel1ever or proper to efl'eduate the same with ful power to appoint any attorney or attome)'s with ful power of and lllat any and aU inslrumenfs ofÍ and-and other documents in connedion - he!etolonl signed and Î on behaf of tile Company in OCCOidance with Ill& authority set out above and l>onlby ratified and coofilmed. Tha Company is A!glstered or llalnsed and in good as a COiponlby certi'y that the roregoing is a true and cooect OOf1Y of a Resolutioo duly p- at a meeting of the Dlredora or NC. held on the _30th_day of _June_,2004_ and lhat the said Resolution is now in ful folce and effect I further certify that tha is a list together with specimen signatures of aU Oiredors, officers and employees of tha Company authorized by this Resolution. CEO (Print Name) (Tille) (Signatul'l>) (Print Name) (Title) (Signatul'l>) WITNESS my hand and seal of the Companythis ---'day of Ǐ 20·-- (Co!porate Seal) -Complete if Applicable- ! hereby certi'y that there is no Cotporate seat · / ---PAGE BREAK--- MOSCOW EAST-SIDE FIBER OPTICS PROJECT ADDENDUM #00 1 This addendum clarifies information omitted within the BID request documents including the total number of fiber terminations and splices anticipated within the City of Moscow East-Side Fiber Optic Project and the required project work warrantee period. All Bid responses shall be required to acknowledge receipt of Addendum #001 upon the Bid response form. Any Bid responses received without acknowledgement of Addendum #001 shall be rejected. l . The anticipated total splice and termination counts are as follows. Any additional splicing or terminations determined to be necessary shall be conducted by change order and shall be payable in accordance with the successful Bidders specified unit rates: Terminations - Seventy-eight (78) total fiber terminations Splices- Forty-eight (48) total fiber splices 2. The required project work warrantee period upon workmanship and materials provided by the Contractor shall be for one ( 1 ) year after completion of the Project. For additional information please contact Bill Belknap, Assistant City Supervisor at (208)883-7007, 206 E. Third Street, Moscow, ID 83843 ---PAGE BREAK--- MOSCOW EAST-SIDE FIBER OPTICS PROJECT ADDENDUM #002 - Issue Date 9/13/05 This addendum clarifies information omitted within the BID request documents. All Bid responses shall be required to acknowledge receipt of Addendum #002 upon the Bid response form. Any Bid responses received without acknowledgement of Addendum #002 shall be rejected. I . All unit prices shall include materials and labor where appropriate. Material cost within the unit costs shall not include the fiber optic cable as the CITY shall provide all fiber optic cables for the Project. 2. The following sheets of the Project Plans are amended as follows to modify the number of inner ducts placed and correct discrepancies between the material lists and underground installation distances. When bids are prepared they shall reflect the quantities listed below. a. Material totals upon the Cover Sheet should be amended to: 2" Conduit 4, 704 feet 4" Conduit 847 feet 1 .25" inner-duct 1,692 feet b. Sheet Materials are revised to: 149 feet of 4" conduit (not 220) 298 feet of 1 .25 inner-duct (not 660) Notation should read: 144 fiber, 4" conduit 2-1 .25" inner-duct c. Sheet Materials should include addition of: 65 feet of 2" conduit d. Sheet #6 - Materials should include addition of: 1 07 feet of 2" conduit I 07 feet of 4" conduit 2 1 4 feet of 1 .25 inner-duct Notation east of vault should be amended to: 48 to Jr. High 1 2 to MacDonald 1 2 to Eggan e. Sheet Materials should be amended to: 1 , 1 80 feet of 1 .25 inner-duct (not 1 ,050') Notation west of vault should be amended to: 1 2 to Eggan 1 2 to MacDonald 4" conduit 2-1 .25" inner-duct ---PAGE BREAK--- f. Sheet #I 0 - Material list should be amended to: 349 feet of 2" conduit (not 360') g. Sheet # 1 3 Material list should b e amended to: 558 feet of 2" conduit (not 658) h. Sheet # 1 5 - Material list should be amended to: 549 feet of 2" conduit (not 649) For additional information please contact Bill Belknap, Assistant City Supervisor at (208)883- 7007, 206 E. Third Street, Moscow, ID 83843 ---PAGE BREAK--- Bond No. : 2165836 AlA Document A312 Performance Bond Conforms with the American Institute of Architects, AlA Document A312. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SEFNCO, Inc. dba SEFNCO Communications, Inc. 4007 E. Trent Spokane, W A 99202 OWNER (Name and Address): City of Moscow 206 E. Third Street Moscow, ID 83843 CONSTRUCTION CONTRACT Date: SURETY (Name and Principal Place of Business): Insurance Company of the West PO Box 85563 San Diego, CA 92186-5563 Amount: ONE HUNDRED SIX THOUSAND, TWO HUNDRED FORTY-SEVEN AND 85/lOOTHS Dollars ($106,247.85) Description (Name and Location): City of Moscow East-Side Fiber Optics Project #FOQ200502 BOND Date (Not earlier than Construction Contract Date): Amount: ONE HUNDRED SIX THOUSAND, TWO HUNDRED FORTY-SEVEN AND 85/100THS Dollars ($106,247.85) Modifications to this Bond: CONTRACTOR AS PRINCIPAL Company: SE‡'NCO, Inc. dba SEFNCO Communications, Inc. Signature: Name and Title: (Any additional signatures appear on page (Corporate Seal) (FOR INFOR.MA TJON ONLY - Name, Address and Telephone) AGENT or BROKER: Parker I Smith I Feek 2233 !12th Ave. N. Bellevue, W A 98004 ( 425) 709-3600 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which Is incorporated herein by reference. 2 If the Contractor perfOrms the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3, l . 3 If there is no Owner Default, the Surety's obligation under this Bond shall Jrise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph l 0 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construction Contract If the Owner, the Contractor and the Surety agree, the Contractor shall be aliowed a reasonable time to IKJ None 0 See Page 2 SURETY Company: Insurance Company of the Wes! (Cnrporare Seal) Signature: Name and Ti April L. Champagne - Attorney-In-Fad OWNER'S REPRESENTATIVE (Architect, Engineer or other party): perform the Construction Contract. but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be declared earlier than twenty days after the Contractor and the Surety have received notice as provided in Subparagraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accordance with the terms of the contract with the Owner. 4 When the Owner has satisfied the conditions of Paragraph 3, the Surety shall and at the Surety's cxpt.'Tisc take one of the following actions: SURETY 5026 (6)92) S-1852:GEEF1 0!99 Page 1 of 2 ---PAGE BREAK--- 4.1 Arrange for the Contractor, with consent- ('the 0\\1lCf, to perform and complete the Construction Contract: or t 4.2 Undertake to pcrfonn and complete the Construction Contract itself, through its agents or rhrough independent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to prepared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as desc-rlbed in Paragraph 6 in excess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the Circumstances: . 1 After investigation, determine the amount for which it may be liable to the Ov.rner and, as soon as practicable after the amount i s determined, tender payment therefor to the Owner: or .2 Deny liability in whole or in part and notify the Owner citing reasons therefor. 5 If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedv available to the Owner. If the Surety proceeds as provided in Subparagraph 4.4,_and the Owner refuses the payment tendered or the Surety has denied Jiab1lity, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6 After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Surety is obligated without duplication for: 6.1 The responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to acr of the Surety under Paragraph 4: and 6.3 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: 7 The Surety shall r liable to the Owner or others for obligations of the Contractor that ;t _ .melated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set otT on account of any such unrelated obligations. No right of action shaH accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators or successors. 8 The Surety hereby waives notice of any change, including changes of time. to the Construction Contract or to related subcontracts, purchase orders and other obligations. 9 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform itS obligations under this Bond, whichever occurs first. If the provisions of this Paragraph arc void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable . 10 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. 11 When. this Bonи has been furnished to comply with a statutory or other legal requJTemcnt m the location where the construction was to be performed,. any provision in this Bond conflicting with said statutory or legal re÷mrement shall be deemed deleted herefrorn and provisions confonmng to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12 DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract at1er all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the 0\-\ner in settlement of insurance or other claims for damage-s to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the signature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to perfonn or otherwise to comply with the tenns of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied . nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: Signature: :\"arne and Title: Address: S-1852/GEEF 10199 (Corporate Sea l) Company: (Corporate Seal) Signature: T Name and Address: Page 2 of 2 ---PAGE BREAK--- Bond No. : 2165836 AlA Document A312 Payment Bond Conforms with the American Institute of Architects, AlA Document A312. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SEFNCO, Inc. dba SEFNCO Communications, Inc. 4007 E. Trent Spokane, VVA 99202 OWNER (Name and Address): City of Moscow 206 E. Third Street Moscow, 1D 83843 CONSTRUCTION CONTRACT Date: SURETY {Name and Principal Place ofBusiness): Insurance Company of the VVest PO Box 85563 San Diego, CA 92186-5563 Amonnt: ONE HUNDRED SIX THOUSAND, TWO HUNDRED FORTY-SEVEN AND 85/100THS Dollars ($106,247.85) Description (Name and Location): City of Moscow East-Side Fiber Optics Project #FOQ200502 BOND Date( Not earlier than Construction Contract Date): Amount: ONE HUNDRED SIX THOUSAND, TVVO HUNDRED FORTY-SEVEN AND 85/lOOTHS Dollars ($106,247.85) Modifications to this Bond: CONTRACTOR AS PRINCIPAL Company: SEFNCO, Inc. dba SEFNCO Communications, Inc. Signature: Name and (Any additional signatures appear on page (Corporate Seal) (FOR INFORMATION ONLY • Name. Address and Telephone) AGENT or BROKER: Parker I Smith I Feek 2233 112th Ave. N. Bellevue, VVA 98004 (425) 709-3600 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors. administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference. 2 With respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 makes payment, directly or indirectly, for all sums due Claimants. and 2.2 Defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or swt is for the payment for labor, materials or equipment furnished for use in the perfom1ancc of the Construction Contract, provided the Owner has notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims. demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Dcfliult Ǿ None 0 See Page 2 SURETY Company: Insurance Company of the West (Corpo7atc Seal) 4 Signature: " , wef// t/t/;Vư, Name and Title: April L. Champagne - Attorney-In-Fact OWNER'S REPRESENTATIVE (Architect, Engineer or other party): 3 With respect to ClaimanÆ this obligation shall be null and void if the Contractor makes payment, directly or indirectly, for all sums due, 4 The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Para,brraph 12) and $Cnt a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and. with substantial accuracy. the amount of the claim. 4.2 Claimants who do not have a direct contract \Vith the Contractor: . 1 Have furnished written notice tO the Contractor and sent a copy, or notice thereof, to the Owner, wtthin 90 days at1cr having last performed labor or last furnished matcÇials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party ro whom the materials were furnished or supplied or for whom the labor was done or performedÈ and SURETY 5026 !6-92} S-ޅ353JGEEF 3!00 Page 1 of 2 ---PAGE BREAK--- .2 Have either received a rejection in le or in part from the Contractor, or not received within ays of furnishing the above notice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and .3 Not having been paid within the above 30 days, have sent a \Hitten notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. 5 lf a notice required by paragraph 4 is given b y Owner to the Contractor or to the Surety, that is sufficient compliance. 6 \Vhen the Claimant has satisfied the conditions of Paragraph 4, the Surety shaH and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts. 7 The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety, 8 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to sarisfy claims, i f any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract arc dedicated to satisfy obllgations of the Contractor and the Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. 9 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that arc unrelated to the Construction Contract Th<: Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10 Tnc Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11 No suit or action shaH be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which MODIF!CA TIONS TO THIS BOND ARE AS FOLLOWS: the work or part of th9'"" is located or afier the expiration of one year from the date on\ . . ch the Claimant gave the notlcc required by Subpamgraph 4. I or Clause 4.2.3, or on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of or first occurs. lfthe provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicabk 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common Jaw bond. 14 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall furnish a copy of this Bond or shall permtt a copy to be made. 15 DEF IN ITION S 15.1 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for perfonnance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnishe& 15.2 Construction Contract: The agreement between the Owner and !he Contractor identified on the зignature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below fOr additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: Signature: Signature: (Corporate Seal) Name and Name and Address: Address: S8 1853iGEEF 3i00 Page 2 of 2 ---PAGE BREAK--- I 0004268 lCW GROlJP Power of Attorney Insurance Company of the West The Explorer Insurance Company Independence Casualty and Surety Company i I KNOW ALL MEN BY THESE PRESENTS: ·n1at insurance Company of the West, a Corporation duly organi:wd under the laws of the State of CalitOrnia, TI1e Explorer Insurance Company, a Corporation duly organized under the laws o f the State of Arizona, and Independence and Sttrety Company, a Corporation duly organized under the law,;; o f the State o f Texas, (coilectiveiy reterred to as the "Companies"), do hereby appoint CARL qEW:V1A:\, PETER H. HAMMETT, JILL BOYLE, DEArNA :V1. :\UtYER, APRIL L. CHAMPAGNF,, KAREN JOHNSON, KARE'; P. DEVER, BARBARA R . .JOH"SO", CHARLES A. SZOP A, F. Kl'>G, s!ARU: I. MATETICH, ALISSA ߂1. STEYE"S STUART A. O'FARRELL, ALEXAqDRA A. KOLE-"0, SUSA!\ B. LARSO:", STEPHE:\" WACHTER their true and lawful Attomeyls)-in-Fact with authority to date. execute, sigt1, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documems. v.·1"1JCso· '-\·hereoL the Companies have caused these presents to be executed by its duly authorized officers this 1 6th day of January, 200 1 . "е\ж" . ft( SEAL n 0;3 ǽf::i John H. Craig, Assistant Secretary State of CalifOmia County or San Diego } ss. CO:\-lPANY OF TH£ WEST THE EXPLORER INSURA?\CE COMPAqY I:"DEPE--'0£:\:CE CASUALTY A'D SURETY COMPA:'\Y John L Hannum, Executive Vice PresidL"nt On December 5, 2003, before me, Mary Cobb, Notary Public. personally :lppeared John L Hannum and John H_ Craig, personally known to me to be the persons whose names are subscribed to the within in,-;trmnenl and acknowledged to me that they executed the samt in their authorized capacities. and that by their signatures on the instrument, the entity npon behalf of which the persom acted, executed the instrument. Witness my hand and official seaL Mary Cobb, Notary Public RESOLUTIONS 'TI1is Power of Attomey is granted and is signed, sealed and notarized with li:tcsimile signatUJ\.<'s and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: Tiwt the President. an Executive or Senior Vice President of the Company. together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attomey app<)inting the pers()n(s) named as Atlomey(s)-in-Faet to date, execute. sign, seal, and deliver on behalf of the Company. tldelity and surety bonds. undertakings, and other similar contracts of suretyship, and any related documents_ RESOLVED FURTI-IfƙR: That the signatures of the oflkers making the appointment, and the signature o f any officer certifying the validity and current status of the appointrm·nt, may be filcsimile representatientations shall have the same lOree and effect as if manually affixed. TI1e lacsimile representations refeJTed to herdn may be afftxed by stamping, printmg. typing. or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company oft he West. The Explorer Insurance Company, nnd Independence Casualty 1n1d Surety Comp:my. hereby certify that the fOregoing Power of Attomey is in thll force and and has not been revoked, and that the above resolutions were duly adopted by the re:>pective f3oards oft)irectors of the Companies, and are now in lhll li.m.:e. IN \VITNESS WHEREOF, I have set my hand this · day or . John H. Craig, Assis1:mt Sims, please contact Surety Claims, JCW Group, 1 1 45:' El Camino Rc:-1!, San Dkg:o, CA 92 ! 30-2()45 or c.Ƙdl lX5X) 350-2400. ---PAGE BREAK--- I.C.W. GROUP Insurance Company of The West The Explorer Insurance Company Independence Casualty and Surety Company 1 1455 E1 Camino Real, San Diego. CA 92130-2045 P.O. BOX 85563, San Diego, CA 92186-5563 (858) 350-2400 FAX (858) 350-2707 www. icwgroup.com Terrorism Risk Rider Bond Number: 2 165836 This rider addresses the requirements of the Terrorism Risk Insurance Act of 2002. In accordance with the above Act, we are providing this disclosure notice for all bonds on which one or more of the above identified companies is a surety. Coverage for certified acts of terrorism is included in the attached bond and will be partially reimbursed by the United States under a formula established by the Act. The United States will pay 90% of covered terrorism losses in excess of a statutory established deductible to the insurance company issuing the bond. In no way will the payment for loss on this bond exceed the limit of liability under this bond. This rider does not provide coverage for any loss that would otherwise be excluded by the terms of this bond. The portion of the premium, for this bond, attributable to coverage for certified acts of terrorism under the Act is One Dollar 1.00). Important Notice: The cost of terrorism coverage is subject to change on any bond that premium is charged annually. ---PAGE BREAK--- CITY OF MOSCOW EAST -SIDE FIBER OPTIC PROJECT CHANGE ORDER Project Number: FOQ200502 Contractor: Sefuco Communications 4007 E. Trent Spokane, W A 99202 Todd Krieger, Spokane Area Manager Contract Date: Copies To: JeffTeplin, Project Manager Fax# (509) 532-8515 Change Order Number: #00 1 Owner: City of Moscow 206 E. Third Street Moscow, ID 83843 Bill Belknap, Project Manager Change Order Date: Bill Belknap, Owner Project Manager Fax# (208) 883-7018 You are Irecte d to rna e t e 0 k h ii II owmg c h anges m t IS Contract: Item Reference Description Amount Revised design drawings Revised Drawings Design -$72, 157.15 changing Lena to aerial attached as Exhibit modification installation and removing and revised unit the connection to the cost calculation Aquatics Center attached as Exhibit Attachments: Revised project design sheets labeled as Exhibit Jg!:;tJ. f.qr Jtl.i% _qhg,ng_Š .Qr.d߹r:, Qаig.in?J. (_qm§ށ$ .S.4!n: _ No;!. pr¨.Y . . ChHD g;:x Qr4<;r.(•) . JJ1,_ .mm. w.i J J v, I?Y. .t.lJ Ox4."; IhS!. NŠ»'-.C.Qntrª<;« .߄Htoo_ yy_i_l_l_ _ (gntw.c:$ _t_inw. »:iJI_ hy_ .th9. .Qgl.Šr.: Jh9 %.xt'n;;.ign nr.i.Qr_l9. thi?. Ch;mgc;_ Qn:J9x _ .Q­t_c;J9x.$.!-!P.®l:;tJH!:;tJ.CS?ro.P.l¯-°i_qnJ.®;__ _ . . Davs 0 $J?MQ,cOQ $0.00 $1Q!i,:?4H/ Not valid unless signed by both Owner and Contractor. Signature by Contractor indicates his!her agreement herewith, indudmg any adjustment in the Contract Sum or Contract Time. !t is further understood and agreed that they change order constitutes compensation in full on behalf of the Contractor and its Subcontractors and Suppliers fOr all costs directly or indirec!ly attributable to the changes ordered and for any and all delays, impacts, disruptions, accelerations, and/or extensions of time rdated thereto No other compensation shall be allowed for the Modifications made herein CONTRACTOR APPROVAL: Setllco Communications 4007 E. Trent Spokane, WA 99202 OWNER APPROVAL: Date/ ---PAGE BREAK--- " Ư· li'. ;i Я.i! MOSCOW EAST SIDE MOSCOW CITY HALL 206 E. THIRD ST JOHN RUSSELL SCHOOL 1 1 9 N ADAMS MOSCOW HS 402 E 5 ST MOSCOWJHS 1 4 10 E D ST 1 4 ,q,z_ bv.ЭЮ · MCDONALD 2'323 E. D ST tENA WHITMOR:E FLEMENTRY 1 1 0 S BLAINE 144 ,FIBER 48FIBER 12FJ!BER 2" CONDUIT l.25" .CONDUIT 4''{0NDUIT MATERIAL LIST 930' 7308' 9409' 10,134' 2455' 470' 499' l:2o" INNERDUCT vAur߶·s 4X4 740' I FSL 7 1 3 2 1 2 TRANMISSION POLES 6 AVJST A POLES 65 27 I 8 ---PAGE BREAK--- C A L L m R L O C A T E S PLAC( 4 • CONDlJ!T, 36' IN DEPTH COMPACT V!TH CLEAN FtLL PLACE TRACER VIRE AND TAPE PLACE 3 ব-2'5 !NM:RDUC T CEM(NT DRAiN ENTER BASEMENT TELECO RM THRU IJ!NDUV BOARD. LEAVE 50' 01-" SlACK 20' fROM VALL TIJ RACK 1- Vl z D rࠄ LJ z í :r Vl - 4 u; ߵ I UG E 2 N D S T SEE TRENCH DETAIL GRASS TRENCH ফo· UG 14-4 fTI:I£R 4• CONDUIT .2-1-25' JN£ERDUCT TERMINATE .U FIBER IN CITY HALL BA&&:Mi C I T Y H A L L i S E E w _j _j AERIAL < D G 2 ST L T MOS OVULASH ON EXISTING c;v C-4-4'5 BOND TO AU GRND OVERLASH 144 ON EXISTING 12 FIBER PLACE SPREADER BETWEEN MOS REMOVE SQUIRREL GUARD SEE RISER DETAIL 3 RACK CONSTRUCTION NOTES PLACE TRACER 'w'IRE AND \JARNING TAPE RECORD SEQUENTIAL FIBER WS AT END OF FIBER IN TELECO RM AND AT EACH ATTACHMENT SEE RISER DETAIL SEE TRENCH DETAIL CALL FOR LOCATES PLACE FIBER MARKER TAGS AT EACH ATTACHMENT MATERIAL LIST 1411 fiBER 4• CONDUIT 1.25' INNERDUC T RISER GUY 390' J-49' 338' ' ' OVERLASHED AVISTA POLES BONDS GUY TO crrV' ANCHOR GRASS M08 OV£RLASH ON crv ŃRISERS ON AVISTA POLES C-3-40 BONO Hl AU GRNO 2 2 l RISER DETAIL N ހ47 E 0 MAKE READY AT 02+02 MOS HAS AN EXISITNG CABLE THAT NEEDS TO BE REROUTED FROM THE SE QUAD TO THE NV QUAD THE SE QUAD \JILL BE THE CLIMBING SPACE REMOVE SQUIRREL GUARD M O S C O w '$Ci:E n NO rs-16-0 C I T Y H A L L 1 ---PAGE BREAK--- - w w f- I • ! ! I i , " ЫЬ ݾݿ = = IE_ I lS w V> V> ij j - ihl lS iE f- w w f- SW'tG\1 Oi f- V) f- ' I I w 0 0 I u Vl w Vl Vl 0 z u 0 I V) 0 z 0 ' l I io " (V Vl iE I I 15';. f- i O O u w W Vl w w o Vl :E f- ---PAGE BREAK--- N j __cD:łun S E E B E L O w L E F T F IR S T A V E S E E 17+93 0 HI SrRAND _;;t-12 f!B£R AERIAL T R E E T R I M S E C ON D A V E iD f­ r=l D w G 2 ŁŀAVE 5' OF NTRL. + CTV BELT MOS 1• BELOW CTV C-4-45 BOND TO AU GRND 2J-t43.t ANCHOR AND GUY SP0 LIGHT POLE iD প I POLE Q NORTHSiDE OF HS MOSCOw PLACE RISER AND TRANSITION TO UG I I I / ST l T + 19'6' CTV DROP 19'3' VERIZON 19"3" MOS C-4· -40 MAKE READY EVERYONE RAISE 1M MOS An'ACH IN OLD VERIZON POSITION KeeP sw B 0 V E _ , ' Ъ131' ,p߲t CP" (p\' 1• l>r.'l' w ?6'5' Sl' lT NTRI. ࠠ ߩߪ߫L 01"4'\0" S.T LT GUY.u!D ll 21+5-:J il4'7' CTV CTV • Jill'S 1.8AOW(lTV 23'1' CTV PLACE C-4-35 HUIWClV C-J-5!1 crv DROP ANCHOR AND GUY 7 7 .OND TOAU- ltONDTGAU GIIHD U'MOS w MAKE READY C THE TOP OF THE POLE MUST BE 5' {AT LEAST> Z BELO'w' NTRL, w 0: iOQ z :L _J 0 MOSCOw EAST S I DE I 3 ---PAGE BREAK--- RIS[R D[TA!L AVIST A T O MOVE RtER AND BUlL D ST ANDDf ATTACH MOS RISER N AV!STA L. ll(liJEEI< POLE Mil R!S£R r 25'6' PVIl R!S(R 11\RN!NG TAPC. Rf:STORE C\.{AN fiLL ARO\J'ID Lj lli:SlORC A!!IE:A ) UG SEE RISitR DETAIL CALL FOR BE FOR[ LOCATES DIGGING 41.1 F!OCR H)M STIAN.I.l CALL FOR BEFORE LOCATES DIGGING 3L•ll •oo· 2' CONDUIT 41.1 fOC \lATER l' Off CURB LlÅ ݺ :10•77 0 FIRE HYDRIINT loiAT(R if AWl STORM tRAIN D ST 0 ;Ill PLACE WARNING TAP[ AND TRACER WlRE . TRENCH TO 36' IN DEPTH Ji'l _J 0 o_ 25T PHASf DROP ?IT CTII Zl'nছM(>$ z9o c· 80#1l TOA!.IcmN0 " T T SEE 0' j 1- 0 Q_ w w 0' 1- DwG 3 I.IATER HETar-Q 11. 3(!•25 ݻ TRENCH RESTORE C(J'(Ç.m 48 roc P\.AC( TRACER loi!RE AND VARNING TAP£ i< ll wo CALL FOR LOCATES BEFORE DIGGING OSEE ABOVE LEFT CONSTRUCTION NOTES CAl-L FOR LOCATES llEftFE DWCi!NG PLACE Cl)!IDIJ!T WITH rRAC(R loi!R!: AND IIARN!N(', Tj!J>(, 36' IN AND TRENCH RESTORE PLACE 'WARNING TAPE AND TRACER 'WIRE TRENCH TO 36' IN DEPTH Cl.(AN f!LL 1- Q 0' RECÆD S£1l\£NllALS MD P!..Act fliER lAGS AT £ACH ATTACHMENT MATERIA!.. UST 4$ flii£R !41W l\1!4 STRANll •79< RISER l ' m ' 2" CONDUIT 710' AVJSlA P0\._[5 ) BONDS 2 RISERS l I õ DO NOT ATTACH Tޫ THIS POLE w :r:h7l TRENCH/BORE RESTORE LOCATES DIGGING CALL FOR BEFORE MOSCOw ^N-01" ·ডt"'"ঢ _ -lj 4 lf') LJ Q w w ---PAGE BREAK--- LJ Q w L..l MAKE RCADY KEEP Sv i:NAD ClEAR vt:f!ll৾ TCJ MOvE J)I;WP"S TCJ tASf Sill£ 0' P!JL( i!T7" NTRL 1জ11ঝ MQll- !7'8' V£1!1É DRtF c-Ê--Êe TO 1W OIUfC 65" .IITTN:HM:IঞটDLOOf' A( RIAL fi..o\CE Q AND ;lH(:HOit AERIAL. Ч . - W- \ 5(E RISER O(TA!L 2' CO!illl!JT AT IN OCPTH PlACE TRACER "IRE: AND lo'AiiNi'!G TAl'[ RISER DE T A N NTRL 1rli"MO:t C-4·35 0 3'r.7i 110' 200· ra ·EtfE f- I LJ f- H (Y w > 0 w w z _j D u z ·dž _j AfRlAL i!J'll' NlRL 2!'6' Sl rGT' MOS cÌÊ-Í'5 44ৡ6<\ 70' M.II!W itl!lADY o\\llSTAI'Ot.l!lMO:S.41l"Bf!LOWo\III&-To\ATYAQt TREE TRIM 0 45•l6- z.:w· 48 f!BrR l(l! NTÏ<\. c-Ê-4Ë 2J'li" NTRL 21'S• ST LT 1$T' MOS C-4-40 CONSTRUCTION NOTES RECORD SEQUENTJALS AT EACH ATTACHMENTS. PLACE ID TAGS z _j 0 u z - _j MATERIAl.. LISt !g f!Bt:lÎ 1014 STRANU ANCHORS R!S(f! c-•-Jo z· CONI)UI'I to:.oa· 1323' ' ' ' ' ?5'10' NTRI._ n·৶- •Dll ATT.IICH 40" aELDW D I.ODf' 23'3' SCCONllARr 1$'4" MOll C-4-45 w IY 0 0 AITJU:Hl'O .III.I ORHD GUY .liNDচ f­ w _j Ê8 f1JI(R 10M SHIANII AERIAL 8DMD 1'0 11U - Jl7• T REE T R 112' :w„at '39•98 41+10 > D S T an 8t M:ST Of El.IIWTRI(: lll!llYIC.£- cnY CAIJU! TO 1J!! Aa0W llLI!GTitiC DROI' ':!fgh=y w _jTREE TRIM 240' D ST AE.R!AL TREE CiTY IIIAKEReMY U'!f"MIO$ খ ƙ'J+. erf ::TH ao\iTH"-;jTm , l CITl CABU MU< !liiOP NTRl • an· $1 LT 20'1' CTV 1!.1' এ V(IUZIJI'< IJR(lf' !9r vtR\ltln 1r vtRiliJN n·-ਤn cঔ•-•s ZrC>( ) crv zz·•· VtR!ZIJI'< 21'4" MOIJ .ONO W IW - w z ǂ _j o:1 ( ߥ4+7\10 è1>"1' 3 fUio(;l\ è!'9" CTV 19'!' 18'1' ­ SOt TO AU - l fo· FOR L O C A T E S SEE DVIG 8 MJHS ST 061)·ߤ ij[ riii£R 2' TQ VAUI.. T OEAA tWAN C(NT(R J'UICJI Jli'ICKOJI NfD 8VY R ¼ Mitrr 21' CTV \3'11' V½RllON 0C trH৵-n ·ǃ J!i' HIGI AERIAL I l •a nKR Ill" STRAND LJ w w z· fROII VN.A. T rݷ Pfll._( e ni!ER _ Jlel'nl঑ IIEQWUI OF f'Ol.li.C.LEM VUU:ONMOVJ!OO IIO!lll 'JOTH঒ও R I S E R D E T A I L N "M""f1\ ô· E LO.VE 5• ll£L T SI"AC£ N AVJS'iA f'OL(S ' ' « nat¾: \OM ST!Wtl) CJ'J• Sf LT 2H>• CTV w > i?OT VLRUON 1f'1- ­ cক - s IIOHII TOAU- f­ z IX LJ RtC!lRD S(tl.£N1lAlS. At/<0 R!s.tR ' etl· z· COHDV!T D S T n· ) RACK 2110' Clv eo·w DRD"' 1'1'T"VIIIU;eoN III.IliM! TO :lll'1 ৴11'H•fi10S MAKE R E A D Y MOSCOw ·DŽ " Nn f- w _j D _j w o:1 w w 1 6 ---PAGE BREAK--- -D L"l q w L...l V A U L T D E T A I L A lNJ NjnjǍǎs1Ǐo"fǐALǑǒ;Ǔǔ N R I S E R D E T A I L N SPI..!C( CAlif. 4U VAIJI,.T D S T ߛߜ Ǘ2:!t:ǘli.cT J !Of' Of VAI.JI,. T 10 ǚ l1H r৆ AROlll'IC lll.-L ct:Mrun TH R£:STORC NTRt.. • D S T 1(1 nOCR TO ONE l"'N!:RDUC"! fOR TH( ঊ0 TR'ENCH18[F( 30.' Ill SCHQ[JL U.l) il'£ fOR THE AQUATIC SO'! Ri:STQR( CtNT(!il: vtRittW'< M0&1'11El.OWII­ C-J-7U 2-e· cn«wn 1·Ǜ\l f!lll:!il: !N tACH CUI!l!Jit 1(1 f!ll(!il: TO KACDONAt.C 4' CO'lDl.I!T INN(RWCT æ· COH!liJ!T :H-25' lMMO:!il:!lUCT D S T PLACE ctlliOtJIT GRASS 0.3•76 '.itE VMJl. 1 DETAIL Pl. ACt •a roc THI!U CQNrutr 10 A C A L L F O R L O C A T E S ǜt'r l ǝ N MOt../'1ߝߞ 4ߟrW:o ߠK IHR\,1 PLACE TRM'::tR 'w'IRL AN!I "'AAN!NG TAPE :r Coml'!,llT !Ill" IN 1111!1''", & PUICll "TIIII.Cilll, MllE'-NIJWAAW-TAI'E •·•aowiWllf'IIICIS. \JILL iH!' C(JolllU!l IN TR£NCH 1-2' fROM S9•22 TO VAU. T ANll [.INE CQNDUll FROH VAUL l TO 6-1Ǟ36 AND RIS£R P\l POL( 1o!H(!il:t IN!llCIIft::!i SPL. IC E DE T A l L •e fJl'l(:ll fROM. \o'tST TD (:AS£ IN VAUl.T. 6 fl!l'(ǦS SPI.-10: TO f.(i[,AN C(I!OCII: fRO< lo!C!l(W:II.D SEE SPLICE D£TA!L 8 PLACE 100' Ill' SLACK fRO!t (/loCH CAlli.( IN V :r CotiDUtT illl" IN IJIU"'O-, CLENI fJU. PLACfi TIIACft WIIIE,.. _TAI'fi 1'.-aOWSUIIf'JU!II' CDI<ǟTR\ICT!ON I I­ 13 MOSCDYI - I I i I 7 ---PAGE BREAK--- I DC > 0 u 0 I > 0 u V1 0 f­ oe 0 u z z w f- f- l ' • d Æ! > 0 u V1 0 I CJ > p w I I I bi ' i DC w 1 I , z IĽ I I lj i ' CJ I jw ---PAGE BREAK--- w w VJ ' I I I I I b ' )u Iļ i I IM I ó I I I I I I I I D Ļ t z ! ---PAGE BREAK--- \X CJ I 0 0 ' I • u • i w ' \X 0 0 f- - I z w 0 w - o_ lS GNVl3/\3lJ Cl ߚAG 33S w w oc f- ' IĐ ---PAGE BREAK--- 1S 'JNIGIJ\IH f- 33S I f- w w f- f- w I I , r- Ф§ºIii П0 f- w' kti f- ' • i ; ǵǶǷ f- Vl .I j I! ; " ਚ' i!e f at Ǹnǹ ·ݵ I i I f- z$ h ТУ ߗ • ; XI ;11 !Y I' r- I, m!si w w i§ f- ! I t"+f\ L I w I w V'l I V) w f- f- u 1d 0 QO I 0: wz o i _J _J u w f­ Vl > • • • РС li;;l;l liݶC # ioili l I 0 • • Ɨ d.h r- t N o1 I t;ХºCi t I ! l lS 'JNiaCi\IH f-z w w _J w ---PAGE BREAK--- lݴ.J p Lw w l€.5' NTRI.. l'r-l' <.:Tv 111'TM