rcc phase i specifications, part 1

362

Click here to load reader

Upload: carolyn-hope

Post on 24-Mar-2016

228 views

Category:

Documents


2 download

DESCRIPTION

Construction specification package (part 1 of 2) for the Redmond Central Connector Phase I.

TRANSCRIPT

Page 1: RCC Phase I Specifications, Part 1

Contract Provisions

for

Redmond Central Connector Project

Sammamish River Trail to Bear Creek Trail

Project No. 20021142.01.01.02

Federal Aid No. STPE 1065(010)

Contract Documents, Amendments, Special Provisions,

Appendices A through H

Bid Document

August 2012

Page 2: RCC Phase I Specifications, Part 1

Contract Provisions

for

Redmond Central Connector Project

Sammamish River Trail to Bear Creek Trail

Project No. 20021142.01.01.02

Federal Aid No. STPE 1065(010)

Contract Documents, Amendments, Special Provisions,

Appendices A through H

Bid Document

August 2012

Page 3: RCC Phase I Specifications, Part 1
Page 4: RCC Phase I Specifications, Part 1
Page 5: RCC Phase I Specifications, Part 1
Page 6: RCC Phase I Specifications, Part 1
Page 7: RCC Phase I Specifications, Part 1
Page 8: RCC Phase I Specifications, Part 1
Page 9: RCC Phase I Specifications, Part 1
Page 10: RCC Phase I Specifications, Part 1

ii Redmond Central Connector -

Sammamish River Trail to Bear Creek Trail

Bid Document

Last Revised: August 2012

REDMOND CENTRAL CONNECTOR -

SAMMAMISH RIVER TRAIL TO BEAR CREEK TRAIL

PROJECT NO. 20021142.01.01.02

FEDERAL AID NO. STPE 1065(010)

TABLE OF CONTENTS

ADVERTISEMENT FOR BIDS ............................................................................................. A.1

BIDDING INFORMATION .................................................................................................... B.1

BIDDER'S CHECKLIST ....................................................................................................... B.2

STATEMENT OF BIDDER'S QUALIFICATION .................................................................... B.3

COMPLETION TIME AND LIQUIDATED DAMAGES ........................................................... C.1

PROPOSAL ........................................................................................................................ D.1

BID BOND FORM ................................................................................................................ D.5

SUBCONTRACTOR LIST .................................................................................................... D.6

BID SCHEDULE .................................................................................................................. E.1

NON-COLLUSION DECLARATION (WSDOT FORM 272-036H EF) ................................... F.1

DISADVANTAGED BUSINESS ENTERPRISE

UTILIZATION CERTIFICATION (WSDOT 272-056 EF) ....................................................... G.1

LOCAL AGENCY DISADVANTAGED BUSINESS ENTERPRISE (DBE) WRITTEN CONFIRMATION DOCUMENT (WSDOT FORM 422-031A EF) .......................................... H.1

CONTRACT ........................................................................................................................ I.1

CERTIFICATE AS TO CORPORATE PRINCIPAL ............................................................... I.3

PERFORMANCE BOND ...................................................................................................... I.4

REQUIRED CONTRACT PROVISIONS FEDERAL AID CONSTRUCTION CONTRACTS .. J.1

AMENDMENTS TO THE STANDARD SPECIFICATIONS ................................................... YELLOW

SPECIAL PROVISIONS ...................................................................................................... SP 1 APPENDIX A – CITY OF REDMOND STANDARD DETAILS

Page 11: RCC Phase I Specifications, Part 1

iii Redmond Central Connector -

Sammamish River Trail to Bear Creek Trail

Bid Document

Last Revised: August 2012

APPENDIX B – WSDOT STANDARD DETAILS APPENDIX C – WSDOT TRAFFIC CONTRL PLANS APPENDIX D – PREVAILING MINIMUM HOURLY WAGE RATES APPENDIX E – CITY OF REDMOND TECHNICAL REQUIREMENTS FOR LANDSCAPE

MAINTENANCE APPENDIX F – CONSTRUCTION STORM WATER GENERAL PERMIT (NOT INCLUDED) APPENDIX G – GEOTECHNICAL REPORT APPENDIX H – STORMWATER POLLUTION PREVENTION PLAN

Page 12: RCC Phase I Specifications, Part 1
Page 13: RCC Phase I Specifications, Part 1
Page 14: RCC Phase I Specifications, Part 1

B.1 Redmond Central Connector -

Sammamish River Trail to Bear Creek Trail

Bid Document

Last Revised: August 2012

BIDDING INFORMATION

The following forms must be executed in full prior to submittal of the bid:

STATEMENT OF BIDDER'S QUALIFICATIONS This form must be filled in and signed. The Owner reserves the right to check all statements and to judge the adequacy of the Bidder's qualifications.

PROPOSAL The proposal must be signed and receipt of addenda acknowledged.

BID BOND FORM The Bid Bond must be executed by the Bidder and/or the Surety Company. The amount of the Bid Bond shall be no less than five percent (5%) of the total amount bid and may be shown in dollars or on a percentage basis. Bidder must use the bond form included in these Contract Provisions.

SUBCONTRACTOR LIST The Subcontractor List must be filled out on contracts with a cost of one million dollars or more.

A complete bid proposal package includes pages B.3, B.4, C.1, D.1 thru D.5, and all E pages (bid schedule). Refer to section 1-02.9 of the special provisions for further details on proposal delivery.

The following forms are to be executed by the successful bidder after the contract is awarded:

CONTRACT This agreement is to be executed by the successful Bidder.

CERTIFICATE AS TO CORPORATE PRINCIPAL To be executed by successful Bidder's representative authorized to sign agreement.

PERFORMANCE BOND To be executed by the successful Bidder and Surety Company.

CERTIFICATE OF INSURANCE To be issued by an acceptable Insurance Company.

DECLARATION OF OPTION FOR MANAGEMENT OF STATUTORY RETAINED PERCENTAGE To be executed by successful bidder.

INTEREST BEARING ACCOUNT / ESCROW AGREEMENT To be executed by successful bidder as required.

Page 15: RCC Phase I Specifications, Part 1

B.2 Redmond Central Connector -

Sammamish River Trail to Bear Creek Trail

Bid Document

Last Revised: August 2012

BIDDER'S CHECK LIST

______ Have you completed Statement of Bidder's Qualifications? (See page B.3)

______ Has the proposal been properly signed and have you certified receipt of addenda? (See page D.3)

______ Has bid bond or certified check been enclosed with your bid, and is the amount of the bid guaranty at least 5% of the total amount of the bid? (See page D.4)

______ Have you listed all subcontractors who will perform the work of heating, ventilation and air conditioning, plumbing, and electrical? This is only required for contracts greater than one million dollars. (See page D.5)

______ Have you bid on ALL ITEMS and ALL SCHEDULES? (See page E.1)

______ Is your Bid Proposal complete and ready for delivery? (See section 1-02.9 of the contract special provisions)

______ Did you note the special project requirements on page C.1?

______ Have you sworn to and notarized the Non-Collusion Affidavit?

______ Have you completed the Disadvantaged Business Enterprise Utilization Certificate form?

______ Have you completed the Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Documentation Form?

Page 16: RCC Phase I Specifications, Part 1
Page 17: RCC Phase I Specifications, Part 1
Page 18: RCC Phase I Specifications, Part 1
Page 19: RCC Phase I Specifications, Part 1
Page 20: RCC Phase I Specifications, Part 1
Page 21: RCC Phase I Specifications, Part 1
Page 22: RCC Phase I Specifications, Part 1
Page 23: RCC Phase I Specifications, Part 1
Page 24: RCC Phase I Specifications, Part 1
Page 25: RCC Phase I Specifications, Part 1
Page 26: RCC Phase I Specifications, Part 1
Page 27: RCC Phase I Specifications, Part 1
Page 28: RCC Phase I Specifications, Part 1
Page 29: RCC Phase I Specifications, Part 1
Page 30: RCC Phase I Specifications, Part 1
Page 31: RCC Phase I Specifications, Part 1
Page 32: RCC Phase I Specifications, Part 1
Page 33: RCC Phase I Specifications, Part 1
Page 34: RCC Phase I Specifications, Part 1
Page 35: RCC Phase I Specifications, Part 1
Page 36: RCC Phase I Specifications, Part 1
Page 37: RCC Phase I Specifications, Part 1
Page 38: RCC Phase I Specifications, Part 1
Page 39: RCC Phase I Specifications, Part 1
Page 40: RCC Phase I Specifications, Part 1
Page 41: RCC Phase I Specifications, Part 1
Page 42: RCC Phase I Specifications, Part 1
Page 43: RCC Phase I Specifications, Part 1
Page 44: RCC Phase I Specifications, Part 1
Page 45: RCC Phase I Specifications, Part 1
Page 46: RCC Phase I Specifications, Part 1
Page 47: RCC Phase I Specifications, Part 1
Page 48: RCC Phase I Specifications, Part 1
Page 49: RCC Phase I Specifications, Part 1
Page 50: RCC Phase I Specifications, Part 1
Page 51: RCC Phase I Specifications, Part 1
Page 52: RCC Phase I Specifications, Part 1
Page 53: RCC Phase I Specifications, Part 1
Page 54: RCC Phase I Specifications, Part 1
Page 55: RCC Phase I Specifications, Part 1

I.1

Redmond Central Connector -

Sammamish River Trail to Bear Creek Trail

Bid Document

Last Revised: August 2012

CONTRACT

THIS AGREEMENT, made in four (4) copies, each of which shall be deemed original, and entered into as of the date hereinafter affixed, by and between the City of Redmond, Washington, hereinafter called the Owner, and ________________________________________________________________________ Contractor Name HEREINAFTER called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials and equipment for the

construction of Redmond Central Connector - Sammamish River Trail to Bear Creek Trail, Project No. 20021142.01.01.02, Federal Aid No. 1065(010) in accordance with and as described in the attached plans and specifications, including Addenda, for the amount bid which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof.

If said work is not completed within the time specified, the Contractor agrees to pay to

the Owner the sum as specified in Section 1.08.9 of the 2012 WSDOT/APWA Standard Specifications for each and every working day said work remains uncompleted and after expiration of the specified time, as liquidated damages. The Contractor shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof and shall guarantee said materials and work for a period of one year after completion of this contract, except as may be modified by the plans, specifications, and/or contract documents.

II. The City of Redmond, Washington, hereby promises and agrees with the Contractor to

retain the Contractor to provide the materials and to perform the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of prices bid and hereto attached, at the time and in the manner and upon the conditions provided for in this contract.

Page 56: RCC Phase I Specifications, Part 1

I.2

Redmond Central Connector -

Sammamish River Trail to Bear Creek Trail

Bid Document

Last Revised: August 2012

III. The Contractor for him/herself, and for his/her heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants contained herein.

IV. It is further provided that no liability shall attach to the City of Redmond, Washington,

by reason of entering into this contract, except as expressly provided herein. V. No change order or combination of change orders which result in an increase or

decrease of the total construction costs shall be binding upon the City until approved in writing by the Director of Public Works or a designate who is authorized to execute Change Orders.

COUNTERSIGNED: this __________________ day of ___________________________, 20 ____ IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. CONTRACTOR CITY OF REDMOND, Washington ______________________________ Signature Mayor Printed Title Federal Tax ID No.____________________ Attested: ______________________________ CITY CLERK Approved as to form: _______________________________ CITY ATTORNEY

Page 57: RCC Phase I Specifications, Part 1

I.3

Redmond Central Connector -

Sammamish River Trail to Bear Creek Trail

Bid Document

Last Revised: August 2012

CERTIFICATE AS TO CORPORATE PRINCIPAL

I, , certify that I am the Corp. Officer (not Contract Signer) Corporate Title of the corporation named as Contractor in the Agreement attached hereto; that , who signed said Agreement on behalf of the Contract Signer Contractor, was then of said Corporate Title - Contract Signer corporation; that said Agreement was duly signed for and in behalf of said corporation by authority of its governing body, and is within the scope of its corporate powers.

___________________________________ Corporate Officer (not Contract Signer ____________________________________ Printed ___________________________________________ Title

State of ) )ss.

County of ) ____________________________________________________, being duly sworn, Corporate Officer (not Contract Signer)

deposes and says that he is Corporate Title

of Name of Corporation

Subscribed and sworn to before me this _______ day of __________________, 20

Notary Public (Signature)

Notary Public ( Print) My commission expires ____________, 20 __

Page 58: RCC Phase I Specifications, Part 1

I.4

Redmond Central Connector -

Sammamish River Trail to Bear Creek Trail

Bid Document

Last Revised: August 2012

PERFORMANCE BOND

Bond No. _____________

Know all men by these presents: That whereas the City of Redmond, Washington has awarded to _________________________________________________

Contractor hereinafter designated as the "Principal" a contract for the construction of the project designated as

Redmond Central Connector - Sammamish River Trail to Bear Creek Trail,

Project No. 20021142.01.01.02, Federal Aid No. STPE 1065(010)

Redmond, Washington all as hereto attached and made a part hereof and whereas, said principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract. NOW, THEREFORE, we the principal and _________________________________

Surety a corporation, organized and existing under and by virtue of the laws of the State of _____________, duly authorized to do business in the State of Washington, as surety, are held and firmly bound unto the City of Redmond, Washington, in the sum of: ___________________________________________ Dollars ($________________) Total Contract Amount lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by those presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bonded principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said contract, and shall faithfully perform all the provisions of such contract and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said contract that may hereafter be made, at the time and in the manner therein specified and shall pay all laborers, mechanics, subcontractors, and material men, and all persons who shall supply such person or persons, or subcontractors, with provisions and supplies for the carrying on of such work, on his or their part, and shall indemnify and save harmless the City of Redmond, Washington, their officers and agents from any claim for such payment; and shall further save harmless and indemnify said City of Redmond, Washington, from any defect or defects in any of the workmanship entering into any part of the work or designated equipment covered by said contract, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect; provided that the liability hereunder for defects in materials and workmanship shall not exceed the sum of: _____________________________________________ Dollars ($________________) Total Contract Amount

Page 59: RCC Phase I Specifications, Part 1

I.5

Redmond Central Connector -

Sammamish River Trail to Bear Creek Trail

Bid Document

Last Revised: August 2012

And the said surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed hereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time, alterations or additions to the terms of the contract or the work or to the specifications. The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the aforesaid Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Performance Bond in a like amount, such increase, however, not to exceed twenty-five per cent (25%) of the original amount of this bond without the consent of the Surety. IN WITNESS WHEREOF, the said principal and the said surety have caused this bond and three (3) counterparts thereof to be signed and sealed by their duly authorized officers this ________ day of __________________, 20____. Principal: By: Signature Title: Printed

ATTEST: (if Corporation) By Title

Surety: Printed Name By Signature Printed Title Name and address of local office/agent of Surety Company is:

Contractor Corporate Seal

Surety Corporate Seal

Approved As To Form:

City Attorney

Page 60: RCC Phase I Specifications, Part 1

Required Contract Provisions Federal-Aid Construction Contracts FHWA-1273 Electronic Version – March 10, 1994

I. General 1 II. Nondiscrimination 2

III. Nonsegregated Facilities 6 IV. Payment of Predetermined Minimum Wage 7 V. Statements and Payrolls 12

VI. Record of Materials, Supplies, and Labor 14 VII. Subletting or Assigning the Contract 14

VIII. Safety: Accident Prevention 15 IX. False Statements Concerning Highway Projects 16 X. Implementation of Clean Air Act and Federal Water Pollution Control Act 17

XI. Certification Regarding Debarment, Suspension Ineligibility, and Voluntary Exclusion 17 XII. Certification Regarding Use of Contract Funds for Lobbying 21

Attachments

A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) 23

I. GENERAL 1. These contract provisions shall apply to all work performed on the contract by the

contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract.

2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions.

3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract.

4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12:

Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g.

1

sessyle
Typewritten Text
J.
Page 61: RCC Phase I Specifications, Part 1

5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives.

6. Selection of Labor: During the performance of this contract, the contractor shall not:

a. discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in Attachment A), or

b. employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release, or probation.

II. NONDISCRIMINATION

(Applicable to all Federal-aid construction contracts and to all related subcontracts of $10,000 or more.)

1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The Equal Opportunity Construction Contract Specifications set forth under 41 CFR 60-4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO:

a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of his/her activities under the contract.

b. The contractor will accept as his operating policy the following statement:

"It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, preapprenticeship, and/or on-the-job training."

2

sessyle
Typewritten Text
sessyle
Typewritten Text
J.
Page 62: RCC Phase I Specifications, Part 1

2. EEO Officer: The contractor will designate and make known to the SHA contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so.

3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum:

a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer.

b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor.

c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minority group employees.

d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees.

e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means.

4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived.

a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration.

b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have

3

sessyle
Typewritten Text
J.
Page 63: RCC Phase I Specifications, Part 1

the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.)

c. The contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees.

5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed:

a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel.

b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices.

c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons.

d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal.

6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minority

group and women employees, and applicants for employment.

b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision.

c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each.

4

sessyle
Typewritten Text
sessyle
Typewritten Text
J.
Page 64: RCC Phase I Specifications, Part 1

d. The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion.

7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting as agent will include the procedures set forth below:

a. The contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment.

b. The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability.

c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information.

d. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the SHA.

8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment.

a. The contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under this contract.

b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful

5

sessyle
Typewritten Text
J.
Page 65: RCC Phase I Specifications, Part 1

minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel.

c. The contractor will use his best efforts to ensure subcontractor compliance with their EEO obligations.

9. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the SHA and the FHWA.

a. The records kept by the contractor shall document the following: 1. The number of minority and non-minority group members and women

employed in each work classification on the project; 2. The progress and efforts being made in cooperation with unions, when

applicable, to increase employment opportunities for minorities and women;

3. The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees; and

4. The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees.

b. The contractors will submit an annual report to the SHA each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data.

III. NONSEGREGATED FACILITIES

(Applicable to all Federal-aid construction contracts and to all related subcontracts of $10,000 or more.)

a. By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agreement or purchase order, as appropriate, the bidder, Federal-aid construction contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the EEO provisions of this contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability.

b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color,

6

sessyle
Typewritten Text
J.
Page 66: RCC Phase I Specifications, Part 1

religion, national origin, age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g. disabled parking).

c. The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of $10,000 or more and that it will retain such certifications in its files.

IV. PAYMENT OF PREDETERMINED MINIMUM WAGE

(Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.)

1. General:

a. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor under the Copeland Act (40 U.S.C. 276c)] the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor (hereinafter "the wage determination") which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form FHWA-1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis-Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV.

b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein, provided, that the employer's payroll records

7

sessyle
Typewritten Text
J.
Page 67: RCC Phase I Specifications, Part 1

accurately set forth the time spent in each classification in which work is performed.

c. All rulings and interpretations of the Davis-Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this contract.

2. Classification:

a. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination.

b. The contracting officer shall approve an additional classification, wage rate and fringe benefits only when the following criteria have been met:

1. the work to be performed by the additional classification requested is not performed by a classification in the wage determination;

2. the additional classification is utilized in the area by the construction industry;

3. the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and

4. with respect to helpers, when such a classification prevails in the area in which the work is performed.

c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

d. In the event the contractor or subcontractors, as appropriate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period

8

sessyle
Typewritten Text
J.
Page 68: RCC Phase I Specifications, Part 1

that additional time is necessary.

e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification.

3. Payment of Fringe Benefits:

a. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof.

b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

4. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers:

a. Apprentices:

1. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his/her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice.

2. The allowable ratio of apprentices to journeyman-level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman-level hourly rate)

9

sessyle
Typewritten Text
J.
Page 69: RCC Phase I Specifications, Part 1

specified in the contractor's or subcontractor's registered program shall be observed.

3. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman-level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination.

4. In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved.

b. Trainees:

1. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the DOL, Employment and Training Administration.

2. The ratio of trainees to journeyman-level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.

3. Every trainee must be paid at not less than the rate specified in the approved program for his/her level of progress, expressed as a percentage of the journeyman-level hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman-level wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices.

10

sessyle
Typewritten Text
J.
Page 70: RCC Phase I Specifications, Part 1

4. In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

c. Helpers:

Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance procedure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under a approved definition, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed.

5. Apprentices and Trainees (Programs of the U.S. DOT):

Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program.

6. Withholding:

The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

7. Overtime Requirements:

No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he/she is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one-and-one-half times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek.

11

sessyle
Typewritten Text
J.
Page 71: RCC Phase I Specifications, Part 1

8. Violation:

Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for his/her unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7.

9. Withholding for Unpaid Wages and Liquidated Damages:

The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above.

V. STATEMENTS AND PAYROLLS

(Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.)

1. Compliance with Copeland Regulations (29 CFR 3):

The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference.

2. Payrolls and Payroll Records:

a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work.

b. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appalachian contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, normally reside in the

12

sessyle
Typewritten Text
J.
Page 72: RCC Phase I Specifications, Part 1

labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs.

c. Each contractor and subcontractor shall furnish, each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, paragraphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029-005-0014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors.

d. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his/her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: 1. that the payroll for the payroll period contains the information required to be

maintained under paragraph 2b of this Section V and that such information is correct and complete;

2. that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3;

3. that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract.

e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V.

13

sessyle
Typewritten Text
J.
Page 73: RCC Phase I Specifications, Part 1

f. The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231.

g. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspection, copying, or transcription by authorized representatives of the SHA, the FHWA, or the DOL, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the SHA, the FHWA, the DOL, or all may, after written notice to the contractor, sponsor, applicant, or owner, take such actions as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.

VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR

1. On all Federal-aid contracts on the National Highway System, except those which provide

solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall:

a. Become familiar with the list of specific materials and supplies contained in Form FHWA-47, "Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds," prior to the commencement of work under this contract.

b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and in the units shown on Form FHWA-47.

c. furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data required in paragraph 1b relative to materials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned.

2. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted.

VII. SUBLETTING OR ASSIGNING THE CONTRACT

1. The contractor shall perform with its own organization contract work amounting to not less

than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the State. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635).

14

sessyle
Typewritten Text
J.
Page 74: RCC Phase I Specifications, Part 1

a. "Its own organization" shall be construed to include only workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee, or agent of the prime contractor.

b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract.

2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions.

3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract.

4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract.

VIII. SAFETY: ACCIDENT PREVENTION

1. In the performance of this contract the contractor shall comply with all applicable Federal,

State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract.

2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333).

15

sessyle
Typewritten Text
J.
Page 75: RCC Phase I Specifications, Part 1

3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333).

IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS

In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project:

NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-AID HIGHWAY PROJECTS

18 U.S.C. 1020 reads as follows:

"Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or

Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or

Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented;

Shall be fined not more that $10,000 or imprisoned not more than 5 years or both."

16

sessyle
Typewritten Text
J.
Page 76: RCC Phase I Specifications, Part 1

X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT

(Applicable to all Federal-aid construction contracts and to all related subcontracts of $100,000 or more.)

By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows:

1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et seq., as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq., as amended by Pub.L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20.

2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder.

3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities.

4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements.

XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION

1. Instructions for Certification - Primary Covered Transactions:

(Applicable to all Federal-aid contracts - 49 CFR 29)

a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below.

b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction.

17

sessyle
Typewritten Text
J.
Page 77: RCC Phase I Specifications, Part 1

c. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default.

d. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

e. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations.

f. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction.

g. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.

h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration.

i. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

18

sessyle
Typewritten Text
J.
Page 78: RCC Phase I Specifications, Part 1

j. Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default.

* * * * *

Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Primary Covered Transactions

1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals:

a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency;

b. Have not within a 3-year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1b of this certification; and

d. Have not within a 3-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default.

2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

* * * * *

2. Instructions for Certification - Lower Tier Covered Transactions:

(Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more - 49 CFR 29)

a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below.

19

sessyle
Typewritten Text
J.
Page 79: RCC Phase I Specifications, Part 1

b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances.

d. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "person," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations.

e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.

f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.

g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List.

h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

20

sessyle
Typewritten Text
J.
Page 80: RCC Phase I Specifications, Part 1

i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

* * * * *

Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions:

1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.

2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

* * * * *

XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING

(Applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20)

1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that:

a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.

21

sessyle
Typewritten Text
J.
Page 81: RCC Phase I Specifications, Part 1

2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly.

22

sessyle
Typewritten Text
J.
Page 82: RCC Phase I Specifications, Part 1

Amendment to Form FHWA 1273 Revised March 26, 2009

1

AMENDMENT REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS (Exclusive of Appalachian Contracts) Section I, General, is supplemented with the following:

7. Section 902 of the American Recovery and Reinvestment Act (ARRA) of 2009 requires that

each contract awarded using ARRA funds must include a provision that provides the U.S. Comptroller General and his representatives with the authority to:

“(1) to examine any records of the contractor or any of its subcontractors, or any State or local agency administering such contract, that directly pertain to, and involve transactions relating to, the contract or subcontract; and (2) to interview any officer or employee of the contractor or any of its subcontractors, or of any State or local government agency administering the contract, regarding such transactions.”

The Contractor shall include the following provision in all contracts, subcontracts, and other contracts for services for an ARRA funded project:

“Accordingly, the Comptroller General and his representatives shall have the authority and rights as provided under Section 902 of the ARRA with respect to this contract, which is funded with funds made available under the ARRA. Section 902 further states that nothing in this section shall be interpreted to limit or restrict in any way any existing authority of the Comptroller General.” “Section 1515(a) of the ARRA provides authority for any representatives of the Inspector General to examine any records or interview any employee or officers working on this contract. The contractor is advised that representatives of the inspector general have the authority to examine any record and interview any employee or officer of the contractor, its subcontractors or other firms working on this contract. Section 1515(b) further provides that nothing in this section shall be interpreted to limit or restrict in any way any existing authority of an inspector general.”

Under Section II, Paragraph 8b is revised as follows:

The reference to 49 CFR 23 is revised to read 49 CFR 26. Under Section II, Paragraph 8b is supplemented with the following:

The contractor, sub-recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate.

Page 83: RCC Phase I Specifications, Part 1

Amendment to Form FHWA 1273 Revised March 26, 2009

2

Under Section II, in accordance with standard specification 1-08.1(1) and applicable RCWs a new paragraph 8d is added as follows:

The contractor or subcontractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract and/or agreement no later than ten (10) days from the receipt of each payment the prime contractor receives from WSDOT or its sub-recipients. The prime contractor agrees further to return retainage payments to each subcontractor within ten (10) days after the subcontractor’s work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the WSDOT. This clause covers both DBE and non-DBE contractors.

Under Section IV, the applicability statement is supplemented with the following:

(Applicable to all ARRA funded construction contracts and related subcontracts regardless of location, including projects on local roads or rural minor collectors, and Transportation Enhancement projects outside the highway right-of-way.)

Under Section IV, Paragraph 2b(4) is deleted. Under Section IV, Paragraph 4, "and helpers" is deleted from the title. Under Section IV, Paragraph 4a(1), add:

The provisions in this section allowing apprentices to work at less than the predetermined rate when they are registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, or with the Bureau of Apprenticeship and Training, does not preclude a requirement for the Contractor to pay apprentices the full applicable predetermined rate in the event a State Apprenticeship Agency, recognized by the Bureau, has not approved, or withdraws approval, of an apprenticeship program.

Under Section IV, Paragraph 4c is deleted. Under Section IV, Paragraph 6 is revised by deleting "helpers" and "helper". Under Section IV, Paragraph 7 is revised by deleting "helpers". Under Section V, the applicability statement is supplemented with the following:

(Applicable to all ARRA funded construction contracts and related subcontracts regardless of location, including projects on local roads or rural minor collectors, and Transportation Enhancement projects outside the highway right-of-way.)

Under Section V, Paragraph 2a is revised by deleting "helpers".

Page 84: RCC Phase I Specifications, Part 1

Amendment to Form FHWA 1273 Revised March 26, 2009

3

Under Section V, Paragraph 2b, the first sentence is revised to read:

“The payroll records shall contain the name and an individually identifying number (e.g., the last four digits of the employees social security number) for each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. Payrolls shall not include the full social security number and home address of covered workers. Contractors and subcontractors shall maintain the full social security number and home address of each covered worker and shall provide them to the SHA upon request.”

Under Section V, Paragraph 2d(2) is revised by deleting "helper". Section VI, Records Of Material, Supplies, And Labor, is deleted

Page 85: RCC Phase I Specifications, Part 1

Amendments to the Standard Specifications

Page 86: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 1

INTRODUCTION 1

The following Amendments and Special Provisions shall be used in conjunction with the 2 2012 Standard Specifications for Road, Bridge, and Municipal Construction. 3 4

AMENDMENTS TO THE STANDARD SPECIFICATIONS 5 6 The following Amendments to the Standard Specifications are made a part of this contract 7 and supersede any conflicting provisions of the Standard Specifications. For informational 8 purposes, the date following each Amendment title indicates the implementation date of the 9 Amendment or the latest date of revision. 10 11 Each Amendment contains all current revisions to the applicable section of the Standard 12 Specifications and may include references which do not apply to this particular project. 13 14 Section 1-01, Definition and Terms 15

January 2, 2012 16

1-01.3 Definitions 17 The definition for “Bid Documents” is revised to read: 18 19

The component parts of the proposed Contract which may include, but are not limited 20 to, the Proposal Form, the proposed Contract Provisions, the proposed Contract Plans, 21 Addenda, and, for projects with Contracting Agency subsurface investigations, the 22 Summary of Geotechnical Conditions and subsurface boring logs (if any). 23

24 Section 1-02, Bid Procedures and Conditions 25

January 2, 2012 26

1-02.4(2) Subsurface Information 27 The first two sentences in the first paragraph are revised to read: 28 29

If the Contracting Agency has made subsurface investigation of the site of the proposed 30 work, the boring log data, soil sample test data, and geotechnical recommendations 31 reports obtained by the Contracting Agency will be made available for inspection by the 32 Bidders at the location specified in the Special Provisions. The Summary of 33 Geotechnical Conditions, as an appendix to the Special Provisions, and the boring logs 34 shall be considered as part of the Contract. 35

36 Section 1-03, Award and Execution of Contract 37

April 2, 2012 38

1-03.1(1) Tied Bids 39 This section’s title is revised to read: 40

41 1-03.1(1) Identical Bid Totals 42

43

Page 87: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 2

Section 1-08, Prosecution and Progress 1

April 2, 2012 2

1-08.1 Subcontracting 3 In the eighth paragraph, “Contracting Agency” is revised to read “WSDOT”. 4 5 1-08.3(1) General Requirements 6 The following new paragraph is inserted after the first paragraph: 7 8

Total float belongs to the project and shall not be for the exclusive benefit of any party. 9 10

1-08.7 Maintenance During Suspension 11 The second paragraph is revised to read: 12 13

At no expense to the Contracting Agency, the Contractor shall provide through the 14 construction area safe, smooth, and unobstructed roadways and pedestrian access 15 routes for public use during the suspension (as required in Section 1-07.23 or the 16 Special Provisions.) This may include a temporary road, alternative pedestrian access 17 route or detour. 18

19 Section 1-09, Measurement and Payment 20

April 2, 2012 21

1-09.2(5) Measurement 22 The second sentence in the first paragraph is revised to read: 23 24

The frequency of verification checks will be such that at least one test weekly is 25 performed for each scale used in weighing contract items of Work. 26

27 Section 3-04, Acceptance of Aggregate 28

April 2, 2012 29

3-04.3(7)D4 An Entire Lot 30 The last sentence is deleted. 31 32 3-04.5 Payment 33 In the second paragraph, the reference “Section 3-04.3(6)C “ is revised to read “Section 3-34 04.3(8)“. 35 36 In Table 1, the row containing the item “Gravel Borrow for Geosynthetic Retaining Wall” is 37 revised to read: 38 39

9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall

4000 2000 $30 $60

40 41 42

Page 88: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 3

Section 5-01, Cement Concrete Pavement Rehabilitation 1

April 2, 2012 2

5-01.3(2)B Portland Cement Concrete 3 The fifth sentence in the third paragraph is revised to read: 4 5

The lower Specification limit for compressive strength shall be 4,000-psi. 6 7

The last two sentences in the third paragraph are deleted. 8 9 5-01.3(11) Concrete Slurry 10 This section including title is revised to read: 11 12

5-01.3(11) Concrete Slurry and Grinding Residue 13 All concrete slurry and grinding residue shall be removed from the pavement surface on 14 a continual basis immediately behind the grinding or cutting operations. Slurry shall not 15 be allowed to drain into an area open to traffic, off of the paved surface or into any 16 drainage structure. 17 18 The Contractor shall collect the concrete slurry and grinding residue from the pavement 19 surface and dispose of it in accordance with Section 2-03.3(7)C. 20 21 Opening to traffic shall meet the requirements of Section 5-05.3(17). 22

23 Section 5-04, Hot Mix Asphalt 24

April 2, 2012 25

5-04.3(10)B3 Longitudinal Joint Density 26 The section including title is revised to read: 27 28

5-04.3(10)B3 Vacant 29 30 Section 6-02, Concrete Structures 31

April 2, 2012 32

6-02.3(16) Plans for Falsework and Formwork 33 Item No. 4 in the seventh paragraph is revised to read: 34 35

4. Conditions required by other Sections of 6-02.3(17), Falsework and Formwork. 36 37

Item’s No. 5, 6, 7, and 8 in the seventh paragraph are deleted. 38 39 The following paragraph is inserted after the seventh paragraph: 40 41 Plan approval can be done by the Project Engineer for footings and walls 4 to 8 feet high 42 (excluding pedestal height) provided: 43

44 1. Concrete placement rate is 4 feet per hour or less. 45 46 2. Facing is ¾-inch plywood with grades as specified per Section 6-02.3(17)I. 47 48

Page 89: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 4

3. Studs, with plywood face grain perpendicular, are 2 by 4’s spaced at 12 inches. 1 2 4. Walers with 3,000 pound safe working load ties spaced at 24 inches are two 2 by 3

4’s spaced at 24 inches. 4 5 6-02.3(17)F Bracing 6 In the first paragraph, the phrase “per Section 6-02.3(17)I” is revised to read “in accordance 7 with Section 6-02.3(17)I”. 8 9 This section is supplemented with the following new sub-section: 10

11 6-02.3(17)F5 Temporary Bracing for Bridge Girders During Diaphragm and 12

Bridge Deck Concrete Placement 13 Prestressed concrete girders shall be braced to resist forces that would cause rotation 14 or torsion in the girders caused by the placing of precast concrete deck panels and 15 concrete for the bridge deck. 16 17 Bracing shall be designed and detailed by the Contractor and shall be shown in the 18 falsework/formwork plans submitted to the Engineer for approval. These braces shall be 19 furnished, installed, and removed by the Contractor at no additional cost to the 20 Contracting Agency. The Contractor may consider the bracing effects of the 21 diaphragms in developing the falsework/formwork plans. The Contractor shall account 22 for the added load from concrete finishing machines and other construction loadings in 23 the design of the bracing. 24 25 Falsework support brackets and braces shall not be welded to structural steel bridge 26 members or to steel reinforcing bars. 27 28

6-02.3(17)F4 Temporary Bracing for Bridge Girders 29 This section including title is revised to read: 30

31 6-02.3(17)F4 Temporary Bracing for Bridge Girders During Erection 32 Steel girders shall be braced in accordance with Section 6-03.3(7)A. 33 34 Prestressed concrete girders shall be braced sequentially during girder erection. The 35 bracing shall be designed and detailed by the Contractor and shall be shown in the 36 falsework/formwork plans submitted to the Engineer for approval. The Contractor shall 37 furnish, install, and remove the bracing at no additional cost to the Contracting Agency. 38 39 At a minimum, the Contractor shall brace girders at each end and at midspan to prevent 40 lateral movement or rotation. This bracing shall be placed prior to the release of each 41 girder from the erection equipment. If the bridge is constructed with cast-in-place 42 concrete diaphragms, the bracing may be removed once the concrete in the 43 diaphragms has been placed and cured for a minimum of 24 hours. 44 45

6-02.3(25)N Prestressed Concrete Girder Erection 46 The third sentence in the fifth paragraph is revised to read: 47

48 The girders shall be braced in accordance with Sections 6-02.3(17)F4 and 6-49 02.3(17)F5. 50 51

Page 90: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 5

6-02.3(26)E5 Leak Tightness Testing 1 The first sentence in the first paragraph is revised to read: 2

3 The Contractor shall test each completed duct assembly for leak tightness after placing 4 concrete but prior to placing post tensioning reinforcement. 5 6

The second paragraph is revised to read: 7 8 Prior to testing, all grout caps shall be installed and all vents, grout injection ports, and 9 drains shall either be capped or have their shut-off valves closed. The Contractor shall 10 pressurize the completed duct assembly to an initial air pressure of 50 psi. This 11 pressure shall be held for five minutes to allow for internal adjustments within the 12 assembly. After five minutes, the air supply valve shall be closed. The Contractor shall 13 monitor and measure the pressure maintained within the closed assembly, and any 14 subsequent loss of pressure, over a period of one minute following the closure of the air 15 supply valve. The maximum pressure loss for duct assemblies equal to or less than 150 16 feet in length shall be 25 psig. The maximum pressure loss for duct assemblies greater 17 than 150 feet in length shall be 15 psig. If the pressure loss exceeds the allowable, 18 locations of leakage shall be identified, repaired or reconstructed using methods 19 approved by the Engineer. The repaired system shall then be retested. The cycle of 20 testing, repair and retesting of each completed duct assembly shall continue until the 21 completed duct assembly completes a test with pressure loss within the specified 22 amount. 23

24 Section 6-03, Steel Structures 25

April 2, 2012 26

6-03.3(28)A Method of Shop Assembly 27 The first sentence in Item 2.C. is revised to read: 28

29 For Trusses and Girders – After the first stage has been completed, each subsequent 30 stage shall be assembled to include: at least one truss panel or girder shop section of 31 the previous stage and two or more truss panels or girder shop sections added at the 32 advancing end. 33

34 Section 6-07, Painting 35

April 2, 2012 36

6-07.3(9)A Paint System 37 The first sentence in the second paragraph is revised to read: 38

39 All paint coating components of the selected paint system shall be produced by the 40 same manufacturer. 41

42

6-07.3(10)H Paint System 43 The first and second sentences in the second paragraph are revised to read: 44

45 All paint coating components of the selected paint system shall be produced by the 46 same manufacturer. 47

48

Page 91: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 6

Section 6-10, Concrete Barrier 1

April 2, 2012 2

6-10.5 Payment 3 In the second paragraph, the bid item “Conc. Class 4000” is revised to read: 4 5

“Conc. Class 4000___” 6 7 Section 6-12, Noise Barrier Walls 8

January 2, 2012 9

6-12.3(3) Shaft Construction 10 The third sentence in the fifth paragraph is revised to read: 11 12

When efforts to advance past the obstruction to the design shaft tip elevation result in 13 the rate of advance of the shaft drilling equipment being significantly reduced relative to 14 the rate of advance for the rest of the shaft excavation, then the Contractor shall remove 15 the obstruction under the provisions of Section 6-12.5. 16 17

6-12.5 Payment 18 This section is supplemented with the following: 19

20 “Removing Noise Barrier Wall Shaft Obstructions”, estimated. 21 22 Payment for removing obstructions, as defined in Section 6-12.3(3), will be made for the 23 changes in shaft construction methods necessary to remove the obstruction. The 24 Contractor and the Engineer shall evaluate the effort made and reach agreement on the 25 equipment and employees utilized, and the number of hours involved for each. Once 26 these cost items and their duration have been agreed upon, the payment amount will be 27 determined using the rate and markup methods specified in Section 1-09.6. For the 28 purpose of providing a common proposal for all bidders, the Contracting Agency has 29 entered an amount for the item "Removing Noise Barrier Wall Shaft Obstructions" in the 30 bid proposal to become a part of the total bid by the Contractor. 31 32 If the shaft construction equipment is idled as a result of the obstruction removal work 33 and cannot be reasonably reassigned within the project, then standby payment for the 34 idled equipment will be added to the payment calculations. If labor is idled as a result of 35 the obstruction removal work and cannot be reasonably reassigned within the project, 36 then all labor costs resulting from Contractor labor agreements and established 37 Contractor policies will be added to the payment calculations. 38 39 The Contractor shall perform the amount of obstruction work estimated by the 40 Contracting Agency within the original time of the contract. The Engineer will consider a 41 time adjustment and additional compensation for costs related to the extended duration 42 of the shaft construction operations, provided: 43 44

1. the dollar amount estimated by the Contracting Agency has been exceeded, 45 and; 46

47 2. the Contractor shows that the obstruction removal work represents a delay to 48

the completion of the project based on the current progress schedule provided 49 in accordance with Section 1-08.3. 50

Page 92: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 7

1 Section 6-14, Geosynthetic Retaining Walls 2

January 2, 2012 3

6-14.2 Materials 4 The referenced section for the following item is revised to read: 5 6

Grout 9-20.3(4) 7 8

In the first paragraph, the following items are inserted after the item “Gravel Borrow For 9 Geosynthetic Retaining Wall”: 10

11 Polyurethane Sealant 9-04.2(3) 12 Closed Cell Foam Backer Rod 9-04.2(3)A 13

14 Section 6-15, Soil Nail Walls 15

January 2, 2012 16

6-15.2 Materials 17 The referenced section for the following item is revised to read: 18 19

Grout 9-20.3(4) 20 21

6-15.3(3) Submittals 22 Item f beneath item number 3 is revised to read: 23 24

f. Mix design and procedures for placing the grout. 25 26

6-15.3(6) Soil Nailing 27 This section is supplemented with the following: 28

29 The Contractor shall make and cure grout cubes once per day in accordance with 30 WSDOT Test Method T 813. These samples shall be retained by the Contractor until all 31 associated verification and proof testing of the soil nails has been successfully 32 completed. If the Contractor elects to test the grout cubes for compressive strength, 33 testing shall be conducted by an independent laboratory and shall be in accordance 34 with the WSDOT FOP for AASHTO T106. 35

36 Section 6-16, Soldier Pile and Soldier Pile Tieback Walls 37

January 2, 2012 38

6-16.3(3) Shaft Excavation 39 The third sentence in the seventh paragraph is revised to read: 40 41

When efforts to advance past the obstruction to the design shaft tip elevation result in 42 the rate of advance of the shaft drilling equipment being significantly reduced relative to 43 the rate of advance for the rest of the shaft excavation, then the Contractor shall remove 44 the obstruction under the provisions of Section 6-16.5. 45 46

6-16.5 Payment 47 This section is supplemented with the following: 48

Page 93: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 8

1 “Removing Soldier Pile Shaft Obstructions”, estimated. 2 3 Payment for removing obstructions, as defined in Section 6-16.3(3), will be made for the 4 changes in shaft construction methods necessary to remove the obstruction. The 5 Contractor and the Engineer shall evaluate the effort made and reach agreement on the 6 equipment and employees utilized, and the number of hours involved for each. Once 7 these cost items and their duration have been agreed upon, the payment amount will be 8 determined using the rate and markup methods specified in Section 1-09.6. For the 9 purpose of providing a common proposal for all bidders, the Contracting Agency has 10 entered an amount for the item "Removing Soldier Pile Shaft Obstructions" in the bid 11 proposal to become a part of the total bid by the Contractor. 12 13 If the shaft construction equipment is idled as a result of the obstruction removal work 14 and cannot be reasonably reassigned within the project, then standby payment for the 15 idled equipment will be added to the payment calculations. If labor is idled as a result of 16 the obstruction removal work and cannot be reasonably reassigned within the project, 17 then all labor costs resulting from Contractor labor agreements and established 18 Contractor policies will be added to the payment calculations. 19 20 The Contractor shall perform the amount of obstruction work estimated by the 21 Contracting Agency within the original time of the contract. The Engineer will consider a 22 time adjustment and additional compensation for costs related to the extended duration 23 of the shaft construction operations, provided: 24

25 1. the dollar amount estimated by the Contracting Agency has been exceeded, 26

and; 27 28 2. the Contractor shows that the obstruction removal work represents a delay to 29

the completion of the project based on the current progress schedule provided 30 in accordance with Section 1-08.3. 31

32 Section 6-17, Permanent Ground Anchors 33

January 2, 2012 34

6-17.3(3) Submittals 35 The first sentence in the sixth paragraph is revised to read: 36 37

The Contractor shall submit the mix design for the grout conforming to Section 9-20.3(4) 38 and the procedures for placing the grout to the Engineer for approval. 39

40 6-17.3(7) Installing Permanent Ground Anchors 41 The following new paragraph is inserted after the sixth paragraph: 42 43

The Contractor shall make and cure grout cubes once per day in accordance with 44 WSDOT Test Method T 813. These samples shall be retained by the Contractor until all 45 associated verification, performance and proof testing of the permanent ground anchors 46 has been successfully completed. If the Contractor elects to test the grout cubes for 47 compressive strength, testing shall be conducted by an independent laboratory and 48 shall be in accordance with the WSDOT FOP for AASHTO T106. 49

50

Page 94: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 9

Section 7-02, Culverts 1

April 2, 2012 2

7-02.5 3 The bid item “Steel Rib Reinforced Polyethylene Culvert Pipe _____ In. Diam.”, per linear 4 foot is revised to read: 5 6

“St. Rib Reinf Polyethlene Culv. Pipe ______ In. Diam.”, per linear foot 7 8 Section 7-04, Storm Sewers 9

April 2, 2012 10

7-04.3(1)B Exfiltration Test – Storm Sewers 11 The fifth column title “PE4” is revised to read “PP4” from the table titled, “Storm Sewer Pipe 12 Schedules”. 13 14 7-04.5 15 The bid item “Steel Rib Reinforced Polyethylene Storm Sewer Pipe _____ In Diam”, per 16 linear foot is revised to read: 17 18

“St. Rib Reinf Polyethlene Storm Sewer Pipe ______ In. Diam”, per linear foot 19 20 Section 7-05, Manholes, Inlets, Catch Basins, and Drywells 21

April 2, 2012 22

7-05.3 Construction Requirements 23 The third paragraph is supplemented with the following: 24 25

Leveling and adjustment devices that do not modify the structural integrity of the metal 26 frame, grate or cover, and do not void the originating foundry’s compliance to these 27 specifications and warranty is allowed. Approved leveling devices are listed in the 28 Qualified Products List. Leveling and adjusting devices that interfere with the 29 backfilling, backfill density, grouting and asphalt density will not be allowed. The 30 hardware for leveling and adjusting devices shall be completely removed when 31 specified by the Project Engineer. 32

33 Section 8-01, Erosion Control and Water Pollution Control 34

April 2, 2012 35

8-01.3(2)D Mulching 36 The following two new paragraphs are inserted after the fourth paragraph: 37 38

Short-Term Mulch shall be hydraulically applied at the rate of 2500 pounds per acre and 39 may be applied in one lift. 40 41 Moderate-Term Mulch and Long-Term Mulch shall be hydraulically applied at the rate of 42 3500 pounds per acre with no more than 2000 pounds applied in any single lift. 43 44

8-01.3(2)E Soil Binders and Tacking Agents 45 The first paragraph is revised to read: 46

47

Page 95: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 10

Tacking agents or soil binders applied using a hydroseeder shall have a mulch tracer 1 added to visibly aid uniform application. This tracer shall not be harmful to plant, 2 aquatic, or animal life. A minimum of 125 pounds per acre and a maximum of 250 3 pounds per acre of Short-Term Mulch shall be used as a tracer. 4

5 The last two paragraphs are deleted. 6

7 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 8 In the first paragraph, “Engineer” is revised to read “Project Engineer”. 9

10 Note 1 of the table in the first paragraph is revised to read: 11

12 1 Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be 13 accomplished during the fall period listed above 14

15 The third paragraph is deleted. 16 17

8-01.3(5) Placing Plastic Covering 18 The second and third paragraphs are revised to read: 19

20 Clear plastic covering shall be used to promote seed germination when seeding is 21 performed outside of the Dates for Application of Final Seed in Section 8-01.3(2)F. Black 22 plastic covering shall be used for stockpiles or other areas where vegetative growth is 23 unwanted. 24 25 The plastic cover shall be installed and maintained in a way that prevents water from 26 cutting under the plastic and prevents the plastic cover from blowing open in the wind. 27 28

8-01.3(6) Check Dams 29 This section is revised to read: 30

31 Check dams shall be installed as soon as construction will allow, or when designated by 32 the Engineer. The Contractor may substitute a different check dam, in lieu of what is 33 specified in the contract, with approval of the Engineer. The check dam is a temporary 34 or permanent structure, built across a minor channel. Water shall not flow through the 35 check dam structure. Check dams shall be constructed in a manner that creates a 36 ponding area upstream of the dam to allow pollutants to settle, with water from 37 increased flows channeled over a spillway in the check dam. The check dam shall be 38 constructed to prevent erosion in the area below the spillway. Check dams shall be 39 placed perpendicular to the flow of water and installed in accordance with the Standard 40 Plans. The outer edges shall extend up the sides of the conveyance to prevent water 41 from going around the check dam. Check dams shall be of sufficient height to maximize 42 detention, without causing water to leave the ditch. Check dams shall meet the 43 requirements in Section 9-14.5(4). 44 45

8-01.3(7) Stabilized Construction Entrance 46 The first paragraph is revised to read: 47

48 Temporary stabilized construction entrance shall be constructed in accordance with the 49 Standard Plans, prior to beginning any clearing, grubbing, embankment or excavation. 50 All quarry spall material used for stabilized construction entrance shall be free of 51 extraneous materials that may cause or contribute to track out. 52

Page 96: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 11

1 8-01.3(9)B Gravel Filter, Wood Chip, or Compost Berm 2 The first paragraph is revised to read: 3

4 Filter berms shall retain sediment and direct flows. The gravel filter berm shall be a 5 minimum of 1 foot in height and shall be maintained at this height for the entire time 6 they are in use. Rock material used for filter berms shall meet the grading requirements 7 in Section 9-03.9(2), but shall not include any recycled materials as outlined in Section 8 9-03.21. 9 10

8-01.3(9)C Straw Bale Barrier 11 This section including title is revised to read: 12

13 8-01.3(9)C Vacant 14 15

8-01.3(11) Vacant 16 This section including title is revised to read: 17

18 8-01.3(11) Outlet Protection 19 Outlet protection shall prevent scour at the outlets of ponds, pipes, ditches or other 20 conveyances. All quarry spall material used for outlet protection shall be free of 21 extraneous material and meet the gradation requirements in Section 9-13.6. 22 23

8-01.3(13) Temporary Curb 24 This section is revised to read: 25

26 Temporary curbs shall divert or redirect water around erodible soils. 27 28 Temporary curbs shall be installed along pavement edges to prevent runoff from flowing 29 onto erodible slopes. Water shall be directed to areas where erosion can be controlled. 30 The temporary curbs shall be a minimum of 4 inches in height. Ponding shall not be in 31 roadways. 32 33

8-01.4 Measurement 34 The third paragraph is revised to read: 35

36 Check dams will be measured per linear foot one time only along the completed check 37 dam. No additional measurement will be made for check dams that are required to be 38 rehabilitated or replaced due to wear. 39 40

This section is supplemented with the following: 41 42 Outlet Protection will be measured per each initial installation at an outlet location. 43 44

8-01.5 Payment 45 This section is supplemented with the following: 46

47 “Outlet Protection”, per each. 48

49

Page 97: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 12

Section 8-02, Roadside Restoration 1

April 2, 2012 2

8-02.5 Payment 3 The paragraph following bid item “Coarse Compost”, per cubic yard” is revised to read: 4 5

The unit Contract price per cubic yard for “Fine Compost”, Medium Compost” or 6 “Coarse Compost” shall be full pay for furnishing and spreading the compost onto the 7 existing soil. 8

9 Section 8-03, Irrigation Systems 10

April 2, 2012 11

8-03.3(7) Flushing and Testing 12 The fifth paragraph is deleted. 13 14 Section 8-04, Curbs, Gutters, and Spillways 15

April 2, 2012 16

8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways 17 This section is supplemented with the following new sub-section: 18 19

8-04.3(1)B Roundabout Cement Concrete Curb and Gutter 20 Roundabout cement concrete curb and gutter and roundabout splitter island nosing curb 21 shall be shaped and finished to match the shape of the adjoining curb as shown in the 22 Plans. All other requirements for cement concrete curb and cement concrete curb and 23 gutter shall apply to roundabout cement concrete curb and gutter. 24 25

8-04.4 Measurement 26 This section is supplemented with the following: 27

28 Roundabout splitter island nosing curb will be measured per each. 29 30

8-04.5 Payment 31 The bid item, “Roundabout Truck Apron Cement Concrete Curb”, per linear foot is deleted. 32

33 This section is supplemented with the following: 34

35 “Roundabout Cement Concrete Curb and Gutter”, per linear foot 36 37 The unit Contract price per linear foot for “Roundabout Cement Concrete Curb and 38 Gutter” shall be full payment for all costs for the Work including transitioning the 39 roundabout cement concrete curb and gutter to the adjoining curb shape. 40 41 “Roundabout Splitter Island Nosing Curb”, per each. 42 43 The unit Contract price per each for “Roundabout Splitter Island Nosing Curb” shall be 44 full payment for all costs for the Work including transitioning the roundabout splitter 45 island nosing curb to the adjoining curb shape. 46

47

Page 98: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 13

Section 8-12, Chain Link Fence and Wire Fence 1

April 2, 2012 2

In this Section “Engineer” is revised to read “Project Engineer”. 3 4 8-12.1 Materials 5 This section is supplemented with the following: 6 7

Paint 9-08.1(2)B 8 9 8-12.3(1)A Posts 10 The words “for Type 3 and Type 4 fences” and “on Type 3 and Type 4 fences” are deleted 11 from this section. 12 13 The first sentence of the fifth paragraph is revised to read: 14 15

After the post is set and plumbed, the hole shall be filled with Grout Type 4. 16 17 The third sentence in the sixth paragraph is replaced with the following two sentences: 18 19

After the post is set and plumbed, the hole in the portion of the post in solid rock shall 20 be filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to 21 leave no voids. 22

23 The seventh paragraph is deleted. 24 25 The ninth paragraph is revised to read: 26 27

Steep slopes or abrupt topography may require changes in various elements of the 28 fence. It shall be the responsibility of the Contractor to provide all posts of sufficient 29 length to accommodate the chain link fabric. 30

31 The tenth paragraph is revised to read: 32 33

All round posts shall have approved top caps fastened securely to the posts. The base 34 of the top cap fitting for round posts shall feature an apron around the outside of the 35 posts. 36

37 8-12.3(1)B Top Rail 38 This section’s content including title is deleted and replaced with: 39 40

8-12.3(1)B Vacant 41 42 8-12.3(1)C Tension Wire and Tension Cable 43 This section’s content including title is revised to read: 44 45

8-12.3(1)C Tension Wire 46 Tension Wires shall be attached to the posts as detailed in the Plans or as approved by 47 the Engineer. 48

49 50

Page 99: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 14

8-12.3(1)D Chain Link Fabric 1 The first three paragraphs are revised to read: 2 3

Chain link fabric shall be attached after the cables and wires have been properly 4 tensioned. 5 6 Chain link fabric shall be placed on the face of the post away from the Highway, except 7 on horizontal curves where it shall be placed on the face on the outside of the curve 8 unless otherwise directed by the Project Engineer. 9 10 Chain link fabric shall be placed approximately 1-inch above the ground and on a 11 straight grade between posts by excavating high points of ground. Filling of depressions 12 will be permitted only upon approval of the Project Engineer. 13

14 The third sentence of the fourth paragraph is revised to read: 15 16

The top and bottom edge of the fabric shall be fastened with hog rings to the top and 17 bottom tension wires as may be applicable, spaced at 24-inch intervals. 18

19 8-12.3(1)E Chain Link Gates 20 The third paragraph is deleted. 21 22 8-12.3(2)A Posts 23 In the second paragraph, “commercial” is deleted. 24 25 The first sentence of the fifth paragraph is revised to read: 26 27

After the post is set and plumbed, the hole shall be filled with Grout Type 4. 28 29 The fourth sentence in the sixth paragraph is replaced with the following two sentences: 30 31

After the post is set and plumbed, the hole in the portion of the post in solid rock shall 32 be filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to 33 leave no voids. 34

35 The tenth paragraph is revised to read: 36 37

Where the new fence joins an existing fence, the 2 shall be attached in a manner 38 satisfactory to the Project Engineer, and end or corner posts shall be set as necessary. 39

40 The eleventh paragraph is deleted. 41 42 8-12.5 Payment 43 The paragraph following the item “Chain Link Fence Type ____”, per linear foot is revised to 44 read: 45 46

The unit Contract price per linear foot for “Chain Link Fence Type ___” shall be full 47 payment for all costs for the specified Work including brace post installation and all 48 other requirements of Section 8-12 for Chain Link Fence, unless covered in a separate 49 Bid Item in this Section. 50 51

Page 100: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 15

The following paragraph is inserted after the item “End, Gate, Corner, and Pull Post for 1 Chain Link Fence”, per each: 2 3

The unit Contract price per each for “End, Gate, Corner, and Pull Post for Chain Link 4 Fence” shall be full payment for all costs for the specified Work. 5

6 The following paragraph is inserted after the item “Single 6 Ft. Chain Link Gate”, per each: 7 8

The unit Contract price per each for “Double 14 Ft. Chain Link Gate”, “Double 20 Ft. 9 Chain Link Gate”, and “Single 6 Ft. Chain Link Gate”, shall be full payment for all costs 10 for the specified Work. 11

12 The following paragraph is inserted after the item “Wire Fence Type ____”, per linear foot: 13 14

The unit Contract price per each for “Wire Fence Type ____” shall be full payment for all 15 costs for the specified Work including payment for clearing of the fence line. 16

17 The following paragraph is inserted after the item “Double Wire Gate 20 Ft. Wide”, per each: 18 19

The unit contract price per each for “Single Wire Gate 14 Ft. Wide” and “Double Wire 20 Gate 20 Ft. Wide” shall be full payment for all costs for the specified Work. 21

22 The paragraph following the item “Access Control Gate”, per each is revised to read: 23 24

The unit contract price per each for “Access Control Gate” shall be full payment for all 25 costs to perform the specified Work. 26

27 Section 8-15, Riprap 28

April 2, 2012 29

8-15.1 Description 30 The second paragraph is revised to read: 31 32

Riprap will be classified as heavy loose riprap, light loose riprap, and hand placed 33 riprap. 34

35 Section 8-20, Illumination, Traffic Signal Systems, And Electrical 36

January 2, 2012 37

8-20.3(9) Bonding, Grounding 38 The first sentence in the second paragraph is replaced with the following two sentences: 39 40

All conduit installed shall have an equipment ground conductor installed in addition to 41 the conductors noted in the Contract. Conduit with innerducts shall have an equipment 42 ground conductor installed in each innerduct that has an electrical conductor. 43

44 Section 8-21, Permanent Signing 45

April 2, 2012 46

8-21.2 Materials 47 The third sentence is revised to read: 48

Page 101: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 16

1 Materials for sign mounting shall conform to Section 9-28.11. 2 3

8-21.3(9)A Fabrication of Steel Structures 4 The first sentence in the first paragraph is revised to read: 5

6 Fabrication shall conform to the applicable requirements of Section 6-03 and 9-06. 7 8

This section is supplemented with the following: 9 10 All fabrication, including repairs, adjustments or modifications of previously fabricated 11 sign structure members and connection elements, shall be performed in the shop, under 12 an Engineer approved shop drawing prepared and submitted by the Contractor for the 13 original fabrication or the specific repair, adjustment or modification. Sign structure 14 fabrication repair, adjustment or modification of any kind in the field is not permitted. If 15 fabrication repair, adjustment or modification occurs after a sign structure member or 16 connection element has been galvanized, the entire member or element shall be re-17 galvanized in accordance with AASHTO M 111. 18

19 8-21.3(9)B Vacant 20 This section including title is revised to read: 21 22

8-21.3(9)B Erection of Steel Structures 23 Erection shall conform to the applicable requirements of Sections 6-03 and 8-21.3(9)F. 24 Section 8-21.3(9)F notwithstanding, the Contractor may erect a sign bridge prior to 25 completion of the shaft cap portion of one foundation for one post provided the following 26 conditions are satisfied: 27

28 1. The Contractor shall submit design calculations and working drawings of the 29

temporary supports and falsework supporting the sign bridge near the location 30 of the incomplete foundation to the Engineer for approval in accordance with 31 Section 6-01.9. The submittal shall include the method of releasing and 32 removing the temporary supports and falsework without inducing loads and 33 stress into the sign bridge. 34

35 2. The Contractor shall submit the method used to secure the anchor bolt array in 36

proper position with the sign bridge while casting the shaft cap concrete to 37 complete the foundation. 38

39 3. The Contractor shall erect the sign bridge and temporary supports and 40

falsework, complete the remaining portion of the incomplete foundation, and 41 remove the temporary supports and falsework, in accordance with the working 42 drawing submittals as approved by the Engineer. 43

44 8-21.3(9)F Foundations 45 The eighth paragraph is replaced with the following three new paragraphs: 46 47

After construction of concrete foundations for sign bridge and cantilever sign structures, 48 the Contractor shall survey the foundation locations and elevations, the anchor bolt 49 array locations and lengths of exposed threads. The Contractor shall confirm that the 50 survey conforms to the sign structure post, beam, span and foundation design geometry 51 shown in the Plans, and shall identify any deviations from the design geometry shown in 52

Page 102: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 17

the Plans. When deviations are identified, the Contractor shall notify the Engineer, and 1 such notice shall be accompanied by the Contractor’s proposed method(s) of 2 addressing the deviations, including removal and reconstruction of the shaft cap portion 3 of the affected concrete foundation as outlined in this Section, or fabrication repair, 4 adjustment or modification, with associated shop drawings, in accordance with Section 5 8-21.3(9)A. 6

7 If the Contractor’s survey indicates that a concrete foundation has been constructed 8 incorrectly for a sign structure that has already been fabricated, the Contractor may 9 remove and reconstruct the shaft cap portion of the foundation, in accordance with 10 Section 1-07.13, provided the following conditions are satisfied: 11

12 1. The Contractor shall submit the method and equipment to be used to remove 13

the portion of the concrete foundation to be removed and reconstructed to the 14 Engineer for approval in accordance with Section 1-05.3. The submittal shall 15 include confirmation that the equipment and the method of operation is 16 appropriate to ensure that the existing anchor bolt array and primary shaft 17 vertical steel reinforcing bars will not be damaged. 18

19 2. All steel reinforcing bars, except for steel reinforcing bars extending from the 20

bottom portion of the foundation to remain, shall be removed and disposed of 21 in accordance with Sections 2-02.3 and 2-03.3(7)C, and shall be replaced with 22 new steel reinforcing bars conforming to the size, dimensions and geometry 23 shown in the Plans. All concrete of the removed portion of the foundation shall 24 be removed and disposed of in accordance with Sections 2-02.3 and 2-25 03.3(7)C. 26

27 3. The Contractor shall adjust the primary shaft vertical steel reinforcing bars as 28

necessary in accordance with Section 6-02.3(24)C to provide clearance for the 29 anchor bolt array. 30

31 Sign structures shall not be erected on concrete foundations until the Contractor 32 confirms that the foundations and the fabricated sign structures are either compatible 33 with each other and the design geometry shown in the Plans, or have been modified in 34 accordance with this Section and as approved by the Engineer to be compatible with 35 each other, and the foundations have attained a compressive strength of 2,400-psi. 36

37 8-21.5 Payment 38 This section is supplemented with the following: 39 40

All costs in connection with surveying completed concrete foundations for sign bridges 41 and cantilever sign structures shall be included in the lump sum contract price for 42 “Structure Surveying”, except that when no Bid item is included in the Proposal for 43 “Structure Surveying” then such costs shall be included in the lump sum contract 44 price(s) for “Sign Bridge No. ___” and “Cantilever Sign Structure No. ___”. 45 46

47 Section 8-25, Glare Screen 48

April 2, 2012 49

In this section, “tension cable” and “cable” are deleted. 50 51

Page 103: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 18

8-25.3(3) Posts 1 The first sentence in the first paragraph is revised to read: 2 3

Posts shall be constructed in accordance with the Standard Plans and applicable 4 provisions of Section 8-12.3(1)A. 5

6 The last paragraph is revised to read: 7 8

All round posts for Type 1 Design B and Type 2 glare screen shall be fitted with a 9 watertight top securely fastened to the post. Line posts shall have tops designed to 10 carry the top tension wire. 11

12 8-25.3(5) Tension Cables 13 This section including title is revised to read: 14 15

8-25.3(5) Vacant 16 17 Section 9-03, Aggregates 18

April 2, 2012 19

9-03.14(1) Gravel Borrow 20 Note 1 is deleted, including the reference in the table. 21 22 9-03.14(2) Select Borrow 23 Note 1 is deleted. 24 25 Note 2 is re-numbered Note 1, including the reference in the table. 26 27 9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall 28 This section is revised to read: 29 30

All backfill material for geosynthetic retaining walls shall consist of granular material, 31 either naturally occurring or processed, and shall be free draining, free from organic or 32 otherwise deleterious material. The material shall be substantially free of shale or other 33 soft, poor durability particles, and shall not contain recycled materials, such as glass, 34 shredded tires, portland cement concrete rubble, or asphaltic concrete rubble. The 35 backfill material shall meet the following requirements for grading and quality: 36 37

Sieve Size Percent Passing

1 ¼ “ 1 99-100

1” 90-100 No. 4 50-80

No. 40 30 max. No. 200 7.0 max.

Sand Equivalent 50 min.

38 All percentages are by weight 39

40 Property Test Method Allowable Test Value

Los Angeles Wear 500 rev.

AASHTO T 96 35 percent max.

Degration Factor WSDOT Test Method 113 15 min.

Page 104: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 19

pH, permanent walls AASHTO T 289 4.5-9 pH, temporary walls AASHTO T 289 3-10

1 Wall backfill material satisfying these grading and property requirements shall be 2 classified as nonaggressive. 3

4 9-03.21(1) General Requirements 5 The first sentence in the first paragraph is revised to read: 6 7

Hot Mix Asphalt, Concrete Rubble, Recycled Glass (glass cullet), and Steel Furnace 8 Slage may be used as, or blended uniformly with naturally occurring materials for 9 aggregates. 10

11 9-03.21(1)C Vacant 12 This section including title is revised to read: 13 14

9-03.21(1)C Recycled Glass (Glass Cullet) 15 Glass Cullet shall meet the requirements of AASHTO M 318 with the additional 16 requirement that the glass cullet is limited to the maximum amounts set in Section 9-17 03.21(1)E for recycled glass. Prior to use the Contractor shall provide certification to 18 the Project Engineer that the recycled glass meets the physical properties and 19 deleterious substances requirements in AASHTO M-318. 20

21 9-03.21(1) E Table on Maximum Allowable Percent (By Weight) of Recycled 22

Material 23 The column heading “Recycled Glass” is revised to read “Recycled Glass (Glass Cullet) in 24 the table. 25 26 In the column “Recycled Glass (Glass Cullet)” all amounts are revised to read “20” beginning 27 with the item “Ballast” and continuing down until the last item in the table. 28 29 Section 9-04, Joint And Crack Sealing Materials 30

January 2, 2012 31

9-04.2 Joint Sealants 32 This section is supplemented with the following new sub-sections: 33

34 9-04.2(3) Polyurethane Sealant 35 Polyurethane sealant shall conform to ASTM C 920 Type S Grade NS Class 25 Use M. 36 37 Polyurethane sealant shall be compatible with the closed cell foam backer rod. When 38 required, compatibility characteristics of sealants in contact with backer rods shall be 39 determined by Test Method ASTM C 1087. 40 41 9-04.2(3)A Closed Cell Foam Backer Rod 42 Closed cell foam backer rod for use with polyurethane sealant shall conform to ASTM C 43 1330 Type C. 44

45

Page 105: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 20

Section 9-06, Structural Steel and Related Materials 1

April 2, 2012 2

9-06.5(2) High Strength Bolts 3 In this section, “AASHTO M 291” is revised to read “ASTM A 563”. 4 5 Section 9-10, Piling 6

April 2, 2012 7

9-10.4 Steel Pile Tips and Shoes 8 In the first paragraph “ASTMA A 148 Grade 60-90” is revised to read “ASTMA A 148 Grade 9 90-60”. 10 11 Section 9-14, Erosion Control and Roadside Planting 12

April 2, 2012 13

9-14.3 Fertilizer 14 The second sentence in the first paragraph is revised to read: 15 16

It may be separate or in a mixture containing the percentage of total nitrogen, available 17 phosphoric acid, and water-soluble potash or sulfur in the amounts specified. 18

19 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs ) 20 The fourth row in Table 1 is revised to read: 21 22

Heavy Metals EPA 6020A Total Metals Antimony – < 4 mg/kg Arsenic – < 6 mg/kg Barium – < 80 mg/kg Boron – < 160 mg/kg Cadmium – < 2 mg/kg Total Chromium – < 4 mg/kg Copper – < 10 mg/kg Lead – < 5 mg/kg Mercury – < 2 mg/kg Nickel – < 2 mg/kg Selenium – < 10 mg/kg Strontium – < 30 mg/kg Zinc – < 30 mg/kg

23 9-14.4(2)A Long Term Mulch 24 In the first paragraph, the phrase “within 2 hours of application” is deleted. 25 26 9-14.4(4) Wood Strand Mulch 27 The third paragraph is revised to read: 28 29

The Contractor shall provide Material Safety Data Sheet (MSDS) that demonstrates that 30 the product is not harmful to plant life and a test report performed in accordance with 31 WSDOT Test Method 125 demonstrating compliance to this specification prior to 32 acceptance. 33

34 9-14.4(8) Compost 35 The second paragraph is revised to read: 36

Page 106: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 21

1 Compost production and quality shall comply with WAC 173-350 and for biosolids 2 composts, WAC 173-308. 3

4 The third paragraph is to read: 5 6

Compost products shall meet the following physical criteria: 7 8

1. Compost material shall be tested in accordance with U.S. Composting Council 9 Testing Methods for the Examination of Compost and Composting (TMECC) 10 02.02-B, “Sample Sieving for Aggregate Size Classification”. 11

12 Fine compost shall meet the following gradation: 13

14 Sieve Size Percent Passing

Minimum Maximum

1” 100 5/8” 90 100 ¼” 75 100

15 Note Maximum particle length of 4 inches. 16

17 Medium compost shall meet the following gradation: 18

19 Sieve Size Percent Passing

Minimum Maximum

1” 100 5/8” 85 100 ¼” 70 85

20 Note Maximum particle length of 4 inches. Medium compost shall have a 21

carbon to nitrogen ration (C:N) between 18:1 and 35:1. The carbon to 22 nitrogen ration shall be calculated using dry weight of “Organic Carbon” 23 using TMECC 04.01A divided by the dry weight of “Total N” using TMECC 24 04.02D. 25

26 Coarse compost shall meet the following gradation: 27

28 Sieve Size Percent Passing

Minimum Maximum

2” 100 1” 90 100 ¾” 70 100 ¼” 40 60

29 Note Maximum particle length of 6 inches. Coarse compost shall have a carbon 30

to nitrogen ratio (C:N) between 25:1 and 35:1. The carbon to nitrogen ratio 31 shall be calculated using the dry weight of “Organic Carbon” using 32 TMECC 04.01A divided by the dry weight of “Total N” using TMECC 33 04.02D. 34

35 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. 36

Composting Council TMECC 04.11-A, “1:5 Slurry pH”. 37

Page 107: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 22

1 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be 2

less than 1 percent by weight as determined by U.S. Composting Council 3 TMECC 03.08-A “Classification of Inerts by Sieve Size”. 4

5 4. Minimum organic matter shall be 40 percent by dry weight basis as determined 6

by U.S. Composting Council TMECC 05.07A “Loss-On-Ignition Organic Matter 7 Method (LOI)”. 8

9 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in 10

accordance with U.S. Composting Council TMECC 04.10 “Electrical 11 Conductivity.” 12

13 6. Maturity shall be greater than 80 percent in accordance with U.S. Composting 14

Council TMECC 05.05-A, “Germination and Root Elongation”. 15 16 7. Stability shall be 7-mg CO2–C/g OM/day or below in accordance with U.S. 17

Composting Council TMECC 05.08-B “Carbon Dioxide Evolution Rate”. 18 19 8. The compost product shall originate from organic waste as defined in WAC 20

173 350 as “Type 1 Feedstocks”, “Type 2 Feedstocks”, and/or “Type 3 21 Feedstocks”. The Contractor shall provide a list of feedstock sources by 22 percentage in the final compost product. 23

24 9. The Engineer may also evaluate compost for maturity using U.S. Composting 25

Council TMECC 05.08-E “Solvita® Maturity Index”. Fine compost shall score a 26 number 6 or above on the Solvita® Compost Maturity Test. Medium and 27 coarse compost shall score a 5 or above on the Solvita® Compost Maturity 28 Test. 29

30 9-14.4(8)A Compost Approval 31 This section’s title is revised to read: 32 33

9-14.4(8)A Compost Submittal Requirements 34 35 The first sentence in this section up until the colon is revised to read: 36 37

The Contractor shall submit the following information to the Engineer for approval: 38 39 Item No. 2 in the first paragraph is revised to read: 40 41

2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the 42 Jurisdictional Health Department in accordance with WAC 173-350 (Minimum 43 Functional Standards for Solid Waste Handling) or for biosolid composts a copy of 44 the Coverage Under the General Permit for Biosolids Management issued to the 45 manufacturer by the Department of Ecology in accordance with WAC 173-308 46 (Biosolids Management). 47

48 9-14.5(2) Erosion Control Blanket 49 The second sentence in the first paragraph is revised to read: 50 51

Page 108: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 23

The Contractor shall supply independent test results from the National Transportation 1 Product Evaluation Program (NTPEP) meeting the following requirements in Tables 6 2 and 7: 3

4 9-14.5(4) Geotextile Encased Check Dam 5 This section including title is revised to read: 6 7

9-14.5(4) Check Dams 8 All materials used for check dams shall be non-toxic and not pose a threat to wildlife 9 when installed. 10

11 This section is supplemented with the following new sub-sections: 12 13

9-14.5(4)A Biodegradable Check Dams 14 Biodegradable check dams shall meet the following requirements: 15 16

Biodegradable Check Dams Materials 17 Wattle Check Dam 9-14.5(5) 18 Compost Sock Check Dam 9-14.5(6) 19 Coir Log Check Dam 9-14.5(7) 20 21

The Contractor may substitute a different biodegradable check dam as long as it 22 complies with the following and is approved by the Engineer: 23

24 1. Made of natural plant fiber. 25 26 2. Netting if present shall be biodegradable. 27

28 9-14.5(4)B Non-biodegradable Check Dams 29 Non-biodegradable check dams shall meet the following requirements: 30 31

1. Geotextile materials shall conform to section 9-33 for silt fence. 32 33 2. Other such devices that fulfill the requirements of section 9-14.5(4) and shall 34

be approved by the Engineer prior to installation. 35 36 9-14.6(1) Description 37 In item No. C in the fourth paragraph, “22-inch” is revised to read “2-inch”. 38 39 Section 9-16, Fence and Guardrail 40

April 2, 2012 41

9-16.1(1)A Post Material for Chain Link Fence 42 The last sentence in the last paragraph is deleted. 43 44 9-16.1(1)C Tension Wire and Tension Cable 45 This section including title is revised to read: 46 47

9-16.1(1)C Tension Wire 48 Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing 49 shall be Class 1. 50

Page 109: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 24

1 9-16.1(1)D Fittings and Hardware 2 The last paragraph is deleted. 3 4 9-16.1(2) Approval 5 This section is deleted. 6 7 9-16.6(3) Posts 8 This section is revised to read: 9 10

Line posts for Types 1 and 2 glare screens shall be 2 inch inside diameter galvanized 11 steel pipe with a nominal weight of 3.65 pounds per linear foot. End, corner, brace, and 12 pull posts for Type 1 Design A and B and Type 2 shall be 2 ½ inch inside diameter 13 galvanized steel pipe with a nominal weight of 5.79 pounds per linear foot. Intermediate 14 pull posts (braced line posts) shall be as specified for line posts. 15

16 The base material for the manufacture of steel pipes used for posts shall conform to the 17 requirements of ASTM A 53, except the weight tolerance on tubular posts shall be 18 applied as provided below. 19 20 Posts provided for glare screen will have an acceptance tolerance on the weight per 21 linear foot, as specified, equal to plus or minus 5 percent. This tolerance will apply to 22 each individual post. 23 24 All posts shall be galvanized in accordance with AASHTO M 181 Section 32. The 25 minimum average zinc coating is per square foot of surface area. This area is defined 26 as the total area inside and outside. A sample for computing the average of mass of 27 coating is defined as a 12-inch piece cut from each end of the galvanized member. 28 29

9-16.6(5) Cable 30 This section including title is revised to read: 31 32

9-16.6(5) Vacant 33 34 9-16.6(6) Cable and Tension Wire Attachments 35 This section including title is revised to read: 36 37

9-16.6(6) Tension Wire Attachments 38 All tension wire attachments shall be galvanized steel conforming to the requirements of 39 AASHTO M 232 unless otherwise specified. Eye bolts shall have either a shoulder or a 40 back-up nut on the eye end and be provided with an eye nut where needed or standard 41 hex nut and lock washer ⅜-inch diameter for tension wire and of sufficient length to 42 fasten to the type of posts used. Turnbuckles shall be of the shackle end type, ½ inch 43 diameter, with standard take-up of 6 inches and provided with ⅜ inch diameter pins. 44

45 9-16.6(9) Fabric Bands and Stretcher Bars 46 The first paragraph is revised to read: 47

48 Fabric bands shall be ⅛ inch by 1inch nominal. Stretcher bars shall be 3

⁄16 inch by ¾ 49 inch nominal or 5/16 inch diameter round bar nominal. A 5/16 inch diameter round 50 stretcher bar shall be used with Type 1. Nominal shall be construed to be the area of the 51

Page 110: RCC Phase I Specifications, Part 1

REDMOND CENTRAL CONNECTOR 11030 RCC 25

cross section of the shape obtained by multiplying the specified width by thickness. A 1 variation of minus 5-percent from this theoretical area shall be construed as “nominal” 2 size. All shall be galvanized to meet the requirements of ASTM F 626. 3

4 Section 9-20, Concrete Patching Material, Grout, and Mortar 5

January 2, 2012 6

9-20.3(3) Grout Type 3 for Unconfined Bearing Pad Applications 7 This section is revised to read: 8 9

Grout Type 3 shall be a prepackaged material meeting the requirements of ASTM C 928 10 – Table 1, R2 Concrete or Mortar. 11

12 9-20.3(4) Grout Type 4 for Multipurpose Applications 13 In the third sentence of the first paragraph, the reference “0.40” is revised to read “0.45”. 14 15 Section 9-23, Concrete Curing Materials and Admixtures 16

April 2, 2012 17

9-23.2 Liquid Membrane-Forming Concrete Curing Compounds 18 In the first paragraph, “moisture loss” is revised to read “water retention”. 19 20 Section 9-29, Illumination, Signal, Electrical 21

April 2, 2012 22

9-29.10(2) Decorative Luminaries 23 The second sentence in the third paragraph is deleted. 24 25 9-29.25 Amplifier, Transformer, and Terminal Cabinets 26 In item No. 2.C., “Transformer 23.1 to 12.5 KVA” is revised to read “Transformer 3.1 to 12.5 27 KVA”. 28 29 Section 9-34, Permanent Marking Material 30

April 2, 2012 31

9-34.2 Paint 32 The second paragraph is revised to read: 33 34

Blue and black paint shall comply with the requirements for yellow paint in Section 9-35 34.2(4) and Section 9-34.2(5), with the exception that blue and black paints do not need 36 to meet the requirements for titanium dioxide, directional reflectance, and contrast 37 ration. 38

39

Page 111: RCC Phase I Specifications, Part 1

Special Provisions

Page 112: RCC Phase I Specifications, Part 1

i Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail Bid Documents August 2012

Redmond Central Connector Sammamish River Trail to Bear Creek Trail

Special Provisions

DESCRIPTION OF WORK ............................................................................................. 1

1-01 DEFINITIONS AND TERMS .................................................................................. 1

1-01.3 Definitions Supplement ................................................................................... 1

1-02 BID PROCEDURES AND CONDITIONS .............................................................. 3

1-02.1 Prequalification of Bidders .................................................................................. 3

1-02.2 Plans and Specifications ..................................................................................... 3

1-02.4 Examination of Plans, Specifications and Site of Work .................................. 3

1-02.4(2) Subsurface Information ............................................................................... 4

1-02.5 Proposal Forms .............................................................................................. 4

1-02.6 Preparation of Proposal .................................................................................. 4

1-02.6 Preparation of Proposal .................................................................................. 5

1-02.7 Bid Deposit ..................................................................................................... 6

1-02.9 Delivery of Proposal ....................................................................................... 6

1-02.12 Public Opening of Proposals .......................................................................... 7

1-02.13 Irregular Proposals ......................................................................................... 7

1-02.14 Disqualification of Bidders .............................................................................. 8

1-02.15 Pre Award Information .................................................................................... 9

1-03 AWARD AND EXECUTION OF CONTRACT ...................................................... 10

1-03.1 Consideration of Bids ................................................................................... 10

1-03.3 Execution of Contract ................................................................................... 10

1-03.4 Contract Bond ............................................................................................... 11

1-04 SCOPE OF THE WORK ...................................................................................... 12

1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda ........................................................................................ 12

1-04.4(1) Minor Changes .............................................................................................. 13

1-05 CONTROL OF WORK ..................................................................................... 13

1-05.3 Plans and Working Drawings........................................................................ 13

1-05.3(1) Record Drawings ....................................................................................... 14

1-05.4 Conformity With and Deviations from Plans and Stakes .............................. 15

1-05.4(1) General .......................................................................................................... 15

1-05.4(2) Roadway and Utility Surveys ......................................................................... 16

1-05.4(3) Errors in Contractor Supplied Surveying ....................................................... 16

1-05.4(4) Survey Documentation .................................................................................. 16

1-05.7 Removal of Defective and Unauthorized Work ............................................. 20

1-05.11 Final Inspection ............................................................................................ 20

1-05.11 Final Inspections and Operational Testing ................................................... 21

1-05.11(1) Substantial Completion Date.................................................................. 21

1-05.11(2) Final Inspection and Physical Completion Date ..................................... 21

1-05.11(3) Operational Testing ................................................................................ 22

1-05.13 Superintendents, Labor and Equipment of Contractor .................................. 22

Page 113: RCC Phase I Specifications, Part 1

ii Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail Bid Documents August 2012

1-05.14 Cooperation with Other Contractors ............................................................. 22

1-05.16 Water and Power .......................................................................................... 23

1-05.17 Oral Agreements .......................................................................................... 24

1-05.18 Daily Construction Report ............................................................................. 24

1-06 CONTROL OF MATERIAL .............................................................................. 25

1-06.1 Approval of Materials Prior to Use ................................................................ 26

1-06.1(4) Fabrication Inspection Expense ................................................................ 28

1-06.4 Handling and Storing Materials ...................................................................... 29

1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC .................. 30

1-07.1 Laws to be Observed .................................................................................... 30

1-07.2 State Taxes .................................................................................................. 30

1-07.5 Environmental Regulations ........................................................................... 32

1-07.6 Permits and Licenses ................................................................................... 32

1-07.7 Load Limits ................................................................................................... 33

1-07.9 Wages .......................................................................................................... 33

1-07.9(1) General ..................................................................................................... 33

1-07.9(1) General ..................................................................................................... 33

1-07.11 Requirements for Nondiscrimination ............................................................. 34

1-07.11 Requirements for Nondiscrimination ............................................................. 41

1-07.12 Federal Agency Inspection ........................................................................... 54

1-07.13(4) Repair of Damage .................................................................................. 54

1-07.14 Responsibility for Damage ........................................................................... 54

1-07.15(1) Spill Prevention, Control and Countermeasures Plan ............................ 55

1-07.16 Protection and Restoration of Property ......................................................... 55

1-07.17 Utilities and Similar Facilities ........................................................................... 55

1-07.17(3) Utility Potholing and Resolution of Utility Conflicts ................................. 57

1-07.18 Public Liability and Property Damage Insurance .......................................... 58

1-07.18 Insurance ...................................................................................................... 58

1-07.18(1) General Requirements ............................................................................... 58

1-07.18(2) Additional Insured .................................................................................. 59

1-07.18(3) Subcontractors ........................................................................................... 59

1-07.18(4) Evidence of Insurance ................................................................................ 59

1-07.18(5) Coverages and Limits ................................................................................. 60

1-07.18(5)A Commercial General Liability ................................................................... 60

1-07.18(5)B Automobile Liability .................................................................................. 61

1-07.18(5)C Workers’ Compensation ........................................................................... 61

1-07.18(5)F Excess or Umbrella Liability ................................................................... 61

1-07.18(5)G Pollution Liability ...................................................................................... 61

1-07.18(5)H Professional Liability ................................................................................ 61

1-07.23 Public Convenience and Safety .................................................................... 62

1-07.23(1) Construction Under Traffic ..................................................................... 62

1-07.23(2) Construction and Maintenance of Detours ............................................. 64

1-07.24 Rights of Way ............................................................................................... 65

1-08 PROSECUTION AND PROGRESS ................................................................. 66

1-08.0 Preliminary Matters ....................................................................................... 66

Page 114: RCC Phase I Specifications, Part 1

iii Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail Bid Documents August 2012

1-08.0(1) Preconstruction Conference .......................................................................... 66

1-08.0(2) Hours of Work ........................................................................................... 67

1-08.1 Subcontracting .............................................................................................. 68

1-08.1(1) Subcontract Completion and Return of Retainage Withheld ..................... 68

1-08.3 Progress Schedule ....................................................................................... 69

1-08.3(2) Project Specific Scheduling Requirements ................................................ 69

1-08.3(5) Payment ....................................................................................................... 70

1-08.4 Notice to Proceed and Prosecution of the Work ........................................... 70

1-08.5 Time for Completion ..................................................................................... 71

1-08.6 Suspension of Work ..................................................................................... 72

1-08.7 Maintenance During Suspension .................................................................. 72

1-08.11 Project Management On-Line System .......................................................... 72

1-08.11(1) General Requirements ........................................................................... 72

1-08.11 (2) Equipment Requirements ........................................................................... 73

1-08.11 (3) Payment ..................................................................................................... 73

1-09 MEASUREMENT AND PAYMENT .................................................................. 73

1-09.7 Mobilization................................................................................................... 73

1-09.9 Payments ..................................................................................................... 74

1-09.9 Payments ..................................................................................................... 75

1-09.9(1) Retainage .................................................................................................. 75

1-09.13 Claim Resolution .......................................................................................... 75

1-09.13(3)A Administration of Arbitration ..................................................................... 75

1-10 TEMPORARY TRAFFIC CONTROL ................................................................... 75

1-10.1 General .......................................................................................................... 75

1-10.2 Traffic Control Management ......................................................................... 76

1-10.2(2) Traffic Control Plans .................................................................................. 76

1-10.2(3) Staging Plan .............................................................................................. 77

1-10.3(1)C Uniformed Police Officer ............................................................................ 77

1-10.3(3)A Construction Signs ..................................................................................... 77

1-10.4 Measurement ................................................................................................ 78

1-10.4(1) Lump Sum Bid for Project (No Unit Items) ................................................ 78

1-10.5 Payment ....................................................................................................... 78

2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP .................................. 79

2-01.1 Description.................................................................................................... 79

2-01.3(3) Removal of Trees ...................................................................................... 79

2-01.5 Payment ....................................................................................................... 79

2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS .................................. 80

2-02.1 Description.................................................................................................... 80

2-02.3 Construction Requirements .......................................................................... 81

2-02.3(2) Removal of Bridges, Box Culverts, and other Drainage Structures ........... 81

2-02.3(3) Removal of Pavement, Sidewalks and Curbs ........................................... 81

2-02.3(3)-1 Removing Pavement Markings ................................................................ 82

2-02.3(4) Saw Cutting ............................................................................................... 82

2-02.5 Payment ....................................................................................................... 83

2-03 ROADWAY EXCAVATION AND EMBANKMENT ........................................... 83

Page 115: RCC Phase I Specifications, Part 1

iv Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail Bid Documents August 2012

2-03.1 Description.................................................................................................... 83

2-03.3(7) Disposal of Surplus Materials ....................................................................... 83

2-03.3(7)A General ...................................................................................................... 83

2-03.3(7)B Haul............................................................................................................ 84

2-03.3(14)E Unsuitable Foundation Excavation ........................................................... 84

2-03.3(14)J Gravel Borrow Including Haul ................................................................... 85

2-03.4 Measurement ................................................................................................ 85

2-03.5 Payment ....................................................................................................... 86

2-04 HAUL ............................................................................................................... 86

2-04.1 Description.................................................................................................... 86

2-09 STRUCTURE EXCAVTION ............................................................................. 87

2-09.1 Description.................................................................................................... 87

2-09.2 Materials ....................................................................................................... 87

2-09.3(1)C Removal of Unsuitable Base Material .................................................... 87

2-09.3(1)D Disposal of Excavated Material .............................................................. 87

2-09.3(1)E Backfilling ................................................................................................... 87

2-09.3(2) Classifications of Structure Excavation ..................................................... 87

2-09.3(4) Construction Requirements, Structure Excavation, Class B ...................... 88

2-09.4 Measurement ................................................................................................ 88

2-09.5 Payment ....................................................................................................... 88

2-11 TRIMMING AND CLEANUP ............................................................................ 89

2-12 Construction Geosynthetic ............................................................................... 89

4-04 BALLASTING AND CRUSHED SURFACING ................................................. 91

4-04.1 Description.................................................................................................... 91

4-04-5 Payment ....................................................................................................... 91

5-04 HOT MIX ASPHALT ............................................................................................. 92

5-04.1 Description ......................................................................................................... 92

5-04.2 Materials ........................................................................................................... 92

5-04.3(7)A Mix Design .................................................................................................. 92

5-04.3(8) Mixing ............................................................................................................ 94

5-04.3(8)A1 General .................................................................................................... 94

5-04.3(8) A2 Aggregates ............................................................................................... 95

5-04.3(8)A4 Definition of Sampling Lot and Sublot ...................................................... 95

5-04.3(8)A5 Test Results ............................................................................................. 95

5-04.3(8)A7 Test Section – HMA Mixtures ................................................................... 96

5-04.3(10) Compaction ................................................................................................. 96

5-04.3(10)A General ..................................................................................................... 96

5-04.3(10)B1 General ................................................................................................... 97

5-04.3(13) Surface Smoothness ................................................................................... 97

5-04.3(16) Weather Limitations ..................................................................................... 97

5-04.3(23) Pavement Patching ................................................................................ 98

5-04.4 Measurement ................................................................................................ 98

5-04.5 Payment ....................................................................................................... 99

5-05 CEMENT CONCRETE PAVEMENT .............................................................. 100

5-05.1 Description.................................................................................................. 100

Page 116: RCC Phase I Specifications, Part 1

v Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail Bid Documents August 2012

5-05.3 Construction Requirements ........................................................................ 100

5-05.3(1)A Decorative Stamped Concrete ............................................................. 100

Decorative Stamped Concrete Finish ......................................................................... 100

5-05.4 Measurement .............................................................................................. 101

5-05.5 Payment ..................................................................................................... 101

6-01 GENERAL REQUIREMENTS ........................................................................ 102

6-01.1A Signalization and Illumination Bases .......................................................... 102

6-01.9 Working Drawings ...................................................................................... 102

6-02 CONCRETE STRUCTURES ......................................................................... 102

6-02.2 Construction Requirements ........................................................................ 102

6-02.3(2)C Cement Concrete Staircase ................................................................. 102

6-02.3(4)A Qualifications Of Concrete Suppliers ....................................................... 103

6-02.3(28) Re-Use of Precast Concrete Panels .................................................... 103

6-02.5 Payment ..................................................................................................... 103

6-04 TIMBER STRUCTURES ................................................................................ 104

6-04.3 Construction Requirements ........................................................................ 104

6-04.5 Payment ..................................................................................................... 104

6-06 BRIDGE RAILINGS ....................................................................................... 104

6-06.2 Materials ..................................................................................................... 104

6-06.3 Construction Requirements ........................................................................ 105

6-06.5 Payment ..................................................................................................... 105

6-07 PAINTING ...................................................................................................... 105

6-07.1 Description.................................................................................................. 105

6-07.2 Materials ..................................................................................................... 106

6-07.5 Payment ..................................................................................................... 107

7-01 DRAINS ......................................................................................................... 108

7-01.2 Materials ..................................................................................................... 108

7-01.3 Construction Requirements ........................................................................ 108

7-01.4 Measurement .............................................................................................. 109

7-01.5 Payment ..................................................................................................... 109

7-04 STORM SEWERS ......................................................................................... 110

7-04.2 Materials ..................................................................................................... 110

7-04.3 Construction Requirements ........................................................................ 110

7-04.3(1) Cleaning and Testing .............................................................................. 110

7-04.3(2) Utility Clearances .................................................................................... 110

7-04.3(3) Connections To Concrete Structures ...................................................... 110

7-04.3(4) Check Valve ......................................................................................... 111

7-04.3(5) Trench Drain ........................................................................................ 111

7-04.3(6) Beveled End Section ............................................................................ 111

7-04.5 Payment ..................................................................................................... 112

7-05 MANHOLES, INLETS, CATCHBASINS, AND DRYWELLS........................... 113

7-05.2 Materials ..................................................................................................... 113

7-05.3 Construction Requirements ........................................................................ 113

7-05.3(3) Connections to Existing Manholes .......................................................... 113

7-05.5 Payment ..................................................................................................... 114

Page 117: RCC Phase I Specifications, Part 1

vi Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail Bid Documents August 2012

7-06 BIORETENTION PLANTER ........................................................................... 114

7-06.1 Description.................................................................................................. 114

7-06.2 Materials ................................................................................................... 115

7-06.3 Construction Requirements ...................................................................... 115

7-06.3(1) General ................................................................................................. 115

7-06.3(2) Grading and Placement for Bioretention Planters ................................ 117

7-06.3(3) Bioretention Soil Placement ................................................................. 119

7-06.4 Measurement ............................................................................................ 120

7-06.5 Payment .................................................................................................... 120

7-07 CLEANING EXISTING DRAINAGE STRUCTURES ...................................... 120

7-07.5 Payment ..................................................................................................... 120

7-08 GENERAL PIPE INSTALLATION REQUIREMENTS .................................... 121

7-08.2 Materials ..................................................................................................... 121

7-08.3(1) Excavation and Preparation of Trench .................................................... 121

7-08.3(1)A Trenches .................................................................................................. 121

7-08.3(1)B Shoring ..................................................................................................... 122

7-08.3(1)C Bedding the Pipe ..................................................................................... 122

7-08.3(2)A Survey Line and Grade ............................................................................ 122

7-08.3(2)B Pipe Laying – General.............................................................................. 122

7-08.3(2)G Jointing of Dissimilar Pipe ........................................................................ 122

7-08.3(2)J Jointing to Gate Valves ........................................................................ 123

7-08.3(3) Backfilling ................................................................................................ 123

7-08.4 Measurement .............................................................................................. 123

7-08.5 Payment ..................................................................................................... 124

7-10 PIPE OUTFALL PAD ..................................................................................... 124

7-10.1 Description ....................................................................................................... 124

7-10.2 Materials .......................................................................................................... 124

7-10.3 Construction Requirements ............................................................................. 124

7-10.4 Measurement ................................................................................................... 124

7-10.5 Payment........................................................................................................... 125

7-11 INFILTRATION TRENCHES .......................................................................... 125

7-11.1 Description ....................................................................................................... 125

7-11.2 Materials .......................................................................................................... 125

7-11.3 Construction Requirements ............................................................................. 125

7-11.4 Measurement ................................................................................................... 126

7-11.5 Payment........................................................................................................... 126

7-12 VALVES FOR WATER MAINS ...................................................................... 126

7-12.3(2) Adjustment of Water Valve Boxes ........................................................... 126

7-12.5 Payment ..................................................................................................... 127

7-14 HYDRANTS ................................................................................................... 127

7-14.3(1) Setting Hydrants ...................................................................................... 127

7-14.3(2) C Hydrant Guard Posts .............................................................................. 127

7-14.3(3) Resetting Existing Hydrants .................................................................... 128

7-14.3(4) Moving Existing Hydrants ........................................................................ 128

7-14.5 Payment ..................................................................................................... 128

Page 118: RCC Phase I Specifications, Part 1

vii Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail Bid Documents August 2012

END OF DIVISION 7 ................................................................................................... 128

8-01 EROSION CONTROL AND WATER POLLUTION CONTROL ...................... 129

8-01.1 Description.................................................................................................. 129

8-01.3 Construction Requirements ........................................................................ 129

8-01.3(1) General ....................................................................................................... 129

8-01.3(1)B Erosion and Sediment Control (ESC) Lead ............................................... 130

8-01.3(1)F Stormwater Pollution Prevention Plan (SWPPP) ....................................... 130

8-01.3(1)G Monitoring Requirements .......................................................................... 131

8-01.2 Materials ..................................................................................................... 132

8-01.3 Construction Requirements ........................................................................ 132

8-01.3(2) Erosion Control Seeding, Fertilizing, and Mulching .............................. 132

8-01.3(2)A Preparation for Final Application .............................................................. 132

8-01.3(2)B Seeding and Fertilizing ............................................................................. 133

8-01.3(2)D Mulching .................................................................................................. 133

8-01.3(8) Street Cleaning ....................................................................................... 134

8-01.3(9)D Inlet Protection ......................................................................................... 134

8-01.3(9)E High Visibility Fence ................................................................................. 134

8-01.3(17) Suspension of Work ............................................................................. 135

8-01.4 Measurement .............................................................................................. 135

8-01.5 Payment ..................................................................................................... 135

8-02 ROADSIDE PLANTING ................................................................................. 136

8-02.2 Materials ..................................................................................................... 136

8-02.3(1) Responsibility During Construction.......................................................... 136

8-02.3(2) Roadside Work Plan................................................................................ 137

8-02.3(2)A Chemical Pesticides ................................................................................. 137

8-02.3(4) Topsoil ..................................................................................................... 137

8-02.3(4)A Topsoil Type A ......................................................................................... 138

8-02.3(4)A Topsoil Type B1 ....................................................................................... 138

8-02.3(4)B Topsoil Type B2 ..................................................................................... 138

8-02.3(4)D Topsoil Type E ....................................................................................... 138

8-02.3(4)E Bioretention Soil Mix ................................................................................ 138

8-02.3(4)F Bioretention Compost ............................................................................... 139

8-02.3(5) Planting Area Preparation ....................................................................... 139

Finish Grading of Topsoil ............................................................................................ 139

8-02.3(7) Layout of Planting ................................................................................... 140

8-02.3(8) Planting ................................................................................................... 140

8-02.3(9) Pruning, Staking, Guying and Wrapping ................................................. 141

8-02.3(10) Fertilizer ............................................................................................... 141

8-02.3(11) Bark or Wood Chip Mulch .................................................................... 141

8-02.3(12) Plant Establishment ............................................................................. 142

8-02.3(14) Plant Replacement ............................................................................... 144

8-02.3(16)A Lawn Installation .................................................................................... 144

8-02.4 Measurement .............................................................................................. 145

8-02.5 Payment ..................................................................................................... 145

8-03 IRRIGATION SYSTEM .................................................................................. 149

Page 119: RCC Phase I Specifications, Part 1

viii Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail Bid Documents August 2012

8-03.1 Description.................................................................................................. 149

8-03.2 Materials ..................................................................................................... 149

8-03.3 Construction Requirements ........................................................................ 149

8-03.3(2) Excavation ............................................................................................... 150

8-03.3(4) Jointing .................................................................................................... 150

8-03.3(5) Installation ............................................................................................... 150

8-03.3(7) Flushing and Testing ............................................................................... 150

8-03.3(11) System Operation ................................................................................ 151

8-03.3(15) Clean-Up .............................................................................................. 151

8-03.5 Payment ..................................................................................................... 151

8-04 CURBS, GUTTERS, AND SPILLWAY ........................................................... 152

8-04.1 Description.................................................................................................. 152

8-04.3(6) Adjustment of Curbs and Gutters ............................................................ 152

8-04.5 Payment ..................................................................................................... 152

8-09 RAISED PAVEMENT MARKERS .................................................................. 153

8-09.1 Description.................................................................................................. 153

8-09.3(8) Preliminary Spotting ................................................................................ 153

8-09.5 Payment ..................................................................................................... 153

8-12 CHAIN LINK FENCE AND WIRE FENCES ................................................... 154

8-12.1 Description.................................................................................................. 154

8-12.2 Materials ..................................................................................................... 154

Safety Rail .................................................................................................................. 154

8-12.3 Construction Requirements ........................................................................ 155

8-12.3(1)A Posts ......................................................................................................... 155

8-12.3(1)C Tension Wire ............................................................................................. 155

8-12.3(1)C Tension Wire and Tension Cable ............................................................. 155

8-12.3(1)D Chain Link Fabric ..................................................................................... 155

8-12.4 Measurement .............................................................................................. 155

8-12.5 Payment ..................................................................................................... 156

8-13 MONUMENT CASES .................................................................................... 156

8-13.1(1) Adjust Monument Case to Grade ............................................................ 156

8-13.5 Payment ..................................................................................................... 156

8-14 CEMENT CONCRETE SIDEWALKS ............................................................. 156

8-14.1 Description.................................................................................................. 156

8-14.2 Materials ..................................................................................................... 157

8-14.3 Construction Requirements ........................................................................ 158

8-14.3(1) Excavation ............................................................................................... 159

8-14.3(2) Forms ...................................................................................................... 159

8-14.3(3) Placing and Finishing Concrete ............................................................... 160

8-14.3(4) Curing ...................................................................................................... 160

8-14.3(6) Sidewalk (ADA) Curb Ramps .................................................................. 160

8-14.3(7) Guarantee ............................................................................................... 161

8-14.3(8) Test Panel Proofing ................................................................................. 161

8-14.4 Measurement .............................................................................................. 161

8-14.5 Payment ..................................................................................................... 161

Page 120: RCC Phase I Specifications, Part 1

ix Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail Bid Documents August 2012

8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL ............ 162

8-20.1 Description.................................................................................................. 162

8-20.1(3) Industry Codes and Standards ................................................................ 163

8-20.1(3) Restrictions on the Schedule of Work ..................................................... 163

8-20.1(4) Errors and Omissions .............................................................................. 165

8-20.1(5) Warranties ............................................................................................... 165

8-20.2 Materials ..................................................................................................... 166

8-20.2(1) Equipment List and Drawings .................................................................. 166

8-20.2(2) Fiber Optic Cable Submittals ................................................................... 166

8-20.2(3) Contracting Agency-Supplied Materials .................................................. 168

8-20.3 Construction Requirements ........................................................................ 168

8-20.3(2) Excavating and Backfilling ....................................................................... 168

8-20.3(2)A Trench and Backfill................................................................................... 169

8-20.3(2)B Directional Boring ..................................................................................... 171

8-20.3(3) Removing and Replacing Improvements ................................................. 172

8-20.3(4) Foundations ............................................................................................ 172

8-20.3(5) Conduit .................................................................................................... 173

8-20.3(5)A Damaged or Blocked Conduits ................................................................ 174

8-20.3(5)B Detectable Pull Tape ................................................................................ 175

8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes ........................................ 175

8-20.3(8) Wiring ...................................................................................................... 176

8-20.3(9) Bonding, Grounding ................................................................................ 177

8-20.3(10) Service transformer, Intelligent Transportation System Cabinet .......... 178

8-20.3(11) Testing ................................................................................................. 178

8-20.3(13) Illumination Systems ............................................................................ 179

8-20.3(14) Signal Systems .................................................................................... 179

8-20.3(14)B Signal Heads .......................................................................................... 179

8-20.3(14)C Induction Loop Vehicle Detectors .......................................................... 179

8-20.3(14)E Signal Standards .................................................................................... 182

8-20.3(14)F Terminal Cabinets .................................................................................. 182

8-20.3(14)G Emergency Vehicle Preemption System ................................................ 183

8-20.3(14)H Pedestrian Push Button Assembly ......................................................... 183

8-20.3(17) “As-Built” Plans .................................................................................... 183

8-20.3(18) Fiber Optic Networks ........................................................................... 183

8-20.3(18)A Fiber Optic Cable Pre-Installation Testing .............................................. 184

8-20.3(18)B Fiber Optic Cable Installation ................................................................. 184

8-20.3(18)C Fiber Optic Cable Labeling .................................................................... 185

8-20.3(21) Communications Vault............................................................................... 186

8-20.3(22) Splicing and Termination...................................................................... 187

8-20.3(22)A Qualifications ......................................................................................... 187

8-20.3(22)B Fiber Splices .......................................................................................... 188

8-20.3(21)C Fiber Optic Buffer Tube Fan-Out Kit ...................................................... 188

8-20.3(22) D Blank ...................................................................................................... 188

8-20.3(22) E Blank ...................................................................................................... 188

8-20.3(22)F Fiber Optic Termination Panel ................................................................ 189

Page 121: RCC Phase I Specifications, Part 1

x Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail Bid Documents August 2012

8-20.3(22) G Blank ...................................................................................................... 189

8-20.3(22)H Fiber Optic SC Connector ...................................................................... 189

8-20.3(22) I Blank ....................................................................................................... 189

8-20.3(23) System Acceptance Testing for Fiber Optic Networks ......................... 190

8-20.3(23)A Testing and Commissioning ................................................................... 190

8-20.3(23)B Test Plans .............................................................................................. 190

8-20.3(23)C Final Inspection ...................................................................................... 190

8-20.3(23)D OTDR Testing ........................................................................................ 191

8-20.3(23)E OTDR Testing of Spliced Fiber Links ..................................................... 191

8-20.3(23)F Attenuation Testing ................................................................................ 192

8-20.3(23)G Submittals .............................................................................................. 192

8-20.3(24) Rectangular Rapid Flashing Beacons System ......................................... 192

8-20.3(25) Video Detection System ........................................................................... 193

8-20.3(29) Removal of Existing Signal and Illumination Equipment ...................... 193

8-20.4 Measurement .............................................................................................. 194

8-20.5 Payment ..................................................................................................... 194

8-21 PERMANENT SIGNING ................................................................................ 195

8-21.1 Description.................................................................................................. 196

8-21.2 Materials ..................................................................................................... 196

8-21.3 Construction Requirements ........................................................................ 196

8-21.5 Payment ..................................................................................................... 197

8-22 PAVEMENT MARKING ................................................................................. 197

8-22.1 Description.................................................................................................. 197

8-22.2 Materials ..................................................................................................... 197

8-22.3 Construction Requirements ........................................................................ 198

8-22.4 Measurement .............................................................................................. 198

8-22.5 Payment ..................................................................................................... 198

8-23 TEMPORARY PAVEMENT MARKING .......................................................... 198

8-23.1 Description.................................................................................................. 198

8-23.5 Payment ..................................................................................................... 198

8-24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING .................. 199

8-24.2 Materials ..................................................................................................... 199

8-24.3 Construction Requirements ........................................................................ 199

8-24.3(2) Gravity Block Wall ................................................................................... 199

8-24.5 Payment ..................................................................................................... 201

8-27 CEMENT CONCRETE MODULES ................................................................ 201

8-27.1 Description.................................................................................................. 201

8-27.2 Materials ..................................................................................................... 201

8-27.3 Construction Requirements ........................................................................ 201

8-27.4 Measurement .............................................................................................. 202

8-27.5 Payment ..................................................................................................... 202

8-31 UTILITY COORDINATION ............................................................................. 203

8-31.3(6) Franchise Utility Coordination ................................................................. 203

8-31.4 Measurement .............................................................................................. 203

8-31.5 Payment ..................................................................................................... 203

Page 122: RCC Phase I Specifications, Part 1

xi Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail Bid Documents August 2012

8-34 MONITORING WELLS .................................................................................. 204

8-34.1 Description.................................................................................................. 204

8-34.3 Construction Requirements ........................................................................ 204

8-34.5 Payment ..................................................................................................... 204

8-35 TRASH RECEPTACLES ............................................................................... 204

8-35.1 Description.................................................................................................. 204

8-35.2 Materials ..................................................................................................... 205

8-35.3 Construction Requirements ........................................................................ 205

8-35.4 Measurement .............................................................................................. 205

8-35.5 Payment ..................................................................................................... 205

8-36 Bike Rack ....................................................................................................... 206

8-36.1 Description.................................................................................................. 206

8-36.1 Materials ..................................................................................................... 206

8-36.2 Construction Requirements ........................................................................ 206

8-36.3 Measurement .............................................................................................. 206

8-36.4 Payment ..................................................................................................... 206

8-37 Art Mobilization and Support .......................................................................... 207

8-37.1 Description.................................................................................................. 207

8-37.2 Materials ..................................................................................................... 207

8-37.3 Construction Requirements ........................................................................ 207

8-37.4 Schedule .................................................................................................... 208

8-37.5 Measurement .............................................................................................. 208

8-37.6 Payment ..................................................................................................... 208

END OF DIVISION 8 ................................................................................................... 208

9-03 AGGREGATES .............................................................................................. 209

9-05 DRAINAGE STRUCTURES, CULVERTS AND CONDUITS ......................... 211

9-14 EROSION CONTROL AND ROADSIDE PLANTING ..................................... 211

9-15 IRRIGATION SYSTEM .................................................................................. 217

9-29 ILLUMINATION, SIGNALS, ELECTRICAL .................................................... 217

9-29.1(2) Rigid Metal Conduit Fittings and Appurtenances .................................... 217

9-29.1(4)C HDPE Conduit ...................................................................................... 218

9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable ....................................... 218

9-29.3(1) Fiber Optic Cable ........................................................................................ 219

9-29.3(1)A Singlemode Fiber Optic Cable ............................................................. 219

9-29.3(1)B Cable Construction .............................................................................. 220

9-29.3(1)C Fiber Optic Cable Supply ..................................................................... 221

9-29.6(1) Street Light and Signal Standards ........................................................... 222

9-29.6(1)A Decorative Steel and Concrete Street Light Standards ........................ 223

9-29.6(1)B Pedestrian Luminaire Wood Poles ....................................................... 223

9-29.6(1)C Parking Lot Luminaire Wood Poles ...................................................... 224

9-29.6(1)D Decorative RRFB Poles ....................................................................... 224

9-29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, Cantilever Bases, and Sign Bridge Bases .................................................................. 225

9-29.7(3) Splicing Electrical Connections at Junction Box ...................................... 225

9-29.10 Luminaires .................................................................................................. 225

Page 123: RCC Phase I Specifications, Part 1

xii Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail Bid Documents August 2012

9-29.10(1) Conventional Roadway Luminaires ...................................................... 226

9-29.10(2) Decorative Luminaires ......................................................................... 226

9-29.10(2)A Pedestrian Wood Pole Luminaire ......................................................... 226

9-29.10(2)B Parking Lot Wood Pole Luminaire ........................................................ 228

9-29.13(3) Emergency Preemption ....................................................................... 229

9-29.13(7) Traffic-Actuated Controllers ................................................................. 229

9-29.16 Vehicular Signal Heads, Displays, and Housing ......................................... 229

9-29.18(1) Induction Loop Detectors ..................................................................... 230

9-29.18(1)A Detector Amplifiers ............................................................................... 230

9-29.19 Pedestrian Push Buttons ............................................................................ 230

9-29.20 Pedestrian Signals ...................................................................................... 231

9-29.24 Service Cabinets ........................................................................................ 231

9-29.25 Amplifier, Transformer, and Terminal Cabinets .......................................... 232

9-29.27 Detectable Pull Tape .................................................................................. 232

9-29.28 Communications Vault ................................................................................ 233

9-29.29 Splicing and Termination ............................................................................ 233

9-29.29(1) Fiber Optic Buffer Tube Fan-Out Kit .................................................... 233

9-29.29(2) Fiber Optic SC Connectors .................................................................. 234

9-29.29(3) Fiber Optic Termination Panel – 12 Port .............................................. 234

9-29.30 Video Detection Camera and Equipment ................................................... 235

9-29.31 Rectangular Rapid Flashing Beacon (RRFB) System ................................ 235

9-30 WATER DISTRIBUTION MATERIALS .......................................................... 237

END OF DIVISION 9 ................................................................................................... 238

Page 124: RCC Phase I Specifications, Part 1

xiii Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail Bid Documents August 2012

INTRODUCTION TO THE SPECIAL PROVISIONS (July 31, 2007 APWA GSP)

The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2012 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: (May 18, 2007 APWA GSP) (August 7, 2006 WSDOT GSP) (Redmond GSP) Also incorporated into the Contract Documents by reference are:

• Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any

• Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition

• City of Redmond Standard Specifications and Details

• American Water Works Association Standards Contractor shall obtain copies of these publications, at Contractor’s own expense.

DESCRIPTION OF WORK This project provides for construction of Redmond Central Connector, Project No. 20021142.01.01.02 and other work, all in accordance with the attached plans, these special provisions and the standard specifications.

Page 125: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-1 Bid Documents August 2012

DIVISION 1

GENERAL REQUIREMENTS

DESCRIPTION OF WORK

(March 13, 1995)

This Contract provides for the improvement of the ***Redmond Central Connector from Sammamish River Trail to Bear Creek Trail*** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications.

1-01 DEFINITIONS AND TERMS

1-01.3 Definitions Supplement

(September 12, 2008 APWA GSP)

This Section is supplemented with the following:

All references in the Standard Specifications to the terms “State”, “Department of Transportation”, “Washington State Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency”.

All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”.

The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency’s headquarters are located.

Additive

A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid.

Alternate

One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work.

Contract Documents

See definition for “Contract”.

Contract Time

The period of time established by the terms and conditions of the contract within which the work must be physically completed.

Dates

Page 126: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-2 Bid Documents August 2012

Bid Opening Date

The date on which the Contracting Agency publicly opens and reads the bids.

Award Date

The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work.

Contract Execution Date

The date the Contracting Agency officially binds the agency to the contract.

Notice to Proceed Date

The date stated in the Notice to Proceed on which the contract time begins.

Substantial Completion Date

The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract.

Physical Completion Date

The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date.

Completion Date

The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date.

Final Acceptance Date

The date on which the Contracting Agency accepts the work as complete.

Notice of Award

The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency’s acceptance of the bid.

Notice to Proceed

The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins.

Traffic

Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic.

Page 127: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-3 Bid Documents August 2012

1-02 BID PROCEDURES AND CONDITIONS

1-02.1 Prequalification of Bidders

Delete this Section and replace it with the following:

1-02.1 Qualifications of Bidder

(January 24, 2011 APWA GSP)

Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project.

1-02.2 Plans and Specifications

(June 27, 2011 APWA GSP)

Delete this section and replace it with the following:

Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work.

After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below:

To Prime Contractor No. of Sets Basis of Distribution

Reduced plans (11" x 17") 5 Furnished automatically upon award.

Contract Provisions

5 Furnished automatically upon award.

Large plans (e.g., 22" x 34")

5 Furnished only upon request.

Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor’s own expense.

1-02.4 Examination of Plans, Specifications and Site of Work

(Redmond GSP) Supplement

This section is supplemented with the following:

Minor variations and miscellaneous items may not be shown in the Plans. In accordance with the Standard Specifications, it shall be the Contractor’s responsibility to examine the

Page 128: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-4 Bid Documents August 2012

site, become familiar with all attendant conditions and determine the difficulties and work involved, and to accept the site in its existing condition at the time of the award of contract.

1-02.4(2) Subsurface Information

(Special Provision) Supplement

This section is supplemented with the following:

In reference to this section, the soils information used for study and design of this project is included in Appendix G (Geotechnical Exploration Data).

1-02.5 Proposal Forms

(June 27, 2011 APWA GSP)

Delete this section and replace it with the following:

The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address, telephone number, and signature; the bidder’s D/M/WBE commitment, if applicable; a State of Washington Contractor’s Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form.

The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified.

1-02.6 Preparation of Proposal

(June 27, 2011 APWA GSP)

Supplement the second paragraph with the following:

4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated.

5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid.

Delete the last paragraph, and replace it with the following:

Page 129: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-5 Bid Documents August 2012

The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.

A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign).

A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement.

A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement.

1-02.6 Preparation of Proposal

(August 7, 2006 WSDOT GSP) Supplement

Section 1-02.6 is supplemented with the following:

Cumulative Alternates Bidding

This Bid Proposal requires the bidder to bid cumulative Alternates as part of the bid. As such the bidder is required to submit a Base Bid (Schedule A) and a bid for Schedule B

Bid Proposal

The bid proposal is composed of the following parts:

1. Base Bid (Schedule A)

The base bid shall include providing and installing all items included in the proposal except those items contained in Schedule B.

2. Schedule B

Based on providing and installing the bid items listed in Schedule B for construction of the Leary Way parking lot.

The bid items for Schedule B are as listed in the Bid Proposal.

Bidding Procedures

To be considered responsive the bidder shall submit a price on each and every item of work included in the Base Bid and all Alternate(s.)

Award Procedures

The successful bidder will be the bidder submitting the lowest responsible bid for the preference, listed in the order below, which is within the amount of Available Funds for the project to be announced at the time of the bid opening. Available Funds will be announced immediately prior to the opening of bids.

1. Preference 1: Lowest total for Base Bid (Schedule A) plus Schedule B.

2. Preference 2: Lowest total for Base Bid (Schedule A).

In any case, the award will be subject to the requirements of Section 1-03.

Page 130: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-6 Bid Documents August 2012

Progress Schedule Minimum Bid

(WSDOT GSP August 7, 2006)

Section 1-02.6 is supplemented with the following:

A minimum bid of *** $10,000 *** lump sum has been established for the item “Type *** B *** Progress Schedule.” The Contractor’s bid shall equal or exceed that amount. If the Contractor’s bid is less than the minimum specified amount, the Contracting Agency will unilaterally revise the bid amount to the minimum specified amount and recalculate the Contractor’s total bid amount. The corrected total bid amount will be used by the Contracting Agency for award purposes and to fix the amount of the contract bond.

1-02.7 Bid Deposit

(October 1, 2005 APWA GSP)

Supplement this section with the following:

Bid bonds shall contain the following:

1. Contracting Agency-assigned number for the project;

2. Name of the project;

3. The Contracting Agency named as obligee;

4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded;

5. Signature of the bidder’s officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature;

6. The signature of the surety’s officer empowered to sign the bond and the power of attorney.

If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions.

1-02.9 Delivery of Proposal

(May 4, 2012 APWA GSP)

Delete this section and replace it with the following:

Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery.

If the project has FHWA funding and requires DBE Written Confirmation Documents or Good Faith Effort Documentation, then to be considered responsive, the Bidder shall submit with their Bid Proposal, written Confirmation Documentation from each DBE firm listed on the Bidder’s completed DBE Utilization Certification, form 272-056A EF, as required by Section 1-02.6.

Page 131: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-7 Bid Documents August 2012

The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids.

(Redmond GSP)

This section is supplemented with the following:

Bid proposals that are delivered in person shall be turned in at the desk of:

City Clerk

3rd Floor of the Redmond City Hall Building

15670 NE 85th Street.

Redmond, Washington

The envelope shall be plainly marked with “Bid Proposal for Redmond Central Connector Project No. 20021142.01.01.02”

Proposal envelopes sent by mail shall be further sealed in another envelope, addressed as follows:

City Clerk

City of Redmond – MS: 3NFN

P. O. Box 97010

Redmond, WA 98073-9710

1-02.12 Public Opening of Proposals

Section 1-02.12 is supplemented with the following:

Date of Opening Bids

Sealed Bids are to be received at the following location prior to the time specified:

Redmond City Hall – Council Conference Room CH149

15670 N.E. 85th Street

Redmond, WA. 98073

The Bid opening date for this project is Thursday, August 30, 2012. Bids received will be publicly opened and read after 2:30 P. M. Pacific Time on this date.

1-02.13 Irregular Proposals

(March 13, 2012 APWA GSP)

Revise item 1 to read:

Page 132: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-8 Bid Documents August 2012

1. A proposal will be considered irregular and will be rejected if:

a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or

is altered; c. The completed proposal form contains any unauthorized additions, deletions,

alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or

enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable,

as required in Section 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged Business

Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each DBE firm listed on the

Bidder’s completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions;

j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made;

k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or

l. More than one proposal is submitted for the same project from a Bidder under the same or different names.

1-02.14 Disqualification of Bidders

(March 25, 2009 APWA GSP, Option B)

Delete this Section and replace it with the following:

A Bidder will be deemed not responsible if:

1. the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or

2. evidence of collusion exists with any other Bidder or potential Bidder. Participants in collusion will be restricted from submitting further bids; or

3. the Bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the Bidder; or

4. an unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; or progress; affirmative action; equal employment opportunity practices;

Page 133: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-9 Bid Documents August 2012

termination for cause; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women’s Business Enterprise utilization; or

5. there is uncompleted work (Contracting Agency or otherwise), which in the opinion of the Contracting Agency might hinder or prevent the prompt completion of the work bid upon; or

6. the Bidder failed to settle bills for labor or materials on past or current contracts, unless there are extenuating circumstances acceptable to the Contracting Agency; or

7. the Bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract, unless there are extenuating circumstances acceptable to the Contracting Agency; or

8. the Bidder is unable, financially or otherwise, to perform the work, in the opinion of the Contracting Agency; or

9. there are any other reasons deemed proper by the Contracting Agency.

As evidence that the Bidder meets the bidder responsibility criteria above, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all applicable responsibility criteria, including all documentation specifically listed in the supplemental criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility.

The basis for evaluation of Bidder compliance with these supplemental criteria shall be any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) which any reasonable owner would rely on for determining such compliance, including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from owners for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter.

If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the Contracting Agency’s determination by presenting its appeal to the Contracting Agency. The Contracting Agency will consider the appeal before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the final determination.

1-02.15 Pre Award Information

(October 1, 2005 APWA GSP)

Revise this section to read:

Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder:

Page 134: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-10 Bid Documents August 2012

1. A complete statement of the origin, composition, and manufacture of any or all materials to be used,

2. Samples of these materials for quality and fitness tests,

3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work,

4. A breakdown of costs assigned to any bid item,

5. Attendance at a conference with the Engineer or representatives of the Engineer,

6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located.

7. A copy of State of Washington Contractor’s Registration, or

8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder.

1-03 AWARD AND EXECUTION OF CONTRACT

1-03.1 Consideration of Bids

(January 23, 2006 APWA GSP)

Revise the first paragraph to read:

After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder’s unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond.

1-03.3 Execution of Contract

(October 1, 2005 APWA GSP)

Revise this section to read:

Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency.

Page 135: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-11 Bid Documents August 2012

Within $$ ten (10) $$ calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15.

Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency.

If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of $$ ten (10)$$ additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it.

1-03.4 Contract Bond

(October 1, 2005 APWA GSP)

Revise the first paragraph to read:

The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall:

1. Be on a Contracting Agency-furnished form;

2. Be signed by an approved surety (or sureties) that:

a. Is registered with the Washington State Insurance Commissioner, and

b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner,

3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time;

4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure:

a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or

b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work;

5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; and

6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the

Page 136: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-12 Bid Documents August 2012

individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president).

Section 1-03.4 is supplemented with the following:

(June 27, 2011 WSDOT GSP)

Release of Contract Bond will be sixty (60) days following Contracting Agency Final Acceptance of Contract, provided following conditions are met:

1. Payment to the State with respect to taxes imposed pursuant to Title 82, RCW on Contracts totaling more than $ 35,000, a release has been obtained from the Washington State Department of Revenue.

2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file with the Contracting Agency (RCW 39.12.040).

3. A certificate of Payment of Contributions Penalties and Interest on Public Works Contract is received from the Washington State Employment Security Department.

4. Washington State Department of Labor and Industries (per Section 1-07.10) shows the Contractor, Subcontractor(s) and any lower tier Subcontractor(s) are current with payments of industrial insurance and medical aid premiums.

5. All claims, as provided by law, filed against the Contract Bond have been resolved.

1-04 SCOPE OF THE WORK

1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda

(Redmond GSP)

Revise the second paragraph to read:

Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):

1. Addenda,

2. Proposal Form,

3. Special Provisions, including APWA General Special Provisions, if they are included,

4. Contract Plans,

5. Amendments to the Standard Specifications,

6. City of Redmond General Provisions

7. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction,

8. City of Redmond Standard Details, and

Page 137: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-13 Bid Documents August 2012

9. WSDOT/APWA Standard Plans for Road, Bridge, and Municipal Construction.

1-04.4(1) Minor Changes

(Redmond GSP)

Revise the first sentence of the first paragraph to read:

Payment of Credits for changes amounting to $10,000 or less per occurrence may be made under the bid item “Minor Change”.

Payment will be made for the following bid item:

Minor Change Per Estimate

To provide a common basis for all bidders, the City has established in the proposal a dollar value for all items to be paid by Minor Change. All such items are to become a part of the Contractor’s total bid. However, the City does not warrant expressly or by implication that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by the Engineer.

1-05 CONTROL OF WORK

1-05.3 Plans and Working Drawings

(Redmond GSP)

This section is supplemented with the following:

Shop drawings and/or catalog cuts shall be furnished by the Contractor for all items indicated in the contract plans or Special Provisions. Contractor copies shall be submitted together with the Engineer’s. The Contractor's copies will be returned with appropriate action noted.

Manufacturer’s technical information shall be submitted in triplicate for all items used on this project and not furnished by the City.

A review of the information for illumination and signal work will require a minimum of 14 calendar days from the date the Engineer receives the drawings. The actual time may be less depending on the accuracy and completeness of the information.

Information or shop drawings with any deficiencies will require additional time for approval. Information returned to the Contractor for correction will require additional review time.

If additional time is required by the City for review of information that is complete, the Contractor may be granted an extension of time commensurate with the delay.

Work will not begin until all informational material is approved. Approval of the information is to assist the Contractor in providing specified material and does not guarantee final acceptance.

Page 138: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-14 Bid Documents August 2012

Add the following new section:

1-05.3(1) Record Drawings

(Redmond GSP)

Record Drawings are to document changes in Work, both concealed and visible, to enable future modifications or additions to the Work to proceed more efficiently, without lengthy surveys, potholing, and other investigative efforts. The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single, experienced, and qualified individual.

The quality of the record drawings, in terms of accuracy, clarity, and completeness, is to be adequate to allow the City to modify the computer-aided drafting (CAD) Contract Drawings to produce a complete set of As-Built drawings for the City without further investigative effort by the City. Applicable tolerance limits include, but are not limited to the following:

Surveyed sanitary and storm sewer elevations within +/- 0.01 FT.

Surveyed water elevations within +/- 0.25 FT.

Horizontal and vertical alignment within +/- 0.1 FT.

Make entries to the Record Drawings within 24 hours after receipt of information that a change in Work has occurred. Conceal no work until the required information is recorded.

The City may review the Record Drawings at any time to insure compliance with these requirements. Failure to properly maintain the Record Drawings may result in the City not approving the whole or part of the Contractor’s Application for payment.

Keep the Record Drawing set separate from other construction Drawings and do not use for other purposes. Keep the record set in a designated, easily accessible location within the Contractor’s field office.

Prior to beginning construction activities request from the City a set of full size (22 IN x 34 IN) Record Drawings. The City will mark each drawing sheet with a stamp or pen with the title, “RECORD DRAWING.”

Maintain the Record Drawings in the Contractor’s field office at all times. The Record Drawings are to be available for review by the City at all times.

Record the following on the Record Drawings:

1. Actual dimensions, arrangement, and materials used when different than shown on the Drawings.

2. Changes made by Change Order or Field Order.

3. Changes made by the Contractor.

4. Accurate locations of storm sewer, sanitary sewer, water mains and other water appurtenances, structures, conduits, power poles, light standards, vaults, width of

Page 139: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-15 Bid Documents August 2012

roadways, sidewalks, landscaping areas, building footprints, channelization and pavement markings, property lines, easements, etc. Include pipe invert elevations, top of castings (manholes, inlets, etc.).

Making Entries on the Record Drawings:

Use erasable colored pencil (not ink) for all markings on the Record Drawings.

1. Provide the applicable reference for all entries, such as the change order number, the request for information (RFI) number, or the approved shop drawing number.

2. Date all entries.

3. Clearly identify all items in the entry with notes similar to those in the Contract Drawings (such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.).

Payment will be made for the following bid item:

Record Drawings (Min. Bid Price, $10,000) Lump Sum

The City has established in the proposal a minimum dollar value of $10,000 for the lump sum bid Item “Record Drawings”. No payment will be made for the lump sum item until submittal and approval of the completed record drawings set that is in conformance with these special Provisions.

1-05.4 Conformity With and Deviations from Plans and Stakes

(Redmond GSP)

1-05.4(1) General

The Contractor shall provide all construction staking necessary to complete the project and to correctly guide daily construction activities. All surveying shall be performed in accordance with the WSDOT Construction Manual (current edition) standards of care and practice. Surveying shall be performed under the supervision of a Professional Land Surveyor (PLS) registered in the State of Washington.

The Contractor shall stake Right of Way, easements, clearing limits and centerline stationing at 50-foot intervals per the Plans one week prior to commencement of construction activities.

The Contractor shall provide at least two working days for the Engineer to approve the layout. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these stakes and marks.

Stakes, markers, and other reference points, including existing monumentation, set by the Contracting Agency shall be carefully preserved by the Contractor. The Contractor will be charged for the costs of replacing stakes, markers, and monumentation that were not to be

Page 140: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-16 Bid Documents August 2012

disturbed but were destroyed or damaged by the Contractor’s operations. This charge will be deducted from the Contract.

1-05.4(2) Roadway and Utility Surveys

The Contractor shall be responsible for setting and maintaining all alignment stakes, slope stakes, grades, station and offset necessary for the construction of any and all construction items. Except for the survey control data to be furnished by the Contracting Agency, the calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor’s responsibility.

1-05.4(3) Errors in Contractor Supplied Surveying

The Engineer may verify the Contractor’s surveying with spot-checks. These spot-checks will not change the requirements for normal checking and testing as described elsewhere, and do not relieve the Contractor of the responsibility of producing a finished product that is in accordance with the Contract.

If errors are found, the Contractor shall correct the errors, which may include removal and replacement of incorrectly installed improvements. All costs incurred correcting the Work shall be at the Contractor’s expense. Costs incurred by the Engineer in correcting the Contractor’s Work will be deducted from the total Contract amount per Section 1-05.7 Removal of Defective and Unauthorized Work of the Standard Specifications.

The Contractor shall direct all questions regarding correct interpretation of provided data to the Engineer. Failure to correctly interpret and utilize survey control data or Plans as provided by the Engineer shall not constitute justification for a claim of extra Work. The Contractor shall immediately notify the Engineer of any survey data discrepancy.

In the event that the Engineer determines that the survey Work is insufficient for the project the Contractor shall provide corrective measures to improve the insufficiencies. No compensation shall be made for corrective measures.

1-05.4(4) Survey Documentation

All survey activities shall be documented in standard hard cover survey field books to be readily available for inspection. Upon completion of the project all survey books shall become the property of the Contracting Agency.

Roadway and Utility Surveys

(April 4, 2011 WSDOT GSP)

Section 1-05.4 is supplemented with the following:

Page 141: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-17 Bid Documents August 2012

Contractor Surveying - Structure

Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer.

The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of bridges, noise walls, and retaining walls. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility.

The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans “DO NOT DISTURB” shall be protected throughout the length of the project or be replaced at the Contractors expense.

Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift.

The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers.

The survey work by the Contractor shall include but not be limited to the following:

1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, by placing hubs and/or marked stakes, the location with offsets of foundation shafts and piles. 3. Establish offsets to footing centerline of bearing for structure excavation. 4. Establish offsets to footing centerline of bearing for footing forms. 5. Establish wing wall, retaining wall, and noise wall horizontal alignment. 6. Establish retaining wall top of wall profile grade. 7. Establish elevation benchmarks for all substructure formwork. 8. Check elevations at top of footing concrete line inside footing formwork immediately prior to concrete placement. 9. Check column location and pier centerline of bearing at top of footing immediately prior to concrete placement.

Page 142: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-18 Bid Documents August 2012

10. Establish location and plumbness of column forms, and monitor column plumbness during concrete placement. 11. Establish pier cap and crossbeam top and bottom elevations and centerline of bearing. 12. Check pier cap and crossbeam top and bottom elevations and centerline of bearing prior to and during concrete placement. 13. Establish grout pad locations and elevations. 14. Establish structure bearing locations and elevations, including locations of anchor bolt assemblies. 15. Establish box girder bottom slab grades and locations. 16. Establish girder and/or web wall profiles and locations. 17. Establish diaphragm locations and centerline of bearing. 18. Establish roadway slab alignment, grades and provide dimensions from top of girder to top of roadway slab. Set elevations for deck paving machine rails. 19. Establish traffic barrier and curb profile. 20. Profile all girders prior to the placement of any deadload or construction live load that may affect the girder's profile.

The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer.

To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with the following primary survey and control information:

1. Descriptions of two primary control points used for the horizontal and vertical control. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. 2. Horizontal coordinates for the centerline of each bridge pier. 3. Computed elevations at top of bridge roadway decks at one-tenth points along centerline of each girder web. All form grades and other working grades shall be calculated by the Contractor.

Page 143: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-19 Bid Documents August 2012

The Contractor shall give the Contracting Agency three weeks notification to allow adequate time to provide the data outlined in Items 2 and 3 above. The Contractor shall ensure a surveying accuracy within the following tolerances:

Vertical Horizontal 1. Stationing on structures ±0.02 feet 2. Alignment on structures ±0.02 feet 3. Superstructure elevations ±0.01 feet variation from plan elevation

4. Substructure ±0.02 feet variation from Plan grades.

The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will not change the requirements for normal checking by the Contractor.

When staking the following items, the Contractor shall perform independent checks from different secondary control to ensure that the points staked for these items are within the specified survey accuracy tolerances:

Piles Shafts Footings Columns

The Contractor shall calculate coordinates for the points associated with piles, shafts, footings and columns. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the survey work. The Contracting Agency will require up to seven calendar days from the date the data is received to issuing approval.

Contract work to be performed using contractor-provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes.

(Special Provision) Supplement

Payment

Payment will be made in accordance with Section 1-04.1 for the following bid item when included in the proposal:

Surveying Lump Sum

Page 144: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-20 Bid Documents August 2012

The lump sum contract price for "Surveying" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the Work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts.

1-05.7 Removal of Defective and Unauthorized Work

(October 1, 2005 APWA GSP)

Supplement this section with the following:

If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary.

If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public.

Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized work.

No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency’s rights provided by this Section.

The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to perform the work as required.

1-05.11 Final Inspection

Delete this section and replace it with the following:

Page 145: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-21 Bid Documents August 2012

1-05.11 Final Inspections and Operational Testing

(October 1, 2005 APWA GSP)

1-05.11(1) Substantial Completion Date

When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor’s request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally.

If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore.

Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work.

The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection.

1-05.11(2) Final Inspection and Physical Completion Date

When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected.

If action to correct the listed deficiencies is not initiated within seven (7) days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7.

The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer’s right hereunder.

Upon correction of all deficiencies, the Engineer will notify the Contractor, in writing, of the date upon which the work was considered physically complete. That date shall constitute the

Page 146: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-22 Bid Documents August 2012

Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled.

1-05.11(3) Operational Testing

It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer.

The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal.

Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s guaranties or warranties furnished under the terms of the contract.

1-05.13 Superintendents, Labor and Equipment of Contractor

(May 25, 2009 APWA GSP)

Revise the seventh paragraph to read:

Whenever the Contracting Agency evaluates the Contractor’s qualifications pursuant to Section 1-02.14, it will take these performance reports into account.

1-05.14 Cooperation with Other Contractors

(Redmond GSP)

This Section is supplemented with the following:

The Contractor shall coordinate the Work with other Contractors and utility companies which may have facilities in the project area. The Contractor shall also coordinate activities with the Contracting Agency. No water mains, individual water services, street or private drives may be closed off without a minimum of forty-eight (48) hours notice to the Engineer, the appropriate utility and the private property owner.

Page 147: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-23 Bid Documents August 2012

Notification shall be written, with a copy delivered to the Engineer, within a minimum of two (2) working days prior to the commencement of Work, and must be in such detail as to give the time of the commencement and completion of Work, names of streets or locations of alleys to be closed, schedule of operations, routes of detours where possible.

Should the property owner or the Engineer have adequate reason, as determined by the Engineer, to avoid access or water service shutoff at the scheduled time, the Contractor shall reschedule the Work to meet the new condition.

It is anticipated that others will perform Work adjacent to or within the limits of this project, which may include but not be limited to:

Century Link

City of Redmond 164th Extension Project

Comcast

Frontier

King County/METRO

Level 3 Communication

Olympic Pipeline

Puget Sound Energy

Seattle Public Utilities

1-05.15 Method of Serving Notices

(March 25, 2009 APWA GSP)

Revise the second paragraph to read:

All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract.

1-05.16 Water and Power

(October 1, 2005 APWA GSP)

Add the following:

The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item.

Page 148: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-24 Bid Documents August 2012

1-05.17 Oral Agreements

(October 1, 2005 AWPA GSP)

Add the following:

No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency.

1-05.18 Daily Construction Report

(Special Provision) New Section

The Contractor and subcontractors shall maintain a Daily Construction Report of the Work. The Diary must be kept and maintained by Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. Provide signed copies of diary sheets for the previous week to Engineer at each Weekly Coordination Meeting.

Every single diary sheet/page must have:

Project name & number;

Consecutive numbering of pages, and

Typed or printed name, signature, and date of the person making the entry.

At a minimum, the diary shall, for each day, have a separate entry detailing each of the following:

1. Day and date.

2. Weather conditions, including changes throughout the day.

3. Complete description of work accomplished during the day, with adequate references to the Plans and Contract Provisions so the reader can easily and accurately identify said work on the Plans. Identify location/description of photographs or videos taken that day.

4. Each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect Contractor, Contracting Agency, or any third party in any manner.

5. List all materials received and stored on- or off-site by Contractor that day for future installation, including the manner of storage and protection of the same.

6. List materials installed that day.

7. List all subcontractors working on-site that day.

8. List the number of Contractor's employees working during each day, by category of employment.

Page 149: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-25 Bid Documents August 2012

9. List Contractor's equipment on the site that day; showing which were in use, and which idle.

10. Notations to explain inspections, testing, stake-out, and all other services furnished by Contracting Agency or other party during the day.

11. Verify the daily (including non-work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces.

12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day.

13. Hours worked.

14. Specific equipment and vehicle hours used, hours standby and hours worked for each employee

It is expressly agreed between Contractor and Contracting Agency that the Daily Diary maintained by Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this Contract. Failure of Contractor to maintain this Diary in the manner described above will constitute a waiver of any such claims or disputes by Contractor.

All costs associated with the Daily Construction Report are considered incidental to and included in the various bid items.

1-06 CONTROL OF MATERIAL

Section 1-06 is supplemented with the following:

Buy America

(August 2, 2010 WSDOT GSP)

The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework.

Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or $2,500.00, whichever is greater.

American-made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States.

If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to

Page 150: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-26 Bid Documents August 2012

the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country.

Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron.

Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore.

The following are considered to be steel manufacturing processes:

1. Production of steel by any of the following processes:

a. Open hearth furnace.

b. Basic oxygen.

c. Electric furnace.

d. Direct reduction.

2. Rolling, heat treating, and any other similar processing.

3. Fabrication of the products.

a. Spinning wire into cable or strand.

b. Corrugating and rolling into culverts.

c. Shop fabrication.

A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF.

1-06.1 Approval of Materials Prior to Use

(Redmond GSP)

Page 151: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-27 Bid Documents August 2012

This Section is supplemented with the following:

General

The Contractor shall assemble and submit, to the Engineer, project data and samples as specified herein. The project data and samples shall be submitted to the Engineer for review and checking to determine conformance with the intent of the Plans and Specifications. The review and checking by the Engineer will be specifically limited to the project data and samples specified in this Section.

Project data and samples shall be approved by the Engineer and Contracting Agency prior to placement of purchase orders for equipment and materials. Equipment and materials which are constructed, installed or incorporated prior to submittal for review and approval by the Engineer, may not be accepted by the Contracting Agency and shall be removed by the Contractor when so ordered by the Engineer.

The review by the Engineer or product data or other submittals is only for conformance with the general design concept of the project and does not extend to consideration of structural integrity, safety, detailed compliance with Contract requirements of any other obligation of the Contractor. Any review action taken is further subject to the requirements of the Plans and Specifications.

The Contractor is responsible for preparation and review of all Shop Drawings confirming and correlating all dimensions; fabricating and construction techniques; coordinating the Work with that of all other trades; and the satisfactory performance of the entire Work in strict accordance with the Contract Documents. The review of project data by the Engineer shall not relieve the Contractor from its obligation fully to perform all Contract requirements, nor shall such review give rise to any right of action or suit in favor of the Contractor or third persons, against the Engineer or the Contracting Agency.

Specific Requirements

All forms, material submittals, and project data shall be submitted electronically to the Engineer in PDF format. Alternate electronic formats may be approved by the Engineer but PDF is the preferred format. The project data shall be submitted utilizing the transmittal forms which will be provided by the Engineer. Required material samples submitted to the Engineer shall include a hardcopy of the approved submittal form. The project data must be submitted in accordance with the instructions on the form or the submittal will be returned without review. The Engineer will, upon completion of the review, return one (1) copy of the transmittal form and the project data and samples to the Contractor. The copy returned to the Contractor will be marked by the Engineer to indicate that the submittal is approved or rejected. If rejected, the Engineer will indicate the specific reason for rejection.

Project data shall be submitted by the Contractor for the following specific items:

* Sieve analysis report for all borrow materials indicating Specification reference, specified gradation, and measured gradation.

* Mix design for Control Density Fill.

Page 152: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-28 Bid Documents August 2012

* Asphalt concrete mix design.

* Liquid asphalts.

* Asphalt concrete aggregate sieve analysis.

* Seeding, Fertilizing, and Mulching Plan.

* Planting Schedule.

* Catalog data and any and all other information and data from the manufacturers of all pipe, fittings, valves, and appurtenances documenting conformance with all appropriate standards and these Specifications.

* Pre-cast concrete 3-sided bridge with footings and wing walls. The design of the culvert shall be approved by a Structural Engineer licensed with the State of Washington and the base installation shall be as per the manufacturer’s recommendations.

* Catalog data and documentation of conformance with Specifications for all painting materials.

* Prevailing wage rate forms.

* Approval of material source.

* Request to sublet (if applicable).

* Copies of all permits.

* Name of construction debris disposal site and copies of site permits.

* Name of asbestos cement disposal site and copies of site permits.

Limitation of Submittals and Reviews

The Contractor shall submit project data and samples for equipment and materials which meet or exceed the requirements of the Specifications. Accordingly it is considered reasonable that the Contractor provide project data and samples which are complete and acceptable, in the judgment of the Engineer, by the second submission of specific project data and samples. The Contracting Agency reserves the right to and will withhold such amount from payments due to the Contractor to cover the cost of review by the Engineer of third and subsequent submissions of specific project data and samples.

The Contractor’s progress schedule per Section 1-08.3 of the Standard Specifications shall include time for the submittal of project data and samples and for the resubmittal of project data and samples rejected by the Engineer.

1-06.1(4) Fabrication Inspection Expense

(June 27, 2011 AWPA GSP)

Delete this section in its entirety.

Page 153: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-29 Bid Documents August 2012

1-06.4 Handling and Storing Materials

(Redmond GSP)

This Section is supplemented with the following:

The Contractor shall not store any materials, equipment, excavated material, or demolition debris within Rights-of-Way and/or easements.

Private properties shall be used by the Contractor only if it makes its own arrangements with the legal owner or owners of each property. Use and restoration of such property shall be in accordance with the stipulations of the agreement between the Contractor and the legal owner or owners of the property. Before using any private property, the Contractor shall file with the Engineer a written permission of the property owner, and upon vacating the premises, the Contractor shall furnish the Engineer with a release from all damages, properly executed by the property owner. The Contractor shall save the Contracting Agency harmless from all suits and actions of every kind and description that might result from use of private property.

Overnight storage of equipment, materials, trailers, and vehicles on or adjacent to streets is prohibited. The Contractor shall locate private property in the vicinity of the project and obtain permission from the property owner to store equipment, materials, trailers, and vehicles. Copies of permission granted by the property owner shall be provided to the Contracting Agency.

No staging areas will be allowed within 300 feet from the ordinary high water mark (shoreline jurisdiction) of the Sammamish River.

The Contractor shall submit a Staging Plan to the Engineer for approval a minimum of 10 working days prior to use. The Staging Plan shall indicate, as a minimum, the following:

1. Secondary containment, if needed

2. Fencing required

3. Grading

4. Parking areas for Contractor's employees and agents

5. Structures

6. Temporary water pollution/erosion control measures

The area to be used shall be staked by the Contractor for approval by the Engineer. The Contractor shall not make use of any staging areas with the Engineer’s approval of the Staging Plan.

Page 154: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-30 Bid Documents August 2012

1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC

1-07.1 Laws to be Observed

(October 1, 2005 APWA GSP)

Supplement this section with the following:

In cases of conflict between different safety regulations, the more stringent regulation shall apply.

The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA).

The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor’s care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor’s care.

The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor’s performance does not, and shall not, be intended to include review and adequacy of the Contractor’s safety measures in, on, or near the project site.

1-07.2 State Taxes

Delete this section, including its sub-sections, in its entirety and replace it with the following:

1-07.2 State Sales Tax

(June 27, 2011 APWA GSP)

The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability.

The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception.

Page 155: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-31 Bid Documents August 2012

The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund.

1-07.2(1) State Sales Tax — Rule 171

WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work.

1-07.2(2) State Sales Tax — Rule 170

WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation.

For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception.

Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount.

Page 156: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-32 Bid Documents August 2012

1-07.2(3) Services

The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244).

1-07.5 Environmental Regulations

Section 1-07.5 is supplemented with the following:

(September 20, 2010 WSDOT GSP)

Environmental Commitments

The following Provisions summarize the requirements, in addition to those required elsewhere in the Contract, imposed upon the Contracting Agency by the various documents referenced in the Special Provision PERMITS AND LICENSES. Throughout the work, the Contractor shall comply with the following requirements:

(August 3, 2009 WSDOT GSP)

The intentional bypass of stormwater from all or any portion of a stormwater treatment system is prohibited without the approval of the Engineer.

(August 3, 2009 WSDOT GSP)

No Contractor staging areas will be allowed within *** 300 *** feet of any waters of the State including wetlands.

(August 3, 2009 WSDOT GSP)

Payment

All costs to comply with this special provision for the environmental commitments and requirements are incidental to the contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the associated bid prices of the contract.

1-07.6 Permits and Licenses

(Redmond GSP)

This Section is supplemented with the following:

The Contractor shall assure that all necessary permits are obtained and is responsible for reviewing all permits to become familiar with the requirements. All specific permits, licenses, inspections, etc., which may be required, shall be obtained and paid for by the Contractor, including but not limited to a City of Redmond business license.

Page 157: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-33 Bid Documents August 2012

Permits and licenses required include, but are not limited to, the following:

* Disposal or Recycling Site Permit

* City of Redmond Business License (Contractor and Subcontractors)

* Puget Sound Clean Air Agency (PSCAA) Permit

* King County Metro Sewer Discharge Permit

* Building Permits

* Certificate of Occupancy

1-07.7 Load Limits

(Redmond GSP)

This Section is supplemented with the following:

Hauling routes shall be approved in advance by the Engineer.

1-07.9 Wages

1-07.9(1) General

(January 10, 2012 WSDOT GSP)

Section 1-07.9(1) is supplemented with the following:

The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA120001.

The State rates incorporated in this contract are applicable to all construction activities associated with this contract.

1-07.9(1) General

(April 2, 2007 WSDSOT GSP)

Section 1-07.9(1) is supplemented with the following:

Application of Wage Rates For The Occupation Of Landscape Construction

State prevailing wage rates for public works contracts are included in this contract and show a separate listing for the occupation:

Landscape Construction, which includes several different occupation descriptions such as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power Equipment Operators, and Landscaping or Planting Laborers.

Page 158: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-34 Bid Documents August 2012

In addition, federal wage rates that are included in this contract may also include occupation descriptions in Federal Occupational groups for work also specifically identified with landscaping such as:

Laborers with the occupation description, Landscaping or Planting, or

Power Equipment Operators with the occupation description, Mulch Seeding Operator.

If Federal wage rates include one or more rates specified as applicable to landscaping work, then Federal wage rates for all occupation descriptions, specific or general, must be considered and compared with corresponding State wage rates. The higher wage rate, either State or Federal, becomes the minimum wage rate for the work performed in that occupation.

Contractors are responsible for determining the appropriate crafts necessary to perform the contract work. If a classification considered necessary for performance of the work is missing from the Federal Wage Determination applicable to the contract, the Contractor shall initiate a request for approval of a proposed wage and benefit rate. The Contractor shall prepare and submit Standard Form 1444, Request for Authorization of Additional Classification and Wage Rate available at http://www.wdol.gov/docs/sf1444.pdf, and submit the completed form to the Project Engineer’s office. The presence of a classification wage on the Washington State Prevailing Wage Rates For Public Works Contracts does not exempt the use of form 1444 for the purpose of determining a federal classification wage rate.

1-07.11 Requirements for Nondiscrimination

(January 3, 2011 WSDOT GSP)

Section 1-07.11 is supplemented with the following:

Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246)

1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein.

2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows:

Women - Statewide

Timetable Goal

Until further notice 6.9%

Minorities - by Standard Metropolitan Statistical Area (SMSA)

Spokane, WA:

SMSA Counties:

Page 159: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-35 Bid Documents August 2012

Spokane, WA 2.8

WA Spokane.

Non-SMSA Counties 3.0

WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA

Lincoln, WA Pend Oreille; WA Stevens; WA Whitman.

Richland, WA

SMSA Counties:

Richland Kennewick, WA 5.4

WA Benton; WA Franklin.

Non-SMSA Counties 3.6

WA Walla Walla.

Yakima, WA:

SMSA Counties:

Yakima, WA 9.7

WA Yakima.

Non-SMSA Counties 7.2

WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan.

Seattle, WA:

SMSA Counties:

Seattle Everett, WA 7.2

WA King; WA Snohomish.

Tacoma, WA 6.2

WA Pierce.

Non-SMSA Counties 6.1

WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA

Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston;

WA Whatcom.

Portland, OR:

SMSA Counties:

Portland, OR-WA 4.5

WA Clark.

Non-SMSA Counties 3.8

WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum.

These goals are applicable to each nonexempt Contractor’s total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs.

Page 160: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-36 Bid Documents August 2012

The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed.

3. The Contractor shall provide written notification to the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the Subcontractor; employer identification number of the Subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. The notification shall be sent to:

District Director

U.S. Department of Labor

Office of Federal Contract Compliance Programs

Seattle District Office

1111 Third Avenue, Suite 745

Seattle, WA 98101-3212

Additional information may be found at the U.S. Department of Labor website: http://www.dol.gov/ofccp/TAguides/ctaguide.htm

4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein.

Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246)

1. As used in these specifications:

a. Covered Area means the geographical area described in the solicitation from which this contract resulted;

b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority;

c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941;

d. Minority includes:

(1) Black, a person having origins in any of the Black Racial Groups of Africa.

Page 161: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-37 Bid Documents August 2012

(2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin.

(3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa.

(4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition.

2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted.

3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables.

4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified.

5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto.

6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability

Page 162: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-38 Bid Documents August 2012

of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor.

7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following:

a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities.

b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses.

c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken.

d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations.

e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above.

f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed.

Page 163: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-39 Bid Documents August 2012

g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter.

h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business.

i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process.

j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force.

k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3.

l. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities.

m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out.

n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes.

o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations.

p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations.

8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or

Page 164: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-40 Bid Documents August 2012

more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work-force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance.

9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized).

10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin.

11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246.

12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended.

13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8.

14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records.

Page 165: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-41 Bid Documents August 2012

15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program).

16. Additional assistance for Federal Construction Contractors on contracts administered by Washington State Department of Transportation or by Local Agencies may be found at:

Washington State Dept. of Transportation

Office of Equal Opportunity

PO Box 47314

310 Maple Park Ave. SE

Olympia WA

98504-7314

Ph: 360-705-7090

Fax: 360-705-6801

http://www.wsdot.wa.gov/equalopportunity/default.htm

1-07.11 Requirements for Nondiscrimination

(WSDOT GSP May 7, 2012)

Disadvantaged Business Enterprise Condition of Award Participation

The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 apply to this Contract. Demonstrating compliance with these specifications is a Condition of Award (COA) of this Contract. Failure to comply with the requirements of this specification may result in your bid being found to be nonresponsive and may be rejected.

DBE COA Goal

The Contracting Agency has established a COA Contract goal in the amount of: *** 21% ***.

DBE Eligibility/Selection of DBEs

A Directory of Certified DBE Firms denoting the Description of Work the DBE Contractors are certified to perform is available at:

www.omwbe.wa.gov/certification/index.shtml.

The directory provides plain language on the Description of Work that the listed DBE’s have been certified by the Office of Minority and Women’s Business Enterprises (OMWBE) to perform. The Bidder shall use the Directory of Certified DBE Firms to confirm if a DBE is certified for the “Description of Work” the Bidder lists on the DBE Utilization Certification

Page 166: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-42 Bid Documents August 2012

form # 272-056 EF (see form instructions) and therefore qualifies for credit towards the COA goal.

Crediting DBE Participation

Joint Venture When a DBE performs as a participant in a joint venture, only that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces shall be credited. DBE Prime Contractor A DBE Prime Contractor may only take credit for that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE Prime performs with its own forces. DBE Subcontractor When a DBE firm participates as a Subcontractor only that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces shall be credited.

• Include the cost of supplies and materials obtained by the DBE for the Work in the Contract including supplies purchased or equipment leased by the DBE.

o However, you may not take credit for supplies, materials, and equipment

the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliate. In addition, Work performed by a DBE, utilizing resources of the Prime Contractor or its affiliates shall not be credited.

• In very rare situations, a DBE firm may utilize equipment and/or personnel from a non-DBE firm other than the Prime Contractor or its affiliates. Should this situation arise the arrangement must be short-term and have prior written approval from the Office of Equal Opportunity (OEO).

• Count the entire value of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, managerial services, or for providing bonds or insurance.

• When a DBE subcontracts to another firm, the value of the subcontracted Work may be counted as participation only if the DBE's lower tier Subcontractor is also a DBE. Work that a DBE subcontracts to a non-DBE firm shall not be credited.

• When non-DBE Subcontractor further subcontracts to a lower-tier Subcontractor or supplier who is a certified DBE, then that portion of the Work further subcontracted may be credited as DBE participation, provided it is a distinct clearly defined portion of the Work that the DBE is certified to perform and the DBE Subcontractor performs the Work with its own forces.

Page 167: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-43 Bid Documents August 2012

• If a firm is not certified as a DBE at the time of the execution of the contract, their participation cannot be counted toward any DBE goals.

Trucking

Use the following factors in determining DBE credit and whether a DBE trucking company is performing a commercially useful function:

1. The DBE must be responsible for the management and supervision of the entire trucking operation for which credit is being claimed.

2. The DBE must itself own and, with its own workforce, operate at least one fully licensed, insured, and operational truck used on the Contract.

3. The DBE receives credit only for the value of the transportation services it provides on the Contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. For purposes of this requirement a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others provided it is with the consent of the DBE and the lease provides the DBE first priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE.

4. The DBE may lease trucks from another DBE firm including an owner-operator provided they are certified as a DBE for trucking. The DBE who leases trucks from another DBE may claim participation for the total value of the transportation services the lessee DBE provides on the Contract.

5. The DBE may also lease trucks from a non-DBE firm and may enter into an agreement with an owner-operator who is a non-DBE. The DBE shall only receive credit for the number of additional non-DBE trucks equal or less than the number of DBE trucks the firms owns or has leased/subcontracted through another DBE trucking company. The DBE must control the work of the non-DBE trucks. If the non-DBE is performing the work without supervision of that work by the DBE, the DBE is not performing a Commercially Useful Function (CUF).

6. In any lease or owner-operator situation, as described in requirement #4 and #5 above, the following rules shall apply:

a. A written lease/rental agreement is required for all trucks leased or rented; documenting the ownership and the terms of the agreement. The agreements must be submitted and approved by the Contracting Agency prior to the beginning of the Work. The agreement must show the leaser’s name, truck description and agreed upon amount and method of payment (hour, ton, or per

Page 168: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-44 Bid Documents August 2012

load). All lease agreements shall be for a long-term relationship, rather than for the individual project. (This requirement does not apply to owner-operator arrangements.)

b. Only the vehicle, (not the operator) may be leased or rented. (This requirement does not apply to owner-operator arrangements).

7. Credit may only be claimed for DBE trucking firms operating under a subcontract or a written agreement approved by the Contracting Agency prior to performing Work.

Expenditures paid to other DBEs

Expenditures paid to other DBEs for materials or supplies may be counted toward DBE goals as provided in the following:

Manufacturer

You may claim DBE credit for 100 percent of value of the materials or supplies obtained from a DBE manufacturer.

A manufacturer is a firm that operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract. A manufacturer shall include firms that produce finished goods or products from raw or unfinished material or that purchases and substantially alters goods and materials to make them suitable for construction use before reselling them.

In order to receive credit as a DBE Manufacturer, the firm must be certified by OMWBE as a manufacturer in a NAICS code that falls within the 31XXXX to 33XXXX classification.

Regular Dealer

You may claim credit for 60 percent of the value of the materials or supplies purchased from a DBE regular dealer. Rules applicable to regular dealer status are contained in 49 CFR Part 26.55.e.2.

To be considered a regular dealer you must meet the following criteria:

• WSDOT considers and recognizes a regular dealer, as a firm that owns,

operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of the Contract and described by the specifications of the Contract are bought, kept in stock and regularly sold or leased to the public in the usual course of business.

• Sixty percent (60%) of the cost of materials or supplies purchased from an

approved regular dealer may be credited as DBE participation.

Regular dealer status is granted on a contract-by-contract basis. A firm wishing to be approved as a regular dealer for WSDOT contracted projects or Highways & Local Program

Page 169: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-45 Bid Documents August 2012

administered projects must submit a request in writing to OEO for approval, no later than seven days prior to bid opening.

Once the OEO has received the request, an onsite review will be set up with the firm and a review conducted to determine the firm’s qualifications. If it is determined that the firm qualifies as a regular dealer the OEO will list the firm on an Approved Regular Dealers List. The list may be accessed through the OEO Home website is at:

www.wsdot.wa.gov/equalopportunity.

Note: Requests to be listed as a regular dealer will only be processed if the requesting firm is certified by the Office of Minority and Women’s Business Enterprises in a NAICS code that fall within the 42XXXX NAICS Wholesale code section.

Materials or Supplies Purchased from a DBE

With regard to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer you may claim credit for the following:

1. Fees or commissions charged for assistance in the procurement of the materials

and supplies. 2. Fees or transportation charges for the delivery of materials or supplies.

In either case you may not take credit for any part of the cost of the materials and supplies.

Commercially Useful Function (CUF)

The Prime Contractor has a responsibility and must treat the working relationship with the DBE such that the DBE is performing a commercially useful function. The Prime Contractor may only take credit for Work performed by a DBE that is determined to be performing a commercially useful function.

• A DBE performs a commercially useful function when it is responsible for

execution of a distinct element of Work and is carrying out its responsibilities by performing, managing and supervising the Work involved. The DBE must also be responsible with respect to materials and supplies used on the Contract. For example; negotiating price, determining quality, determining quantities, ordering, installing (if applicable) and paying for the material itself.

• A DBE does not perform a commercially useful function if its role is limited to that

of an extra participant in a transaction, Contract, or project through which funds are passed.

Page 170: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-46 Bid Documents August 2012

Joint Checking Allowance

Prime Contractors and DBEs must receive pre-approval by the OEO before using a joint check. Joint check requests shall be submitted by the Prime Contractor to the Contracting Agency for approval.

When requesting approval for use of a joint checking allowance, the Contractor must distribute a written joint check agreement among the parties (including the suppliers involved) providing full and prompt disclosure of the expected use of the joint checks. The agreement shall contain all the information concerning the parties’ obligations and consequences or remedies if the agreement is not fulfilled or a breach occurs. The joint check request shall be submitted to the Contracting Agency for approval prior to signing the contract agreement.

The following are some general conditions that must be met by all parties regarding joint check use:

a. It is understood that the Prime Contractor acts solely as the guarantor of a joint check.

b. The DBE’s own funds are used to pay supplier of materials. The Prime

Contractor does not make direct payment to supplier. In order to be performing a Commercially Useful Function (CUF), the DBE must release the check to the supplier (paying for the materials it-self and not be an extra participant in a transaction).

c. If the Prime Contractor makes joint checks available to one DBE Subcontractor,

the service must be made available to all Subcontractors (DBE and non-DBE). d. The relationship between the DBE and its suppliers should be established

independently of and without interference by the Prime Contractor. The DBE has final decision-making responsibility concerning the procurement of materials and supplies, including which supplier to use.

e. The Prime Contractor and DBE shall be able to provide receipts, invoices,

cancelled checks and/or certification statements of payment if requested by the Contracting Agency.

f. The DBE remains responsible for all other elements of 49 CFR 26.55(c)(1).

Failure by the Prime Contractor to request and receive prior approval of a joint check arrangement will result in the joint check amount not counting towards the Prime Contractor’s DBE goal.

Disadvantaged Business Enterprise Utilization Certification FORM # 272-056 EF

Page 171: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-47 Bid Documents August 2012

To be eligible for award of the Contract, the Bidder shall properly complete and submit a Disadvantaged Business Enterprise Utilization Certification with the Bidder’s sealed Bid Proposal, as specified Section 1-02.9 Delivery of Proposal. The Bidder’s Disadvantaged Business Enterprise Utilization Certification must clearly demonstrate how the Bidder intends to meet the DBE COA goal. A Disadvantaged Business Enterprise Utilization Certification (form # 272-056 EF) is included in your Proposal package for this purpose as well as instructions on how to properly fill out the form.

In the event of arithmetic errors in completing the Disadvantaged Business Enterprise Utilization Certification the amount listed to be applied towards the goal for each DBE shall govern and the DBE total amount shall be adjusted accordingly.

Note: The Contracting Agency shall consider as non-responsive and shall reject any Bid Proposal submitted that does not contain a Disadvantaged Business Enterprise Utilization Certification that accurately demonstrates how the Bidder intends to meet the COA goal.

Disadvantaged Business Enterprise (DBE) Written Confirmation Document(s) FORM # 422-031 EF

The Bidder shall submit a complete and accurate Disadvantaged Business Enterprise (DBE) Written Confirmation Document for each DBE firm listed in the Bidder’s completed Disadvantaged Business Enterprise Utilization Certification as submitted with the bid. Failure to do so will result in the associated participation being disallowed, which may result in bid rejection.

A Disadvantaged Business Enterprise (DBE) Written Confirmation Document (form No. 422-031 EF) is included in your Proposal package for this purpose.

The form(s) shall be received as specified in the special provisions for Section 1-02.9 Delivery of Proposal.

It is prohibited for the Bidder to require a DBE to submit a Written Confirmation Document with any part of the form left blank. Should the Contracting Agency determine that a Written Confirmation Document was signed by a DBE that was not complete; the validity of the document comes into question and the associated DBE Participation may not receive credit.

Selection of Successful Bidder/Good Faith Efforts (GFE)

The successful Bidder shall be selected on the basis of having submitted the lowest responsive Bid, which demonstrates a good faith effort to achieve the DBE COA goal. Achieving the goal may be accomplished in one of two ways, as follows:

1. By meeting the goal The best indication of good faith efforts is to document, through submission of the Disadvantaged Business Enterprise Utilization Certification and supporting Disadvantaged Business Enterprise (DBE) Written Confirmation Document(s)

Page 172: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-48 Bid Documents August 2012

that the Bidder has obtained enough DBE participation to meet or exceed the assigned DBE COA contract goal. That being the case no additional GFE documentation is required. Or;

2. By documentation that it made adequate GFE to meet the goal

The Bidder may demonstrate a GFE in whole or part through GFE documentation ONLY IN THE EVENT a Bidder’s efforts to solicit sufficient DBE participation have been unsuccessful. In this case, the Bidder must supply GFE documentation in addition to the Disadvantaged Business Enterprise Utilization Certification, and supporting Disadvantaged Business Enterprise (DBE) Written Confirmation document(s).

Note: In the case where the Bidder was awarded the contract based on

demonstrating adequate GFE the advertised DBE goal will not be reduced to the Bidder’s partial commitment. The Bidder shall demonstrate a GFE during the life of the Contract to attain the DBE Condition of Award (COA) Goal as assigned to the project.

Good Faith Efforts (GFE) Documentation

GFE documentation shall be received, as specified in the special provisions for Section 1-02.9 Delivery of Proposal.

Based upon all the relevant documentation submitted in Bid or as supplement to Bid, the Contracting Agency shall determine whether the Bidder has demonstrated a sufficient GFE to achieve DBE participation. The Contracting Agency will make a fair and reasonable judgment of whether a Bidder that did not meet the goal through participation, made adequate good faith efforts as demonstrated by the GFE documentation.

The following is a list of types of actions, which would be considered as part of the Bidder’s GFE to achieve DBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases:

1. Attendance by the Bidder at any pre-solicitation or pre-Bid meetings that were

scheduled by the Contracting Agency to inform DBEs of contracting and subcontracting or material supply opportunities available on the project;

2. Contacting local Tribes, Tribal Employment Rights Offices (TERO) concerning the subcontracting or supply opportunities in sufficient time to allow the enterprises to participate effectively;

3. Selection by the Bidder of specific economically feasible units of the project to be performed by DBEs in order to increase the likelihood of participation by DBEs even if the Bidder preferred to perform these Work items as the Prime Contractor;

4. Advertising by the Bidder in general circulation, trade association minority and

trade oriented, women focus publications, concerning the subcontracting or supply opportunities;

Page 173: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-49 Bid Documents August 2012

5. Providing written notice from the Bidder to a reasonable number of specific DBEs, identified from the OMWBE Directory of Certified DBE Firms for the selected subcontracting or material supply Work, in sufficient time to allow the enterprises to participate effectively;

6. Follow-up by the Bidder of initial solicitations of interest by contacting the DBEs

to determine with certainty whether they were interested. Documentation of this kind of action shall include the information outlined below:

a. The names, addresses, telephone numbers of DBEs who were contacted, the dates of initial contact, and whether initial solicitations of interest were followed-up by contacting the DBEs to determine with certainty whether the DBEs were interested; b. A description of the information provided to the DBEs regarding the plans, specifications, and estimated quantities for portions of the Work to be performed; c. Documentation of each DBE contacted but rejected and the reason(s) for that rejection;

7. Providing, to interested DBEs, adequate information about the plans,

specifications, and requirements for the selected subcontracting or material supply Work;

8. Negotiating in good faith with the DBE firms, and not, without justifiable reason,

rejecting as unsatisfactory, Bids that are prepared by any DBE. The DBE's standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations - union vs. non-union employee status - are not legitimate causes for the rejection or non-solicitation of bids in the Prime Contractor's efforts to meet the project goal;

9. Advertising and making efforts to obtain DBE participation that were reasonably

expected to produce a level of participation sufficient to meet the goal or requirements of the Contracting Agency;

10. Making any other efforts to obtain DBE participation that were reasonably

expected to produce a level of participation sufficient to meet the goal or requirements of the Contracting Agency;

11. Using the services of minority community organizations, minority contractor

groups, local, State, and federal minority business assistance offices and other organizations identified by WSDOT and advocates for disadvantaged, minority, and women businesses that provide assistance in the recruitment and placement of disadvantaged, minority, and women business enterprises; and

12. Using the WSDOT OEO DBE Supportive Services to assist you. For more

information please contact the OEO by calling toll free at (888) 259-9143 or emailing [email protected].

Page 174: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-50 Bid Documents August 2012

Administrative Reconsideration of GFE Documentation

Any Bidder has the right to reconsideration but only for the purpose of reassessing their GFE documentation that was determined to be inadequate.

• The Bidder must request and schedule a reconsideration hearing within seven calendar days of notification of being nonresponsive or forfeit the right to reconsideration.

• The reconsideration decision on the adequacy of the Bidder’s GFE

documentation shall be made by an official who did not take part in the original determination.

• The Bidder shall have the opportunity to meet in person with the official for the

purpose of setting forth the Bidder’s position as to why the GFE documentation demonstrates a sufficient effort.

• The reconsideration official shall provide the Bidder with a written decision on

reconsideration within five business days of the hearing explaining the basis for their finding.

Procedures between Award and Execution

After Award and prior to Execution the Bidder shall provide the additional information described below. Failure to comply shall result in the forfeiture of the Bidder’s Proposal bond or deposit.

1. Additional information for all successful DBE’s as shown on the Disadvantaged

Business Enterprise Utilization Certification:

a. Correct business name, federal employee identification number (if available), and mailing address.

b. List of all Bid items assigned to each successful DBE firm, including unit

prices and extensions. c. Description of partial items (if any) to be sublet to each successful DBE

firm specifying the distinct elements of Work under each item to be performed by the DBE and including the dollar value of the DBE portion.

Total amounts shown for each DBE shall not be less than the amount shown on the Disadvantaged Business Enterprise Utilization Certification. A breakdown that does not conform to the Disadvantaged Business Enterprise Utilization Certification or that demonstrates a lesser amount of DBE participation than that included in the Disadvantaged Business Enterprise Utilization Certification will be returned for correction.

2. A list of all firms who submitted a Bid or quote in an attempt to participate in this project whether they were successful or not. Include the business name and a mailing address.

Page 175: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-51 Bid Documents August 2012

Note: The firms identified by the Prime Contractor may be contacted by the

Contracting Agency to solicit general information as follows: age of the firm and average of its gross annual receipts over the past three-years.

Procedures after Execution Crediting DBE Participation toward Meeting the Goal Reporting All DBE work whether COA or race neutral participation is reported. The Prime Contractor shall submit a Quarterly Report of Amounts Credited as DBE Participation form (422-102 EF) on a quarterly basis for any calendar quarter in which DBE has accomplished Work or upon completion of the project, as appropriate. The dollars are to be reported as specified herein. In the event that the payments to a DBE have been made by an entity other than the Prime Contractor, as in the case of a lower-tier Subcontractor or supplier, then the Prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity and submit the report to the Contracting Agency.

Changes in DBE COA participation

Owner initiated Change Orders

The Prime Contractor shall demonstrate a GFE to substitute COA DBE participation when the Contracting Agency deletes Work items by change order that impact a COA DBE’s Work.

When the Contract allows alternate Work methods which serve to delete or create under-runs in COA DBE Work then the Prime Contractor must provide documentation of negotiating the change with the DBE that was to perform the reduced Work and demonstrate a GFE to substitute other DBE COA participation.

Original Quantity Under runs In the event that Work committed to a DBE firm as part of the COA under runs the original planned quantities the Prime Contractor shall demonstrate a GFE to substitute other DBE COA participation. Contractor-Initiated Proposals—General The Contractor cannot reduce the amount of work committed to a DBE firm at contract award without good cause and only with written concurrence from the OEO. Reducing a COA DBE’s Work is viewed as a partial DBE termination, subject to the procedures below. DBE Termination A COA DBE Subcontractor may only be terminated in whole or part with the approval of the Contracting Agency (in coordination with OEO). Approval will be granted provided the Prime Contractor demonstrates that the termination is based on good cause. Good cause typically includes situations where the DBE Subcontractor is unable or has failed to perform the work of its subcontract in accordance with normal industry standards. While not all inclusive, some examples of good cause include the following circumstances:

Page 176: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-52 Bid Documents August 2012

Good cause may exist if:

• The listed DBE Subcontractor fails or refuses to execute a written contract.

• The listed DBE Subcontractor fails or refuses to perform the work of its subcontract

in a way consistent with normal industry standards.

• The listed DBE Subcontractor fails or refuses to meet the Prime Contractor’s reasonable, nondiscriminatory bond requirements.

• The listed DBE Subcontractor becomes bankrupt, insolvent, or exhibits credit unworthiness.

• The listed DBE Subcontractor is ineligible to work on public works projects because of suspension and debarment proceedings pursuant 2 CFR Parts 180, 215 and 1,200 or applicable state law.

• The listed DBE Subcontractor voluntarily withdraws from the project and provides to you written notice of its withdrawal.

• The listed DBE is ineligible to receive DBE credit for the type of work required.

• A DBE owner dies or becomes disabled with the result that the listed DBE is unable to complete its work on the contract.

• Good cause does not exist if:

• The Prime Contractor seeks to terminate a COA DBE so that the Prime can self-

perform the Work.

• The Prime Contractor seeks to terminate a COA DBE so the Prime Contractor can substitute another DBE or non-DBE after contract award.

• The failure or refusal of the DBE Subcontractor to perform its work on the subcontract results from the bad faith or discriminatory action of the Prime Contractor (e.g., the failure of the Prime Contractor to make timely payments or the unnecessary placing of obstacles in the path of the DBE’s Work).

Prior to requesting termination, the Prime Contractor must give notice in writing to the DBE Subcontractor with a copy to the Contracting Agency of its intent to request to terminate DBE work and the reasons for doing so. The DBE Subcontractor shall have five (5) days to respond to the prime Contractor’s notice. The DBE’s response shall either support the termination or advise the Contracting Agency and the Prime Contractor of the reasons it objects to the termination of its subcontract.

Decertification

Page 177: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-53 Bid Documents August 2012

When a DBE is performing as a COA in any capacity and the DBE becomes decertified during the course of the Work for reasons other than graduation, the portion of the Work performed after the decertification shall not be credited and the Contractor is obligated to make a good faith effort to substitute other DBE participation to meet the goal. Counting payments Payments to a DBE firm will count toward DBE goals only if the participation is in accordance with these specifications. Prompt Payment Prompt payment to all Subcontractors shall be in accordance with Section 1-08.1(1) of these Contract special provisions. Payment Compensation for all costs involved with complying with the conditions of this specification and any other associated DBE requirements is included in payment for the associated Contract items of Work. Damages for Noncompliance The Prime Contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. The Prime Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of Contracts, which contain funding assistance from the United States Department of Transportation. Failure by the Prime Contractor to carry out these requirements is a material breach of this Contract, which may result in the Termination of this Contract or such other remedy as the Contracting Agency deems appropriate. If the Prime Contractor does not comply with any part of its Contract as required under 49 CFR part 26, and/or any other applicable law or regulation regarding DBE, the Contracting Agency may withhold payment, suspend the ability of the Prime Contractor to participate in future Contracting Agency contracts, impose sanctions or Terminate the Contract, and subject the Prime Contractor to civil penalties of up to ten percent of the amount of the Contract for each violation. In the case of WSDOT Contracts, prequalification may be suspended pursuant to WAC 468-16-180, and continuous violations (exceeding a single violation) may also disqualify the Prime Contractor from further participation in WSDOT Contracts for a period of up to three years. An apparent low Bidder must be in compliance with these Contract Provisions as a condition precedent to the granting of a notice of award by the Contracting Agency. The Prime Contractor is entitled to request an adjudicative proceeding with respect to the Contracting Agency’s determination of Contract violation and assessed penalties by filing a written application within thirty days of receipt of notification. The adjudicative proceeding, if requested, will be conducted by an administrative law judge pursuant to the procedures set forth in RCW 34.05 and Chapter 10.08 of the Washington Administrative Code.

Page 178: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-54 Bid Documents August 2012

1-07.12 Federal Agency Inspection

(March 13, 1995 WSDOT GSP)

Section 1-07.12 is supplemented with the following:

Required Federal Aid Provisions

The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail.

The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision.

1-07.13 Contractor’s Responsibility for Work

1-07.13(4) Repair of Damage

(August 6, 2001 WSDOT GSP)

Section 1-07.13(4) is revised to read:

The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work.

1-07.14 Responsibility for Damage

(Redmond GSP)

This Section is supplemented with the following:

The Contractor’s obligation to indemnify, defend, and save the City of Redmond harmless under Section 1-07.14 of the Standard Specifications applies to the willful misconduct of the Contractor, its agents and employees, to the same extent as such obligation applies to the negligence of the Contractor, its agents and employees.

With respect to the performance of this Contract and as to claims against the City of Redmond, its officers, agents and employees only, the Contractor expressly waives its immunity as

Page 179: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-55 Bid Documents August 2012

provided under the Industrial Insurance Act, Title 51 of the Revised Code of Washington, for injuries, death or sickness to its employees and agrees that the obligation to indemnify, defend and hold harmless, as provided for under Section 1-07.14 of the Standard Specifications extends to any claim brought by or on behalf of any employee of the Contractor. By entering into this agreement the Contractor agrees that this waiver has been mutually negotiated by the parties.

1-07.15(1) Spill Prevention, Control and Countermeasures Plan

(Redmond GSP)

This section is supplemented with the following:

Payment will be made for the following bid items:

SPCC Plan Lump Sum

The lump sum price for “Spill Prevention, Control and Countermeasures (SPCC) Plan” will be full pay for all labor, material, equipment, and other incidental costs required to prepare and implement the Spill Prevention, Control and Countermeasures Plan described in Section 1-07.15(1).

1-07.16 Protection and Restoration of Property

(Redmond GSP)

This section is supplemented with the following:

Survey Monuments:

The Contractor shall protect all existing survey monuments including the City benchmark system and property corner markers from movement. All existing markers and/or monuments that must be removed for construction purposes are to be referenced by survey ties and then replaced by a professional land surveyor registered in the State of Washington. All existing property corner markers disturbed or removed by the Contractor's operations which, in the opinion of the Engineer, were not required to be removed for construction purposes shall be replaced at the Contractor's own expense by a Professional Land Surveyor registered in the State of Washington. The City benchmark system monuments that are disturbed must be reset to second order, first class specifications.

1-07.17 Utilities and Similar Facilities

(Redmond GSP)

This section is supplemented with the following:

Underground utilities shown on the construction plans are of record. Locations and dimensions shown in the plans for existing buried facilities are in accordance with available

Page 180: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-56 Bid Documents August 2012

information obtained without uncovering. The actual locations may not correspond to the drawings. Therefore, the City cannot assume responsibility for improperly designated locations or failure to show all utilities. The Contractor shall be responsible for determining their exact location. The Contractor shall check with the utility concerning any possible conflict prior to commencing excavation in any area. As noted herein, all utilities may not be shown on the plans. The Contractor shall not be relieved of the obligation to verify locations.

The Contractor shall call the Utility Location Request Center (One Call Center) for field location, not less than two or more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday or a legal local, State, or Federal holiday. The telephone number for the One Call Center for this project is 1-800-424-5555.

The Contractor is also warned that there may be utilities on the project that are not part of the One-Call System. If One-Call is not obtainable notice shall be provided to the individual owners of the Contractors intent to excavate.

The Contractor is alerted to the existence of RCW 19 Business Regulations – Miscellaneous, Chapter 19.122 Underground Utilities, (WWW. http://slc.leg.wa.gov/). Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense.

The Contractor shall be responsible for any breakage of utilities or services resulting from his operations, and shall hold the City and its consultants and agencies harmless from any claims resulting from disruption of or damages to same.

The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits.

No additional compensation will be made to the Contractor for reason of delay or increased cost caused by the actions of any utility company and the Contractor shall consider such costs to be incidental to the other items of the contract.

The appropriate utility company will adjust, relocate or replace existing facilities for telephone, power, natural gas, and television cable facilities unless otherwise noted in these plans, except that the Contractor shall adjust all surface features (e.g. lids and covers) as necessary, to finished grades.

Private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace or construct their facilities unless otherwise provided for in the plans.

Relocation and Replacement of public utilities (e.g. water and sewer services) where required to construct the work shall be done by the Contractor and shall consider such costs to be incidental to the other items of the Contract, unless a specific bid item for the work is provided.

The following telephone numbers are for the Contractor’s convenience and are not to be construed to be a complete listing.

Utilities:

Frontier, (425) 263-4038

Puget Sound Energy, 1-800-CALL PSE

Page 181: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-57 Bid Documents August 2012

Comcast Cable, (425) 263-5346

City of Redmond:

Water – Nelson Monroe, (425) 556-2819

Wastewater – Bert Guenther, (425) 556-2828

Storm Drain – Dan Elek, (425) 556-2880

Traffic Signals and Street Lights – Paul Cho, (425) 556-2751

All existing utilities shall be maintained in continuous service during the Contractor’s operations, unless the Contractor receives written approval from the utility owner for interruption of service.

All work by the Contractor adjacent to or in the vicinity of existing utilities shall be performed in accordance with the requirements of the utility owners. The Contractor shall pay all permit, inspection, and other fees levied by the utility owners.

The Contractor shall anticipate that the requirements of the owners of existing utility systems may hinder, delay, and complicate execution of the work. The Contractor shall not be entitled to any claim for damages because of hindrances, delays, and complications caused by or resulting from requirements imposed by the owners of the utility systems.

Potholing for utilities identified in the plans or by field locate shall be the Contractor’s responsibility and will be included as a bid item.

1-07.17(3) Utility Potholing and Resolution of Utility Conflicts

(Special Provision) New

Section 1-07.17(3) is a new section:

In no way shall the work described under Utility Potholing relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents.

If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible.

Utility Potholing

Potholing is included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at Engineer's request.

Payment

Payment will be made for the following bid items:

Page 182: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-58 Bid Documents August 2012

Utility Potholing Force Account

1-07.18 Public Liability and Property Damage Insurance

Delete this section in its entirety, and replace it with the following:

1-07.18 Insurance

(January 24, 2011 APWA GSP)

1-07.18(1) General Requirements

A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best’s Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements.

B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below).

C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed.

D. The insurance policies shall contain a “cross liability” provision.

E. The Contractor’s and all subcontractors’ insurance coverage shall be primary and non-contributory insurance as respects the Contracting Agency’s insurance, self-insurance, or insurance pool coverage.

F. The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice.

Page 183: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-59 Bid Documents August 2012

G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s).

H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency.

I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency.

J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made.

1-07.18(2) Additional Insured

All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s):

• the Contracting Agency and its officers, elected officials, employees, agents, and volunteers

• Consultants hired by the Contracting Agency to administer the Construction and provide Construction Engineering support

The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor.

1-07.18(3) Subcontractors

Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance.

1-07.18(4) Evidence of Insurance

The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements:

1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent.

Page 184: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-60 Bid Documents August 2012

2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement.

3. Any other amendatory endorsements to show the coverage required herein.

1-07.18(5) Coverages and Limits

The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor.

1-07.18(5)A Commercial General Liability

A policy of Commercial General Liability Insurance, including:

Per project aggregate

Premises/Operations Liability

Products/Completed Operations – for a period of one year following final acceptance of the work.

Personal/Advertising Injury

Contractual Liability

Independent Contractors Liability

Stop Gap / Employers’ Liability

Explosion, Collapse, or Underground Property Damage (XCU)

Blasting (only required when the Contractor’s work under this Contract includes exposures to which this specified coverage responds)

Such policy must provide the following minimum limits:

$1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence

Stop Gap / Employers’ Liability

$1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee

Page 185: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-61 Bid Documents August 2012

1-07.18(5)B Automobile Liability

Automobile Liability for owned, non-owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if “pollutants” are to be transported. Such policy(ies) must provide the following minimum limit:

$1,000,000 combined single limit

1-07.18(5)C Workers’ Compensation

The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the state of Washington.

1-07.18(5)FExcess or Umbrella Liability

(May 10, 2006 APWA GSP)

The Contractor shall provide Excess or Umbrella Liability coverage at limits of $1 million per occurrence and annual aggregate. This excess or umbrella liability coverage shall apply, at a minimum, to both the Commercial General and Auto insurance policy coverage.

This requirement may be satisfied instead through the Contractor’s primary Commercial General and Automobile Liability coverage, or any combination thereof.

1-07.18(5)G Pollution Liability

(May 10, 2006 APWA GSP)

The Contractor shall provide a Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims arising out of:

• Contractor’s operations related to this project; and/or

• Remediation, abatement, repair, maintenance or other work with lead-based paint or materials containing asbestos; and/or

• Transportation of hazardous materials away from any site related to this project.

Such Pollution Liability policy shall provide the following minimum coverage:

$1 Million each loss and annual aggregate

1-07.18(5)H Professional Liability

(May 10, 2006 APWA GSP)

The Contractor and/or its Subcontractor and/or its design consultant providing construction management, value engineering, or any other design-related non-construction professional

Page 186: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-62 Bid Documents August 2012

services shall provide evidence of Professional Liability insurance covering professional errors and omissions. Such policy must provide the following minimum limits:

$1,000,000 per Claim

If the scope of such design-related professional services includes work related to pollution conditions, the Professional Liability insurance shall include Pollution Liability coverage.

If insurance is on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract.

1-07.23 Public Convenience and Safety

1-07.23(1) Construction Under Traffic

(January 2, 2012 WSDOT GSP)

Work Zone Clear Zone

The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor’s operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements.

During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location.

During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway.

The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above.

Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval.

Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows:

Page 187: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-63 Bid Documents August 2012

Posted Speed Distance From

Traveled Way

(Feet)

35 mph or less 10 *

40 mph 15

45 to 55 mph 20

60 mph or greater 30

* or 2-feet beyond the outside edge of sidewalk

Minimum Work Zone Clear Zone Distance

(August 7, 2006 WSDOT GSP)

Section 1-07.23(1) is supplemented with the following:

Lane Closure Restrictions

Lane closures are subject to the following restrictions:

(Redmond GSP)

**** Unless otherwise approved by the Engineer, work within the traveled way of any streets shall be limited to the hours between 9:00 a.m. and 3:30 p.m.

Unless a pay item has specifically been included in the contract, dust, mud control and street cleaning is considered incidental to the project.

The Contractor shall provide for cleaning all surfaced roadways as a result of the execution of this project. Flushing shall not be used.

No signalized intersection will be rendered inoperable by the Contractor. All signalized intersections will remain in operation unless shut down by City. The Contractor may request the Engineer to shut down a traffic signal with 48 hours advanced notice. A police officer is required to direct traffic at all signalized intersections during times of shutdown. All costs associated with signal shutdown are included in the lump sum price for “Project Temporary Traffic Control.”

The following minimum Traffic Control requirements shall be maintained during the construction of the project:

1. One-way alternating traffic shall be maintained as a minimum at all times.

2. The design speed shall be 35mph during construction. All shifting lane tapers and lane closure tapers shall use a minimum taper rate of 40:1

3. All temporary concrete barrier used who's ends fall within the clear zone shall be protected with an impact attenuator. The Contractor shall select from the following list of Impact Attenuators for this project:

• ABSORB 350 w/ 8 elements as manufactured by Barrier Systems, Inc' QuadGuard

Page 188: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-64 Bid Documents August 2012

• CZ 6 Bay as manufactured by Energy Absorption Systems, Inc

• Reusable Energy Absorbing Crash Cushion Terminal (REACT 350) as manufactured by Energy Absorption Systems, Inc

• N-E-A-T as manufactured by Energy Absorption Systems, Inc (45 mph or less)

• TRACC as manufactured by Trinity Industries

Note the attenuators shall be used in locations as recommended by the manufacturer.

4. Pedestrian Access

The Contractor shall keep all pedestrian routes and access points (including sidewalks, and crosswalks when located within the project limits) open and clear at all times unless permitted otherwise by the Engineer in an approved traffic control plan or as shown in the Plans.

5. Signs and Traffic Control Devices

All signs and traffic control devices for the permitted closures shall only be installed during the specified hours. Construction signs, if placed earlier than the specified hours of closure, shall be turned or covered so as not to be visible to motorists.

6. Hours of Darkness

The Contractor shall, at no additional cost to the Contracting Agency, make all arrangements for operations during hours of darkness. Flagger stations shall be illuminated using a minimum 150 watt floodlight.

Lighting used for nighttime work shall, whenever possible, be directed away from, or shielded from, residences and oncoming traffic. ****

If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours.

No lane closures will be allowed on a holiday or holiday weekend, or after 12:00 PM (noon) on a day prior to a holiday or holiday weekend. Holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend.

1-07.23(2) Construction and Maintenance of Detours

(Redmond GSP)

This section is supplemented with the following:

There shall be at all times access to and egress from the properties adjacent to the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. The Contractor shall notify all property owners and tenants

Page 189: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-65 Bid Documents August 2012

of street and alley closures, or other restrictions which may interfere with their access. Notification shall be at least twenty-four (24) hours in advance for residential property, and at least forty-eight (48) hours in advance for commercial property. When the abutting owners' access across right-of-way line is to be eliminated and replaced under the contract by other access, the existing access shall not be closed until the replacement access facility is available.

1-07.24 Rights of Way

(October 1, 2005 APWA GSP)

Delete this section in its entirety, and replace it with the following:

Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor’s construction activities shall be confined within these limits, unless arrangements for use of private property are made.

Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor’s attention by a duly issued Addendum.

Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer.

Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract.

Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted.

The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been

Page 190: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-66 Bid Documents August 2012

granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established.

1-08 PROSECUTION AND PROGRESS

Add the following new sections:

1-08.0 Preliminary Matters

(May 25, 2006 APWA GSP)

1-08.0(1) Preconstruction Conference

(Redmond GSP)

Prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be:

* To review the initial progress schedule;

* To establish a working understanding among the various parties associated or affected by the Work;

* To establish and review procedures for progress payment, notifications, approvals, submittals, etc.

* To establish normal working hours for the Work;

* To review safety standards and traffic control; and

* To discuss such other related items as may be pertinent to the Work.

In addition, the Contractor shall be prepared for a thorough discussion and review, as well as revision, which may be deemed necessary in the opinion of the Engineer, of the following:

These materials MUST be brought to the pre-construction conference for discussion followed by Engineer review.

* Contractor’s plan of operation and progress schedule (3+ copies).

* Approval of qualified Subcontractors (bring list of Subcontractors if different from the list submitted with Bid).

* List of materials fabricated or manufactured off the project site.

* Material sources on the project.

* Names of principal suppliers.

* Detailed equipment list, including “Rental Rate Blue Book” hourly costs (both working and standby rates).

Page 191: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-67 Bid Documents August 2012

* Weighted wage rates for all employee classifications anticipated to be used on the project.

* Cost percentage breakdown for lump sum Bid items(s).

* Shop Drawings (bring preliminary list).

* Traffic Control Plans (3+ copies).

* Temporary Erosion and Sediment Control Plan.

* Spill Prevention Control and Countermeasures Plan (3+ copies).

1-08.0(2) Hours of Work

(June 27, 20011 APWA GSP)

Add the following new sections:

Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day work week. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work.

Written permission from the Engineer is required, if a Contractor desires to perform work on holidays, Saturdays, or Sundays; before 7:00 a.m. or after 6:00 p.m. on any day; or longer than an 8-hour period on any day. The Contractor shall apply in writing to the Engineer for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work.

Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency’s noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor’s operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons.

Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to:

• The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency’s material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence.

• On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times.

Page 192: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-68 Bid Documents August 2012

• Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time.

• Considering multiple work shifts as multiple working days with respect to contract time, even though the multiple shifts occur in a single 24-hour period.

1-08.1 Subcontracting

(October 12, 1998 WSDOT GSP)

Section 1-08.1 is supplemented with the following:

Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection.

A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer:

1. Request to Sublet Work (Form 421-012), and

2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal-aid Projects (Form 420-004).

The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all Subcontractors and lower tier Subcontractors shall be available and open to similar inspection or audit for the same time period.

1-08.1(1) Subcontract Completion and Return of Retainage Withheld

(June 27, 2011 WSDOT GSP)

Section 1-08.1(1) is revised to read:

The following procedures shall apply to all subcontracts entered into as a part of this Contract:

Requirements

1. The Prime Contractor or Subcontractor shall make payment to the Subcontractor not later than ten (10) days after receipt of payment from the Contracting Agency for work satisfactorily completed by the Subcontractor, to the extent of each Subcontractor’s interest therein.

2. Prompt and full payment of retainage from the Prime Contractor to the Subcontractor shall be made within 30 days after Subcontractor’s Work is satisfactorily completed.

Page 193: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-69 Bid Documents August 2012

3. For purposes of this Section, a Subcontractor’s work is satisfactorily completed when all task and requirements of the Subcontract have been accomplished and including any required documentation and material testing .

4. Failure by a Prime Contractor or Subcontractor to comply with these requirements may result in one or more of the following:

a. Withholding of payments until the Prime Contractor or Subcontractor complies b. Failure to comply shall be reflected in the Prime Contractor’s Performance

Evaluation c. Cancellation, Termination, or Suspension of the Contract, in whole or in part d. Other sanctions as provided by the subcontractor or by law under applicable

prompt pay statutes. Conditions

This clause does not create a contractual relationship between the Contracting Agency and any Subcontractor as stated in Section 1-08.1. Also, it is not intended to bestow upon any Subcontractor, the status of a third-party beneficiary to the Contract between the Contracting Agency and the Contractor.

Payment

The Contractor will be solely responsible for any additional costs involved in paying retainage to the Subcontractors. Those costs shall be incidental to the respective Bid Items.

1-08.3 Progress Schedule

(Special Provision)

1-08.3(2) Project Specific Scheduling Requirements

Contractor shall prepare a Type B progress schedule as specified in the Amendments to the Standard Specifications.

The order of work shall be at the Contractor’s option with the exception noted below and shall be in keeping with good construction practice and the terms of the contract. However, the Contractor shall so schedule his activities and have all work performed within the time constraints noted in the various documents, permits, and the contract. Therefore, the Contractor is cautioned to review said documents and permits and schedule the work activities appropriately as no separate monies will be paid to the Contractor by the Owner due to the time constraints imposed by such documents.

The schedule shall indicate the various phase of work proposed by the Contractor.

Traffic Control Plans

See 1-10.2(2) herein and the Leary Way / NE 76th Street and 170th Avenue NE / NE 76th Street intersection construction phasing criteria indicated in the Plans. The Contractor shall implement the provided Traffic Control Plans or develop and submit traffic control plans that address traffic control at all signalized intersections, and any trail and path closure and detours required to

Page 194: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-70 Bid Documents August 2012

complete the work. The Traffic Control Plans provided by the Contractor shall address traffic control as the Contractor plans to phase construction of the improvements.

Trenching

All trenches within the roadway area shall be backfilled and patched with temporary asphalt at the end of each work day, or plated with steel plates for a maximum of 3 days. Temporary patching asphalt shall be HMA asphalt as approved by the Project Engineer.

1-08.3(5) Payment

Section 1-08.3(5) is supplemented with the following:

Payment will be made in accordance of 1-04.1 for the following for the following bid items when included in the proposal:

Type B Progress Schedule (Min. Bid Price $10,000 LS) Lump Sum

The lump sum price for “Type B Progress Schedule (Min. Bid Price $10,000 LS)” will be full pay for all labor, material, equipment, and other incidental costs required to prepare and provide necessary updates to the Type B progress schedule as specified in the Standard Specifications and supplemented herein.

1-08.4 Notice to Proceed and Prosecution of the Work

Delete this section in its entirety, and replace it with the following:

1-08.4 Notice to Proceed and Prosecution of Work

(June 27, 2011 APWA GSP)

Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract.

When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract.

Page 195: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-71 Bid Documents August 2012

1-08.5 Time for Completion

(March 13, 1995 WSDOT GSP)

Section 1-08.5 is supplemented with the following:

This project shall be physically completed within ***one-hundred and twenty (120)*** working days.

(June 28, 2007 APWA GSP, Option A)

Revise the third and fourth paragraphs to read:

Contract time shall begin on the first working day following the Notice to Proceed Date.

Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day.

Revise the sixth paragraph to read:

The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor’s obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established:

1. The physical work on the project must be complete; and

2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date:

Page 196: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-72 Bid Documents August 2012

a. Certified Payrolls (Federal-aid Projects)

b. Material Acceptance Certification Documents

c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions.

d. Final Contract Voucher Certification

e. Property owner releases per Section 1-07.24

1-08.6 Suspension of Work

Redmond GSP

Section 1-08.6 is supplemented with the following:

Contract time will be suspended and no site work shall be allowed from November 16 through March 15 in order to avoid inclement weather conditions. Charging of contract time will resume outside of this suspension of work window

1-08.7 Maintenance During Suspension

(October 1, 2005 APWA GSP)

Revise the second paragraph to read:

At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour.

1-08.11 Project Management On-Line System

(Special Provision) New

1-08.11(1) General Requirements

Contractor shall utilize the on-line Project Management System (SharePoint) for Submittals, RFIs, and some document distribution. (Design change documents and other pertinent information as determined by the Construction Manager or Owner will be posted to SharePoint for distribution.) The SharePoint site will be provided by the City.

The Contractor shall attend one training session (estimated 2–3 hours) for staff involved in document control. Training to be provided by the Construction Manager. Any additional training needed shall be at Contractor's expense. The Contractor shall provide all pertinent telephone numbers, and email addresses, to the Construction Manager as soon as those numbers become available. Up to three individuals from the Contractor will be available at any one time.

Page 197: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-73 Bid Documents August 2012

All submittals and RFIs must be submitted electronically using SharePoint, including hand drawn sketches and catalog cuts. The only exceptions are if file size (>5 MB) or document/sample packaging is such that an electronic copy is not feasible. Each party to the Contract will be responsible for scanning (in color when appropriate and appropriately sized) documents for submission to SharePoint.

If electronic submission of submittals through SharePoint is not possible per the guidelines above, and for all other communications, such as change proposals, invoices, general correspondence, etc. e-mail shall be utilized per the procedures detailed in the Contract Documents and at the Preconstruction Conference.

1-08.11 (2) Equipment Requirements

The Contractor shall have on-line capabilities for connection to, and utilization of, SharePoint. The Construction Manager's scanner/copier will not be available to the Contractor.

System Requirements: MS Office (XP or 2007), Internet Explorer 7 or higher, high speed internet connection, Adobe Acrobat Reader 7.0 or higher, and color scanner.

1-08.11 (3) Payment

There will be no charge to access the on-line Project Management System. Costs for training of, use of, and meeting system requirements for the project management on-line system shall be included in associated items of work.

1-09 MEASUREMENT AND PAYMENT

1-09.6 Force Account

(October 10, 2008 APWA GSP) Supplement

Supplement this section with the following:

The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer.

1-09.7 Mobilization

(Redmond GSP) Supplement

This section is supplemented with the following:

Page 198: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-74 Bid Documents August 2012

Mobilization shall include, but not be limited to, the following items: the movement of the Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of his office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for the Contractor's personnel; obtaining permits or licenses required to complete the project not furnished by the City; and other work and operations which must be performed or costs that must be incurred.

Payment will be made for the following bid item:

Mobilization Lump Sum

The lump sum bid price for “Mobilization” shall include all work for the bid Schedules.

1-09.9 Payments

(June 27, 2011 APWA GSP, Option B)

Delete the fourth paragraph and replace it with the following:

Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference.

The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment.

The value of the progress estimate will be the sum of the following:

1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price.

2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum breakdown for that item, or absent such a breakdown, based on the Engineer’s determination.

3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer.

4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer.

Progress payments will be made in accordance with the progress estimate less:

1. Retainage per Section 1-09.9(1), on non FHWA-funded projects;

2. The amount of Progress Payments previously made; and

Page 199: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-75 Bid Documents August 2012

3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents.

Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1.

1-09.9 Payments

(Redmond GSP) Supplement

This section is supplemented with the following:

Except for special situations deemed to be necessary by the City, progress payments will be mailed to the address supplied in writing by the Contractor.

1-09.9(1) Retainage

(June 27, 2011 WSDOT GSP)

Section 1-09.9(1) content and title is deleted and replaced with the following:

Vacant

1-09.13 Claim Resolution

1-09.13(3)A Administration of Arbitration

(October 1, 2005 APWA GSP)

Revise the third paragraph to read:

The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency’s headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions.

1-10 TEMPORARY TRAFFIC CONTROL

1-10.1 General

(Redmond GSP)

Section 1-10.1 is revised to read as follows:

The Contractor shall provide flaggers, signs, and other traffic control devices. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic

Page 200: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-76 Bid Documents August 2012

control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor’s operations which may occur on Highways, roads, streets, sidewalks, or paths. No Work shall be done on or adjacent to any Traveled Way until all necessary signs and traffic control devices are in place.

1-10.2 Traffic Control Management

(WSDOT GSP December 1, 2008)

Section 1-10.2(1) is supplemented with the following:

Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following:

The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701

1-10.2(2) Traffic Control Plans

(Special Provision)

Section 1-10.2(2) is supplemented with the following:Construction Phasing Plans have been provided in the Plans for the control of vehicles and the control of non-motorized users of the City trails and paths that are within the project limits and shall be used in conjunction with WSDOT K Plans. The Contractor shall provide traffic control plans to the City for review and approval a minimum of ten (10) working days prior to implementation. These plans shall supplement the Construction Phasing Plans contained in the Plans to provide for safe vehicular and non-motorized user travel on all roadways, trails and paths based on the Contractor’s schedule and order of work.

The Contractor shall maintain a pedestrian path for safe crossing at all times for at least one side of closure or a pedestrian detour route will be required.

Page 201: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-77 Bid Documents August 2012

1-10.2(3) Staging Plan

(Special Provision)

Add Section 1-10.2(3):

The Contractor is shall submit a staging plan for the project prior to commencement of work. The staging plan will require approval from the Engineer and shall demonstrate detailed haul routing plan that shows access to and egress from the site off of Brown Street.

1-10.3(1)C Uniformed Police Officer

(Redmond GSP)

Add section 1-10.3(1)C:

The Contractor shall arrange for uniformed police officers to be present for flagging traffic when construction affects traffic at any signalized intersection within the project limits.

The Contractor shall use City of Redmond police enforcement unless it is unable to respond to a request to assist with the Work. The Contractor shall contact the City of Redmond Police Department no later than forty-eight (48) hours prior to the need for police assistance. The City of Redmond police assistance can be reached at the following number:

Redmond Police Department

8701 160th Avenue NE

Redmond, WA. 98052

(425) 556-2500

A UPO shall be provided in the event of accidental power outages or disruption as a result of Contractor Work. The UPO shall be provided at Contractor expense, and remain in place until the intersection becomes satisfactorily operational as determined by the City of Redmond Police Department.

1-10.3(3)A Construction Signs

(Redmond GSP)

This section is supplemented with the following:

The Contractor shall be responsible for furnishing, installing, maintaining and removing all construction signs, posts and supports, as noted herein.

Construction signs shall be installed prior to beginning of construction. The Contractor shall remove the project signs immediately after final inspection of the project. The Contractor shall deliver the project signs to the MOC or other location designated by the City.

The Contractor shall furnish and install all construction signs, including signs required by the approved traffic control plans.

Page 202: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-78 Bid Documents August 2012

Four (4) Project Signs provided by the City shall be installed by the Contractor at locations chosen by the Engineer. These signs are the property of the City and shall be delivered by the Contractor to the City Maintenance and Operations Center (MOC) located at 18080 NE 76th Street, Redmond, Washington upon completion of the Project.

City furnished signs and all other construction signs that remain in service throughout the construction or during an extended duration of work shall be mounted on Contractor furnished 4-inch x 4-inch x 13-foot treated timber posts. All pressure treated wooden posts with signs shall be auger dug and buried a minimum of 3 feet below finished grade. Treated timber posts to be used shall be as specified in Sections 9-09.2 Grade Requirements and 9-28.14(1) Timber Sign Posts of the Standard Specifications.

1-10.4 Measurement

1-10.4(1) Lump Sum Bid for Project (No Unit Items)

(August 2, 2004 WSDOT GSP)

Section 1-10.4(1) is supplemented with the following:

The proposal contains the item “Project Temporary Traffic Control,” lump sum. The provisions of Section 1-10.4(1) shall apply.

1-10.5 Payment

(Redmond GSP) Supplement

Payment will be made for the following bid items:

Project Temporary Traffic Control Lump Sum

Uniformed Police Officer Per Hour

The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Contract Work defined in Section 1-10 and the Special Provisions herein.

“Uniformed Police Officer” will be paid per hour as necessary.

END OF DIVISION 1

Page 203: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-79 Bid Documents August 2012

DIVISION 2

EARTHWORK

2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP

2-01.1 Description

(Special Provision) Supplement

General: Clearing and grubbing shall be the removal of all non-native invasive plant species to the limits established on the plans and/or as staked by the Contractor’s survey.

Existing landscaping outside the limits shall be protected from damage by the Contractor’s operations. All damaged landscaping due to the Contractor’s operations outside the limits shall be replaced in coordination with the landowner at the Contractor’s expense.

The Contractor shall install high visibility construction fence for protection of trees identified on the Plans and where directed by the Project Engineer. Fence shall remain in place until all construction is completed. The costs associated with providing and maintaining the orange construction fences shall be incidental to and included in the contract price for “Clearing and Grubbing” and no additional compensation will be made.

The Contractor shall install, maintain and remove temporary chain link fence where indicated on the Plans and as directed by the Engineer. The temporary chain link fence shall remain in place and in good standing order for the duration of the project construction. All costs associated with providing and maintaining chain link fences shall be incidental and included in the contract price for “Clearing and Grubbing” and no additional compensation will be made.

2-01.3(3) Removal of Trees

(Special Provision) New

Measurement and Payment for tree removal shall be per each regardless of species. Trees to be removed shall be flagged for Engineer’s approval at least one week prior to removal. The Engineer will review trees to be removed and may recommend additional removals due to health or condition of adjacent trees. Removal shall include complete removal, including grinding stumps. Stumps shall not be removed by pulling. Contractor shall take all necessary precautions to protect adjacent trees, utilities, and other improvements from damage. Tree size shall be measured as the diameter at breast height (DBH) by the Engineer prior to removal. Removal of trees smaller than 12” DBH shall not be measured for payment, but shall be considered incidental and included in the lump sum price bid for Clearing and Grubbing.

2-01.5 Payment

(Special Provision) Supplement

Payment will be made in accordance with Section 1-04.1 for the following bid item:

Page 204: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-80 Bid Documents August 2012

Clearing and Grubbing Per Lump Sum

Tree Removal, 12-In. + DBH Per Lump Sum

The lump sum cost for “Clearing and Grubbing” shall include hand removal of invasive species as directed by the Engineer within the clearing limits area shown on the Plans.

The lump sum cost for the above including all incidental work shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. Removal of trees smaller than 12” DBH shall not be measured for payment, but shall be considered incidental.

2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS

2-02.1 Description

(Redmond GSP) Supplement

The Contractor shall remove and dispose of all items shown on the site preparation plans and other minor items necessary to complete the work. The following partial list of items to be removed and disposed of is provided for the convenience of the contractor. The contractor shall review the plans, specifications and project site to verify other items to be removed:

Item Location(s) Approximate Quantity*

Remove Pavement See Plans 1,350 SY

Remove Cement Concrete Sidewalk See Plans 650 SY

Remove Curb and Gutter See Plans 510 LF

Remove Extruded Curb See Plans 250 LF

Remove Rockery See Plans 130 LF

Structure excavation and backfill quantities for the removal of items are not shown in the Plans. This excavation and backfill work shall be considered incidental to the removal of structures and obstructions and no further compensation will be made. No additional payment shall be made under Roadway Excavation or Structure Excavation for the items included in 2-02 herein or listed as a separate removal bid item.

All work associated with removals shall be included in the lump sum for “Removal of Structures and Obstructions”. Quantities indicated in the Bid Documents are informational use only.

Page 205: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-81 Bid Documents August 2012

2-02.3 Construction Requirements

Section 2-02.3 is supplemented with the following:

2-02.3(2) Removal of Bridges, Box Culverts, and other Drainage Structures

(June 26, 2000 WSDOT GSP) Supplement

Section 2-02.3(2) is supplemented with the following:

The Contractor shall remove the following portions of Bridge *** 170th Street Trestle ***, as shown in the Plans:

*** To be removed and disposed of: timber ties, (1) timber stringer, portion of timber abutment To be removed and reused: (5) timber stringers, steel angle iron connections***

(Special Provision) Supplement

After the timber stringers have been removed, the Engineer will inspect the remaining (5) timber stringers designated for re-use prior to re-installation on the bridge.

Bridge Demolition Plan

(June 26, 2000 WSDOT GSP) Supplement

The Contractor shall submit a bridge demolition plan with working drawings and calculations to the Engineer for approval in accordance with Section 6-01.9, showing the method of removing the existing bridge(s), or portions of bridges, as specified.

The bridge demolition plan shall show support bents, bracing, guys, lifting devices, lifting attachments, the sequence of demolition and removal, the type of equipment to be used in all demolition and removal operations, the location of cranes and barges, the location of support or lifting points, and the weights of structure parts being removed. The plan shall include a crane stability analysis and crane load calculations based on the controlling crane picks of the Contractor’s plan. The plan shall detail the containment, collection, and disposal of all debris. The plan shall show all stages of demolition.

The Contractor shall not begin removal operations until receiving the Engineer’s approval of the bridge demolition plan.

2-02.3(3) Removal of Pavement, Sidewalks and Curbs

(Special Provision) Supplement

Page 206: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-82 Bid Documents August 2012

Existing pavement shall be removed at the locations shown on the Plans or as designated by the Engineer. Removal shall be accomplished by making a neat longitudinal vertical cut along the boundaries of the area to be removed. Care shall be taken during removal so as not to damage any of the existing pavement to remain in place. All remaining pavement damaged due to the Contractor’s operations shall be replaced by the Contractor, to the satisfaction of the Engineer, at the Contractor’s expense.

Driveways, pavement and sidewalk shall be saw cut and removed to the limits shown on the Plans. When a construction joint is near, the joint may be used as the removal limit if approved by the Engineer. Removal of driveway approach shall be incidental to the bid item “Removal of Structures and Obstructions”.

2-02.3(3)-1 Removing Pavement Markings

(Special Provision) New

Existing pavement markings include stop bars, crosswalk stripes, traffic arrows, lane markers, legends, paint stripes, and raised pavement markers shall be removed prior to HMA overlay.

All conflicting channelization shall be removed as necessary to install temporary and final pavement markings.

Removal of existing pavement markings shall be conducted using such methods to prevent damage to the remaining pavement. The use of chemicals that may be harmful to the pavement will not be permitted. Damaged pavement shall be replaced at the Contractor’s expense.

All costs shall be considered incidental to and included in the lump sum “Removal of Structures and Obstructions”.

2-02.3(4) Saw Cutting

(Redmond GSP) New

The Contractor shall be responsible for ensuring that special precautions are undertaken so that in accordance with Department of Ecology guidelines no concrete (asphalt or cement) or concrete by-products are discharged into any storm drain or surface water. Cutting operations will increase the pH of water, therefore filtering is not acceptable.

Thoroughly clean saw cuts where necessary by the use of high pressure water (1,400 psi or greater). All wastewater shall be collected using vacuuming and/or pumped into containers for disposal. Disposal may be to soil or other porous surface away from storm drains.

Impervious surfaces contaminated from cutting operations shall be cleaned by sweepers to prevent contaminants from entering storm systems.

Collecting and disposal of wasted water shall be considered incidental to and included in the various bid items involved with the operation.

Page 207: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-83 Bid Documents August 2012

All costs associated with Saw Cutting shall be considered incidental to and included in the various bid items.

2-02.5 Payment

(Special Provision) Supplement

Payment will be made in accordance with Section 1-04.1 for the following bid items:

Removal of Structure and Obstruction Per Lump Sum

The unit bid price for “Removal of Structures and Obstructions” shall be full pay for saw cutting and removing pavement, sidewalk, curb and gutter and driveway entrances, breaking into pieces, hauling off-site, and properly disposing of removed items. This unit bid price also includes all incidental work and shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions.

The unit bid price for “Removal of Structures and Obstructions” shall include, but not be limited to, drainage structures and piping, all costs associated removing portion of existing bridge and bridge demolition plan and other miscellaneous existing obstructions, as necessary for the construction of the new improvements.

2-03 ROADWAY EXCAVATION AND EMBANKMENT

2-03.1 Description

(Special Provision) Supplement

All excavation and embankment, regardless of the nature or type of materials encountered, performed under this Contract to achieve the lines and grades indicated on the Plans shall be considered Roadway Excavation Incl. Haul. The work shall include all excavation and embankment for the construction of the trail, the construction of the trail ramp to the Sammamish River Trail, excavation for Bioretention Planters, drainage ditch, drainage “v” ditch and other landform improvements.

Electronic files provided for the Contractor have been provided for a common basis of construction and are intended for rough grading purposes only. Final grades and fine grading shall be set by layout points as shown on the Plans.

2-03.3(7) Disposal of Surplus Materials

2-03.3(7)A General

(Special Provision) Supplement

Page 208: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-84 Bid Documents August 2012

The Contractor shall excavate and deposit suitable excavated material in a designated location as directed by the Engineer. Prior to stockpiling the excavated material on site or incorporating excavated material into embankments, the Contractor shall remove large debris, rubble or other unsuitable material. Suitability of excavated material for structural or non-structural fills will be at the sole discretion of the Engineer.

Per the Geotechnical Report in Appendix G, the soils adjacent to the Sammamish River embankment (the toe of slope at Station 10+00 to Station 13+00) are moisture sensitive and generally contain a high percentage of fines. These soils are not suitable to be used as structural fill. Soils from this area shall be hauled to a contractor provided disposal site or stockpiled separately for use in non-structural areas if authorized by the Engineer.

The soils contained within the railroad embankment (top of embankment from Station 10+00 to Station 16+00) qualifies as common borrow and shall be used for both structural fill and embankment to form proposed grades as shown in the Plans. However, soils from the railroad embankment are moisture sensitive and can only be placed and compacted during dry weather conditions.

The Station area between 161st Avenue NE and Leary Way has been rough graded to approximate finished grade elevation 45’ from a previous project. The Contractor will grade the area per the finished grades as shown on the Plans.

The Contractor shall use suitable excavated material or existing stockpile material on-site to form finished grades prior to importing gravel borrow and at the direction of the Engineer.

2-03.3(7)B Haul

(Special Provision) Revision

All costs in connection with hauling and disposal of surplus materials will be considered incidental to the various bid items of the project and no additional compensation will be made.

2-03.3(14)E Unsuitable Foundation Excavation

(Special Provision) Supplement

Excavation required and approved by the Engineer to remove unsuitable subgrade materials shall be measured and paid under “Unsuitable Foundation Excavation Incl. Haul” for which a unit price bid item has been provided in the Proposal.

The provisions of 2-03(14)E of the Standard Specifications shall apply except that Sub Excavation below grade described in 2-02.3 of the Standard Specifications and Removal of Unstable Base Material per 2-09.3(1)C of the Standard Specifications shall also be included in the “Unsuitable Foundation Excavation Including Haul” bid item. All excavated unsuitable foundation materials shall be disposed of by the Contractor.

If excessive unsuitable foundation is encountered, and at the direction of the Engineer, the Contractor shall furnish and install Construction Geotextile for Separation per 2-12 of the

Page 209: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-85 Bid Documents August 2012

Standard Specifications. Payment shall be authorized by the Engineer per 1-09.6 of the Standard Specifications.

2-03.3(14)J Gravel Borrow Including Haul

(Special Provision) Supplement

Gravel borrow for embankment fill shall be approved for use at the direction of the Engineer. Gravel borrow shall be used only if the quantity of excavated and stockpiled material on-site is insufficient to meet the grading requirements as shown on the Plans. This shall be paid under the bid item “Gravel Borrow Incl. Haul”.

Gravel borrow shall meet the requirements of Section 9-03.14 Borrow of the Standard Specifications shall be used in the construction of embankments, or where required by the Engineer. Gravel borrow used as fill material shall be constructed in compacted layers of uniform thickness by Method C of Section 2-03.3(14)C Compacting Earth Embankments of the Standard Specifications.

Gravel borrow used for replacement material when over-excavation is performed in lieu of shoring shall NOT be paid under this item.

2-03.4 Measurement

(Special Provision) Supplement

“Roadway Excavation Incl. Haul” will not be measured for payment and shall include all labor, materials and equipment to construct improvements, lines and grades as show in the Plans.

“Station Area Grading from 161st Ave NE to Leary Way” shall not be measured for payment and shall include all work for grading required to achieve landscape berms and finished grades as shown on the Plans.

“Unsuitable Foundation Excavation Incl. Haul” shall be measured by the cubic yard. The cubic yard measurement shall be based on the measured void left following removal of the unsuitable material. The Engineer and Contractor shall compare the amount of “Unsuitable Foundation Excavation Incl. Haul” on a daily basis.

Measurement and payment for “Unsuitable Foundation Excavation Incl. Haul” shall be limited to a depth of two (2) feet beneath proposed subgrade surface. Backfill of unsuitable foundation shall be with Crushed Surfacing Base Course meeting the requirements of 9-03.9(3) of the Standard Specifications. For additional information on soil conditions, see the Geotechnical Report in Appendix G, included herein.

Crushed surfacing for base course used for “Unsuitable Foundation Excavation incl. Haul” will not be measured for additional payment.

“Gravel Borrow Incl. Haul” shall be measured by the ton.

Page 210: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-86 Bid Documents August 2012

2-03.5 Payment

(Special Provision) Modification

Payment will be made in accordance with Section 1-04.1 for the following bid items:

Roadway Excavation Incl. Haul Per Lump Sum

Station Area Grading from 161st Ave NE to Leary Way Per Lump Sum

Unsuitable Foundation Excavation Incl. Haul Per Cubic Yard

Gravel Borrow Incl. Haul Per Ton

The lump sum Contract price for “Roadway Excavation Incl. Haul” shall be full compensation for all costs incurred for excavating, loading, hauling, stockpiling, placing, or otherwise disposing of the material. This includes, but is not necessarily limited to; removal and disposal of large debris, rubble, or unsuitable materials at a Contractor provided disposal site, separating materials into stockpiles at locations approved by the Engineer, placement and compaction of excavated materials to the lines and grades indicated on the Plans, and other work necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions.

The lump sum Contract price for “Station Area Grading from 161st Ave NE to Leary Way” shall be full compensation for all costs incurred for grading and placing material in the Station area as shown on the Plans. This includes, but is not necessarily limited to placement and compaction of excavated materials to the lines and grades indicated on the Plans, and other work necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions.

The cubic yard bid item for “Unsuitable Foundation Excavation Incl. Haul” shall be full pay for removing, loading, hauling, disposing of unsuitable material below the subgrade, and backfill of the crushed surfacing base course.

2-04 HAUL

2-04.1 Description

(Special Provision) Supplement

In reference to the term “haul” as used in Section 2-04 and Section 2-09.3(1)D of the Standard Specifications, all costs and expense involved in haul will be considered incidental to the unit contract prices of the bid items and no additional compensation will be made.

Page 211: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-87 Bid Documents August 2012

2-09 STRUCTURE EXCAVTION

2-09.1 Description

(Special Provision) Modification

In addition to the requirements of Section 2-08 of the Special Provisions, Appendix G contains the geotechnical evaluation. The Geotechnical Report provides information on subsurface conditions including groundwater, perched groundwater, shoring, soil conditions and other subsurface information.

2-09.2 Materials

(Special Provision) Revision

Controlled Density Fill 9-03.22

2-09.3(1)C Removal of Unsuitable Base Material

(Special Provision) Supplement

Unsuitable and unstable foundation material shall be excavated, removed, and replaced per the Standard Specifications. Payment shall be made per “Unsuitable Foundation Excavation Including Haul” as described in Section 2-03 herein.

2-09.3(1)D Disposal of Excavated Material

(Special Provision) Modification

The on-site soils will not be suitable for reuse as pipe bedding and backfill.

All costs associated with disposing of or hauling excavated material shall be considered incidental to the various bid items and no additional compensation shall be considered.

2-09.3(1)E Backfilling

(Special Provision) Revision

Controlled Density Fill shall meet the requirements of Special Provision Section 9-03.22 unless otherwise approved by the Engineer.

2-09.3(2) Classifications of Structure Excavation

(Special Provision) Modification

“Structure Excavation Class B” as defined in the Standard Specifications shall not be specifically measured for payment. Excavation of this classification required for the construction and installation of utility pipes and structures shall be considered incidental to and included in the various bid items.

Page 212: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-88 Bid Documents August 2012

No approximate quantity of structure excavation has been estimated or shown on the Plans. The Contractor shall carefully examine the Plans and verify the excavation requirements for this project prior to bidding.

2-09.3(4) Construction Requirements, Structure Excavation, Class B

(Special Provision) Supplement

No approximate quantity of structure excavation has been estimated or shown on the Plans. The Contractor shall review the Plans and verify the excavation requirements for this project prior to bidding.

The Contractor shall stock pile all excess excavated material at a stock pile location as identified by the Engineer. All excavated material not used for backfill shall be graded in the trail corridor as shown on the Plans.

2-09.4 Measurement

(Special Provision) Modification

No specific unit of measurement shall apply to the lump sum bid item of “Shoring or Extra Excavation Class B”.

2-09.5 Payment

(Special Provision) Supplement

Payment will be made in accordance with Section 1-04.1 for the following bid items:

Shoring or Extra Excavation Class B Per Lump Sum

The lump sum cost for “Shoring or Extra Excavation Class B”, shall be full payment for all labor, materials, and equipment used for excavation, stockpile, backfill compaction, loading, hauling, and disposal, including disposal costs. This cost shall also include the various related drainage bid items such as the installation of piping, catch basins, manholes, and appurtenances, as indicated on the Plans where shoring is required, or where used to protect adjacent facilities, or where shoring is used in lieu of extra excavation.

For pipe diameters 24” and under, including any affected catch basins, inlets or manholes, the Engineer reserves the right to deviate up to three (3) feet in any direction from the plan elevation or location without any adjustment in the unit price or any additional compensation to the Contractor.

The lump sum cost for “Shoring or Extra Excavation Class B” shall also include construction of the gravity block wall including excavation, backfill, compaction, and other work required when extra excavation is used in lieu of shoring and no additional payment will be made. If select backfill material is required for backfilling within the limits of the Structure Excavation, it shall

Page 213: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-89 Bid Documents August 2012

also be required as backfill material for the extra excavation at the Contractor’s expense. No separate payment will be made for damage to existing features due to extra excavation.

2-11 TRIMMING AND CLEANUP

2-11.1 Description

(Special Provision) Supplement

This work includes clean-up, dressing and trimming along the existing and new improvements adjacent to the project corridor from Redmond Way to 170th Avenue NE.

2-11.3 Construction Requirements

(Special Provision) Supplement

The Contractor shall take every possible precaution to preserve the existing frontage improvements near adjacent property lines north of the project corridor and at NE 76th Street. All damages to existing improvements from the Contractor’s operation, whether within the road right-of-way or in private property, shall be the sole responsibility of the Contractor to remedy. All such areas shall be restored to their preconstruction equivalent.

All areas disturbed by the Contractor shall be smoothed, finished, cleaned, and dressed to appear uniform in all respects in accordance with Section 2-11 of the Standard Specifications.

2-11.5 Payment

(Special Provision) Supplement

Payment will be made for the following bid item:

Trimming and Cleanup Per Lump Sum

The unit bid price for the above including all incidental work shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions.

2-12 Construction Geosynthetic

2-12.1 Description

(Special Provision) Supplement

This work includes scarifying subgrade within Bioretention Planters.

2-12.5 Payment

(Special Provision) Supplement

Page 214: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-90 Bid Documents August 2012

Payment of “Construction Geotextile for Separation” within Infiltration Trenches shall be paid for under 7-11.5.

END OF DIVISION 2

Page 215: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-91 Bid Documents August 2012

DIVISION 4

BASES

4-04 BALLASTING AND CRUSHED SURFACING

4-04.1 Description

(Special Provision) Supplement

All crushed surfacing material included in this contract is to be used only as indicated on the Plans or as designated by the Engineer and is not for the convenience of the Contractor.

This work shall consist of the placement of crushed surfacing top course for gravel paths and plaza spaces at locations indicated on the Plans. The Contractor shall place the material on the project as directed by the Engineer.

4-04-5 Payment

(Special Provision) Supplement

Payment will be made for the following bid item(s):

Gravel Path Per Square Yard

Crushed Surfacing Top Course Per Ton

The unit bid price for ”Gravel Path” shall include all incidental work (temp sidewalks and driveways, etc.) and shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work for hauling, placing, compacting crushed surfacing top course material for gravel paths, gravel surfaces beneath steel rail ties, and plaza areas as defined in the Standard Specifications and these Special Provisions.

“Crushed Surfacing Top Course” will only be measured for payment when directed by the Engineer for areas other than gravel path or items identified by the Engineer.

Crushed surfacing material used under trail, sidewalks, curbs, gutters, shoulders and pavement as well as incidental work for sidewalks and driveways and will be included in various bid items of the project and no additional compensation will be made.

END OF DIVISION 4

Page 216: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-92 Bid Documents August 2012

DIVISION 5

SURFACE TREATMENTS AND PAVEMENTS

5-04 HOT MIX ASPHALT

5-04.1 Description

(Special Provision) Supplement

Supplement this section with the following:

This work shall consist of providing and placing one or more layers of plant-mixed traditional HMA and pervious HMA on a prepared foundation or base in accordance with these Specifications and the lines, grades, thickness, and typical cross sections shown in the plans.

Pervious HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture.

5-04.2 Materials

(Special Provision) Supplement

Supplement this section with the following:

The grade of paving asphalt used in HMA shall be PG 64-22 unless otherwise directed by the Engineer.

RAP shall not be utilized in Pervious HMA.

All permeable asphalt concrete shall be Pervious HMA Class ½” PG 70-22. Aggregate gradation shall be per Section 9-03.8 of these Special Provisions.

Asphalt binder shall be per Section 9-02.1(4) of the Standard Specifications.

5-04.3(7)A Mix Design

(Special Provision) Supplement

Supplement this section with the following:

The asphalt binder for Pervious Asphalt shall be PG 70-22 and shall be between 5.5% and 6% of the pavement section by weight

(March 10, 2010 APWA GSP) Revision

Delete this section and replace it with the following;

Page 217: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-93 Bid Documents August 2012

1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on DOT form 350-042 demonstrating the design meets the requirements of Sections 9-03.8(2) and 9-03.8(6). HMA accepted by nonstatistical evaluation requires a mix design verification. For HMA accepted by commercial evaluation only the first page of DOT form 350-042 and the percent of asphalt binder is required. In no case shall the paving begin before the determination of anti-strip requirements has been made. Anti-strip requirements will be determined by:

a. Testing by WSDOT in accordance with TM 718. b. Testing by Contractor in accordance with WSDOT TM 718. c. Historical aggregate source ant-strip use provided by WDOT.

The mix design will be the initial Job Mix Formula (JMF) for the HMA being produced. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7).

2. Mix Design Verification. Verification shall be accomplished by one of the following processes:

a. Submit samples to WSDOT State Materials Lab for WSDOT verification testing in accordance with WSDOT Standard Specifications. b. The contracting agency will perform tests to verify the mix design in accordance with the Field Verification Testing Process. c. Reference a mix design that has been previously verified by the Field Verification Testing Process or verified by WSDOT State Materials Lab on a previous project. d. Perform Field Verification Testing on a sample of HMA provided by the Contractor prior to paving.

Mix design verification is valid for one year from the date of verification. At the discretion of the Engineer, agencies may accept mix designs verified beyond the verification year with certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Field Verification Testing Process. The Contracting agency will collect three Production Samples of HMA on the first day of paving per AASHTO T 168 sampling procedures. a. The Contracting agency will test one Production Sample in accordance with section 5-04.3(8)A for field verification per the requirements of Section 9-03.8(7). b. If the test results from the first Production Sample are within the tolerances of section 9-03.8(7), the mix design will be considered verified and the test results will be used as acceptance sample number one. c. If the test results from the first Production Sample are outside the tolerances of section 9-03.8(7), the other two samples will be tested and the results of all three tests

Page 218: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-94 Bid Documents August 2012

will be used for acceptance in accordance with Section 5-04.5(1) and will be used in the calculation of the CPF the maximum CPF shall be 1.00. Prior to the first day of paving, six Ignition Furnace Calibration Samples shall be obtained to calibrate the Ignition Furnaces used for acceptance testing of the HMA. Calibration samples shall be provided by the Contractor when directed by the Engineer. Calibration samples shall be prepared in accordance with WSDOT SOP 728.

5-04.3(8) Mixing

(Special Provision) Supplement

Supplement this section with the following:

When discharged, the temperature of the Pervious Asphalt shall not exceed 260°F. At the discretion of the Engineer, a higher maximum discharge temperature may be allowed if the asphalt cement manufacturer specifically recommends a mixing temperature that exceeds this maximum. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. In this case, the moisture content shall be reduced as directed by the Engineer.

5-04.3(8)A1 General

(March 10, 2010 APWA GSP) Revision

Delete these sections and replace them with the following:

Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation.

Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents.

Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certification letter stating the material meets the HMA requirements defined in the contract.

(Special Provision) Supplement

Supplement this section with the following:

Acceptance of Pervious HMA shall be as provided under statistical or non-statistical acceptance. Determination of statistical or non-statistical acceptance shall be based on proposal quantities and shall consider the total of all bid items involving mix of a specific class.

Open graded mixes will be evaluated for quality of gradation only, based on samples taken from the cold feed.

Page 219: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-95 Bid Documents August 2012

5-04.3(8) A2 Aggregates

(Special Provision) Supplement

For Pervious HMA this section is supplemented with the following:

Aggregates will be accepted for sand equivalent and fracture based on their conformance to the requirements section "Test Requirements" of these Special Provisions without recourse to statistical evaluation.

5-04.3(8)A4 Definition of Sampling Lot and Sublot

(March 10, 2010 APWA GSP) Revision

Delete this section and replace it with the following:

For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF) placed. Only one lot per mix design will be expected to occur. The initial JMF is defined in Section 5-04.3(7)A Mix Design. The Contractor may request a change in the JMF in accordance with Section 9-03.8(7). If the request is approved, all of the material produced up to the time of the change will be evaluated on the basis of tests on samples taken from that material and a new lot will begin.

For proposal quantities less then 2500 tons sampling and testing for evaluation shall be performed as described in 5-04.3(7)A, item 3, Field Verification Testing Process. The verification sample referenced in item 3b may be used as an acceptance sample, additional testing will be at the discretion of the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer’s discretion. At least one acceptance sample is required when using this method of acceptance.

For proposal quantities greater than 2500 tons sampling and testing for evaluation shall be performed as described in 5-04.3(7)A, item 3, Field Verification Testing Process, for the first 2500 tons of mix placed. The verification sample referenced in item 3b may be used as an acceptance sample for the first 2500 tons of mix placed. Additional testing will be at the rate of one sample per 800 tons of mix placed or as directed by the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer’s discretion.

5-04.3(8)A5 Test Results

(March 10, 2010 APWA GSP) Revision

Delete this section and replace it with the following:

The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field at the beginning of the next paving shift. The Engineer will also provide the Composite Pay Factor (CPF) of the completed sublots after three sublots have been produced. The CPF will be provided by the midpoint of the next paving shift after sampling. Sublot sample test results (gradation and asphalt binder content) may be challenged by the Contractor. For HMA mixture accepted by statistical evaluation with a mix

Page 220: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-96 Bid Documents August 2012

design that did not meet the verification tolerances, the test results in the test section including the percent air voids (Va) may be challenged. To challenge test results, the Contractor shall submit a written challenge within 7-calendar days after receipt of the specific test results. A split of the original acceptance sample will be sent for testing to either the Region Materials Laboratory or the State Materials Laboratory as determined by the Project Engineer. The split of the sample with challenged results will not be tested with the same equipment or by the same tester that ran the original acceptance test. The challenge sample will be tested for a complete gradation analysis and for asphalt binder content. The results of the challenge sample will be compared to the original results of the acceptance sample test and evaluated according to the following criteria:

Deviation

U.S. No. 4 sieve and larger Percent passing ±4.0

U.S. No. 8 sieve Percent passing ±2.0

U.S. No. 200 sieve Percent passing ±0.4

Asphalt binder Percent binder content ±0.3

Va Percent Va ±0.7

If the results of the challenge sample testing are within the allowable deviation established above for each parameter, the acceptance sample test results will be used for acceptance of the HMA. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $250 per challenge sample. If the results of the challenge sample testing are outside of any one parameter established above, the challenge sample will be used for acceptance of the HMA and the cost of testing will be the Contracting Agency’s responsibility.

5-04.3(8)A7 Test Section – HMA Mixtures

(March 10, 2010 APWA GSP) Revision

Delete this section.

5-04.3(10) Compaction

5-04.3(10)A General

(Special Provision) Supplement

Supplement this section with the following:

Immediately after the Pervious Asphalt concrete mixture has been spread, struck off, and surface irregularities adjusted, it shall be uniformly compacted. The completed course shall be free from ridges, ruts, humps, depressions, objectionable marks, or irregularities and in conformance with the line, grade, and cross-section shown in the Plans or as established by the Engineer. If necessary, the mix design may be altered to achieve desired results.

Page 221: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-97 Bid Documents August 2012

Compaction of the Pervious Asphalt shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. All compaction units shall be operated at the speed, within specification limits, that will produce the required compaction. Areas inaccessible to large compaction equipment shall be compacted by mechanical or hand tampers.

Any Pervious Asphalt concrete that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced at no additional cost with fresh hot mix which shall be immediately compacted to conform with the surrounding area.

No more than two passes of a ten ton double-drum roller, or as approved by the Engineer, operated in static mode, will be allowed for breakdown of the Pervious Asphalt. No more than two passes of a 2.5 ton double-drum finish roller, or as approved by the Engineer, operated in static mode, will be allowed to remove ruts, humps, depressions, objectionable marks, or irregularities.

Vibratory rollers shall not be operated in the vibratory mode during compaction of Pervious Asphalt.

Infiltration rates for the finished roadway section shall not be limited by the Pervious Asphalt layer.

5-04.3(10)B1 General

(Special Provision) Supplement

Pervious HMA

Pervious HMA for preleveling shall be compacted to the satisfaction of the Engineer.

The Engineer reserves the right to have samples cut or cored from the completed pavement or the individual courses. Additionally, the Engineer may take samples of the uncompressed asphalt concrete mixtures as well as all materials incorporated in the work. Where samples have been taken from the uncompressed asphalt concrete, new material shall be placed and compacted to conform with the surrounding area at no additional expense to the Contracting Agency.

5-04.3(13) Surface Smoothness

(Special Provision) Revision

For the Pervious Asphalt the second sentence is revised to read as follows:

The completed surface of the wearing course of the Pervious Asphalt shall not vary more than 1/4 inch from the lower edge of a 10-foot straightedge placed on the surface parallel to centerline.

5-04.3(16) Weather Limitations

(Special Provision) Supplement

Page 222: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-98 Bid Documents August 2012

For Pervious Asphalt this section is supplemented with the following:

Asphalt for prime coat shall not be applied when the ground temperature is lower than 50°F, without written permission of the Engineer.

Asphalt shall not be placed when the air temperature is less than 60°F.

Asphalt shall not be placed on any wet surface, or when the average surface temperatures are less than 45°F when weather conditions otherwise prevent the proper handling or finishing of the bituminous mixtures.

5-04.3(23) Pavement Patching

(Special Provision) New

Trenches within the roadway shall be patched as rapidly as possible to provide maximum safety and to accommodate the demands of public travel. Patching shall be constructed to finished grade daily. No excavations within the roadway shall be left open overnight without prior approval from the City’s representative. If approved, the trench shall be covered with suitable steel plates with asphalt ramps at the Contractor’s expense.

Patching shall be constructed from hot mix asphalt. Within the limits of pavement scheduled to remain, patching shall be constructed full depth as shown in the Plans. Before the patch is constructed, all pavement cuts shall be trued so that the marginal lines of the patch will form a rectangle with straight edges and vertical faces.

5-04.4 Measurement

(Special Provision) Supplement

Measurement shall be measured per the details on the Plans.

“HMA Cl. ___ PG ___” or Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, blending sand, mineral filler, or any other component of the HMA.

“Pervious Asphalt PG 70-22” will be measured per Ton.

Asphalt placed thicker than the tolerances allowed within the Standard Specifications will not be measured for payment. The Contractor is encouraged to assure that the crushed surfacing is graded to the proper elevations to avoid exceeding the compacted thickness shown on the typical sections.

Asphalt concrete pavement shall be measured based on certified truck tickets collected on the day of paving and paid for as “Pervious Asphalt PG 70-22”.

Preparation of Untreated Roadway will be considered incidental and included in the various bid items and no additional payment will be made.

Page 223: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-99 Bid Documents August 2012

HMA used in trench patching for storm drain, sewer, water main, joint utility trench, and other Contractor installed underground utilities shall be measured and paid under the “HMA Class ½” PG 64-22” and shall be measured by the ton. No additional payment will be made regardless of the amount of hand work or labor necessary to patch trenches.

Removal of temporary pavement and excavation of final subgrade elevation shall be included in the unit bid price of “HMA Class ½” PG 64-22”.

“Planing Bituminous Pavement” will be measured by the square yard.

No specific unit of measurement shall be applied temporary pavement marking and removing temporary pavement marking and shall be considered incidental to the bid item “Pavement Markings”.

Incidental uses for HMA

Incidental uses for Asphalt Concrete Pavement shall consist of restoration and adjustment to paved areas such as the back of sidewalks, sidewalk ramps, behind driveway approaches and other such uses as directed by the Engineer.

Incidental uses for HMA shall be measured and paid as “HMA Class ½” PG-64-22”.

Preleveling

The locations for preleveling will be as identified and field-marked by the Contractor and approved by the Project Engineer at least 48 hours prior to the scheduled paving operations.

Compaction of preleveling shall be by pneumatic roller only.

5-04.5 Payment

(Special Provision) Supplement

Payment will be made in accordance with Section 1-04.1, for each of the following bid items:

HMA Cl. ½” PG 64-22 Per Ton

HMA Cl. ½” PG 64-22 for Trail Per Ton

Pervious Asphalt PG 70-22 Per Ton

Planing Bituminous Pavement Per Square Yard

The unit contract price shall be full pay for all labor, equipment, and materials required to complete the paving of designated locations of the street, including joints, where required, and removal of temporary base. The unit price shall include but not be limited to tack coat, surface

Page 224: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-100 Bid Documents August 2012

preparation, haul, compaction, additives, temporary striping, edge sealing and adjusting all iron and metal castings to grade.

The unit contract bid price above includes providing, placing and compacting crushed surfacing top course as shown in the Plans. No additional compensation shall be made.

5-05 CEMENT CONCRETE PAVEMENT

5-05.1 Description

(Special Provision) Supplement

This work shall also consist of constructing decorative stamped concrete pavement, located in traffic medians as shown on Plans, in conformity with the lines, grades, thicknesses, and typical cross-sections shown on the Plans.

5-05.3 Construction Requirements

(Special Provision) Supplement

Decorative Stamped Concrete Pavement thickness shall be as shown on the Plans, and shall be stamped and colored per requirements of Section 5-05.3(1) A, Decorative Stamped Concrete Finish

Full depth expansion joints shall be constructed with a maximum spacing of 10 feet, and as detailed on the Plans. Asphalt mastic joint fillers shall be 3/8” x 4” and of the same material as that used in the curb with matching expansion joint locations. Expansion joints shall be provided as shown on the Plans, or in locations to be approved by the Engineer for best appearance.

5-05.3(1)A Decorative Stamped Concrete

(Special Provision) New Section

Decorative Stamped Concrete Finish

Decorative Stamped Concrete Finish shall consist of stamped concrete with a decorative finish consisting of a color hardener, color release agent and clear sealer, as detailed on Plans and as specified in these Special Provisions.

Prior to start of pavement work the Contractor shall provide one 5’x5’ (25 square feet) sample, as described herein. The Engineer shall then select and approve the one final sample used for Decorative Stamped Concrete Finish.

The approved sample shall be the standard for acceptance of the rest of the work installed, and shall be protected from damage until final acceptance and approval. Completed work not

Page 225: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-101 Bid Documents August 2012

meeting the visual quality of the approved sample shall be removed and replaced by the Contractor at no additional cost to the City.

Decorative Stamped Concrete Finish shall be a running bond brick pattern, formed by common masonry units laid end-to-end in staggered rows. Brick units shall be 3 5/8” wide by 7 5/8” long. Inside joints shall have the appearance of a raked, rough, sandy grouted joint 3/8” wide and 1/8” deep. Stamped concrete shall have a two step color process, as follows:

• Color Hardener - Color “Classic Grey”, shall be a high-opacity, UV resistant, powdered dry-shake color hardener broadcasted onto freshly laid concrete pavement prior to imprinting with stamp pattern to produce long-wearing horizontal surfaces.

• Color Release Agent - Color “Classic Grey“, shall be a colored powder providing a natural, weathered appearance that accents the depth of the pattern and adds realistic variation to imprinted concrete.

• Clear Sealer – Shall be solvent-borne, clear semi-gloss finish, clear curing compound, protects the concrete surface from future staining, resistant to blushing, resistant to discoloration and ultraviolet light. Apply sealer at full strength per manufacturer’s recommendations.

The color hardener and release agent shall be applied evenly to the surface of fresh concrete, and sealer applied according to the manufacturer’s specifications.

5-05.4 Measurement

(Special Provision) Supplement

Decorative Stamped Concrete shall be paid for per square yard of installed and finished Decorative Stamped Concrete area.

5-05.5 Payment

(Special Provision) Supplement

Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal:

Decorative Stamped Concrete Per Square Yard

Included in the cost per square yard for “Decorative Stamped Concrete” shall be all labor, materials, costs and equipment necessary to satisfactorily complete the work as defined in the Contract Documents.

END OF DIVISION 5

Page 226: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-102 Bid Documents August 2012

DIVISION 6

STRUCTURES

6-01 GENERAL REQUIREMENTS

6-01.1A Signalization and Illumination Bases

(Special Provision) Supplement

Foundations for illumination systems shall be constructed at the locations designated in the Plans, and as detailed on the Standard Plan(s) included herein in Appendix B, in accordance with Section 6-02 Concrete Structures and 8-20.3(4) Foundations of the Standard Specifications and these Special Provisions.

6-01.9 Working Drawings

(Special Provision) Supplement

The Contractor shall provide working drawings and design calculations for the signal pole foundation on the NE corner of 170th Avenue NE and NE 76th Street. Design calculations shall be prepared by a Professional Engineer, licensed under Title 18 RCW, State of Washington, and shall carry the Professional Engineer’s signature and seal. All calculations shall be based on WSDOT Standard Plan J-26.10 in Appendix B and the Geotechnical Report in Appendix G included in these Special Provisions.

6-02 CONCRETE STRUCTURES

6-02.2 Construction Requirements

6-02.3(2)C Cement Concrete Staircase

(Special Provision) New

Section 6-02.3(2)C is a new section:

The Contractor shall install cement concrete stairs in the locations and per the Plans and Details as shown on the plans,

Concrete stairs shall include concrete, subgrade preparation, reinforcement bar, handrails conforming to ADA standards, finishing including tactile warning, expansion joints and dowel bars and associated work.

Concrete shall be class 4000.

Page 227: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-103 Bid Documents August 2012

Handrail shall be galvanized steel and attached per the Plans and Details. Handrail shall conform to Proposed Accessibility Guidelines for Pedestrian Facilities in the Public Right-of-Way.

6-02.3(4)A Qualifications Of Concrete Suppliers

(Special Provision) Supplement

All concrete shall be supplied from concrete batch plants that have been prequalified by WSDOT.

6-02.3(28) Re-Use of Precast Concrete Panels

(Special Provision) Supplement

Section 6-02.3(28) is supplemented with the following:

The Contactor shall power-wash the Agency-provided salvaged precast concrete panels. The panels shall be prepared and installed as shown in the plans, Preparation shall include cleaning, filling of existing holes that will not be used with non-shrink grout, and the drilling of new holes. Spalls on the panels shall be repaired. Methods and materials for repairing the panels shall be submitted to the Engineer for review and approval prior to the repairs taking place.

Handling and Storage of the panels shall conform with the requirements of Section 6-02.3(28)G. Shipping of the panels shall conform with the requirements of Section 6-02.3(28)H. Erection of the panels shall conform with the requirements of Section 6-02.3(28)I.

After panel installation, the holes for the lag bolts shall be filled with sealant, as shown in the plans.

6-02.5 Payment

(Special Provision) Supplement

Payment will be made for the following:

170th Avenue NE Trestle Per Lump Sum

Cement Concrete Staircase Per Lump Sum

All costs associated with re-using the salvaged precast concrete panels shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work as defined in these Special Provisions and the Contract Plans shall be included in the lump sum cost for “170th Avenue NE Trestle” and no additional compensation shall be made.

All costs associates with “Cement Concrete Staircase” shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work as defined in these Special Provisions. The unit price shall include but not be limited to concrete landing, rebar,

Page 228: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-104 Bid Documents August 2012

connections, stair treads, handrail and other work necessary to satisfactorily complete the work as defined with the detail shown in the Plans and no additional compensation shall be made.

6-04 TIMBER STRUCTURES

6-04.3 Construction Requirements

(Special Provision) Supplement

Storing and Handling Material

After removing the existing timber ties and prior to installing the replacement timber stringer, re-installing the existing timber stringers and installing the timber filler block, the Contractor shall clean the top contact surfaces of the supporting timber stringers and pier caps. After cleaning, the top contact surfaces shall be prepared as follows:

Timber Supporting Members

The Contractor shall furnish and install asphalt roofing felt over the top contact surface of all timber stringers, bridging, and blocking. The asphalt roofing felt shall be attached to the timber with 7/8 inch long galvanized roofing nails spaced at 2’-0” centers, unless otherwise shown in the Plans. The asphalt roofing felt shall weigh at least 65 pounds per one-hundred square feet and extend at least 2 inches on each side of the member being covered.

6-04.5 Payment

(Special Provision) Supplement

All costs associated with removing and re-setting the existing stringers, field treating the ends of the cut timber lagging and furnishing and installing the timber filler blocks and asphalt roofing felt, including attachment hardware shall be included in the lump sum cost for “170th Avenue NE Trestle” and no additional compensation shall be made.

(March 6, 2000 WSDOT GSP) Supplement

All costs in connection with cleaning and preparing the top contact surfaces of the supporting timber and steel members as specified prior to redecking shall be included in the *** “170th Avenue NE Trestle”***.

6-06 BRIDGE RAILINGS

6-06.2 Materials

(January 5, 2004 WSDOT GSP) Supplement

Chain link fence fabric shall be vinyl coated, galvanized fence fabric, conforming to Section 8-12 of the Project Special Provisions.

Page 229: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-105 Bid Documents August 2012

Fittings, fabric bands, stretcher bars, tie wire, and other fence hardware, shall conform to Section 9-16.1.

Structural Tubes for posts and longitudinal members shall conform to ASTM A500, Grade B, galvanized in accordance with AASHTO M 111, and shall be the size shown in the Plans. All posts and longitudinal members shall be painted to match the fence fabric after galvanizing.

Steel bars, plates, and shapes shall conform to ASTM A A709, Grade 50, and shall be galvanized in accordance with AASHTO M 111. All steel bars, plates, and shapes above the bridge deck level shall be painted to match the fence fabric after galvanizing.

Bolts, nuts, and washers shall be per the plans, and shall be galvanized after fabrication in accordance with AASHTO M 232.

6-06.3 Construction Requirements

(Special Provision) Supplement

Metal Railings

Section 6-06.3(2) is supplemented with the following:

Bridge Railing The railing posts shall be installed through existing sleeves in the precast concrete panels. The Contractor shall install the steel posts as shown in the Plans. The posts shall be installed vertically, and braced to maintain the vertical position until the fence installation is complete. Longitudinal members shall be connected to the steel posts as shown in the Plans. The Contractor shall install the chain link fence fabric in accordance with Section 8-12.3(1)D, except as otherwise noted. The chain link fence fabric shall be fastened to the posts and longitudinal members at a maximum spacing of 14 inches.

6-06.5 Payment

(Special Provision) Supplement

All costs associated with the construction of the bridge safety railing including all incidental work, labor, material, tools and equipment necessary to satisfactorily complete the work as defined in these Special Provisions shall be included in the lump sum cost for “170th Avenue NE Trestle” and no additional compensation shall be made.

6-07 PAINTING

6-07.1 Description

(Special Provision) Supplement

Page 230: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-106 Bid Documents August 2012

This work shall consist of painting systems and colors for metal elements as shown on the Plans.

6-07.2 Materials

(Special Provision) Supplement

Paint materials shall comply with the requirements in Section 9-08 unless described in this section.

Paint colors and paint systems shall be as shown in the following table for the following items:

Specification

Section

Item Paint Color Paint System

6-02 Handrail (for Cement Concrete

Stair)

Galvanized Finish No paint system

8-32 Bike Rack Clear Finish Manufacturer’s Finish System

8-32 Litter Receptacle ”Stone” or Approved Equal Powder Coated Manufacturer’s Paint System

9-29.6 (1)A Decorative Roadway

Luminaire, Pole, & Base

RAL 8556A “Peking Blue” Tnemec or Approved Equal

9-29.10 (2) Decorative Roadway

Luminaires

RAL 8556A “Peking Blue” Tnemec or Approved Equal

Page 231: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-107 Bid Documents August 2012

6-07.5 Payment

(Special Provision) Supplement

Measurement and payment for all painting and finishes shall be incidental to the related bid items that receive the painting and finishes included all labor, equipment, materials and tools necessary to complete the work as shown on the Plans and required by the Specifications.

END OF DIVISION 6

Page 232: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-108 Bid Documents August 2012

DIVISION 7

DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,

WATER MAINS AND CONDUITS

7-01 DRAINS

7-01.2 Materials

(Special Provision) Supplement

All drain pipe and underdrain pipe shall be manufactured of Polyvinyl Chloride (PVC) per 9-05.1(5) of the Standard Specifications or Corrugated Polyethylene (CPE) per Section 9-05.1(6) of the Standard Specifications.

Construction Geotextile for Underground Drainage

Filter fabric shall meet the requirements of Sections 2-12.2 Construction Geotextile – Materials and 9-33 Construction Geotextile of the Standard Specifications and as modified herein.

7-01.3 Construction Requirements

(Special Provision) Supplement

Construction Geotextile for Underground Drainage

Filter fabric shall be installed at the locations and per the details shown in the Plans in accordance with the requirements of Sections 2-12.3 and 2-12.3(1) of the Standard Specifications.

Pipe Bedding, Trenching and Backfill

Pipe Bedding, Trenching, and Backfill shall be performed for drain pipe and underdrain pipe in accordance with the requirements in Section 7-01.3 Construction Requirements of the Standard Specifications.

Gravel Backfill for Drain - Perforated Pipe

Where indicated on the Plans or directed by the Engineer, Gravel Backfill for drain shall be placed in accordance with Standard Specifications and shall meet the requirements of Section 9-03.12(4) Gravel Backfill for Drains of the Standard Specifications.

Locator Wire

Installation of non-linear PVC and PE Pipe in unpaved areas and where PVC or PE Pipe does not terminate at each end into a drainage structure shall include a locator wire. The locator wire shall be installed on top of the trench at the interface of ACP and trench backfill or within 10

Page 233: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-109 Bid Documents August 2012

inches of finished grade in unpaved areas. The Contractor shall furnish and install a bare No. 12 AWG solid copper wire between drainage structures and securely attach to the respective frames with a screw or nut and bolt.

The copper wire and installation shall be considered incidental to and included in the unit contract price for the size and type of drain pipe installed.

Fittings for Drain Pipe

The Contractor shall install cleanouts at the terminal end and the mid-point along Additional sections of underdrain pipe and at one hundred foot (100’) maximum spacing. Installation of all cleanouts and bends shall be at the locations shown on the Plans and per the Standard Detail in Appendix A and manufacturer’s recommendations. All costs associated with providing cleanouts and fittings shall be considered incidental to and included in the linear foot unit contract price for “Underdrain Pipe, 4 In. Diam.” and “Underdrain Pipe, 6 In. Diam.”

7-01.4 Measurement

(Special Provision) Supplement

Gravel Backfill for Drain, Fittings and Cleanout, Gravel Backfill for Drywell, and Construction Geotextile for Underground Drainage shall not be measured or paid for separately and will be included in various bid items.

7-01.5 Payment

(Special Provision) Supplement

Payment will be made for the following bid item(s):

Drain Pipe, 6-In. Diam. Per Linear Foot

Underdrain Pipe, 4-In. Diam. Per Linear Foot

Underdrain Pipe, 6-In. Diam. Per Linear Foot

The unit bid price for “Drain Pipe, 6-In. Diam.” “Underdrain Pipe, 4-In. Diam.”, and “Underdrain Pipe, 6-In. Diam.” shall be full pay for all labor, materials, tools and equipment necessary to perform the work of furnishing and installing the drain pipe including but not limited to excavation, material disposal, furnishing pipe materials and appurtenances including special fittings, couplings, providing and placing bedding, installing, backfilling with native material, pipe cleaning and testing, hauling, backfill compaction, and compaction testing.

Page 234: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-110 Bid Documents August 2012

7-04 STORM SEWERS

7-04.2 Materials

(Special Provision) Supplement

Solid Wall PVC Storm Sewer Pipe 9-05.12(1)

Ductile Iron Sewer Pipe 9-05.13

(Ductile iron storm sewer pipe shall be Class 52.)

7-04.3 Construction Requirements

(Special Provision) Supplement

All costs associated with providing temporary metal sheeting for storm sewer trenches shall be considered incidental to the various bid items and no additional compensation shall be considered.

7-04.3(1) Cleaning and Testing

(Special Provision) Supplement

Low-pressure air test shall be used to test storm sewer pipe, fittings, and connections. Contractor shall notify Engineer 24 hours in advance of performing pipe testing.

Prior to inspection and acceptance of storm drainage work, pipes and storm drain structures shall be cleaned and flushed. Any obstructions to flow within the storm drain system (such as rubble, mortar and wedged debris) shall be removed at the nearest structure. Obstructions shall not be discharged to the Sammamish River. This work shall be performed in accordance with Section 7-07 Cleaning Existing Drainage Structures of the Standard Specifications.

Cleaning and flushing of the pipes and structures shall be considered incidental to and included in the various bid items necessary for a complete and function storm drainage system.

7-04.3(2) Utility Clearances

(Special Provision) New

Ethafoam HS 600 Plank foam board, or approved equal, shall be placed between the storm pipe and other utilities for vertical clearances less than 6-inches.

7-04.3(3) Connections To Concrete Structures

(Special Provision) New

When connecting to a concrete structure, openings shall be core-drilled, unless an existing knockout is available. Connections shall be made with watertight rubber boots, sand collars,

Page 235: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-111 Bid Documents August 2012

manhole adapters, or other approved watertight connections, except for concrete, ductile iron, or corrugated metal pipe. For concrete, ductile iron, corrugated metal pipe, or PVC pipe connections shall be made with non-shrink Portland cement grout to make a watertight fit.

7-04.3(4) Check Valve

(Special Provision) New

The check valve shall be designed to slip over the pipe outside diameter and attached by means of vendor furnished stainless steel clamps and as specified in Special Provisions Section 9-30.3(2). The check valve shall be installed in accordance with manufacturer’s written installation and Operation and Maintenance Manual and approved submittals. The check value shall be duck-bill style check valve to prevent backflow through the proposed pipe connection to the existing storm sewer manhole at locations indicated on the Plans. The check valve shall have a low head loss that is not affected by rust, corrosion or lack of lubrication. The check valve shall have a low opening pressure of 2” or less.

7-04.3(5) Trench Drain

(Special Provision) New

Install Trench Drain at the location and depths shown in the plans. The Trench Drain shall be installed in accordance with manufacturer’s written installation and Operation and Maintenance Manual and approved submittals. Trench Drain Grates shall conform with ADA Accessibility Guidelines.

The Trench Drain Grates shall be installed per manufacturer’s instructions and per the Plans. The grates shall be installed end to end with openings between no more than 3/8”. The trench drain system shall have a locking system to maintain structural integrity during installation, and a locking device and support for the grates. The pattern for the trench grate shall be as shown on the Plans.

Trench Drain Grates with Vehicle Load Frame shall be Ductile Iron per ASTM A536 Class 65-45-12 with rust conditioner installed by Manufacture. No opening shall be greater tha 1/4". Grate and Frame for Vehicle Load Trench Drain shall meet load requirements of Class C or higher.

Grate for Pedestrian Load Trench Drain shall be grey polyolefin material. Grate, frame and trench channel shall be supplied by a single manufacture. Trench grade channel shall have a manfucture installed knockout at the bottom of channel at spacing per the Plans.

7-04.3(6) Beveled End Section

(Special Provision) New

Beveled End Sections, where indicated on the Plans, shall be included in the total pipe length listed on the Plans for the connecting pipe. The Beveled End Sections shall be in accordance with WSDOT Standard Plan B-70.20-00.

Page 236: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-112 Bid Documents August 2012

7-04.5 Payment

(Special Provision) Supplement

Payment will be made for the following bid item(s):

Solid Wall PVC Storm Sewer Pipe, 8-Inch Diam. Per Linear Foot

Solid Wall PVC Storm Sewer Pipe, 12-Inch Diam. Per Linear Foot

Ductile Iron Storm Sewer Pipe, 8-Inch Diam. Per Linear Foot

Ductile Iron Storm Sewer Pipe, 12-Inch Diam. Per Linear Foot

Trench Drain Per Linear Foot

Check Valve Per Each

The unit bid price for Storm Drain of the kind and size specified shall be full pay for all labor materials, tools and equipment necessary to perform the work of furnishing and installing the storm drain including but not limited to excavation, material disposal, removal and disposal of existing pipe, furnishing pipe materials and appurtenances including special fittings, couplings, foam board and manhole connectors, providing and placing bedding, installing, backfilling with native material, pipe cleaning and testing, hauling, backfill compaction, and compaction testing.

All connections to existing structures shall be considered incidental to the cost of the pipe. Pipe bedding shall be considered incidental to the pipe. Where required by these specifications or by the Engineer, the Contractor shall use “Gravel Borrow Incl. Haul” as backfill with payment made under the applicable bid item. Native material may be used unless the native material is unsuitable for use as backfill. Suitability of native material for backfill will be at the sole discretion of the engineer. Where Bank Run Gravel for Trench Backfill is used in place of native material for backfill, the removal and disposal of native material shall be incidental to the unit cost for storm drain.

“Beveled End Section” shall be incidental to the storm sewer pipe bid item and no separate payment will be made.

Testing storm sewer pipe shall be incidental to other items of the contract and no separate payment will be made.

The unit bid price for “Trench Drain” shall be shall include, but not be limited to, furnishing and installing the Trench Drain grates for both vehicule load frame and pedestrian load frame, conduits, hardware, and conveyance pipe from the trench drain to the downstream catch basin.

Page 237: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-113 Bid Documents August 2012

7-05 MANHOLES, INLETS, CATCHBASINS, AND DRYWELLS

7-05.2 Materials

(Special Provision) Modification

Rubber Gaskets for Concrete Pipes and Precast Manholes 9-04.4(1)

Bedding Material Pipe (Gravel Backfill for Pipe Zone Bedding) 9-03.12(3)

Metal Frame, Grate and Solid Metal Cover for Catch 9-05.15(2) Basins or Inlets

A manufacturer’s Certificate of Compliance shall be furnished by the Contractor prior to the use of the material in accordance with Section 1-06.

7-05.3 Construction Requirements

(Special Provision) Supplement

Catch basins shall be constructed in accordance with the Standard Details unless otherwise shown on Plans or noted in the Standard Specifications and these Special Provisions.

Handholds on riser or adjustment section shall have 3-inch minimum clearance. Prefabricated adders are required in Type 2 structures with minimum clearance of 6-inches at the steps per WSDOT Standard Plan B-30.90-01.

All reinforced cast in place concrete shall be class 4000. All precast concrete shall obtain a minimum of 4000 psi at 28 days.

Precast bases shall be furnished with cutouts or knockouts. Knockouts shall have a wall thickness of 2-inch minimum.

All storm structures shall be grouted water tight, including under frames, manhole barrel and riser sections, and pipe collars.

All cast in place structures require City approval of structural design.

Catch basins placed in unpaved areas shall have locking lids and require a 3 feet concrete apron.

7-05.3(3) Connections to Existing Manholes

(Special Provision) Supplement

The requirements of this section shall also apply to connections to existing catch basins. New connections shall meet requirements of 7-04.3(3).

Page 238: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-114 Bid Documents August 2012

7-05.5 Payment

(Special Provision) Supplement

Payment will be made in accordance with Section 1-04.1 for the following bid item(s):

Catch Basin Type 1 Per Each

Catch Basin Type 2, 48 In. Diam. Per Each

Adjust Storm Drain Manhole Per Each

All costs associated with bedding materials, structure excavation and backfill shall be incidental to the type and size of structure installed.

The contract bid prices above, including all incidental work, shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work as definied in the Standard Specifications and these Special Provisions.

Frames, vaned grates and solid covers shall be furnished and installed per the City Standard Details in Appendix A and shall be incidental to these items.

The unit price for “Adjust Storm Drain Manhole” to grade shall be full pay for all labor materials, tools and equipment necessary to perform the work of adjusting the storm drain manhole to grade.

All connections to existing structures shall be considered incidental to the cost of the pipe. Pipe bedding shall be considered incidental to the pipe. Where required by these specifications or by the Engineer, the Contractor shall use “Gravel Borrow Incl. Haul” as backfill with payment made under the applicable bid item. Native material may be used unless the native material is unsuitable for use as backfill. Suitability of native material for backfill will be at the sole discretion of the engineer.

Where Bank Run Gravel for Trench Backfill is used in place of native material for backfill, the removal and disposal of native material shall be incidental to the unit cost for storm drain.

7-06 BIORETENTION PLANTER

7-06.1 Description

(Special Provision) New

This work shall consist of installing Bioretention Planters intended to received surface water runoff as shown on the Plans and as specified herein. This work typically includes:

1) Protection of subgrade from compaction or silt laden runoff during construction;

2) Excavation of subgrade, including scarify and tilling;

Page 239: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-115 Bid Documents August 2012

3) Placement of Gravel Backfill for Drains and Construction Geotextile for Separation below

proposed layer of Bioretention Soil Mix; if required by the Plans

4) Placement of Bioretention Soil Mix;

5) Placement of Rock Outfall Pad, if required by the Plans

6) Placement of Biorention Compost topdressing

7) Planting the plants;

8) Protection of the bioretention planter while the Project Site is stabilized.

7-06.2 Materials

(Special Provision) New

Materials shall meet the requirements of the following sections:

Gravel Backfill for Drains 9-03.12(4)

Construction Geotextile for Separation 9-33.2(1)

Bioretention Mineral Aggregate 9-03.16

Bioretention Soil Mix 9-14.1(4)

Bioretention Compost 9-14.4(8)C

The Construction Geotextile for Separation as Construction Geosynthetic shall meet requirements of permanent erosion control with moderate or higher survivability and Class C AOS woven fabric with Flow Rate greater than 130 gal/min/sf per ASTM D4491.

7-06.3 Construction Requirements

(Special Provision) New

7-06.3(1) General

The Bioretention Planters shall be constructed as shown on the Plans.

Bioretention planters are especially susceptible to failure due to compaction of subgrade and/or the introduction of silt-laden construction runoff. Runoff shall not be allowed to enter the bioretention planter (before or after bioretention soil installation) until authorization is given by the Engineer.

When the Contract specifies testing by a Contractor, the laboratory used by the Contractor shall be an accredited laboratory with current and maintained certification (Seal of Testing Assurance (STA), AASHTO, ASTM or other standards organization, or as designated in the contract). The testing laboratory shall be capable of performing all tests to the standards specified, and shall provide test results with an accompanying Manufacturer's Certificate of Compliance. All reporting shall include test methods and quality assurance data as specified by the method. Environmental Testing shall only be performed by laboratories with current Washington State Department of Ecology accreditation.

Page 240: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-116 Bid Documents August 2012

7-06.3(1)A SUBMITTALS FOR BIORETENTION SOIL MIX DESIGN

At least 10 working Days prior to placement of Bioretention Soil, the Contractor shall submit to the Engineer the following in accordance with Section 1-06:

For Gravel Backfill for Drains, provide laboratory analysis as follows:

Parameter Method As Specified

Gradation ASTM D422 9-03.12(4)

For Bioretention Mineral Aggregate, provide laboratory analysis as follows:

Parameter Method As Specified

Gradation ASTM D422 9-03.16(2)

For Bioretention Compost, provide laboratory analysis as follows:

Parameter Method As Specified

Carbon : Nitrogen TOC – TMECC 04.01

TKN – TMECC 04.02D

9-14.4(8)

Gradation TMECC 02.02-B 9-14.4(8)

pH TMECC 04.11-A 9-14.4(8)

Inert Material TMECC 03.08-A 9-14.4(8)

Organic Content TMECC 05.07A 9-14.4(8)

For Bioretention Soil Mix, provide laboratory analysis as follows:

Parameter Method As Specified

Organic Matter Content TMECC 05.07A or

ASTM D 2974 9-14.1(4)

Cation Exchange Capacity EPA 9081 9-14.1(4)

Dissolved Copper EPA 200.8 9-14.1(4)

Dissolved Zinc EPA 200.8 9-14.1(4)

Total Phosphorous EPA 365.2 9-14.1(4)

Also provide the following:

1. A five (5) gallon sample of the Bioretention Soil Mix

2. The Manufacturer’s Certificate(s) of Compliance per Section 1 -06.3 accompanying the test results from the Supplier of the Bioretention Soil Mix and its components.

3. List of feed stock by percentage for the Bioretention Compost.

4. The Suppliers (if different) of the mineral aggregate and compost components, including their name(s) and address(es);

Page 241: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-117 Bid Documents August 2012

5. A written description of the equipment and methods to mix the Bioretention Mineral Aggregate and Bioretention Compost to produce Bioretention Soil Mix.he following information about the testing laboratory(ies):

a. name of laboratory(ies) including contact person(s),

b. address(es),

c. phone contact(s),

d. e-mail address(es);

e. qualifications of laboratory and personnel including date of current certification by STA, ASTM, AASHTO, or approved equal.

6. A copy of the Solid Waste Handling Permit issued to the Bioretention Compost supplier by the Jurisdictional Health Department as per WAC 173-350 (Minimum Functional Standards for Solid Waste Handling).

7. The Bioretention Compost supplier shall verify in writing, and provide lab analyses that the Materials comply with the processes, testing, and standards specified in WAC 173-350 and these Specifications. An independent STA Program certified laboratory shall perform the analysis.

8. A copy of the Bioretention Compost producer’s current STA certification as issued by the U.S. Composting Council.

A second sample and Supplier information, for comparison by the Engineer with Bioretention Soil Mix and delivery tickets actually delivered during the project, shall be maintained by the Contractor at the project site as follows:

1. A 5 gallon sample of the same mixed bioretention soil; and

2. A copy of the names and address of Supplier(s) of the mixed bioretention soil, aggregate and compost components

3. The test results submitted for the mixed bioretention soil, the Mineral Aggregate, and the compost, along with the accompanying Manufacturer’s Certificate of Compliance.

If the source of any Material included in the Bioretention Soil Mix design changes, including compost stock pile, than a new submittal for Bioretention Soil Mix design shall be submitted.

7-06.3(2) Grading and Placement for Bioretention Planters

Grading and placement for bioretention planters shall be performed as follows:

1. The Contractor shall not start bioretention planter grading until the Project Site draining to the bioretention area has been stabilized and authorization is given by Engineer. No heavy equipment shall operate within the planter perimeter once bioretention planter excavation has begun, including during excavation, backfilling, tree pit preparation,

Page 242: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-118 Bid Documents August 2012

mulching, or planting. At the locations shown on the Plans, bioretention planters shall be excavated to accommodate the placing of bioretention soil and, if applicable, Gravel Backfill for Drains as shown on the Plans. There shall be no grading within the dripline of trees to be retained, unless otherwise specified in the Plans. The Contractor shall notify the Engineer of conflicts with tree protection standards and/or other site conditions prior to proceeding with the Work. The Contractor shall provide the Engineer the opportunity to inspect the excavation prior to placement of any material or subgrade soil scarification.

2. After excavation to subgrade, if any sediment laden runoff has entered the planter, the sediment deposition shall be removed by overexcavating the planter by a 3-inch minimum. The excavated material shall be replaced with 3-inches of Gravel Backfill for Drains.

3. The Contractor shall scarify the surface of the prepared subgrade to a minimum depth of 3 inches prior to placement of bioretention soil or Gravel Backfill for Drains, if applicable.

4. If applicable, after placement of Gravel Backfill for Drains, if any sediment laden runoff has entered the planter, the sediment deposition shall be removed by excavating Gravel Backfill for Drains in the planter by a 3-inch minimum and replacing it with clean Gravel Backfill for Drains, at the Contractor’s expense.

5. The Contractor shall place bioretention soil loosely upon a prepared subgrade (or upon Gravel Backfill for Drains if specified) in accordance with these Specifications and in conformity with the lines, grades, depth, and typical cross-section shown in the Plans or as established by the Engineer.

6. Locations and grading requirements to support new trees as a component of the bioretention system shall be field marked by the Engineer when identified as “field locate by the Engineer” on the Plans. Provide advance notice for Engineer to locate plantings per Section 8 -02.3(7).

7. Prior to placement of compost mulch in each planter, the Contractor shall notify the Engineer to inspect the bioretention planter. If any sediment laden runoff has entered the planter, the Contractor shall remove the top 3 inches of bioretention soil and replace with bioretention soil per design, at the Contractor’s expense.

No Materials or substances shall be mixed or dumped within the planter area that may be harmful to plant growth, or prove a hindrance to the planting or maintenance operations. The finished elevation shall be one (1) inch below walks, curbs, pavements and driveways, unless otherwise specified. Upon completion of finish grading work, all excess Material shall be removed from the Project Site and disposed of accordingly.

Page 243: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-119 Bid Documents August 2012

7-06.3(3) Bioretention Soil Placement

The Contractor shall not place bioretention soil until the Project Site draining to the bioretention area has been stabilized and authorization is given by Engineer. Soil placement and consolidation shall not occur when the bioretention soil is excessively wet. Mixing or placing bioretention soil shall not be allowed if the area receiving bioretention soil is frozen, excessively wet or saturated or has been subjected to more than ½-inch of precipitation within 48-hours prior to mixing or placement. The Engineer will have final authority to determine if wet or saturated conditions exist. The Contractor shall not place bioretention soil until the soil mix delivery ticket(s) have been reviewed and accepted by the Engineer. At first delivery of bioretention soil, and for deliveries thereafter as determined by the Engineer, the Contractor will make available to the Engineer:

1. The 5 gallon sample of bioretention soil described in 7 -22.3(1)A SUBMITTALS, for comparison with the delivered soil.

2. The Manufacturer’s Certificate(s) of Compliance and test results described in 7 -22.3 (1)A SUBMITTALS, for comparison with the delivery tickets to verify the Suppliers.

3. Access to the delivered bioretention soil, before placement, to verify that it is

homogeneously mixed and matches the submitted sample. The Engineer may stop bioretention soil delivery and placement if the Engineer determines that the delivered soil does not appear to match the submittals, and require sampling and testing of the delivered soil, before authorizing bioretention soil placement. Place bioretention soil specified for landscape areas loosely. Final soil depth shall be measured and verified only after the soil has been water consolidated, which requires filling the planter with water in a controlled manner, without creating any scour or erosion, to at least 1 inch of ponding. Allowing uncontrolled runoff from adjacent impervious areas to enter planter is not an acceptable method for consolidation. Repeat until final depth is achieved. After placement of bioretention soil, and before planting or mulching, the Contractor shall notify the Engineer at least one (1) Working day in advance, so that the Engineer can perform compaction testing. Rake soil to final grade. Planter shall be consolidated or compacted as specified above, and approved by Engineer prior to planting. Bioretention soil shall be protected from all sources of additional moisture at the Supplier’s site, in covered conveyance, and at the Project Site until incorporated into the Work.

Page 244: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-120 Bid Documents August 2012

7-06.4 Measurement

(Special Provision) New

Bid items of Work completed pursuant to the Contract will be measured as provided in Section 1 -09.1, Measurement of Quantities, unless otherwise provided for by individual measurement paragraphs here in this Section.

No measurement will be made for “Gravel Backfill for Drains” and will be included in various bid items.

Measurement for “Construction Geotextile Fabric for Separation” will be by the square yard under Construction Geosynthetic.

Measurement for “Bioretention Soil Mix” will be by the square foot, as measured at the top of the bioretention soil mix.

Measurement for “Bioretention Compost” will be by the square foot, as measured at the top of the bioretention soil mix.

Measurement for structural excavation and grading will be measured under “Roadway Excavation Incl. Haul”.

7-06.5 Payment

(Special Provision) New

Payment will be made in accordance with Section 1-04.1 for the following bid item(s):

Roadway Excavation Incl. Haul 2-03

Construction Geosynthetic 2-12

Bioretention Soil Mix 8-02

Bioretention Compost 8-02

7-07 CLEANING EXISTING DRAINAGE STRUCTURES

7-07.5 Payment

(Special Provision) Supplement

Cleaning shall be considered incidental to and included in the unit contract prices for the various bid items in this contract.

Page 245: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-121 Bid Documents August 2012

7-08 GENERAL PIPE INSTALLATION REQUIREMENTS

7-08.2 Materials

(Special Provision) Supplement

Controlled Density Fill 9-03.22

Gravel Borrow 9-03.14(1)

Gravel Backfill for Drains 9-03.12(4)

Gravel Backfill for Pipe Zone Bedding 9-03.12(3)

The Contractor shall deliver representative samples of materials to be incorporated into the work in accordance with Section 1-06.2.

7-08.3(1) Excavation and Preparation of Trench

(Special Provision) Supplement

The Contractor may encounter groundwater, including perched groundwater, in trench excavation depending on trench depth. The Contractor shall assess the situation and develop a plan to accommodate construction in groundwater. The Contractor shall be solely responsible for this groundwater/trench excavation control plan and shoring.

7-08.3(1)A Trenches

(Special Provision) Revision

Delete the second paragraph and replace with the following:

“The trench width shall be as specified on the Plans and shall be excavated to the depth and grade as given by the Engineer, shown on the Plans, or as specified in these Special Provisions or Standard Specifications.”

(Special Provision) Supplement

The section is supplemented with the following:

Remove completely all existing pavement, curb, sidewalk, catch basins, manholes, pipes, structures, and other improvements and facilities as shown on the Plans and as required for construction of the new facilities. Also, remove obstructions encountered, including, but not limited to, tree roots, stumps, abandoned piling, buildings and structures, and debris of all types. Except as specified elsewhere or as shown on the Plans, upon their removal, the structures and obstructions shall become the property of the Contractor, shall be removed from the site, and shall be disposed of in a manner meeting all federal, state, county, and local requirements, laws and regulations.

Page 246: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-122 Bid Documents August 2012

Cold mix shall not be used for temporary trench patch. The Contractor will be required to provide HMA permanent trench patch.

7-08.3(1)B Shoring

(Special Provision) Supplement

Shoring design shall be the responsibility of the Contractor. No implication of methods, means or materials is implied within the Bid Documents.

7-08.3(1)C Bedding the Pipe

(Special Provision) Revision

Delete the first sentence of the second paragraph and replace with the following: “Pipe zone bedding shall be Gravel Backfill for Pipe Zone Bedding per Specification 9-03.12(3) and shall be placed in loose layers and compacted to 90 percent of maximum density as determined by ASTM D 1557. Native material shall not be used for pipe bedding.”

7-08.3(2)A Survey Line and Grade

(Special Provision) Replacement

Replace the first paragraph with the following:

Survey line and grade control hubs shall be provided by a survey crew working under the direction of a licensed land surveyor or licensed Engineer and shall be provided by the Contractor.

7-08.3(2)B Pipe Laying – General

(Special Provision) Supplement

Existing drainage ditches, culverts, and other storm water drainage structures shall be kept clean at all times. Temporary diversion of any drainage system shall not be permitted without prior approval. Any drainage culverts, catch basins, manholes, etc. damaged by the Contractor shall be repaired or replaced as directed by the Engineer, at the Contractor’s expense.

All pipe placed along City right-of-way for future installation shall be kept at a safe distance from the roadway, sidewalks and paths and in such a manner as to prevent accidental rolling onto roadway, sidewalk or path areas.

7-08.3(2)G Jointing of Dissimilar Pipe

(Special Provision) Replacement

Jointing of dissimilar pipe materials for storm drains shall be made with flexible couplings as specified in Section 9-30.2(7).

Page 247: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-123 Bid Documents August 2012

7-08.3(2)J Jointing to Gate Valves

(Special Provision) New

Where gate valves are installed, pipe connected to gate valves shall be flanged with flanges and gaskets to provide a watertight connection and match the adjoining pipe material.

7-08.3(3) Backfilling

(Special Provision) Replacement

Placement of backfill shall be performed in accordance with these requirements and details in the Plans. Trenches shall be backfilled as soon after the pipe laying as possible.

In areas outside of the roadway (landscaped areas, utility strips, proposed roadway, paths and parking lots, etc.), backfill material shall be “Gravel Borrow” per Section 9-03.14(1).

Native material may be used for pipe backfill at the sole discretion of the Engineer. Material excavated from the trench shall be used for backfill above the pipe zone, except that organic material, frozen lumps, wood, rocks, or pavement chunks larger than 6 inches in maximum dimension shall not be used. Compaction of native soils is sensitive to moisture and the Contractor shall apply reasonable methods to keep native material dry. Contractor shall perform compaction testing in accordance with the specifications and at the request of the Engineer. Materials not meeting the compaction requirements or determined by the Engineer to be unsuitable for backfill shall be removed and replaced with “Gravel Borrow Incl. Haul”.

Backfill shall be accomplished in such a manner that the pipe will not be shifted out of position nor damaged by impact or overloading. Backfilling of trenches in the vicinity of catch basins, manholes, or other appurtenances will not be permitted until the cement in the masonry has become thoroughly hardened. All backfill for pipe trenches shall be compacted by mechanical tamper(s) or other mechanical compaction device approved by the Engineer. Water settling will not be permitted as a method of backfill compaction.

The Contractor shall not operate tractors or other heavy equipment over the top of the pipe until the backfill has reached a height of 2-feet above the top of the pipe.

7-08.4 Measurement

(Special Provision) Revision

Gravel Backfill for Pipe Zone Bedding shall not be measured for payment.

Structure Excavation Class B Including Haul shall not be measured for payment.

Gravel Backfill for Drains shall not be measured for payment.

Page 248: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-124 Bid Documents August 2012

7-08.5 Payment

(Special Provision) Supplement

“Structure Excavation Class B Incl. Haul” shall be incidental to the various pipe and structure prices included in the bid proposal and no additional payment will be made.

“Gravel Backfill for Pipe Zone Bedding” shall be incidental to storm drain pipe.

“Gravel Backfill for Drains” shall be incidental to underdrain pipe.

“Gravel Borrow Incl. Haul” shall be paid per Cubic Yard and is included in Section 2-03.

7-10 PIPE OUTFALL PAD

7-10.1 Description

(Special Provision) New

This work consists of installing Pipe Outfall Pads at the locations, lines, and grades specified on the Plans.

7-10.2 Materials

(Special Provision) New

Materials shall meet the requirements of the following sections:

Streambed Cobbles – 10” 9-03.11(2)

Construction Geotextile for Separation 9-33

The Construction Geotextile for Separation shall meet requirements of permanent erosion control with moderate or higher survivability and Class C AOS woven fabric.

7-10.3 Construction Requirements

(Special Provision) New

Where shown on the Plans Pipe Outfall Pads will be installed per the typical details.

7-10.4 Measurement

(Special Provision) New

“Pipe Outfall Pad” will be measured per each installed, complete.

Page 249: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-125 Bid Documents August 2012

7-10.5 Payment

(Special Provision) New

Payment will be made in accordance with Section 1-04.1 for the following bid item(s):

Pipe Outfall Pad Per Each

The unit price in the Proposal for “Pipe Outfall Pad” shall be full compensation for all labor, tools, equipment, and materials necessary or incidental to constructing Pipe Outfall Pad as specified on the Plans. Work shall include, but not be limited to, structural excavation; compaction of subgrade; furnishing and in-place installation of construction geosynthetic; procuring, hauling, and placing aggregates; final grading; and cleanup.

7-11 INFILTRATION TRENCHES

7-11.1 Description

(Special Provision) New

This work consists of installing Infiltration Trenches and Narrow Infiltration Trenches at the locations, lines, and grades specified on the Plans.

7-11.2 Materials

(Special Provision) New

Materials shall meet the requirements of the following sections:

Construction Geotextile for Separation 9-33

Clean Crushed Surfacing Base Course 9-03.9(3)

Gravel Backfill for Drains 9-03.12(4)

The Construction Geotextile for Separation shall meet requirements of permanent erosion control with moderate or higher survivability and Class C AOS woven fabric with Flow Rate greater than 130 gal/min/sf per ASTM D4491.

7-11.3 Construction Requirements

(Special Provision) New

Where shown on the Plans infiltration trenches will be installed per the typical details.

Page 250: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-126 Bid Documents August 2012

7-11.4 Measurement

(Special Provision) New

“Infiltration Trench” will be measured per linear foot installed, complete.

“Narrow Infiltration Trench” will be measured per linear foot installed, complete.

7-11.5 Payment

(Special Provision) New

Payment will be made in accordance with Section 1-04.1 for the following Bid item:

Infiltration Trench Per Linear Foot

Narrow Infiltration Trench Per Linear Foot

The unit price in the Proposal for “Infiltration Trench” and “Narrow Infiltration Trench” shall be full compensation for all labor, tools, equipment, and materials necessary or incidental to constructing infiltration trenches as specified on the Plans. Work shall include, but not be limited to, structural excavation; scarifying subgrade; procuring, hauling, and placing aggregates; furnishing and in-place installation of construction geosynthetic; final grading; and cleanup.

7-12 VALVES FOR WATER MAINS

7-12.3(2) Adjustment of Water Valve Boxes

(Special Provision) New

New water valve boxes shall be adjusted in accordance with Standard Detail 718.

In the event existing water valve boxes need to be adjusted due to pavement overlay or patching, it is a requirement that each valve box be inspected by the City prior to work commencing. For inspection purposes, the Contractor shall excavate around all valve boxes selected by the Engineer prior to pavement work. Excavation for inspection is anticipated to be a maximum of 36 inches in diameter by 24 inches in depth. The actual excavation will vary depending upon field conditions.

After inspection, and prior to pavement work, valve boxes, as designated by the Engineer, shall receive one or more of the following repairs:

Remove existing valve box and replace with a new valve box meeting the requirements of Section 9-30.3(4) Valve Boxes of the Standard Specifications and be installed in accordance with Standard Detail 718.

Reuse and clear the valve box of all debris and leave the valve in a fully operable condition.

Page 251: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-127 Bid Documents August 2012

Center valve box. Where the existing valve box is to remain and is not centered over the valve, the Contractor shall excavate to the water valve and center the valve box over the valve nut.

For each valve box that has been removed or replaced, the Contractor shall install an Etha foam ring, or approved equal, between the valve box and the water valve as per Standard Detail 718.

Excavation voids resulting from repair or inspection work shall be backfilled with CDF to within 2 inches of finished grade. The top 2 inches shall be HMA Class ½” PG 64-22.

After final paving, valve boxes shall be adjusted per Section 7-05.3(1) Adjusting Manholes and Catch Basins to Grade of the Standard Specifications. All valve boxes shall be adjusted to grade.

Excavation voids resulting from adjustment shall be backfilled with CDF to within 4 inches of finished grade. The top 4 inches shall be HMA Class ½” PG 64-22.

The ears on the valve box lid shall be oriented to the direction of flow of the water main. The Contractor shall assure the valve box remains clear of all debris and the valve nut is accessible.

7-12.5 Payment

(Special Provision) Supplement

Adjustment of Water Valve Box to Grade shall be included in the unit bid price for HMA and shall not be measured for payment.

7-14 HYDRANTS

7-14.3(1) Setting Hydrants

(Special Provision) Modification

Modify subparagraph 1 as follows:

“…a minimum 4-foot radius unobstructed…”

Modify subparagraph 4 as follows:

“…be painted with two coats of first quality industry quick dry enamel canary yellow paint. Do not paint adaptor.”

7-14.3(2) C Hydrant Guard Posts

(Special Provision) Revision

Delete the second sentence of the paragraph.

Page 252: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-128 Bid Documents August 2012

7-14.3(3) Resetting Existing Hydrants

(Special Provision) Replacement

Resetting of existing hydrants shall not be allowed. Hydrant assembly shall be constructed as shown on the plans and per City of Redmond Standard Detail 713 or as directed by the Engineer with all new material. Removed hydrants shall be delivered to the City maintenance and operation facility.

7-14.3(4) Moving Existing Hydrants

(Special Provision) Replacement

Moving existing hydrants shall not be allowed. Hydrant assembly shall be constructed as shown on the plans and per City of Redmond Standard Detail 713 or as directed by the Engineer with all new material. Removed hydrants shall be delivered to the City maintenance and operation facility.

7-14.5 Payment

(Special Provision) Supplement

Payment will be made for the following bid items:

Fire Hydrant Assembly Per Each

The unit contract price per each for “Fire Hydrant Assembly” shall be full pay for all work to furnish and install hydrant assemblies complete in place, including but not limited to: clearing and grubbing; cutting, removal, and disposal of existing asphalt concrete pavement and cement concrete curb and gutter and sidewalk; removal of existing hydrant and valve and plugging existing lines; capping existing main; delivery of existing hydrant and valve to City at designated location; cutting and abandoning existing asbestos cement pipe and materials; excavation, removal, haul and disposal of excavated materials; furnishing, installing, testing, and disinfecting pipes, pipe between tee and hydrant; fire hydrant fittings, valve, and appurtenances; installing thrust blocks; dewatering; testing; furnishing, installing, compacting, and testing bedding and backfill materials; cleanup; painting; constructing new cement concrete curb, gutter and sidewalk; and any additional work, materials, and equipment required to construct an operating fire hydrant.

No separate payment will be made for the 6-inch ductile iron pipe between the valve, hydrant tee and the hydrant.

END OF DIVISION 7

Page 253: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-129 Bid Documents August 2012

DIVISION 8

MISCELLANEOUS CONSTRUCTION

8-01 EROSION CONTROL AND WATER POLLUTION CONTROL

8-01.1 Description

(Special Provision) Supplement

Work shall include installation of temporary erosion control devices including, but not limited to,

ESC Lead, inlet protection, plastic covering, coir erosion control blanket, wattle, erosion/water

pollution control and tree/shrub protection/high visibility fencing. Erosion control and water

pollution control for the entire project shall be included in Schedule A.

All disturbed areas shall be hydroseeded except as are designated to be planted. The seeding

may be accomplished by approved hand methods when impractical to perform by hydroseeding.

The Contractor shall submit the proposed plan for hand seeding to the Engineer for approval

five days prior to any seeding.

Water

The Contractor shall make, at the Contractor's expense, whatever arrangements may be

necessary to ensure an adequate supply of water required for erosion control. The Contractor

shall also furnish all necessary hose, equipment, attachments and accessories for the adequate

irrigation of planted areas as may be required to complete the work as specified. All costs shall

be incidental to and included in the bid items involved and no additional compensation shall be

made.

8-01.3 Construction Requirements

8-01.3(1) General

(Special Provision) Supplement

Construction Stormwater General Permit

Section 8-01.3(1)H is supplemented with the following:

Prior to the Notice to Proceed, the Contractor shall fill out, execute and submit a Transfer of Coverage to the Department of Ecology to transfer the Construction Stormwater General Permit (NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated with Construction Activity) from the City to the Contractor. In addition, upon physical completion, the Contractor shall fill out, execute and submit a Notice of Termination form to the Department of Ecology. Copies of the completed Transfer of Coverage and the completed

Page 254: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-130 Bid Documents August 2012

Notice of Termination shall be sent to the Engineer. See Section 8-01.3(1)F for related SWPPP and stormwater monitoring requirements. See Appendix F for a copy of the City’s Construction Stormwater General Permit and for a copy of the City’s Notice of Intent application.

8-01.3(1)B Erosion and Sediment Control (ESC) Lead

(Special Provision) Supplement

Section 8-01.3(1)B is supplemented by the following;

3. The ESC Lead shall be responsible for the monitoring, reporting and recordkeeping requirements as specified in the Construction Stormwater General Permit.

8-01.3(1)F Stormwater Pollution Prevention Plan (SWPPP)

(Special Provision) New

Section 8-01.3(1)F is a new Section:

A Stormwater Pollution Prevention Plan (SWPPP) shall be prepared by the Contractor and submitted for approval to the Engineer. The plan shall consist of the Contractor’s complete strategy to meet the requirements of the Department of Ecology’s NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated With Construction Activity (General Permit). The SWPPP shall include and modify as necessary the Site Preparation and Erosion Control Plan drawings provided as part of the Contract Plans. The Contractor shall prepare review and modify the SWPPP as necessary to be consistent with the actual work schedule, sequencing, and construction methods that will be used on the project. The Contractor’s SWPPP shall meet the requirements of the general permit. The Contractor’s modifications to the SWPPP shall also incorporate the content and requirements for the Spill Prevention, Control and Countermeasures (SPCC) Plan in accordance with Section 1-07.15(1).

The SWPPP shall document all the erosion and sediment control Best Management Practices (BMPs) proposed, whether permanent or temporary. The plan shall document installation procedures, materials, scheduling, and maintenance procedures for each erosion and sediment control BMP. The Contractor shall submit the SWPPP for the Engineer’s approval before any work begins. The Contractor shall allow at least five working days for the Engineer’s review of the initial SWPPP or any revisions to the modified SWPPP. Failure to approve all or part of any such plan shall not make the Contracting Agency liable to the Contractor for any work delays. The Contractor may not begin work without an approved Contractor’s SWPPP.

In addition, the SWPPP shall outline the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. Prior to beginning any concrete or grinding work, the Contractor shall submit the plan, for the Engineer’s review and approval.

As a minimum, the SWPPP shall include all the SWPPP requirements identified in the General Permit, including:

Narrative discussing and justifying erosion control decisions (12 elements)

Page 255: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-131 Bid Documents August 2012

Drawings illustrating BMPs types and locations

Engineering calculations for ponds and vaults used for erosion control

A schedule for phased installation and removal of the proposed BMPs, including:

A. BMPs that will be installed at the beginning of project startup.

B. BMPs that will be installed at the beginning of each construction season.

C. BMPs that will be installed at the end of each construction season.

D. BMPs that will be removed at the end of each construction season.

E. BMPs that will be removed upon completion of the project.

An Ecology template is available to the Contractor for producing the SWPPP, using project- specific information added by the Contractor. The template and instructions are available at: http://www.ecy.wa.gov/programs/wq/stormwater/construction/

A draft SWPPP has been included in Appendix H of these Special Provisions.

8-01.3(1)G Monitoring Requirements

(Special Provision) New

Section 8-01.3(1)G is a new section:

Monitoring of stormwater shall be conducted for comparisons to benchmark values for turbidity and pH as described in the General Permit. The Contractor shall provide weekly stormwater monitoring of the project stormwater discharge locations for turbidity and pH as required for sites which disturb 5 acres or more as described in the General Permit. In addition, the Contractor shall:

1. Review project maps, project definition, and the proposed construction schedule to understand when and where construction activities have the greatest potential to impact specific water quality parameters.

2. Assume four discharge locations to be monitored. Establish three specific project sampling locations for sampling and monitoring at each discharge location to determine background, outfall, and downstream water quality conditions.

4. Develop a map to be included in the SWPPP for approval that identifies the Contractor’s proposed sampling station locations. Keep the map with the monitoring and reporting forms so personnel responsible for monitoring, recording and reporting can understand the locations and access the sampling stations.

5. Establish a sampling schedule such that monitoring is conducted weekly during storm events that exceed 0.5 inches of rainfall within 24 hours, while the project is active.

6. Establish procedures that adapt to unanticipated events such as severe storms, schedule adjustments, modified construction techniques, etc. Submit any modifications to the procedures to the Project Engineer for approval.

Page 256: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-132 Bid Documents August 2012

7. Calibrate equipment according to manufacturers’ recommendations and according to their specified schedule. If data appears suspect, perform additional calibrations immediately.

Payment for stormwater monitoring and related reporting and recordkeeping will be made under the lump sum item SWPPP.

Turbidity and pH Exceedances

Following any exceedances of the turbidity or pH benchmarks, the Contractor shall provide the following at no additional cost to the Contracting agency:

1. The necessary SWPPP revisions and on-site measures/revisions including additional source control, BMP maintenance, and/or additional stormwater treatment BMPs that are necessary to prevent continued exceedance of turbidly and/or pH benchmarks.

2. the regulatory notification to the Dept of Ecology and to the Engineer of any monitoring results requiring regulatory notification.

3. the additional daily sampling and reporting measures described in the General Permit to verify when project site runoff is in compliance.

8-01.2 Materials

(Special Provision) Supplement

High Visibility Fence

High Visibility Fence shall meet the requirements of WSDOT Standard Plan I-10.10-01.

Wattles

Wattles shall be accordance with Standard Specification 9-14.5(5) and meet the requirements WSDOT Standard Plan I-30.30-00.

8-01.3 Construction Requirements

(Special Provision) Supplement

8-01.3(2) Erosion Control Seeding, Fertilizing, and Mulching

8-01.3(2)A Preparation for Final Application

Seed Bed Preparation

All disturbed areas, which are not otherwise restored, shall be seeded. All areas to be seeded shall be raked or similarly treated so as to provide a smooth, consistent, friable surface, acceptable for seeding as determined by the Engineer.

All areas to be seeded shall be free of all visible clods rocks and debris measuring one inch or larger in any dimension. Any exposed tree roots in cut slopes shall be cut neatly and protected,

Page 257: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-133 Bid Documents August 2012

as detailed on the Plans. All costs involved in the seed bed preparation shall be included in the square foot price for Erosion Control Seeding.

8-01.3(2)B Seeding and Fertilizing

(Special Provision) Supplement Seeding Where feasible, the hydroseeding method of application shall be used. A slurry consisting of seed, fertilizer, mulch and water shall be uniformly applied over all unpaved disturbed areas, except planter areas per Plans, within easements and right-of-way unless directed otherwise. Seed shall be applied at a rate per Section 9-14.2 Seed, of these Special Provisions. Hand Seeding Seed shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed after the fertilizer has been accomplished and rake the seed into the surface of the soil to a depth of ¼-inch. Fertilizing Fertilizer shall be applied at the rates specified, per Section 9-14.3(1) Fertilizer, of these Special Provisions. Fertilizer shall be incorporated into the seed, mulch and water slurry and shall be applied as specified under Seeding. Liming Agricultural lime shall be applied to all hydroseeded areas at the rate of 100 pounds per 1000 square feet. Hand Fertilizing Fertilizer shall be applied at the rate of 10 pounds per 1000 square feet. The fertilizer shall be applied by an approved hand or mechanical method. It shall be raked into the surface soil to a depth of one inch.

8-01.3(2)D Mulching

(Special Provision) Supplement

Mulch shall be applied at the rate of 2000 pounds per acre. The Contractor shall follow the manufacturer’s recommended quantities of mulch in pounds to the tank capacity in gallons. One thousand (1000) pounds of mulch shall be included in the slurry of seed, fertilizer and water and applied to the areas to be seeded. The remaining 1000 pounds of mulch shall be applied in a separate operation immediately following the first application. The square foot price for

Page 258: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-134 Bid Documents August 2012

Erosion Control Seeding shall include two separate applications as specified and no further compensation made.

Hand Mulching Straw shall be transported to the location site in bales for distribution. Bales shall be broken and the loose straw evenly spread over the hand seeded and fertilized areas to a depth of 2-inches. Straw mulch shall be placed prior to any netting or tackifier. Each bale shall cover an area not to exceed 100 square feet.

8-01.3(8) Street Cleaning

(Special Provision) Supplement

The roadway shall be swept daily and as needed. Flushing will not be permitted. Roadway sweeping and cleaning shall be considered included in the lump sum Erosion/ Water Pollution Control and no additional payment will be made.

8-01.3(9)D Inlet Protection

(Special Provision) Supplement

Catch Basin Inserts shall meet the requirements of the applicable detail as shown on the Plans. The simple placement of a permeable geotextile material under a catch basin grate is not acceptable.

Catch Basin Inserts shall be installed on all existing and new catch basins that are constructed as part of this contract or receive runoff from the project site. Catch basin inserts shall be installed, maintained, inspected and removed per the Standard Specifications and as recommended by the manufacturer.

8-01.3(9)E High Visibility Fence

(Special Provision) Supplement

Posts shall be spaced at intervals not to exceed 6 feet. All posts shall be placed outside the

existing tree/shrub dripline except as approved by the City’s representative. The posts shall be

embedded into the ground a minimum of 1 foot. The fabric shall be stretched taut and securely

fastened to the posts. Fastening to posts shall be with tie wire or other approved method.

Landscaping designated for protection that is damaged by the Contractor’s operations shall be

replaced by plant materials of similar type and size in coordination with the landowner at the

Contractor’s expense.

When the Contractor’s operation exposes roots of plants to remain, the Contractor shall minimize the amount of time that roots are exposed and shall keep roots moist. Roots that need to be cut shall be trimmed neatly.

Page 259: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-135 Bid Documents August 2012

8-01.3(17) Suspension of Work

(Special Provision) New Section

If at any time during the life of this Contract it becomes necessary, or the Contractor elects to suspend work due to weather conditions, material delivery schedules, or other constraints, it shall be the Contractor’s obligation to meet the following requirements:

• The Contractor shall remain obligated to meet the Temporary Water Pollution / Erosion Control requirements of the Plans during any suspension of work.

• The Contractor shall remain obligated to meet the Temporary Traffic Control (both vehicular and pedestrian) requirements of the Plans during any suspension of work.

• The Contractor shall maintain vigilance and maintain a safe project area free of hazards to public safety and shall remedy all hazardous situations immediately.

8-01.4 Measurement

(Special Provision) Modification

No specific unit of measure shall apply to Erosion/Water Pollution Control which shall be measured and paid per lump sum.

No separate measurement for SWPPP, weekly monitoring or daily monitoring if needed will be made.

8-01.5 Payment

(Special Provision) Supplement

Payment will be made in accordance with Section 1-04.1 for the following bid item(s):

ESC Lead Per Day

Erosion/Water Pollution Control Per Lump Sum

Inlet Protection Per Each

Erosion Control Seeding Per Square Yard

High Visibility Fence Per Linear Foot

Wattles Per Linear Foot

Stormwater Pollution Prevention Plan (SWPPP) Per Lump Sum

Inlet Protection will be paid only once for each structure. Contractor shall maintain and/or

replace as necessary or as required by the City. No additional compensation will be made.

The lump sum contract price for the “Stormwater Pollution Prevention Plan” shall be full pay for all costs associated with taking over responsibility and complying with the Special and General

Page 260: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-136 Bid Documents August 2012

Conditions of the General Permit; including creating, submitting, modifying and maintaining the SWPPP; TESC plan, design and submittal of erosion and sediment control BMPs and TESC plan including providing, maintaining on site the standby equipment and materials to comply with the General Permit; providing all stormwater monitoring and reporting, and other specified SWPPP requirements.

8-02 ROADSIDE PLANTING

8-02.2 Materials

(Special Provision) Supplement

Materials shall meet the requirements of the following sections:

Topsoil Type A Section 9-14.1(1) (as modified by these special provisions)

Topsoil Type B1 Section 9-14.1(2)A (as modified by these special provisions)

Topsoil Type B2 Section 9-14.1(2)B (as modified by these special provisions)

Topsoil Type E Section 9-14.1(2)C (as modified by these special provisions)

Bioretention Soil Mix Section 9-14.1(4) (as modified by these special provisions)

Bioretention Compost Section 9-14.4(8)C (as modified by these special provisions)

Seed Section 9-14.2 (as modified by these special provisions)

Steel Edging shall be an all-steel interlocking system, 1/4” thick, and 6” min. depth, in 16’ to 20’ long sections with 6 steel stakes per section, raw finish. Supply adequate stakes for each section to be installed. Stakes shall be 15” long steel construction. Install per manufacturer’s directions and as detailed on plans.

8-02.3(1) Responsibility During Construction

(Special Provision) Supplement

Throughout planting operations, the Contractor shall keep the premises clean, free of excess soils, plants, and other materials, including refuse and debris, resulting from his work. As pedestrians will be allowed continuous access the Contractor shall not stockpile materials or park equipment in any manner that may create a hazard and/or obstacles to pedestrians.

At the end of each work day, and as each planting area is completed, it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to the satisfaction of the Engineer. No flushing will be allowed without approval of the Engineer. At the conclusion of work, the Contractor shall remove surplus soils, materials, and debris from the construction site and shall leave project in a clean condition.

Landscape construction is anticipated to begin after all grading, trail work, curbs, sidewalks, major utilities and associated roadside work is completed. Landscape materials shall not be

Page 261: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-137 Bid Documents August 2012

installed until weather permits and installation has been authorized by the Engineer. If water restrictions are in force, planting landscape materials may be delayed.

The Contractor shall locate all underground utilities (both new and existing) prior to starting work and shall not disturb or damage them. Promptly notify the Engineer of any conflict between the proposed work and any obstructions. The Contractor shall be responsible for making any and all repairs for damage caused by his or her activities.

8-02.3(2) Roadside Work Plan

(Special Provision) Supplement

The Work Plan shall be submitted to the Engineer at least one week prior to initiating proposed work. The use of chemical herbicides shall be considered on a case-by-case basis. The Contractor must submit, as part of the Work Plan, the intent to use chemical herbicides to the Engineer for approval prior to use. No chemical pesticides or herbicides will be approved for use in the Bioretention Planter areas.

8-02.3(2)A Chemical Pesticides

(Special Provision) Replacement

. No chemical pesticides or herbicides will be approved for use in the Rain Garden areas.

8-02.3(4) Topsoil

(Special Provision) Supplement

The work involved in preparing planting areas shall be conducted so the positive drainage is maintained. The planting area shall be weed free with no top growth or live roots before any soil work begins.

Thoroughly scarify subgrade in tree, shrub, groundcover and seeded areas to a minimum depth of six-inches (6”) unless otherwise noted on plans. Scarified subgrade shall be inspected and approved by the Engineer prior to the placement of topsoil. Remove all construction debris and rocks over two-inches (2”) in diameter prior to placing topsoil.

Upon approval of the subgrade, place Topsoils Type A, Type B1, Type B2, Type E and Bioretention Soil Mix in areas to be as indicated on the Plans.

Areas around existing trees to remain shall not be cultivated within eight-foot (8’) diameter of the tree trunk or any other areas which appear to have a significant number of existing tree roots. Remove rocks, roots, and debris over 1-inch (1”) diameter in cultivated areas. Lightly scarify compacted soils and establish a smooth and uniform finished grade to allow to surface drainage and prevent ponding.

All topsoil areas shall be brought to a uniform grade, to bring finished mulch or lawn areas 1/2” inch below walks, curbs, junction and valve boxes, and driveways, unless otherwise specified.

Page 262: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-138 Bid Documents August 2012

The costs of removing all excess material and debris shall be considered incidental to and included in the unit contract prices of other items in this contract.

8-02.3(4)A Topsoil Type A

(Special Provision) Supplement

Topsoil Type A shall conform to Section 9-14.1(1) of these Special Provisions and shall be

supplied by a Contractor's supplied source, and as approved by the Engineer. Topsoil Type A

shall typically be used in pit planting, in planting excavations deeper than conditioned topsoil

(Topsoil B2) and any areas requiring additional soil to bring subgrade up to grade, and bermed

areas, prior to the placement of required depth of Topsoil A as noted on the plans.

8-02.3(4)A Topsoil Type B1

(Special Provision) Supplement

Topsoil Type B1 shall be native topsoil and shall conform to Section 9-14.1(2)A of these Special

Provisions and as approved by the Engineer. Topsoil Type B1 shall typically be used in seeded

restoration areas. (Hydroseed Type #2, Restoration Seeding, typ.)

8-02.3(4)B Topsoil Type B2

(Special Provision) Supplement

Topsoil Type B2 shall be amended native topsoil and shall conform to Section 9-14.1(2)B of

these Special Provisions and shall be supplied by a Contractor's supplied source, and as

approved by the Engineer. Topsoil Type B2 shall typically be used in planting areas with

container plantings or seeding other than restoration seeding.

8-02.3(4)D Topsoil Type E

(Special Provision) New

Topsoil Type E shall conform to Section 9-14.1(5) of these Special Provisions and shall be

supplied by a Contractor's supplied source, and as approved by the Engineer. Topsoil Type E

shall typically be used in Seeded Lawn Type # 1 (Mowed Lawn, typ.). Depth per plans and

details.

8-02.3(4)E Bioretention Soil Mix

(Special Provision) New

Page 263: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-139 Bid Documents August 2012

Bioretention Soil Mix for Bioretention Planters shall conform to Section 9-14.1(4) of these

Special Provisions and shall be supplied by a Contractor's supplied source, and as approved by

the Engineer.

8-02.3(4)F Bioretention Compost

(Special Provision) New

Bioretention Compost for Bioretention Planters shall conform to Section 9-14.4(8)C of these

Special Provisions and shall be supplied by a Contractor's supplied source, and as approved by

the Engineer.

8-02.3(5) Planting Area Preparation

(Special Provision) Supplement

The costs of removing all excess material and debris shall be considered incidental to and

included in the unit contract prices of other items in this contract.

All costs and expense incurred in performing the specified work shall be considered incidental to

other bid items.

Remove all visible rocks, clods, stumps, and debris 2” or larger in any dimension. Upon

approval of Engineer/Landscape Architect any exposed tree roots in cut slopes shall be neatly

pruned at the finish subgrade and the cuts treated with an approved sealer.

Finish Grading of Topsoil

Finish grade all topsoil areas removing all rocks, sticks, and other debris one half inch (1/2)” or

larger in any dimension from the topsoil surface. Rake, float, drag, roll and perform all

necessary operations to produce a firm, smooth surface without depressions and with positive

drainage. Special care and attention shall be paid to the seeded lawn area to prevent

areas with depressions and water collection. Finish grades of topsoil shall be one half inch

(1/2”), or the specified depth of mulch, below walks, curbs, tops of walls, valve and junction

boxes, and driveways, unless otherwise shown on plans or specified. Finish grades shall be

reviewed and approved by the Engineer prior to any planting or seeding.

Any additional fine grading to get a firm smooth surface in the seeded lawn area shall be

considered incidental to and included in the unit contract price for placement and installation of

Topsoil Type E.

Fine grading of bermed landform areas shown on plans to get a firm smooth surface, shall be

measured and paid for under Lump Sum Item “Landscape Grading.”

Page 264: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-140 Bid Documents August 2012

8-02.3(7) Layout of Planting

(Special Provision) Supplement The Contractor is responsible for determining required quantities of plant material to complete the landscape plan with plant-to-plant spacing as shown on plans. Set outside row of all large planting areas parallel to adjacent edges at a distance from edges of 1/2 on-center spacing. Provide a minimum of 2’ clearance from paved areas and progress to the center locating plants as shown on drawings. Planting layout shall be approved by engineer or Landscape Architect prior to planting. Notify the Engineer/Landscape Architect a minimum of one week before the plant layout is to be complete. The Architect will meet with the Contractor to review the layout and any placement changes the Architect deems necessary, at no additional cost to the Owner. In advance of layout review Contractor shall locate plants by placing all trees and plants in the actual locations proposed for planting. For large blocks of groundcover material, the Contractor has the option of staking or clearly painting boundaries of planting rather than placing individual plants. If obstructions are encountered that are not shown on the drawings, do not proceed until the Engineer/Landscape Architect have approved the locations or selected alternate plant locations.

8-02.3(8) Planting

(Special Provision) Supplement

All trees, shrubs, and ground cover shall be planted as detailed on the Plans.

Loosen planting pit's subsurface (depth below bottom of root mass soil) to a depth of four to six inches (4" - 6") and scarify sides prior to planting. All existing site soils encountered during planting deeper than the amended depth noted in 9-14.1(2) B shall be amended with 50% Topsoil Type A and 50% native soil. Sufficient planting soil shall be placed around the plant and compacted so as to ensure that the location of the ground line at the top of the ball is the same as the nursery. Plant trees upright and face to give best appearance or relationship to adjacent structures and hold rigidly in position until planting soil has been backfilled and tamped firmly around the ball or roots. Balled and burlapped plants shall be placed in the planting pits with the burlap intact; the binding at the top of the ball shall then be fully removed from the root ball, while backfilling the rootball to support soil mass. Remove all plastic, twine and ropes. Only the wrapping immediately under the root ball and the plant shall be allowed to remain, if the root ball is cracked or broken during the planting process the plant shall be rejected. When the pit is backfilled halfway, place the specified quantity of fertilizer plant tablets, unless otherwise specified on the plans. Evenly space the tablets around perimeter of, and immediately adjacent to, the root system at a depth that is between the middle and the bottom of the root system. Do not injure root system. Place and compact planting topsoil carefully to avoid injury to roots; fill all voids.

Page 265: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-141 Bid Documents August 2012

When pit is three-quarters (3/4) backfilled, completely fill with water and allow water to infiltrate. Fill pits with additional soil to finish grade and continue backfilling as detailed on plans. Pit Planting: All shrubs in Topsoil Type B1 (non-amended native soils) shall be planted in existing soils amended with 50% Topsoil Type A uniformly mixed with 50% native soil.

8-02.3(9) Pruning, Staking, Guying and Wrapping

(Special Provision) Supplement

Stake immediately after planting as indicated in the detail drawings.

8-02.3(10) Fertilizer

(Special Provision) Supplement

The Contractor shall provide and apply plant fertilizer during planting. Plant fertilizer shall be

placed and spread uniformly according to the following schedule:

Plant Type Cups Spread

Trees - under 10 ft., B&B ¾ 3 ft. diam.

Trees - No. 5 container or larger 3/4 2 ft. diam.

Trees - No. 1 container 1/4 2 ft. diam.

Shrubs 1/4 2 ft. diam.

Ground covers, Bulbs 1/4 1 ft. diam.

Vines 1/4 1 ft. diam.

Plant fertilizer shall not be placed within a 3 vertical foot elevation above the existing high water

mark of creeks, streams, rivers, lakes, ponds or other water bodies.

Plant fertilizer shall not be placed in locations where, in the opinion of the Engineer, the fertilizer

could be washed into creeks, streams, rivers, lakes, ponds or any waters of the state.

Fertilizer shall be considered incidental to and included in the unit contract price for trees,

shrubs, groundcovers and bulbs.

Refer to Special Provision Section 9-14.3 Fertilizer herein.

8-02.3(11) Bark or Wood Chip Mulch

(Special Provision) Supplement

Page 266: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-142 Bid Documents August 2012

Arborist Mulch shall be placed over all planting beds as noted on plans to a depth no less than two (2) inches See Special Provision Section 9-14.4 Mulch and Amendments requirements herein.

8-02.3(12) Plant Establishment

(Special Provision) Modification

Plant establishment shall consist of caring for all plants planted on the project and caring for the

planting areas within the project limits. The provisions of Section 1-07.13(2) and 1-07.13(3) do

not apply to this section. The Contractor shall maintain plant life immediately after planting until

the City accepts the plants in writing.

Upon completion of all plantings, the Contractor shall prepare a comprehensive list of all items to be completed. Upon receipt the Engineer will make an inspection and add to or adjust the list noting remaining items to be corrected or completed to conform to the contract documents. The Contractor shall then complete or correct all items and request another inspection. Upon written acceptance by the Engineer, the plant establishment period will begin. The Contractor shall maintain all plant materials covered under this contract for a period of three hundred sixty five (365) days. During this period, the Contractor shall maintain a healthy growing condition for all plant materials by watering, pruning, spraying, weeding, and other necessary maintenance operations. Planting beds shall be kept free of all weeds, grass and other undesirable vegetation growth. Plants shall be inspected by the Contractor at least once per week and maintenance performed promptly. Dead or impaired plants shall be promptly replaced during specified planting seasons and all soil ridges shall be removed from around the watering basins prior to the end of the maintenance period as directed by the City's Representative. After completion of all landscape work including second fertilization of seeded areas, the Contractor shall request an inspection by the Engineer. All conditions unsatisfactory to the Engineer shall be corrected by the Contractor within a 10-day period immediately following the inspection. Correctable work shall include the removal and disposal of all dead plant material. Final acceptance of work shall be certified, in writing by the Engineer. Guarantee: All plant material shall be guaranteed for a period of one year, after final acceptance, at which time a final inspection of the work will be completed jointly with the Contractor and the Engineer. Defective materials shall be replaced in like kind and size. Final acceptance will be certified, in writing, by the Engineer.

At the completion of all landscaping installation, irrigation installation, and irrigation testing the

Contractor shall notify the Engineer in writing of completion and request a punch list inspection.

After all punch list items are complete, the Contractor shall request a final inspection and written

acceptance of the Planting and Irrigation system. The date of the written acceptance shall

commence a one-year warranty period on the landscaping and irrigation system. At that time,

Page 267: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-143 Bid Documents August 2012

the City or the City’s representative shall begin maintenance of plants and irrigation system. A

copy of the City’s Landscape and Irrigation maintenance specifications is included in Appendix

D.

The Contractor shall review and accept this maintenance schedule or propose modifications as

appropriate for this project. Within two months after the one-year anniversary of written

acceptance, the City will re-inspect the landscaping and irrigation system. A punch list will be

prepared for items requiring replacement and/or repair. The Contractor shall make all necessary

repairs and replacements within three weeks from the date of the punch list. If the Contractor

fails to do this, the City may have these items corrected and will claim the costs against the

Contractor’s performance bond.

The City may elect to perform inspection of the landscaping and irrigation system at both six

months and one year after written acceptance. The same requirements and guarantees shall

apply.

Before completion of landscaping and irrigation work, the Contractor shall be

responsible for the following:

Duration: It shall be the Contractor’s responsibility to maintain all the landscaped area of this

contract from the time of installation until the City’s acceptance.

General: All plant material shall be watered, pruned, fertilized, sprayed and otherwise

maintained and protected throughout the plant establishment period.

Rejected plant materials shall be replaced subject to provisions on “Vandalism or Accidental

Loss” or as otherwise provided. Plant material for replacement shall be inspected and

approved as equal plant material prior to replacement being made. Acquisition of

replacements shall be the responsibility of the Contractor with replacements to be made

normally during the planting season and as directed by the Engineer.

Watering: All plant material shall be watered by the Contractor as required and directed to

promote healthy plant material and vigorous growth.

Pruning: Pruning shall be done as directed by the Engineer so as to maintain a neat, healthy

appearance, in accordance with good practice for the type of tree or plant.

Fertilizing: The Contractor shall provide the following fertilizer application during the plant

establishment period as directed by the Engineer. The inspector must be present during this

operation.

Fertilizer: One (1) part Blue Chip Nitriform (Granular) slow release or equal, 38-0-0, Two (2)

parts Agro Nursery Supplement #3 or equal, 7-8-9. Rate of application shall be 3 cups per

tree and ¼ cup per groundcover plant.

Page 268: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-144 Bid Documents August 2012

Weeding: All bark covered areas shall be kept weed free. Frequency of weeding shall be

sufficient to keep all weeds from going to seed, and shall be done at least once each month.

Chemical herbicides shall not be used.

Payment for mowing will be included in the bid items included in the proposal and no further

compensation will be made.

Trees: All tree stakes, guards and fastenings shall be kept intact and effective in maintaining

firm support. Where fastenings have become too tight or too short, new and larger fastenings

shall be furnished and installed by the Contractor to prevent strangulation or irregular growth of

the tree. Stakes shall be removed as directed by the Engineer. Deciduous tree stakes shall be

kept plumb. Deciduous trees shall be sprayed once during the year with an effective pre-

emergent, fungus-inhibiting dormant spray if determined to be necessary and as directed by the

Engineer. The inspector must be present during this operation.

8-02.3(14) Plant Replacement

(Special Provision) Replacement

Repair or Replacement: Damaged plant material shall be repaired, and rejected plant material

shall be replaced by the Contractor entirely at his expense. Exception shall be for replacement

only, as provided in section “Vandalism or Accidental Loss” of this contract. Repairs shall be

made immediately following notification. Replacements, however, shall be made only when

directed by the Engineer. Replacement plants shall be the same species as originally provided

and shall be of equal size to the remaining healthy trees, shrubs or groundcover. Dead plants

shall be removed as directed by the Engineer who shall record plants removed.

Vandalism or Accidental Loss:

When it is determined by the Engineer that damage resulting in rejection or loss of plant

material is the direct result of vandalism or accidental mechanical means, the Contractor’s

liability for cost of replacement shall be as follows:

The Contractor shall make whatever additional replacements as may be required above the 10

percent amount when directed by the Engineer to do so. The Contractor will be compensated at

unit contract prices for such additional replacements and no further payment will be made.

Provisions of this section do not apply to damage or loss resulting from the Contractor’s

operations.

8-02.3(16)A Lawn Installation

(Special Provision) Supplement

All disturbed areas which are not otherwise treated shall be seeded. All areas to be seeded

shall be raked or similarly treated so as to provide a smooth, consistent surface, acceptable for

seeding as determined by the Engineer.

Page 269: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-145 Bid Documents August 2012

All areas to be seeded shall be free of all visible clods, rocks and debris measuring one half inch

(1/2”) or larger in any dimension. Any exposed tree roots in cut slopes shall be neatly pruned at

the finish grade of the slope and the cut treated with an approved sealer.

Seed shall be applied at a rate of 80 pounds per acre on areas requiring seeding, fertilizing and mulching: Where feasible, the hydroseeding method of application shall be used. A slurry consisting of

seed, fertilizer, mulch and water shall be uniformly applied over all unpaved disturbed areas

within easements and right-of-way unless directed otherwise.

8-02.4 Measurement

(Special Provision) Supplement

The pay quantities for plant materials will be determined by count of the number of satisfactory plants accepted by the Engineer. Topsoil A, Type E, and Arborist Mulch will be measured by the cubic yard in the haul conveyance at the point of delivery. Bioretention Soil Mix and Bioretention Compost will be measured by the cubic yard, as measured at the top of bioretention planter area. Topsoil Type B1 and Type B2 shall not be measured for payment. Topsoil Type B1 and Type B2 shall be considered incidental to the PSIPE bid items. Hydroseed Type 1, 2 and 3 will be measured along the ground slope and computed in square yards of actual lawn completed, established and accepted Landscape Grading will be measured by completed and satisfactorily graded areas as defined on the plans, and accepted by the Engineer. Steel Edging will be measured by installed linear foot.

8-02.5 Payment

(Special Provision) Supplement

Payment will be made in accordance with Section 1-04.1 for the following bid item(s):

Topsoil Type A Per Cubic Yard

Bioretention Soil Mix Per Square Foot

Page 270: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-146 Bid Documents August 2012

Bioretention Compost Per Square Foot

Topsoil Type E Per Cubic Yard

Arborist Mulch Per Square Yard

Hydroseed Type 1 (Station Area Berm) Per Square Yard

Hydroseed Type 2 (Restoration Seeding) Per Square Yard

Hydroseed Type 3 (Festuca rubra rubra) Per Square Yard

Seeded Lawn – Type 1 Per Square Yard

Raingarden Seed Mix #1 Per Each

PSIPE - Arbutus unedo 'Compacta' / Strawberry Tree - 5

gal. cont. Per Each

PSIPE - Calamagrostis acutiflora 'Karl Foerster'/ Feather

Reed Grass - 1 gal. cont. Per Each

PSIPE - Ceonothus gloriosa 'Anchor Bay' - 1 gal. cont. Per Each

PSIPE - Carex deweyana/ Dewey's Sedge - 1 gal. cont. Per Each

PSIPE - Cistus x Hybridus / Rock Rose (white) - 5 gal. cont. Per Each

PSIPE - Cornus sanguinea 'Cato'/ Arctic Sun Dogwood - 1

gal. cont.

Per Each

PSIPE - Cornus sericea 'Kelseyi'/ Dwarf Redtwig Dogwood -

1 gal. cont.

Per Each

PSIPE - Cornus stolonifera/ Red Osier Dogwood - 2 gal.

cont.

Per Each

PSIPE - Deschampsia cespitosa/ Tufted Hair Grass - 4" pot Per Each

PSIPE - Deschampsia cespitosa/ Tufted Hair Grass - 1 gal.

cont

Per Each

PSIPE - Echinacea purpurea / Purple Cone Flower - 1 gal.

cont.

Per Each

PSIPE - Festuca glauca 'Boulder Blue' / Boulder Blue

Fescue - 1 gal. cont.

Per Each

PSIPE - Helictotrichon sempervirens/ Blue Oat Grass - 4"

pot

Per Each

PSIPE - Helictotrichon sempervirens/ Blue Oat Grass - 1

gal. cont.

Per Each

PSIPE - Lavandula x Intermedia 'Fred Boutin'/ English

Lavender - 1 gal. cont.

Per Each

PSIPE - Lonicera pileata / Privet Honeysuckle - 1 gal. cont. Per Each

PSIPE - Juncus effusus/ Common Rush - 4" pot Per Each

Page 271: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-147 Bid Documents August 2012

PSIPE - Mahonia aquifolium/ Tall Oregon Grape - 2 gal.

cont.

Per Each

PSIPE - Mahonia compacta / Compact Oregon Grape - 1

gal. cont.

Per Each

PSIPE - Mahonia nervosa/ Low Oregon Grape - 4" pot Per Each

PSIPE - Miscanthus sinensis 'Adagio'/ Adagio Maiden

Grass - 1 gal. cont.

Per Each

PSIPE - Miscanthus sinensis 'Graziella''/ Graziella Maiden

Grass - 1 gal. cont.

Per Each

PSIPE - Molinia caerulea/ Purple Moor Grass - 4" pot Per Each

PSIPE - Molinia caerulea 'Dauerstrahl'/ Purple Moor Grass -

1 gal. cont.

Per Each

PSIPE - Nepeta x faassenii/ Catmint - 1 gal. cont. Per Each

PSIPE - Pennisetum alopecuroides 'Hameln'/ Hameln

Fountain Grass - 1 gal. cont.

Per Each

PSIPE - Ribes sanguineum/ Red Flowering Currant - 2 gal.

cont.

Per Each

PSIPE - Rudbeckia hirta/ Black Eyed Susan - 1 gal. cont. Per Each

PSIPE - Salix purpurea 'Nana'/ Dwarf Arctic Willow - 2 gal.

cont.

Per Each

PSIPE - Seslaria autumnalis / Autumn Moore Grass - 1 gal.

cont.

Per Each

PSIPE - Spiraea douglasii/ Douglas Spiraea - 1 gal. cont. Per Each

PSIPE - Sporobolus heterolepis/ Prairie Dropseed Grass -

4" pot

Per Each

PSIPE - Symphoricarpos albus/ Snowberry - 2 gal. cont. Per Each

PSIPE - Symphoricarpos albus/ Snowberry - 5 gal. cont. Per Each

PSIPE - Acer macrophylla / Big Leaf Maple (Abutment) - 1

gal. cont.

Per Each

PSIPE - Alnus rubra / Red Alder (Abutment) - 1 gal. cont. Per Each

PSIPE - Pseudotsuga menziesii/ Douglas Fir (Abutment) - 1

gal. cont.

Per Each

PSIPE - Acer circinatum/ Vine Maple - multi-stemmed, 8'

HT.

Per Each

PSIPE - Amelanchier alnifolia / Serviceberry - multi-

stemmed, 8' HT.

Per Each

PSIPE - Cercidiphyllum japonicum / Katsura - 3.5" Cal. Per Each

PSIPE - Cercidiphyllum japonicum / Katsura - 2.5" Cal. Per Each

Page 272: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-148 Bid Documents August 2012

PSIPE - Gleditsia triacanthos inermis / Thornless

Honeylocust - 2.5" cal.

Per Each

PSIPE - Prunus x Yedoensis / Yoshino Cherry - 2.5" cal. Per Each

PSIPE - Pseudotsuga menziesii/ Douglas Fir - 8' Ht. Per Each

PSIPE - Pinus contorta contorta / Shore Pine - 6' Ht. Per Each

PSIPE - Thuja plicata/ Western Red Cedar - 6' Ht. Per Each

PSIPE - Styrax japonica / Japanese snowbell - 2.5" cal. Per Each

PSIPE - Camassia quamash / Camas - 5 bulbs/100 sq. ft. Per Each

PSIPE - Carex deweyana/ Dewey's Sedge - 4" pot Per Each

PSIPE - Myrica californica / California Wax Myrtle - 5 gal.

cont.

Per Each

PSIPE - Rosa nutkana / Nootka Rose - 5 gal. cont. Per Each

PSIPE - Sedum 'Autumn Joy' / Autumn Joy Sedum - 1 gal.

cont.

Per Each

Landscape Grading Per Lump Sum

Steel Edging Per Linear Foot

Excavation for planting shall be incidental to other bid items.

The unit contract price for the item(s) listed above shall be full compensation for all materials, labor, tools, equipment, and supplies necessary to fine grade, produce, plant, cultivate and cleanup for the particular items called for in the plans. Tree staking, fertilizer and plant establishment shall be incidental to the above bid items and all costs shall be included in the unit contract prices.

The lump sum price for “Landscape Grading” shall include the bermed landform areas as shown on the plans, which will be full compensation for installing the topsoil required in the planted and/or seeded areas to bring the area to the grades as shown on the Plans. Landscape Grading shall also include any additional materials, equipment and labor necessary to place and fine grade the area as shown on the plans as required to complete the Landscape Grading, and shall be included in the lump sum contract price. The unit contract price per cubic yard for "Topsoil Type A”, “Bioretention Soil Mix”, “Bioretention Compost”, and “Arborist Mulch” shall be full compensation of all costs necessary to furnish and place the soils, compost and mulch as required in these Specifications or as shown in the plans. Any incidental work required to complete the roadside planting specified herein but not specifically mentioned in these Specifications shall be incidental to the roadside planting, and all costs therefore shall be included in the unit contract prices of the bid items.

Page 273: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-149 Bid Documents August 2012

8-03 IRRIGATION SYSTEM

8-03.1 Description

(Special Provision) Supplement

The work described in this section includes providing all materials, tools, equipment, and labor for to install a complete and operable irrigation system as shown on the Plans.

8-03.2 Materials

(Special Provision) Supplement

Materials shall meet the requirements of the following sections: Bedding materials for flexible pipe 9-03.12(3) Controller and Cabinet 9-15.3 Sprinkle Heads 9-15.4 Valve Boxes 9-15.5 Gate Valves 9-15.6 Automatic Control Valves - Maxicom Control Cabinet 9-15.7(2) Requests for approval of a different article or material from that specified shall be accompanied by samples, records of performance, certified copies of tests by impartial and recognized laboratories, and such other information as the Engineer may request. Samples and data shall be furnished sufficiently in advance to allow time for investigation before a decision must be made. When the Engineer approves a substitution, it is the understanding that the Contractor guarantees the substituted article or material to be equal or better than the one specified. Each type of material or model of equipment shall be of one manufacturer throughout.

8-03.3 Construction Requirements

(Special Provision) Supplement

Protection of Unfinished Work: Provide protection at all times ample to keep rock, dirt, gravel, debris, and other foreign materials from entering piping, valves, and other irrigation equipment. Utilities: Contractor shall confirm existence and location of all existing utilities and newly installed utilities prior to the commencement of work. Inspection: Cover or enclose work only after it has been inspected and tested. Private sprinkler irrigation systems in conflict with the project work shall be modified as necessary to ensure satisfactory operation upon completion of the improvements. This work will include, but not be limited to, cutting and capping existing pipe, relocating existing risers and sprinkler heads, if necessary, new pipe heads and connections, and testing of the system. All work, including repair and replacement of damaged piping and sprinkler heads during

Page 274: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-150 Bid Documents August 2012

construction, shall be done in conformance to the specifications and shall be paid by force account.

8-03.3(2) Excavation

(Special Provision) Supplement

Install pipe in serpentine manner to allow for expansion and contraction in trench before backfilling.

8-03.3(4) Jointing

(Special Provision) Supplement

In Section 8-03.3(4), the third paragraph is supplemented with the following: Solvent weld PVC pipe only during non-freezing weather and cover in rainy weather.

8-03.3(5) Installation

(Special Provision) Modification

In Section 8-03.3(5), the fourth and fifth paragraph is modified with the following:

Valve Box Installation: 1. All plastic valve boxes in planting areas shall be installed 1 inch above finished grade. 2. Valves located along side pathways and clustered where possible. 3. Valves located in high points for water drainage reasons/valves located away from trees

for root damage. 4. Any sidewalks, pathways, or roads with irrigation going underneath them shall have

conduit sleeves for future replacement or maintenance. 5. All mainline pipe Schedule 40 PVC. 6. Copper locator wire for all mains and laterals. 7. Isolation valves installed upstream of each control valve. 8. Valves shall be installed no deeper than 8 inches below finish soil grade. 9. Add two or more extra control wires to valve clusters.

8-03.3(7) Flushing and Testing

(Special Provision) Supplement

The Contractor shall notify the Engineer at least 24 hours prior to test, and conduct testing in the presence of Engineer. The Contractor shall provide all necessary equipment and shall perform all work connected with the test.

Page 275: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-151 Bid Documents August 2012

8-03.3(11) System Operation

(Special Provision) Supplement

The Engineer will provide periodic inspections to ensure that the Contractor is complying with the terms of the contract. The Contractor shall advise the Engineer at least 48 hours before pressure tests are to be conducted and shall have the approval of the Engineer before backfilling. Irrigation main lines must withstand a pressure test of 150 psi for five minutes, lateral lines a test of 80 psi for five minutes, and the system must pass an electrical resistance test. Before the sprinkler system will be accepted, the Contractor, in the presence of the Engineer, shall perform a water coverage test to determine if the water coverage and operation of the system is complete and satisfactory. If any part of the system is inadequate it shall be repaired or replaced at the Contractor’s expense and the test repeated until accepted. The entire sprinkler system shall be guaranteed by the Contractor to give complete and satisfactory service for a period of one year from the date of final acceptance of the work by the City of Redmond. Should any trouble develop within the one year period, which in the opinion of Engineer, is due to faulty material or workmanship, the trouble shall be corrected, without delay, to the satisfaction of the Engineer at the Contractor’s expense. All backfilled trenches shall be repaired by the Contractor at his expense, including restoration of plant materials.

8-03.3(15) Clean-Up

(Special Provision) New

The Contractor shall keep premises reasonably free from accumulation of debris. On completion of each division of work, the Contractor shall remove all debris, equipment and surplus materials and leave the project site in a neat and orderly fashion.

8-03.5 Payment

(Special Provision) Supplement

Payment will be made in accordance with Section 1-04.1 for the following bid item(s):

Irrigation System, Complete Per Lump Sum

The lump sum price for “Irrigation System, Complete” shall include the restored system as shown on Plans and any other additional equipment required to reconfigure and restore a fully functioning system, and also but not limited to, trenching, trench backfill, trench restoration, PVC pipe, pop up heads, valves, valve boxes, control wires, sleeves, junction boxes, testing, flushing, and maintenance. All additional materials and labor not shown in the plans or specified

Page 276: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-152 Bid Documents August 2012

herein, and which are required to complete the irrigation system, shall be included in the lump sum contract price. Restoration of private irrigation systems, if any, will be paid by force account under the item for Property Restoration.

8-04 CURBS, GUTTERS, AND SPILLWAY

8-04.1 Description

(Special Provision) Supplement

“Cement Conc. Curb and Gutter Type A-1” shall be constructed per City or Redmond Standard

Drawing Number 304 in Appendix A.

Cement concrete curb and gutter shall be as shown on the Plans. All costs associated with

installing cement concrete pedestrian curb and curb cuts for wheelchair ramps shall be

considered incidental to and included in the various bid items.

“Prefabricated Cement Concrete Wheel Stops” shall be a standard 6-feet long wheel stop with

slotted undersides for drainage and reinforced with rebar, installed per manufacturer’s

recommendation.

8-04.3(6) Adjustment of Curbs and Gutters

(Special Provision) New

The Contractor shall allow for inspection of curb forms or string lines at least 24 hours ahead of concrete delivery. Upon the direction of the Engineer, string lines or curb forms shall be adjusted a minor amount not to exceed 6”.

The Contractor’s progress schedule shall include the 24 hour inspection time and adjustments to the lines and grades shall constitute no basis for claims of delay.

8-04.5 Payment

(Special Provision) Supplement

Payment will be made for the following bid item(s) will be as indicated on plans:

Cement Concrete Traffic Curb and Gutter, Type A-1 Per linear foot

Cement Concrete Extruded Curb Per linear foot

Page 277: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-153 Bid Documents August 2012

Cement Concrete Barrier Curb Per linear foot

Prefabricated Cement Concrete Wheel Stops Per Each

The contract bid price(s) above, including all incidental work, shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions.

8-09 RAISED PAVEMENT MARKERS

8-09.1 Description

(Special Provision) Supplement

This work shall consist of furnishing and installing raised pavement markers at locations designated in the plans and in accordance with the standard details in Appendix A and standard specifications. Prior to installing lane markers the Contractor shall pre-mark the layout of all channelization and receive approval from the Traffic Engineer. See Section 8-09.3(5) Raised Pavement Marker Removal below.

Where the roadway surface has been modified and requires new channelization, the contractor shall provide and install a blue Type 2 raised pavement marker, perpendicular to each fire hydrant in the interior channelization of the outside lane. All costs associated with providing and installing blue raised pavement markers for hydrant locations shall be considered as incidental to and included in the unit contract prices of other bid items in the project.

8-09.3(8) Preliminary Spotting

(Special Provision) New

Prior to installing lane markers the Contractor shall pre-mark the layout of all channelization and receive approval from the Traffic Engineer. Pre-marks shall consist of painted spot markings. The Contractor shall notify the Traffic Engineer of his/her intention to receive approval of the pre-mark channelization at least 48 hours in advance. See also 8-22 Pavement Marking herein.

8-09.5 Payment

(Special Provision) Replacement

No separate payment will be made for raised pavement markers and all work shall be incidental to and included in the lump sum bid item “Pavement Marking”.

Page 278: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-154 Bid Documents August 2012

8-12 CHAIN LINK FENCE AND WIRE FENCES

8-12.1 Description

(Special Provision) Supplement

This work shall consist of furnishing and installing Temporary Chain Link Fence, Chain Link

Fence and Safety Rail, as shown on the Plans.

Chain Link Fence shall be referred to as Vinyl Coated Chain Link Fence as shown on the Plans.

8-12.2 Materials

(Special Provision) Supplement

Temporary Chain Link Fence

Temporary chain link construction fence, minimum 6-feet high, for workzone delineation and

public safety, as shown on the Plans and directed by the Engineer. Temporary Chain Link

Fence to remain throughout the duration of the project.

Safety Rail

Provide Safety Rail, including wood posts, cable, cable stop and concrete to the dimensions as shown on the Plans.

(August 3, 2009 WSDOT GSP) Supplement

Guardrail

Guardrail shall be vinyl coated chain link fence fabric shall be hot-dip galvanized with a minimum of 0.8 ounce per square foot of surface area.

Fencing materials shall be coated with an ultraviolet-insensitive vinyl plastic or other inert material at least 2 mils in thickness. Any pretreatment or coating shall be applied in accordance with the manufacturer's written instructions. The Contractor shall provide the Engineer with the manufacturer's written specifications detailing the product and method of fabrication. The color shall match Federal Standard 595 color number *** black *** or be as approved by the Engineer.

Decorative Railing Cover: provide as shown on the Plans.

Samples of the coated fencing materials shall be approved by the Engineer prior to installation on the project.

The Contractor shall supply the Engineer with 10 aerosol spray cans containing a minimum of 14 ounces each of paint of the color specified above. The touch-up paint shall be compatible with the coating system used.

Page 279: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-155 Bid Documents August 2012

8-12.3 Construction Requirements

(Special Provision) Supplement

8-12.3(1)A Posts

The tenth paragraph is revised to read:

All posts for chain link fence shall be fitted with an approved top cap designed to fit securely over the post to support the top rail. All round posts for chain link fence Types 3 and 4 shall have approved top caps fastened securely to the posts. The base of the top cap fitting for round posts shall feature an apron around the outside of the posts.

8-12.3(1)C Tension Wire

This section including title is revised to read:

8-12.3(1)C Tension Wire and Tension Cable

Tension Wires shall be attached to the posts as detailed in the Standard Plans or as approved by the Engineer.

8-12.3(1)D Chain Link Fabric

The following new paragraph is inserted in front of the first paragraph: Attach the chain link fabric after the cables and wires have been properly tensioned and/or the top rail has been installed.

The third and fourth sentences in the third paragraph are revised to read:

Fastening to posts shall be with tie wire, metal bands, or other approved method attached at 14-inch intervals. The top and bottom edge of the fabric shall be fastened with tie wires to the top rail, and with hog rings to the tension cable or top and bottom tension wires as may be applicable, spaced at 24-inch intervals.

8-12.4 Measurement

(Special Provision) Supplement

“Temporary Chain Link Fence” shall be measured by the linear foot of completed fence, along the ground line, exclusive of openings. “Vinyl Coated Chain Link Fence, 42-in. ht.” shall be measured by the linear foot of completed fence, along the ground line, exclusive of openings. “Safety Railing” shall be measured by the linear foot of completed fence, along the ground line, exclusive of openings.

Page 280: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-156 Bid Documents August 2012

8-12.5 Payment

(Special Provision) Supplement

Payment will be made for the following bid item:

Temporary Chain Link Fence Per Linear Foot

Vinyl Coated Chain Link Fence, 42-in. ht. Per Linear Foot

Safety Railing Per Linear Foot

The contract bid price(s) above, including all incidental work, shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work as defined in these Special Provisions and as shown on the Plans.

8-13 MONUMENT CASES

8-13.1(1) Adjust Monument Case to Grade

(Special Provision) New

Work shall consist of adjusting monument cases to finished grade. Monument cases shall be adjusted in the same manner as manholes per Section 7-05.3(1) Adjusting Manholes and Catch Basins to Grade of the Standard Specifications. When adjusting monument case care shall be taken to not disturb the survey monument.

8-13.5 Payment

(Special Provision) New

Payment will be made for the following bid item:

Adjust Monument Case Per Each

The unit bid price for the above including all incidental work shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions.

8-14 CEMENT CONCRETE SIDEWALKS

8-14.1 Description

(Special Provision) Supplement

Page 281: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-157 Bid Documents August 2012

This work shall consist of providing cement concrete sidewalks, cement concrete pavement for intersection nodes and trail, and cement concrete flush ties with different finishes, coloring and scoring, and wheelchair curb ramps including detectable warning surface mats as shown on the Plans, and described in these special provisions

Wheelchair curb ramp construction shall conform to WSDOT standard drawings included in Appendix A and details in the Plans.

8-14.2 Materials

(Special Provision) Supplement

Cement concrete sidewalk shall be constructed in accordance with Section 8-14 of the Standard Specifications and as shown on the Standard Details, including the sidewalk finishing schedule and details shown on the Plans.

The concrete mix for all cement concrete sidewalk and cement concrete pavement for intersection nodes, regardless of finish, shall be air-entrained concrete Class 3000 according to section 6-02 Concrete Structures, with a maximum slump of 3-1/2 inches, U.N.O.

The Structural Sidewalk, as shown on plan sheet S06 shall be Class 4000.

Cement Concrete Finishes

Finishes for Cement Concrete Pavement for Intersection Nodes shall consist of :

• Finish Type 1 (Typical trail finish): Shall be light broom finish, smooth and uniform strokes over full length of slab in a consistent direction, typically perpendicular to the centerline of the trail, as described on the Plans and Placing and Finishing Concrete in this section.

• Finish Type 2 (Trail Banding): Shall be medium broom finish, smooth and uniform strokes over full length of slab, in a consistent direction, typically in the longitudinal direction of band, described on the Plans and Placing and Finishing Concrete in this section.

• Finish Type 3 (Cement Concrete Flush Ties): Shall be smooth trowel finish, no tool or trowel marks.

• Finish Type 4: Shall be medium sandblast finish. All control joints and score joints (pattern joints) shall be sawcut as described on the plans.

• Finish Type 5 Decorative Stamped Concrete: Shall be in accordance with “Decorative Stamped Concrete” in Section 5-05.3(1) in these Special Provisions.

Cement Concrete Sidewalk Finishes shall consist of:

• Scored Sidewalk Finish: Shall be as described on the Plans and as indicated on City of Redmond Standard Detail 303 Curb and Sidewalk Joints. Align score patterns with adjacent or nearby existing sidewalk joint patterns.

Page 282: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-158 Bid Documents August 2012

• Wheelchair Curb Ramp Finish: Shall be as described on the Plans and as indicated on City of Redmond Standard Detail 303 Curb and Sidewalk Joints.

Cement Concrete Colors

Cement Concrete Color shall be for Cement Concrete Pavement for Intersection Nodes as shown on the Plans.

Cement Concrete color shall consist of:

• Finish Type 1: Color shall be natural concrete.

• Finish Type 2: Color shall be “Light Gray,” air entrained compatible integral concrete colorant (Davis 8084 or Scofield C-24l)

• Finish Type 3 (Cement concrete flush ties): Color shall be natural concrete.

• Finish Type 4: Color shall be “Green Slate,” air entrained compatible integral concrete colorant (Davis 8685 or Scofield C-31) with 25% slag additive in accordance with requirements for strength, durability, time of set, and the resistance of the concrete to alkali-silica reaction (ASR). Contractor to submit slag concrete mix data for approval prior to construction.

• Finish Type 5 Decorative Stamped Concrete: Color shall be natural concrete.

Color additives shall contain pure, concentrated mineral pigments specially processed for mixing into concrete and complying with ASTM C979.

Curing Compound for Colored Cement Concrete: Curing compound shall comply with ASTM C309 and be approved by color additive manufacturer for use with colored concrete. Provide W-1000 Clear Cure & Seal manufactured by Davis Colors, or approved equal, except areas to receive Surface Color Treatment, see Special Provisions, Section 8-37.

Edge and Joint Detailing

Edge and Joint Detailing shall be per Details and Special Provisions. Locate expansion joints and control joints as shown on plans and details. Provide expansion joints at all vertical obstructions and around Flush Tie wherever Tie is located in Cement Concrete Trail.

Do not provide Expansion Joint between no color and color trail, unless it conforms to typical expansion joint requirements.

8-14.3 Construction Requirements

(Special Provision) Supplement

Cement concrete in this section refers to cement concrete sidewalk, cement concrete trail (all finishes) and cement concrete flush tie.

Curb ramps shall be 6-inch thickness as specified in the Standard Plans. Cement concrete thickness shall be four (4) inches as specified on the plans. Full depth expansion joints for

Page 283: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-159 Bid Documents August 2012

cement concrete shall be constructed with a maximum spacing of 10 feet. Score joints shall be constructed at a maximum distance of 5 feet from each full depth expansion joint, and as detailed on the Plans.

Placing shall be per section 8-14.3(3) of the Standard Specification. The surfaces are to be struck off, trowelled, finished, then jointed and edged. The finish requirements unless otherwise indicated on the Plans, include:

a) Joints shall be tooled with ¼” radius edger for sidewalk only. All other joints shall be tooled with 3/16” radius edger per plans.

b) Edges tooled with a ½” radius edge where pavement meets landscape.

c) After sidewalk is given a transverse brush finish, the edges of the sidewalk and

all joints shall be lightly edged again with a 4” wide edging tool to give it a finished appearance. All other paving types (concrete finishes types 1-4) shall be edged prior to broom finish to eliminate all tool marks.

d) When replacing sections of existing sidewalk or when new sidewalk adjoins

existing, new concrete shall be finished to match the existing concrete, including aligning new joint layouts to align with existing, or as directed by the City Engineer. Coloring agent shall be used in new concrete to match existing.

e) When castings are located in the sidewalk, joints shall be installed to control

cracking. Rebar shall be installed as directed by the City to strengthen sidewalk to prevent cracking at corners of castings and other blockouts.

The Contractor shall maintain access to all businesses at all times by use of boardwalks, CSTC, as directed by the Engineer or other methods at the Contractor’s disposal. All costs associated with maintaining access during construction shall be considered incidental to and included in the various bid items involved.

It is imperative that the impact of construction on the businesses be minimal. The Contractor shall provide a schedule of operation and notification to impacted businesses 48 hours in advance. Business disruptions shall be minimal and coordinated with the Engineer. A schedule of the Contractor’s operations impacting local businesses shall be provided to the Engineer one working week prior to commencement of construction.

8-14.3(1) Excavation

(Special Provision) Supplement

Excavation required for construction sidewalks shall be considered incidental to and included in the contract price for the various bid items and no additional compensation shall be made.

8-14.3(2) Forms

(Special Provision) Supplement

Page 284: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-160 Bid Documents August 2012

Forming for all radii shall be smooth and tangential radii per plans, chording of radii shall not be accepted. Formwork shall be reviewed and approved by Engineer/Landscaper Architect prior to pouring of concrete. Contractor to provide Engineer/Landscape Architect a minimum of three working days in advance notice prior to review.

8-14.3(3) Placing and Finishing Concrete

(Special Provision) Supplement

The Contractor shall finish cement concrete sidewalk, cement concrete trail sidewalk as shown on the Sidewalk and Landscape Details. Expansion joints shall be placed between pedestrian ramps, driveways and match curb and gutter expansion joint spacing. The Contractor shall also place expansion joints as indicated on the plans and in details.

8-14.3(4) Curing

(Special Provision) Supplement

The Contractor shall use the curing materials and procedures specified in section 5-05.3(13) Curing, except that the Contractor shall use clear curing compound instead of white pigmented curing compound.

The Contractor shall apply curing agent immediately after brushing and maintain it for a period of five (5) days.

During the curing period the Contractor shall exclude all pedestrian and vehicular traffic.

Protection of concrete: The Contractor is responsible for barricading, patrolling or otherwise protecting newly placed concrete. The Contractor shall remove and replace at his expense all damaged (accidental or otherwise), vandalized and/or unsightly concrete.

8-14.3(6) Sidewalk (ADA) Curb Ramps

(Special Provision) New

Construction shall conform to the WSDOT Standard Details in Appendix B, and the detectable warning surface shall be white. Detectable warning surface shall be furnished and installed on each ADA ramp. Ramp types will be as indicated on the plans. Detectable warning surface is referred to as detectable warning pattern on the Plans.

Provide 2 copies of the product data, shop drawings, material test reports, and maintenance instructions.

Provide 2 samples, a minimum of 9” x 9”, detectable warning surface material proposed for use.

The installer shall be an experienced Installer qualified for installation of detectable warning surface, who has successfully completed installations similar in material, design, and extent to that indicated for this Project.

Page 285: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-161 Bid Documents August 2012

Install the detectable warning surface in accordance with the manufacturer’s recommendations. Protect detectable warning surface from damage during construction.

8-14.3(7) Guarantee

(Special Provision) New

Detectable warning pattern material and installation shall be guaranteed in writing for a period of five years from date of final completion. The guarantee includes defective work, breakage, deformation, and loosening of tiles.

8-14.3(8) Test Panel Proofing

(Special Provision) New

Provide mock-up (12’-12’ minimum) of concrete types 1, 2, 3 and 4, including finishes, colors, and joints in one integrated installation representative of an intersection treatment as shown on the drawings. Concrete mock-up shall be provided for the Engineer's review a minimum of 15 working days in advance of concrete delivery. Upon acceptance, mock-up shall be maintained for the duration of construction and shall be the standard for remaining constructions. Mock-up may be standalone for removal upon project completion or maintained for integration into the constructed improvements.

The Contractor shall ddemonstrate methods of obtaining consistent visual appearance, including materials, workmanship, and curing method to be used throughout the Project.

No additional concrete shall be placed prior to the test panel being approved by the Engineer.

8-14.4 Measurement

(Special Provision) Supplement

Plain and Scored “Cement Concrete Sidewalk” and “Cement Concrete Pavement – Finish Type _ “ will be measured by the square yard of finished surface.

“Perpendicular Curb Ramp”, “Perpendicular Curb Ramp, Modified”, “Parallel Curb Ramp, Modified”, and “Single Direction Curb Ramp, Modified” will be measured separately per each as indicated on the Plans. Detectable Warning Pattern installed on the sidewalk ramps will be incidental to the Sidewalk Ramp.

8-14.5 Payment

(Special Provision) Supplement

Payment will be made for the following bid items:

Cement Concrete Sidewalk Per Square Yard

Cement Concrete Pavement – Finish Type 1 Per Square Yard

Page 286: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-162 Bid Documents August 2012

Cement Concrete Pavement with Thickened Edge – Finish Type 1

Per Square Yard

Cement Concrete Pavement – Finish Type 2 Per Square Yard

Cement Concrete Pavement – Finish Type 3 Per Square Yard

Cement Concrete Pavement – Finish Type 4 Per Square Yard

Perpendicular Curb Ramp Per Each

Perpendicular Curb Ramp, Modified Per Each

Parallel Curb Ramp, Modified Per Each

Single Direction Curb Ramp, Modified Per Each

Detectable Warning Surface Per Square Foot

The unit contract bid price above, including all incidental work, shall be full compensation for all labor, materials, tools and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions.

The unit contract bid price above includes providing, placing and compacting crushed surfacing top course as shown in the Plans. No additional compensation shall be made.

Construction of expansion joints and score joints as shown on the Plans shall be incidental to and included in the unit contract price per square yard for “Cement Concrete Finish Types 1, 2, 3, 4”, “Cement Concrete Sidewalk”, Perpendicular Curb Ramp, Parallel Curb Ramp and Single Direction Curb Ramp.

All costs in connection with furnishing and placing concrete, reinforcing steel and the steel corner post connection embed for the Structural Sidewalk on plan sheet S06 shall be incidental to the unit contract price “170th Avenue NE Trestle” and no additional compensation shall be made.

8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL

8-20.1 Description

(Special Provision) Replacement

This work consists of furnishing, installing and field testing all materials and equipment necessary to complete in place, fully functional systems of any or all of the following types including modifications to an existing system all in accordance with approved methods, the Plans, the Special Provisions, these Specifications and the COR Guidelines. The work shall consist of installation of:

• Rectangular Rapid Flashing Beacon (RRFB) System

• Traffic Signal System

Page 287: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-163 Bid Documents August 2012

• Spare Conduit System

• Illumination System

• Parking Lot Illumination System

All materials and methods required under this section, unless otherwise superseded herein, shall conform to the 2012 of the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction and Amendments (herein referred to as Standard Specifications), to all current amendments to the Standard Specifications, to the latest edition of the State of Washington Standard Plans for Road, Bridge, and Municipal Construction (herein referred to as the Standard Plans), to the State of Washington Sign Fabrication Manual, to the City of Redmond Standard Specifications and Details, to the latest edition of the National Electric Code (NEC), and to the current edition of the Manual on Uniform Traffic Control Devices (MUTCD) as adopted by the State of Washington.

Unless otherwise noted, the location of signals, controllers, standards, and appurtenances shown in the Plans are approximate; and the exact location will be established by the Engineer in the field.

8-20.1(3) Industry Codes and Standards

(Special Provision) Supplement

National Electrical Safety Code (NESC), PO Box 1331, 445 Hoes Lane, Piscataway, New Jersey

8-20.1(3) Restrictions on the Schedule of Work

(Special Provision) New

A. Mast Arm Erection.

Mast arms should not be erected more than 14 calendar days prior to the signal system being turned on.

B. Signal Head Installation.

The vehicle and pedestrian signal heads and push buttons shall be covered immediately upon installation and shall remain covered until the signal is turned on.

C. Work in Roadway.

The roadway shall be kept open to traffic at all times, except when specific tasks required by this Contract require construction in the roadway. All work within the traveled way of any roadway shall be limited to the hours between 9 a.m. to 3 p.m. Work shall be accomplished such that at least 1 lane of traffic is open in each direction on every leg during working hours, except for mast arm erection. Exceptions to this will require a 3-

Page 288: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-164 Bid Documents August 2012

day advance approval from the Engineer and approval of a special traffic control plan to be developed by the Contractor.

D. Traffic Control During Construction.

The Contractor shall submit a detailed traffic control plan and obtain approval from the Engineer prior to roadway trenching, erection of mast arms, installation of induction loops, and other activities requiring lane closures or detours. During traffic interruptions, traffic will be controlled by qualified flag persons unless otherwise specified.

During the erection of mast-arm assemblies, the Contractor, with the authorization of the Engineer, may block all traffic lanes for a maximum of 5 minutes between 9 and 11 a.m. on any day of the week. Work performed on Saturday, Sunday, or holidays, requires the presence of a City inspector.

Unless otherwise approved by the Engineer, the Contractor shall furnish an off-duty police officer for traffic control during all roadway work performed at night, for all roadway work performed within 150 feet of an intersection, and for all other conditions where the Engineer deems it necessary for safety. The off-duty police officer shall be in addition to all other personnel required for flagging.

E. Traffic Signal Turn-On

Prior to schedule of turn-on, an electrical inspection must be passed with a copy of the Electrical Control Permit in the service cabinet.

Once all work has been completed for the installation of the traffic signal or illumination system, the Contractor shall notify the City of Redmond Traffic Engineer that the system is ready for Turn-On. Such notice shall not be given until all work has been completed and the Signal Check List has been completed and signed by the City inspector. The Signal Check List will be provided to the Contractor at the pre-construction conference.

The Traffic Engineer will then have up to 10 working days to completely check the operation of the system. Any deficiencies noted during the check will be immediately corrected by the Contractor.

When the system check is satisfactory to the Traffic Engineer, the signal will be turned on by the City with the heads still covered. This operation will occur on a week end. If the system functions properly for this period, the Contractor will return to the site on the Tuesday following the weekend for official turn-on including uncovering the signals.

Signal turn-on shall not be allowed on Mondays, Fridays, weekends, holidays, and the weekday immediately before and after a holiday. Signal turn-on shall be completed between the hours of 9 a.m. and 2 p.m. on the day of the turn-on.

Before the controller is connected and the traffic signal made operational, the Contractor shall perform all field tests specified in Section 8-20.3(11) of the Standard Specifications and these Special Provisions.

Page 289: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-165 Bid Documents August 2012

The signal turn-on shall be by the City of Redmond Traffic Engineer. A City of Redmond Traffic Engineer or his representative shall enter all signal-timing parameters as supplied by the Traffic Engineer and shall certify the intersection is operating and functioning in accordance with the specifications. The Contractor shall be present during the turn-on with adequate equipment to repair any deficiencies in operation.

The traffic signal controller manufacturer’s representative shall fully explain the operation of all control equipment to the City of Redmond personnel prior to the turn-on procedure. The Contractor shall contact the manufacturer to schedule the explanation of the control equipment. A training session shall be provided if deemed necessary by manufacturer’s representative or the Traffic Engineer.

F. Permits

The Contractor will be responsible for coordinating, obtaining, and paying for all permits necessary to complete this work in a timely fashion. An electrical permit shall be obtained before beginning trench excavation.

8-20.1(4) Errors and Omissions

(Special Provision) New

The Contractor shall immediately notify the Engineer upon discovery of any errors or omissions in the Contract Documents, in the layout as given by survey points and instructions, or of any discrepancy between the Contract Documents and the physical conditions of the locality. If deemed necessary, the Engineer shall rectify the matter and advise the Contractor accordingly. Any work done after such discovery without authorization by the Engineer will be done at the Contractor’s risk.

8-20.1(5) Warranties

(Special Provision) New

The Contractor shall provide a warranty for all material to be furnished under this Bid for a period of 1 year, unless otherwise specified, from the date of actual turn-on. The warranty shall apply to all material including those items not manufactured by the Contractor.

The warranty shall provide that all material at the time of delivery shall be free from defects in material and workmanship and shall be fit for the uses set forth in these Specifications.

The warranty shall assign responsibility to the Contractor for all costs of replacement or repair of defective materials except those materials supplied by the City. Replacement or repair shall be made within 5 working days following notification of a discrepancy.

Page 290: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-166 Bid Documents August 2012

8-20.2 Materials

(Special Provision) Supplement

The Engineer reserves the right to inspect the manufacturing process of all materials. Final inspection and acceptance of the installed materials will not be given until final installation and testing has been completed on the systems. Approval to install materials and equipment must be obtained from the Engineer at the job site before installation.

8-20.2(1) Equipment List and Drawings

(Special Provision) Supplement

Manufacturer’s technical information shall be submitted for all poles, mast arms, luminaires, wire, conduit, junction boxes, control equipment, cabinets, fiber equipment, video detection system, RRFB equipment, mounting hardware and all other items to be used on the Project. All approvals by the Engineer must be received by the Contractor before material will be allowed on the job site. Materials not approved will not be permitted on the job site.

The Engineer shall have 14 calendar days to review information for each submittal that is made. Approval of shop drawings does not constitute final acceptance or guarantee of the material, but is solely to assist the Contractor in providing the specified materials.

All shop drawings for poles, including metal, concrete and wood, that are not listed on the WSDOT Pre-Approved plans shall be stamped by a registered civil or structural engineer.

All materials to be approved for the signal, RRFB, illumination and spare conduit systems shall be submitted in a single package.

8-20.2(2) Fiber Optic Cable Submittals

(Special Provision) New

Submit the product data, samples, and qualification submittals specified below in one package at the same time.

A. Product Data:

1. Catalog sheets, specifications and installation instructions for all products.

2. Complete manufacturer’s construction details and specifications for the cables.

Include for each type of cable:

a. Physical and optical characteristics of the optical fibers including cable manufacturer’s certified test data (attenuation, bandwidth).

b. Physical characteristics of strength members, and jackets.

c. Maximum pulling strain allowed.

Page 291: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-167 Bid Documents August 2012

d. Crush resistance.

e. Overall dimension of cable.

B. Splicing and termination data, including the following:

1. List of materials.

2. Method of connecting cables.

3. Details of cable preparation.

4. Method of applying materials, including quantities.

5. Written statement from cable manufacturer that splices and terminations submitted are acceptable for use with their cable.

6. Written statement from splicing/termination manufacturer that the connectors submitted are suitable for the proposed application.

7. Written statement from cable manufacturer that the cable breakout and splitter kits submitted are acceptable for use with their cable.

8. Written statement from cable manufacturer indicating recommended pulling compounds.

C. Cable Installer’s Qualifications Data: The persons installing the Work of this Section and their Supervisor shall be personally experienced in optical fiber cable systems and shall have been engaged in the installation of optical fiber cable systems for a minimum of 3 years. Qualifications shall be submitted to the Engineer at least 30 calendar days prior to the start of fiber installation for approval of qualifications.

1. The Contractor shall submit the name of each person who will be performing the Work and their employer’s name, business address and telephone number.

2. The Contractor shall submit the name and addresses of 5 similar projects that the foregoing people have worked on during the past 3 years.

D. Cable Splicer’s Qualifications Data: Personnel that have at least three years field experience in single-mode fiber optic cable splicing shall accomplish all cable splicing. Qualifications shall be submitted to the Engineer at least 30 calendar days prior to the splicing for approval of qualifications.

1. Name of each person who will be performing the Work and their employer’s name, business address and telephone number.

2. All information required showing that the experience criteria have been met.

3. List of Completed Installations: If brand names other than those specified are proposed for use, furnish the name, address, and telephone number of at least 5

Page 292: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-168 Bid Documents August 2012

comparable installations that can prove the proposed products have operated satisfactorily for one year.

8-20.2(3) Contracting Agency-Supplied Materials

(Special Provision) New

The Contractor shall notify the Engineer at least two weeks in advance of the approximate date the Contracting Agency-supplied materials are required. The Contractor shall contact the City again two working days prior to schedule exact day and time for pick-up.

Contracting Agency-supplied materials will be available for pick up at:

CONTACT: REDMOND TRAFFIC SIGNAL TECHNICIAN, (425) 556-2899 CITY OF REDMOND SIGNAL LAB 15503 NE 90TH STREET REDMOND, WA 98052

8-20.3 Construction Requirements

8-20.3(2) Excavating and Backfilling

(Special Provision) Supplement

Underground utilities of record will be shown on the construction plans insofar as information is available. These, however, are shown for convenience only and the City assumes no responsibility for improper locations or failure to show utility locations on the Plans.

The location of existing underground utilities, when shown on the Plans, is approximate only, and the Contractor shall be responsible for determining their exact location. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the plans.

The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits.

If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall get approval from the Engineer prior to installation. The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. Pot holing alternative locations, as directed by the Engineer, will be paid for by a separate bid item with approval of the Engineer.

An item for Potholing has been included in the bid item list for the Engineer’s use in determining the location of existing utilities in advance of the Contractor’s operations. The Engineer will identify locations to pothole. Contractor requested potholing must be approved by the Engineer in advance.

Page 293: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-169 Bid Documents August 2012

Before beginning any excavation work for foundations, vaults, junction boxes or conduit runs, the Contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility location markings placed on the surface by the various utility companies. If a conflict is identified, the following process shall be used to resolve the conflict:

1. Contact the Engineer and determine if there is an alternative location for the foundation, junction box, vault or conduit trench.

2. If an adequate alternate location is not obvious for the underground work, select a location that may be acceptable and pothole to determine the exact location of other utilities. Potholing must be approved by the Engineer.

3. If an adequate alternate alignment still cannot be identified following potholing operations, the pothole area should be restored and work in the area should stop until a new design can be developed.

The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner.

8-20.3(2)A Trench and Backfill

(Special Provision) New

The Contractor shall provide trenching as specified herein, regardless of the material encountered, as necessary for complete and proper installation of the signal and illumination conduit. Trenching shall conform to the following:

1. Uniform Construction

Trenching for conduit runs shall be done in a neat manner, and the trench bottom shall be graded to provide a uniform grade, with a width and depth as specified herein. All trenches for placement of conduit shall be straight and as narrow in width as practical to provide a minimum of pavement disturbance.

2. Trench Backfill

No work shall be covered until it has been examined by the Engineer. When trenching is being accomplished within the sidewalk area, the backfill can be native material approved by the Engineer and shall be free of rocks greater than 2 inches. Backfill, compaction, hauling and disposal of un-used excavation material shall be incidental to the lump sum bid items for which the conduit is being installed. The compaction requirements for the roadway backfill shall apply.

3. Saw Cut for Trench

Thoroughly clean saw cuts where necessary by the use of high pressure water (1,400 psi or greater). All wasted water shall be collected and disposed of in accordance with section 2-02.3(4) of these Special Provisions. Impervious surfaces contaminated from

Page 294: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-170 Bid Documents August 2012

cutting operations shall be cleaned in accordance with section 2-02.3(4) of these Special Provisions.

Collecting and disposal of wasted water shall be considered incidental to and included in the various bid items involved with the operation.

Trenches in all paved areas shall be saw cut. The saw cuts shall be a minimum of 2-inches deep and shall be parallel.

4. Pavement Removal

Pavement shall be removed in a manner approved by the Engineer. The Contractor shall take care in removing existing paving not to damage the pavement outside of the saw cut lines.

5. Trench Depth

Trench depth shall provide 24 inches minimum of cover over all conduits unless agreed to otherwise by the Engineer. Trench depth shall provide a minimum cover of 36 inches for all conduits designated for fiber optic cabling. Refer to the trenching details in the Plans.

6. Trench Width

The trench width shall be 12 inches or the conduit diameter plus 2 inches, whichever is larger.

7. Trenching Across Roadways or Other Paved Areas

Trenching across roadways shall be approved by the Engineer. The Contractor shall be responsible for providing all necessary traffic control measures, including, but not limited to, lighting and an off-duty police officer.

Trenches located within roadways and driveways shall be backfilled with control density fill (CDF) to the base of the existing pavement or within 3-inches of finished grade and covered with steel plates for 24-hours to prevent traffic contact with CDF. After the CDF has set, the trench shall be patched with asphalt concrete pavement. The pavement patch shall match the thickness of the existing roadway pavement or shall be at least 3 inches thick, whichever is greater. CDF shall meet the requirements of Section 2-09.3(1)E.

The City reserves the right to make additions or deletions to the trenching which prove necessary for the completion of this Project.

8. Trenching in Landscaped Areas

Trenches shall be placed to have minimum impact on existing landscaping and irrigation systems. Any damage due to the Contractor’s operation shall be repaired or replaced by

Page 295: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-171 Bid Documents August 2012

the Contractor at his own expense and to the satisfaction of the Engineer. Compaction below topsoil shall be as shown in the City of Redmond Standard Drawing No. 466.

9. Trenching Through Concrete Sidewalk Areas

Trenching in these areas shall require removal and replacement of the concrete to the limits of the existing sidewalk joints. The costs for removal and replacement shall be incidental to the trenching. Backfill trench with CDF or approved backfill compacted per City of Redmond Standard Drawing No. 201.

8-20.3(2)B Directional Boring

(Special Provision) New

At the Contractor’s option, conduit can be installed using a surface launched steerable drilling tool. Directional boring shall only be performed by an experienced Contractor specializing in directional boring and whose key personnel performing the work have at least 5 years experience in this work. The Contractor shall submit a plan and methodology of the proposed areas where directional boring is proposed to the Engineer for approval at least 10 working days in advance of the work.

Drilling shall be accomplished using a high pressure fluid jet tool head. The drilling fluid shall be used to maintain the stability of the tunnel, reduce drag on the conduit and provide backfill between the conduit and tunnel. A guidance system which measures the depth, lateral position and roll shall be used to guide the tool head when creating the pilot hole. Once the pilot hole is established a reamer and swivel shall be used to install the conduit. Reaming diameter shall not exceed 1.5 times the diameter of the conduit being installed. Conduit which is being pulled into the tunnel shall be protected and supported so that it moves freely and is not damaged during installation. The pullback force on the conduit shall be controlled to prevent damage to the conduit. A vacuum spoils extraction system shall be used to remove any excess spoils generated during the installation. Excess drilling fluid and spoils shall be disposed of. The method and location used for disposal of excess drilling fluid and spoils shall be subject to the Engineers approval. Drilling fluid returns (caused by fracturing of formations) at locations other than the entry and exit points shall be minimized. Any drilling fluid that surfaces through fracturing shall be cleaned up immediately. Mobile spoils removal equipment capable of quickly removing spoils from entry or exit pits and areas with returns caused by fracturing shall be used as necessary during drilling operations. The Contractor shall be responsible for restoration for any damage caused by heaving, settlement, separation of pavement, escaping drilling fluid or the directional drilling operation, at no cost to the City.

A complete set of as-built plans showing all bores (successful and failed) within 10 calendar days of completing the boring shall be submitted to the Engineer. The plans shall be copies of the Contract Plans and include roadway profile, cross-section, boring location and subsurface conditions. The plans must include elevations of the installation.

Page 296: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-172 Bid Documents August 2012

8-20.3(3) Removing and Replacing Improvements

(Special Provision) Supplement

Unless otherwise noted on the Plans, the Contractor shall protect salvage items from damage and shall deliver these items immediately upon their removal to the City of Redmond Signal Lab located at:

CONTACT: REDMOND TRAFFIC SIGNAL TECHNICIAN, (425) 556-2899 CITY OF REDMOND SIGNAL LAB 15503 NE 90TH STREET REDMOND, WA 98052

8-20.3(4) Foundations

(Special Provision) Supplement

A. General Requirements

The Contractor shall provide all materials for and construct the foundations for luminaire poles, RRFB poles, traffic signal poles, traffic signal controller, and service cabinet to the dimensions specified in the Plans. The anchor bolt or bolt circle pattern shall match that of the item to be installed thereon.

All excess materials shall be removed from the construction site and disposed of at the Contractor’s expense.

Concrete foundations shall be placed against undisturbed earth if possible. CDF shall be used to backfill around signal pole foundations that are not placed against undisturbed earth. Before placing the concrete, the Contractor shall block out around any other underground utilities that lie in the excavated base so that the concrete will not adhere to the utility line. The Contractor shall secure the anchor bolts required for the item to be mounted on the foundation. The Contractor shall also securely locate all conduit required, including a spare 2-inch conduit to be used to connect the pole or controller cabinet ground wire to the ground rod in the nearest junction box. Concrete foundations shall be troweled, brushed, edged, and finished in a workmanship-like manner. Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit after placement. Concrete and steel rebar shall be furnished and placed as shown in the Contract Plans. Concrete Class 3000 shall be used for all foundations.

The Contractor may install the traffic signal or illumination poles, controller cabinet, and service cabinet on the new foundations, after acceptance by the Engineer, based on testing conforming to Section 6-02.3(5)D Test Methods of the Standard Specifications.

Where a foundation is placed adjacent to the back edge of the sidewalk, the top of the foundation shall be poured flush with the finished sidewalk grade. Where round foundations are allowed, the top 4-inches shall be square in shape with sides equal to the diameter. If necessary, the sidewalk shall be notched around the foundation and a 3/4-inch through expansion joint shall be provided at all points where the foundation and sidewalk are in contact, such that the foundation can be removed without damage to the

Page 297: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-173 Bid Documents August 2012

surrounding sidewalk. If no sidewalk exists, the top of the foundation shall be as shown on the Plans.

Concrete sidewalk removal necessary as part of the installation of foundation shall be removed and replaced to the limits of existing joints. The costs for removal and replacement shall be incidental to the “System Complete” items.

Location of all concrete foundations shall be approved by Engineer prior to excavation.

B. Controller and Service Cabinets

The controller foundation shall conform to Redmond Standard Drawings No. 459A and 460.

C. Service Cabinet

The foundation for the service cabinet shall be attached to the controller cabinet foundation as shown in Redmond Standard Drawings No. 459A and 460.

For working drawings and design calculations for the signal pole foundation on the NE corner of 170th Avenue NE and NE 76th Street, see Section 6-01.9 of these Special Provisions.

8-20.3(5) Conduit

(Special Provision) Supplement

Schedule 80 polyvinyl chloride (PVC) shall be used under roadways and driveways and at other locations specified on the Plans. Schedule 40 polyvinyl chloride (PVC) conduit may be used at all other locations. Aluminum conduit shall not be used. All conduit shall be consistent with the requirements of Section 9-29.1 of the Standard Specifications.

The Contractor shall provide and install all conduit and necessary fittings at the locations noted on the Plans. Conduit size shall be as indicated on the Plans. If the Contractor elects to use larger conduit without reasonable justification, the Contractor will be responsible for any increase in cost due to other changes required.

When copper or fiber optic interconnect cable is part of a project, the conduit sweeps bringing the interconnect cable into and out of the junction boxes shall be offset as directed by the Engineer to accommodate the cable’s tendency to curl. The conduit sweep shall have a minimum bend radius of 24-inches and terminate in junction boxes per City of Redmond Standard Detail No. 467A, except all conduit containing fiber optic interconnect cable shall have a minimum bend radius of 36-inches.

Conduits entering through the cabinet foundation shall be arranged toward the front of the cabinet for maximum accessibility or as directed by the Engineer.

Conduits shall be capped during construction using manufactured seals to prevent entrance of water and debris. The conduits shall be cleaned before pulling wire. Spare conduits shall be capped and labeled as City of Redmond conduits and include detectable pull tape conforming to

Page 298: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-174 Bid Documents August 2012

Section 9-29.27 of these Special Provisions. Detectable pull tape shall also be added to conduits occupied with non-electrical cables.

Each conduit entering the junction boxes shall be neatly upswept and shall terminate not less than 6-inches nor more than 8-inches below the lid of the junction box. The location of the conduit within the junction box shall be such that the side of the junction box through which the conduit enters shall indicate from which direction the conduit came.

Where sidewalk panels need to be replaced for the installation of conduit or junction boxes, the Contractor is responsible for restoring the area near the back of sidewalk as needed to repair damage from sidewalk panel formwork.

Where intercepting and splicing to an existing conduit is called out on the plans, the Contractor shall verify the conduit size and schedule before ordering the new conduit sections. The size provided on the plans is an estimation.

All existing and new conduits shall be proofed/cleaned with a mandrel, if the conduit is empty or will be empty after removal of cabling called out on the Contract Plans; or with only a fish tape, if there is existing cabling in the conduit. The proofing of existing conduit shall be the first field task of the project, unless otherwise agreed to by the City when the project schedule is initially presented to Engineer. The Contractor shall verify all new conduits are clear of rocks and debris before installing cabling or before capping a conduit if the conduit is installed as a spare.

8-20.3(5)A Damaged or Blocked Conduits

(Special Provision) New

Damaged or blocked conduits shall be repaired by the Contractor. The Contractor shall attempt to remove debris in the conduit by blowing in air. The Contractor shall be careful not to blow air towards the service or controller cabinet. If the blockage doesn’t break free, the Contractor shall identify the potential blocked/damaged location using a fish tape. Once the blockage location is identified the contractor shall attempt to remove the existing cabling (if any) from the conduit. If the cabling is removed, the Contractor shall attempt to pass a fish tape through the conduit again. If the fish tape passes through the conduit past the identified blockage point easily, the Contractor shall attempt to reinstall all existing cabling along with the new cabling called out in the Contract Plans.

If the existing cabling cannot be removed, or reinstalled after removal, the Contractor shall excavate down to the conduit blockage point and repair the conduit break. The Contractor shall obtain approval from the Engineer prior to removing existing cabling or beginning excavation. All cabling shall be removed from the conduit prior to repairing the broken conduit. Once the conduit is repaired, the Contractor shall restore the disturbed area. The removal of cable, excavation, conduit repair, and surface restoration will be paid for by change order or Minor Change as determined by the Engineer. The cost for other work needed to identify and remedy blocked conduits as described in this Section shall be incidental.

Page 299: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-175 Bid Documents August 2012

8-20.3(5)B Detectable Pull Tape

(Special Provision) New

For all conduits that do not contain electrical conductors, the Contractor shall add a detectable pull tape. The pull tape shall be in conformance with Section 9-29.27 of these Special Provisions.

8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes

(Special Provision) Supplement

All junction boxes shall be supplied by the Contractor. The locations of the junction boxes as shown in the Plans are approximate and the exact locations shall be determined in the field. Junction boxes shall be located outside the traveled way, wheelchair ramps and landings, and driveways. The new junction box shall not interfere with any other previous or relocated installation. The lid of the junction box shall be grounded in a manner that will allow removal of the lid without breaking the ground. The lid shall also be flush with its frame and with the surrounding area whether it is shoulder, sidewalk, or other surface.

Placement of junction boxes in soft surfaces shall include a concrete collar and shall conform to the Redmond Standard Drawing No. 464, except for junction boxes associated with the Trail Illumination Plans.

Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to, or installed in, their final grade and location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for future adjustment.

When junction boxes are installed or adjusted prior to construction of finished grade, pre-molded joint filler for expansion joints may be placed around the junction boxes. The joint filler shall be removed prior to adjustment to finished grade.

Adjustments involving raising or lowering the junction boxes shall require conduit modification if the resultant clearance between top of conduit and the junction box lid becomes less than 9-inches as shown in the junction box details on the Plans. Wiring shall be replaced if sufficient slack as specified in Section 8-20.3(8) of the Standard Specifications is not maintained.

All junction boxes designated as pull points for fiber optic cable shall be configured such that the tensile and bending limitations of the fiber optic cable are not compromised. Junction boxes shall be configured to mechanically protect the fiber optic cable against installation force as well as inert forces after cable pulling operations.

The Contractor shall not damage any existing conduits when replacing or excavating existing junction boxes. The Contractor is to maintain the integrity of all junction boxes during reconfiguration of the conduits, installation of new conduits or when excavating.

The Contractor shall reconfigure conduits in existing junction boxes as shown in the details in the Plans where the minimum bend radius of the fiber is not achievable. The integrity of the

Page 300: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-176 Bid Documents August 2012

junction box shall be maintained. If damage occurs, the Engineer shall be contacted immediately.

Unless otherwise shown on the Plans, junction boxes for interconnect cable shall be Type 8 and shall be installed at every intersection or at a maximum of 800 feet.

8-20.3(8) Wiring

(Special Provision) Supplement

A. General

All wires terminated at a terminal block shall have an open end, crimp style solderless, insulated terminal. All terminals shall be installed with a tool designed for the installation of this type of terminal. Crimping with pliers, wire cutters, etc., will not be allowed. Terminals shall be color coded to the wire and sized to fit snugly on wire ends. No exposed conductor shall be allowed. All wiring inside the controller cabinet and at intermediate points shall be trimmed and cabled together to make a neat and clean-appearing installation.

No splicing of any traffic signal conductor shall be permitted unless otherwise indicated on the Plans. All conductor runs shall be pulled to the appropriate signal terminal compartment board with pressure type binding posts. The only exceptions shall be the splices for detector loops at the nearest junction box to the loops and splices in illumination circuits.

Each end of every conductor at each wire termination, splice, connector, or device shall have a PVC wire marking sleeve bearing as its legend the circuit number indicated in the wiring schedule. Where terminal strips are used as a connecting device between conductors, the terminal strips shall also bear the circuit numbers.

All illumination circuits shall be labeled with a PVC marking sleeve bearing the circuit number at each junction box whether splices are present or not. Terminal strips in cabinets, or when used as a connection device between conductors, shall bear the circuit numbers.

For installing new cables in existing occupied or empty conduit, the Contractor shall be responsible for the following steps: 1) Install a new pull rope using a rod/fish tape in the conduit for pulling in the new cabling if a pull rope does not already exist. 2) If the Contractor cannot get the rod/fish tape to pass through the conduit, the Contractor shall blow air through the conduit to remove any debris blocking the rod/fish tape path. The Contractor shall be careful not to blow air into controller or service cabinets. 3) If the rod/fish tape still does not pass through the conduit after blowing air, the Contractor shall disconnect a single existing wire as agreed to by the Engineer (if the conduit is occupied) and use that wire to pull the new wiring plus a new cable to replace the existing cable that is being used for pulling. 4) If no existing wire can be used to pull in the new wire, the Contractor shall try another conduit run if one exists, or pull out all existing wiring from the conduit and use to pull in the new wiring plus all new cabling to replace existing cabling. Rodding, fish taping, blowing air, and disconnecting/reconnecting cable shall be the Contractor’s cost responsibility. The removal of the cable and the cost of furnishing and installing replacement cable will be paid for by change order or Minor Change as determined by the Engineer. In

Page 301: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-177 Bid Documents August 2012

an event that none of these steps led to successful wire installation, the Contractor shall install new conduit as directed by the Engineer.

When removing existing cabling, if the cable won’t initially move, the Contractor shall attempt to blow air through the conduit to loosen debris around the cable. Blowing air into the conduit is considered incidental to the cable removal. If the cable will not move after blowing air into the conduit, the Contractor shall contact the Engineer.

B. Interconnect Cable

The Contractor shall provide and install a 48-strand single-mode fiber optic cable in designated conduits as shown on the Plans. Unless otherwise indicated, conduits for interconnect cables shall be completely separate from other conduits, except where a conduit connection is made between the controller cabinet and the interconnect cable. The Contractor shall terminate the fiber strands of the interconnect cable into a telemetry module within a designated controller cabinet or in a designated terminal cabinet.

C. Loop Lead-In Cable

The drain wire shall be snipped at each end and shall not be landed.

D. 5-Conductor Cable

One spare 5-conductor cable shall be installed between the controller cabinet and every Type 2 and 3 pole terminal cabinet (except where a left turn phase wiring is already called for), or as noted in the plans. Six (6) feet of slack cable shall be coiled in the controller cabinet, and the cable shall be landed and labeled as a spare in the terminal cabinet.

E. Illumination

All splices for illumination shall use SEC 1791-DP splice kits and conform to Redmond Standard Detail No. 421 including the last luminaire on a circuit.

Splices to extend circuits in multiple directions shall use SEC 0791-0 splice box.

8-20.3(9) Bonding, Grounding

(Special Provision) Supplement

All appurtenances containing electrical conductors (junction boxes, luminaires, light standards, cabinets, metallic conduit, non-metallic conduit, etc.) shall be made mechanically and electrically secure to form a continuous system, which shall be effectively grounded. Where new and existing conduits are utilized, an equipment-grounding conductor shall be installed if one does not already exist. The grounding conductor and bonding jumpers shall be sized per NEC 250-122 or as specified in the Plans (8 AWG minimum).

Location wires shall not be connected to the equipment-grounding system. See Section 8-20.3(5)B Detectable Pull Tape of these Special Provisions for attachment of location wires.

Page 302: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-178 Bid Documents August 2012

Contractor shall provide and install bonding and grounding wires as described in Standard Specifications and the National Electric Code for any new metallic junction boxes and any modified existing junction boxes. For the purposes of this section, a box shall be considered “modified” if new current-carrying conductors are installed, including low-voltage conductors.

In locations where existing grounding conductors are present, these conductors shall not be disturbed and the ITS equipment grounding conductor shall be pulled continuously back to the service location.

8-20.3(10) Service transformer, Intelligent Transportation System Cabinet

(Special Provision) Supplement

Power sources shown in the Plans are approximate only; exact location will be determined in the field.

A 3-wire electrical service shall be used at 120/240 volts, single phase, 60-hertz AC between the power source and the service cabinet. The unfused power shall enter the service cabinet through a separate conduit.

The Contractor shall furnish and install a service cabinet as specified. The service cabinet shall be mounted on a concrete base with anchor bolts fastening to the inside of the base of the cabinet. The illumination components shall be connected to the 240-volt, 60-hertz power. The traffic signal components shall be connected to 1 of the 120-volt, 60-hertz elements. No modifications to the cabinet will be allowed.

The Contractor shall have the service inspected by the City of Redmond Building Department Electrical Inspector and shall be solely responsible for coordination with the power company to have the service energized.

The service cabinet shall be shipped and delivered to the job site in a protective covering with suitable dunnage to prevent damage to the exterior surface.

8-20.3(11) Testing

(Special Provision) Supplement

All work shall be completed in a manner that provides the inspector and Engineer with full knowledge of the construction. The work shall proceed in accordance with the approved construction schedule previously supplied to and approved by the City of Redmond. The Inspector and Engineer may, at their option, cause work completed without their knowledge or inspection to be dismantled so that it can be inspected to their satisfaction. Appropriate megger, resistance, continuity, and inductance tests shall be performed in accompaniment with the City Traffic Engineer, Inspector, or Signal Technician.

Page 303: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-179 Bid Documents August 2012

8-20.3(13) Illumination Systems

(Special Provision) Supplement

Existing illumination shall not be removed until new illumination system is completed. If an existing street light is in conflict with the construction of the new system, a temporary lighting system shall be installed prior to removal of the existing street light.

8-20.3(14) Signal Systems

8-20.3(14)B Signal Heads

(Special Provision) Supplement

All vehicle and pedestrian signal heads shall be securely covered with opaque (nontranslucent) material between installation and signal turn-on. Signal heads shall also be completely covered after testing and prior to signal turn-on.

Vehicle heads, which are to remain covered for a period AFTER turn-on of the signal, shall be covered with a heavy, waterproof, opaque canvas, khaki in color, securable by braided nylon rope. Visqueen duct tape shall not be allowed to secure the covers to the signal heads.

All vehicle signal heads shall have a 1/4-inch-diameter drain hole in their base.

All signal heads shall be mounted using a Type M or K mount as specified on WSDOT Standard Plans J-75.10 and J-75.20. The Contractor shall provide and install all vehicular signal head mounting hardware. Mounting hardware will provide for a rigid connection between the signal head and mast arm or pole.

Position of the signal heads shall be as specified on the Pole Schedule. Signal heads shall be mounted on the mast arm such that the mount shall be located just below the red indication (four section vertical displays mounted on type M mounts shall have plumbizer between first and second displays). The bottom housing of a signal face shall conform to the requirements as stated in the current approved edition of the MUTCD.

Optically programmed heads shall be used for signal heads that are identified in the Plans. The highest intensity of the red lens in the signal head shall be aimed at a point 4 times the posted speed limit from the stop bar (measured in linear feet). Final orientation of the optically programmed heads shall be approved by the City of Redmond Traffic Engineer in the field.

8-20.3(14)C Induction Loop Vehicle Detectors

(Special Provision) Supplement

Induction loops shall be constructed in accordance with Section 8-20.3(14) of the Standard Specifications, the Standard Plans, and the Standard Drawings, except as modified herein:

1. General

Page 304: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-180 Bid Documents August 2012

Install loop detectors during conditions of zero precipitation and when the pavement temperature is between 40 degrees F and 100 degrees F.

Clean roadway surface of debris, standing water, or other material which may enter the saw cut and thereby degrade the quality of the installation.

The Contractor shall mark the location of all loops. The Contractor shall consider any pavement degradation or utilities that may interfere with the proper installation of the loop detector. The Contractor shall notify the City of Redmond Traffic Engineer 24 hours in advance to obtain approval of the location of the loop detectors as laid out prior to any cutting. At no time shall any of the saw cuts pass closer than 1 foot to any utility cover.

The Contractor shall determine the depth of the pavement section where the loop is to be installed. If the pavement section is less than the required depth of the saw cut, the Contractor shall consult the Engineer or the inspector for directions.

2. Saw Cutting Round Loops

Round loops shall be constructed in accordance with the requirements noted for Method A (Circular Saw). Construction shall conform to WSDOT Standard Plan J-8a as modified by the following:

Method A (Circular Saw)

1. Round saw cuts shall be 6 feet in diameter and shall be constructed using equipment designed for cutting round loops. The equipment shall use a concave, diamond-segmented blade. The saw cuts shall be vertical and shall be a minimum of 0.25 inches wide. The saw cut depth shall be a minimum of 2.5 inches measured at any point along the perimeter. Other methods of constructing the round saw cut, such as anchoring a router or flat blade saw, will not be allowed.

2. The bottom of the saw cut shall be smooth. No edges created by the differences in saw cut depths will be allowed.

3. All saw cut corners shall be rounded to a minimum 1.6-inches radius.

4. All saw cuts shall be cleaned with a 1000-psi high-pressure washer. Wash water and slurry shall be vacuumed out. Saw cut shall be blown dry with compressed air.

5. Loops shall be installed after paving the final lift of asphalt.

6. The loop shall be constructed using 3 turns of conductor if its home run is less than 400 feet, and 4 turns of conductor if its home run is greater than 400 feet. The conductor shall be installed 1 turn on top of the previous turn. All turns shall be installed in a clockwise direction.

7. Loop sealant shall be MSI 34271. Loop sealant shall be installed in 2-layers. The first layer shall be allowed to cool before the second layer is applied. Installation of the sealant shall completely encapsulate the loop conductors. A minimum of 1-inch of

Page 305: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-181 Bid Documents August 2012

sealant shall be provided between the top of the conductors and the top of the saw cut.

In areas where no conduit exists between the junction box and the edge of roadway, conduit stub-outs shall be installed. This installation may require curb and/or sidewalk replacement to install the required conduit sweeps. Holes greater than 3.5-inches in diameter shall require an asphalt patch. Existing stub outs not being reused shall be plugged or removed from the junction box. Install a 2-inch conduit between each saw cut in the pavement surface and the junction box.

If the saw cut crosses a pavement joint or crack, the loop wire shall pass through an expanded section of saw cut, as shown in the Redmond Standard Drawing No. 455, that shall be previously smoothed of any rough edges. The wire shall be laid through this area in such a way that the wire forms a small “S” in order to allow for any future pavement movement.

The Engineer or Inspector shall approve the quality and location of all saw cuts and conduits installed.

3. Loop Wire Installation

A minimum of 2-inch-diameter PVC conduit as shown in the Plans shall be used to contain the loop lead-ins from the saw cut in the roadway surface to the junction box.

The Contractor shall coil at least 10 feet of extra wire at the junction box prior to placing it in the saw cut so that the loop wire will not require any splices.

The loop wires shall be placed in the saw cut so that at no time is any tension placed on the wires. The wires shall not bind against the pavement at any point in the saw cut.

The loop wires in the lead-in saw cut and loop conduit shall be twisted in a symmetrical fashion with a minimum of 3 twists per foot at a uniform rate of turns per foot between the loop saw cut and the junction box. The twisted loop wire shall be pulled into the junction box through the conduit placed between the saw cut and the junction box. Unless specified otherwise by the Engineer, there shall be wiring for no more than 3 loops (6 twisted loop wire conductors) in each lead-in (home run) saw cut.

Both ends of the conduit between the saw cut and the junction box shall be sealed to prevent water and loop sealant from entering the conduit and to prevent the wire from moving.

Application of the MSI-34271 loop sealant shall be applied in accordance with the manufacturer’s recommendations using equipment recommended by the manufacturer. Application of hot-melt loop sealant shall be made with a pressure feed applicator in two equal lifts to a pavement having a surface temperature greater than 40 degrees F in accordance with the manufacturer’s recommendations. CRACK POTS OR GRAVITY FEED EQUIPMENT SHALL NOT BE PERMITTED.

4. Connection to Loop Lead-In Cable

Page 306: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-182 Bid Documents August 2012

Prior to splicing new loop wires to loop lead-ins, the loops shall be tested at the junction per section 8-20.3 (11) Testing. Upon completion of the test, they shall be connected in series or parallel as required by the Plans or Standard Specifications.

For new loop wires and new loop lead-in cable installation, testing shall be repeated at the controller cabinet prior to termination at the cabinet.

After all appropriate loop wires are brought into the junction box and tagged to identify which wire goes to each loop and in which direction the loop wires are wound, the individual wires shall be spliced together and to the individually twisted shielded pair cable and brought back to the controller cabinet. The splicing shall be made in accordance with Redmond Standard Drawing No. 457. The entire splice shall be encapsulated with nonvinyl-back 3M™ Scotchfill black mastic sealant. In summary it shall employ a compression butt joint, then covered with the sealant, then 3 layers of 3M™ 33+ electric tape.

8-20.3(14)E Signal Standards

(Special Provision) Supplement

After delivering the poles or arms to the job site and before they are installed, they shall be stored in a place that will not inconvenience the public. All poles and arms shall be installed in compliance with Washington State Utility and Electrical Codes.

The poles shall be installed on leveling nuts and washers secured to the anchor bolts and with locking nuts and washers on the top of the base flange. The side of the shaft opposite the load shall be plumbed by adjusting the leveling nuts or as otherwise directed by the Engineer. The space between the concrete base and the bottom of the pole flange shall be filled with dry pack mortar to completely fill the space under the flange and be neatly troweled to the contour of the pole flange. A barrier shall be placed around the anchor bolts to prevent grout from entering the conduits. A plastic drain hose (3/8-inch diameter) shall be inserted through the mortar to provide drainage from the interior of the pole base and be trimmed flush with the interior and exterior surface of the mortar. Dry pack mortar shall consist of a 1 to 3 mixture of cement and fine sand.

8-20.3(14)F Terminal Cabinets

(Special Provision) New

A terminal cabinet meeting NEMA 3R requirements with terminal strip shall be furnished and installed on each traffic signal pole as shown in the Plans.

The terminal cabinets shall be mounted on the pole using a 4-inch-wide aluminum channel away from the traffic side, with the bottom of the cabinet above the pedestrian signal heads where present and in no case less than 8 feet above the ground level.

Page 307: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-183 Bid Documents August 2012

8-20.3(14)G Emergency Vehicle Preemption System

(Special Provision) New

The Contractor shall furnish and install an emergency vehicle preemption system according to manufacturer’s recommendations, the Special Provisions and as shown in the Plans.

The emergency vehicle preemption detectors shall be installed in a drilled and tapped hole in the top of the mast arm or on the pole. Prior to installation, the location of the detector shall be verified in the field by the City inspector. They shall be tightly fitted to point in the direction shown in the plan view. The Contractor shall furnish and install phase discriminator units as required to obtain the necessary phase discriminator channels for each leg of the intersection.

The Contractor shall furnish and install detector lead-in cable for the emergency preemption system. No splicing will be allowed between the detector and the controller cabinet.

8-20.3(14)H Pedestrian Push Button Assembly

(Special Provision) New

The Contractor shall provide and install the pedestrian push buttons and associated signs on the signal pole per the Plans.

All signal pole mounted push buttons shall be APS style and all mountings shall be securely fastened and approved by the Engineer.

The position and orientation of the pedestrian push buttons shall be located as shown on plans; however, final positioning for the optimum effectiveness shall be approved by the City of Redmond Traffic Engineer prior to pole drilling.

8-20.3(17) “As-Built” Plans

(Special Provision) Supplement

Upon completion of the construction and prior to the turn-on of any traffic control equipment, the Contractor shall furnish an “as-built” plan of each intersection showing all signal heads, pole locations, detectors, junction boxes, miscellaneous equipment, conductors, cable wires up to the signal controller cabinet, and with a special symbol identifying those items that have been changed from the original Contract Drawings. All items shall be located within 1-foot horizontal distance and 6 inches vertical distance above, below, or at the surface.

All existing foundations and conduit left below the surface shall be noted on the as-built plans provided to the City by the Contractor.

8-20.3(18) Fiber Optic Networks

(Special Provision) New

This work covers the supply, installation, and testing of fiber optic cable and related communications support facilities and equipment including termination panels and cabling.

Page 308: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-184 Bid Documents August 2012

8-20.3(18)A Fiber Optic Cable Pre-Installation Testing

(Special Provision) New

Pre-installation tests shall be conducted on the cable reels prior to installation. These tests shall be performed in accordance with EIA/TIA-455-78 for single-mode fibers using an optical time domain reflectometer (OTDR). Both ends of the cable shall be accessible for the tests, and it may be necessary to remove a portion of the protective wooden lagging on the reel. Measurements shall be made using the 1310 nm and 1550 nm wavelengths, and shall be compared to the factory test results. Test results shall be provided to the Engineer and approved before cable installation can begin.

8-20.3(18)B Fiber Optic Cable Installation

(Special Provision) New

The installation of all materials shall be as specified on the Plans. The Contractor shall meet or exceed the following installation specifications.

Care will be exercised at all times to ensure that the fiber optic cable is not bent with a radius of less than 2 feet (610 mm) during installation and less than 18 inches (457 mm) after completion of the installation. When cable on a reel is to be installed in two directions from a central point, or the installation of a cable run is completed in stages, the Contractor shall utilize a figure eight method to coil cable. Any damaged cable sections shall be replaced from splice to splice by the Contractor at his expense.

The cable will be continuous between stations and/or splices as indicated on the Plans. The Contractor shall not cut the cable to aid in installation, unless approved in writing by the Engineer.

Fiber optic cable shall be installed in underground conduit as identified in the Conduit and Wiring Schedule on the Plans. Installation procedures shall be in conformance with the procedures specified by the cable manufacturer for the specific cable being installed. The cable shall not be installed prior to the installation of vaults, cabinets or pull points/junction boxes.

The Contractor shall make a physical survey of the project site for the purpose of establishing the exact cable routing and cutting lengths prior to the commencement of any fiber optic work or committing any fiber optic materials. Fiber optic cable shall be installed in continuous lengths without splices except where specifically allowed on the Plans unless otherwise approved by the Engineer.

Conduits are to be hand-rodded or blown with compressed air to provide a detectable pull tape if one does not already exist. The detectable pull tape is to be non-abrasive such as “mule tape,” and in compliance with Special Provisions 9-29.27. The Contractor shall handle fiber optic cable carefully taking care not to pull cable along the ground, over or around obstructions or through unnecessary curves or bends. Manufacturer approved pulling grips, cable guides, feeders, shoes and bushings shall be used to prevent damage to the cable during installation.

Page 309: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-185 Bid Documents August 2012

When removing cable from the reel prior to installation, place it in a “figure-eight” configuration to prevent kinking or twisting. Take care to relieve the pressure on the cable at crossovers by placing cardboard shims (or equivalent method) or by creating additional “figure-eights.”

The Contractor shall ensure that the tensile load on the cable does not exceed the allowed maximum by using a system that includes a means of alerting the installer when the pulling tension approaches the limit and/or displays the actual tension on the cable. The Contractor may supplement this procedure with a breakaway tension limiter set below the recommended tensile limit of the cable being pulled. Cable pulling lubricant must be of a type solely used for pulling cables.

The cable shall be clearly marked with a permanent plastic tag in each junction box and vault it passes through and at each cable riser. The Contractor shall attach the cable to the racks and hooks with industry standard cable ties immediately upon entering the pull point/box. Each cable shall be looped and tied independently of one another. The fiber cable is to be routed in the top corners of vaults while ensuring proper bend radius. The cable is not to pass through any existing cable loop.

During installation the Contractor shall keep a log that notes the length marking on the cable at every pull point/junction box. This will help determine the exact location of problems along the cable run during the OTDR testing.

The Contractor shall replace any damaged conductors or cables in occupied conduits as a result of Contractor's operations at the Contractor's cost.

8-20.3(18)C Fiber Optic Cable Labeling

(Special Provision) New

A. Fiber Optic Cable

All fiber optic cable shall be identified whenever entering or leaving a cabinet, vault, pull point/box or enclosure and at all terminals.

Permanent plastic marking tags fastened securely to the cables shall be used for identification.

Cable designation shall consistently conform to the overall scheme approved by the City to indicate location, circuit, device, cable number, terminal branch, position etc. Letters and numbers shall be used. Identification shall be made with a clear, machine produced, indelible marking.

B. Conduit

All conduits shall be numbered and documented on the site plan as-built drawings.

C. Splice Cases

Page 310: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-186 Bid Documents August 2012

Splice cases will be labeled at each entry point with nomenclature that includes the cable origination point, strand count, and destination. Fiber splice cases will be labeled as “Fnnn”, where nnn = the vault number as shown on the conduit and vault site plan.

D. Innerduct

Innerduct will be labeled at each end and where it is passed through a vault as “ccc - iii”, where ccc = the conduit number from the site as-built drawings and iii = the innerduct number, within the conduit.

E. Termination Panels

All termination panels shall be labeled at each termination point for each fiber. Termination labels shall conform to the overall scheme approved by the City to indicate location, device and next access point. Identification shall be made with a clear, machine produced, indelible marking.

8-20.3(21) Communications Vault

(Special Provision) New

The Contractor shall provide communications vaults for the purpose of storing slack cabling and installing splice enclosures. Communication vaults shall comply with Section 9-29.28 of the Special Provisions. The location of all communication vaults shall be as indicated on the Plans and shall be field verified by the Contractor.

Communication vaults shall be configured such that the tensile and bending limitations of the fiber optic cable are not compromised. Vaults shall be configured to mechanically protect the fiber optic cable against installation force as well as inert forces after cable pulling operations.

Where indicated on the Plans, new communication vaults shall be installed as described herein and shown in the details on the Plans. Where conflicts arise with the location of the vault and existing underground utilities, the Contractor shall follow the procedures as outlined in Section 8-20.3 of these Special Provisions. The Contractor shall furnish and install racking hardware for cable storage in all new vaults and in all existing vaults where cable storage is identified on the plans. The Contractor shall secure and store the cable in the racking hardware per manufacturer’s instruction.

Existing conduits shall be located; hand excavation may need to be used so as to not damage the existing conduit and cables. All existing conduits will need to be open and exposed for access within the vault. Care shall be taken to identify which conduits have existing cables. All conduits shall extend 2 inches within the vault walls. At the 2-inch mark the excess conduit on the existing structure shall be removed and all cables exposed.

Once the conduits are located, excavate a hole large enough to install the communications vault. The vault shall have a concrete floor as indicated on the Plans. The floor shall be resting on firmly compacted ground and be level. Ensure that the existing conduits are at a minimum of 4 inches above the top of the floor. If the existing conduits contain existing cables, the new vault shall be bottomless to allow the existing conduit and cables to be routed into the new vault.

Page 311: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-187 Bid Documents August 2012

The Contractor will cut out the knockouts to accommodate both new and existing conduits on the vault walls and place the vault over the conduits using a crane or similar mechanical device. Care shall be taken when lowering the vault as to not damage the existing conduits and cables. All knockouts shall be sealed using a mortar concrete mix to prevent rodent and water from entering the vault.

The new vault shall be adjusted to be flush with the finished grade and such that water drainage will continue after the installation. In some instances the soil grading will be sufficient, while in other instances gravel may have to be placed at specified depths. The location of the vault should be away from traffic conditions that could cause injury to personnel, yet it should be easily accessible for maintenance. All voids created in and around the vault while adjusting it to grade shall be filled with grout.

8-20.3(22) Splicing and Termination

(Special Provision) New

Splicing shall be completed in fiber optic splice enclosures or fiber optic termination panels with splicing trays as indicated on the Plans and details. All other materials required to provide an operational fiber optic network shall be considered as part of this section with the exception of the fiber cable itself and the installation hardware required to mount it.

In particular, the Contractor shall supply all consumable materials required for fiber optic splicing, including but not limited to:

• De-Natured Alcohol

• Fusion Splice Protection Sleeve

• Cable Ties

• Labels

• Sealing Tape

8-20.3(22)A Qualifications

(Special Provision) New

Personnel that have at least three years field experience in single-mode fiber optic cable splicing shall accomplish all cable splicing. Qualifications as defined in 8-20.2(2) shall be submitted to the Engineer at least 30 calendar days prior to the splicing for approval of qualifications. When performing a splice, the fusion set must be on a stable surface and the splicing area must be relatively dust free. Therefore, it is required that the splicing should be done in a van or tent and not in the open air, in a manhole or vault.

Page 312: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-188 Bid Documents August 2012

8-20.3(22)B Fiber Splices

(Special Provision) New

The fiber optic network shall be spliced in fiber optic splice enclosures or fiber optic termination panels as shown on the Plans and details. All splicing shall be completed using fusion-splicing equipment, with each fusion, protected in a splice protection sleeve. All splices shall be securely stored in splice trays.

Generally, splices shall not be performed in vaults smaller than 2 feet x 2 feet x 5 feet. When it is determined by the Engineer that a splice is performed in a vault smaller than 2 feet x 2 feet x 5 feet, appropriate slack coils will be provided to allow the splice case to be removed from the vault. When splicing is required in communication vaults (25-TA or larger), the splice case will be affixed to the side of the vault using the unistrut rack fasteners cast into the wall of the vault. See the Plans for details.

At least 2 feet (610 mm) of bare fiber shall be coiled and stored in the splice tray in a protected manner. At least 3 feet (914 mm) of each buffer tube in the fiber optic cable shall be coiled and stored in the splice enclosure or patch panel. All cables shall be properly fastened to prevent against pulling out of the splice enclosure or patch panel.

All fusions shall be labeled with the fiber number using a pre-printed vinyl number tag. All splice trays shall be labeled with the range of fibers spliced in the tray. Cables at each location shall be designated with the next termination point at the other end of the cable.

All splicing in fiber optic splice enclosures shall be completed using “butt splicing”.

8-20.3(21)C Fiber Optic Buffer Tube Fan-Out Kit

(Special Provision) New

The Contractor shall install Buffer Tube Fan-Out Kits in the locations shown on the Plans and in the Details. The assembly shall be installed per manufacturer’s specifications and include all necessary tools, consumables and cleaners required for the complete installation.

8-20.3(22) D Blank

(Special Provision) New

Intentionally left blank

8-20.3(22) E Blank

(Special Provision) New

Intentionally left blank

Page 313: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-189 Bid Documents August 2012

8-20.3(22)F Fiber Optic Termination Panel

(Special Provision) New

The Fiber Optic Termination Panel shall provide for the termination of the outside plant fiber optic cable within the traffic signal controller cabinets as indicated on the Plans and details. The panel shall provide for the termination and protection of the fiber optic cable within the cabinets. Refer to section 9-29.29(3) for panel specifications. The Contractor shall verify with the Engineer the exact placement of the termination panel within existing cabinets prior to installation.

The Contractor shall provide all necessary tools, consumables, cleaners, mounting hardware and other materials required for the complete installation of this unit. The panel shall be installed per manufacturer’s specifications. The Contractor shall install a Fiber Optic Buffer Tube Fan-Out Kit on the fiber optic cable and terminate all fibers with a Fiber Optic SC Connector. All fibers shall be connected to one side of the connectorized adapter plates. All fibers within the termination panel shall be neatly dressed, with slack length coiled as required.

The user side of the termination panel adapter plates shall be labeled with the fiber numbers for every fiber terminated at the panel. The user side of all fiber optic connectors shall be covered with a dust cap.

Where necessary, the Contractor shall furnish and install grounding kits for the bonding of armored fiber optic cable to the ground bar. The location for bonding to the armored sheath shall be inside the cabinet.

8-20.3(22) G Blank

(Special Provision) New

Intentionally left blank

8-20.3(22)H Fiber Optic SC Connector

(Special Provision) New

The Fiber Optic SC Connector shall provide for the termination of the individual fiber optic strands and shall be installed in conjunction with the Buffer Tube Fan-Out Kit.

The Contractor shall install the Fiber Optic SC Connectors on the Fiber Optic Buffer Tube Fan-Out Kits where required to terminate the fan-out kit onto the Termination Panels in the quantities and locations as shown on the Plans.

8-20.3(22) I Blank

(Special Provision) New

Intentionally left blank

Page 314: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-190 Bid Documents August 2012

8-20.3(23) System Acceptance Testing for Fiber Optic Networks

(Special Provision) New

8-20.3(23)A Testing and Commissioning

The Contractor is responsible for demonstrating the functionality of the installed system through testing. These tests shall be conducted in accordance with an approved test plan that shall cover the key functional requirements of the Work.

The Contractor shall, at its cost, provide suitable test equipment, instruments and labor for the purpose of tests.

The Contractor shall provide sufficient notice of not less than three (3) working days prior to the commencement of the first test. The Contractor shall submit with this notice a schedule of all tests covered by this notice.

8-20.3(23)B Test Plans

(Special Provision) New

The Contractor shall prepare an Acceptance Test Plan that outlines the procedures to be used, the required test equipment, and the expected results. The plan shall include copies of all test result forms to be completed.

The Contractor shall submit the test plan to the Engineer or its representative for approval. The test plan must be approved at least ten (10) working days before a test is conducted.

The Contractor shall submit the completed test forms to the Engineer as soon as practicable after the completion of the test whether witnessed by the Engineer or its representative or not.

8-20.3(23)C Final Inspection

(Special Provision) New

Final Inspection will include the following activities:

• The ‘as-built’ drawings and manuals will be examined by the Engineer’s engineering personnel and involved parties for conformance to the Drawings, Codes, Regulations, and General Accuracy. Any variation from specifications will be highlighted.

• Acceptance test results will be reviewed.

• All aspects of the Work will be physically inspected to ensure that all work has been completed in accordance with the specifications.

• Upon completion of all final inspection activities, any deficiencies will be recorded. Deficiencies will be corrected by the appropriate party and may be then re-inspected by the Engineer.

Page 315: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-191 Bid Documents August 2012

• The Final Inspection shall not be deemed complete until all deficiencies are corrected.

8-20.3(23)D OTDR Testing

(Special Provision) New

Fiber Optic Testing that uses an Optical Time Domain Reflectometer (OTDR) shall adhere to the following specifications:

Use an OTDR that is capable of storing traces electronically and save each final trace.

The OTDR shall have suitable dynamic range and performance characteristics as determined by the Power Utility.

Use a patch cord of sufficient length to ensure that start of the fiber under test is not in the “dead zone” of the OTDR. The first connector of the link under test shall be visible on the trace.

Prior to testing, all fiber optic connectors and bare fiber ends are to be properly cleaned using a residue free alcohol solution (better than 91% de-natured alcohol and distilled water) and compressed air.

Expand the vertical and horizontal scales used on the OTDR to maximize the amount of detail shown on the OTDR trace, even if these parameters can be adjusted later using display software.

OTDR traces shall be recorded in suitable electronic format. As applicable, the software and applicable licenses required to read the OTDR traces shall be provided to the City at no extra charge.

Ensure that traces identify the end points of the fiber under test and the fiber designation. If this information is not provided by the trace itself, provide a cross-reference table between the stored trace file name and the fiber designation.

8-20.3(23)E OTDR Testing of Spliced Fiber Links

(Special Provision) New

This describes the testing to be completed on all sections of the fiber network after splicing is completed. For this section, a fiber link shall be defined as a continuous section of fiber from connector to connector that may pass through a number of intermediate splices.

OTDR testing shall be completed as follows:

1. Test each fiber link in the cable at 1310 nm and 1550 nm, in each direction.

2. Verify that each completed fusion is less than 0.10 dB, measured as the average of splice loss measured in each direction through the link.

Page 316: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-192 Bid Documents August 2012

3. Re-make any fusions in excess of 0.10 dB, unless the Engineer specifically approves such high loss fusions, and re-test any fiber links that have been re-fused.

8-20.3(23)F Attenuation Testing

(Special Provision) New

This describes the attenuation testing to be completed on all sections of the fiber network after splicing is completed. An optical power meter and light source shall be used to measure end-to-end attenuation that will include fiber patch panel assembly connector losses. Every spliced link with a connection at each end shall be tested at 1310 nm and 1550 nm.

Attenuation testing shall be completed as follows:

1. Test each fiber link in the cable at 1310 nm and 1550 nm.

2. Connect the optical source and meter together using a 10-foot patch cord. Record the optical power received by the optical meter as the reference reading.

3. Without removing the patch cord from the optical source, measure the recorded light level at the other end of the fiber link. Actual cable loss will be the measured loss minus the initial power source reading. Record the actual cable loss on the Acceptance Test Results forms.

4. Measure each fiber in both directions. (The loss over a fiber may not necessarily be the same in each direction).

5. Re-measure the reference attenuation after every 200 measurements or every 4 hours, whichever occurs first.

8-20.3(23)G Submittals

(Special Provision) New

Provide one hard copy of the trace for every spliced fiber. Hard copy traces shall be organized and bound in a logical order.

Submit, after approval of the hard copy traces, soft copies of all traces and appropriate software to allow reading the traces.

Submit the results of every attenuation test.

8-20.3(24) Rectangular Rapid Flashing Beacons System

(Special Provision) New

Rectangular Rapid Flashing Beacon (RRFB) system shall be furnished and installed by the Contractor and shall comply with the Federal Highway Administration’s (FHWA) approval for the use for pedestrian and school crossings and shall include flashing, rectangular-shaped, high intensity LEDs, associated signs, push buttons and crosswalk activation and occupancy sensor

Page 317: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-193 Bid Documents August 2012

system as shown on the Plans. The lights shall be activated by push button or by a passive device such as a microwave detector (per the Plans) All the components shall be installed per manufacturer’s recommendations, per the Plans and the method and locations of installation shall be approved by the Engineer in the field, prior to drilling holes in the supporting poles.

The systems shall be powered from the electrical service, per the Plans.

8-20.3(25) Video Detection System

(Special Provision) New

At the intersection of 170th Avenue NE and NE 76th Street, the Contractor shall install City-furnished permanent video detection system for the northbound and westbound approaches per the plans.

The video detection system shall be Trafficon video detection system or approved equal.

8-20.3(29) Removal of Existing Signal and Illumination Equipment

(Special Provision) New

Existing illumination components shall not be removed prior to Engineer’s approval.

All material from the existing illumination system that will not be reused will become the property of the Contractor and shall be removed from the Project. The city may choose to have the Contractor salvage certain items as directed on the plans or at the City’s discretion. The Contractor shall coordinate with the Engineer for specific items to be salvaged.

The Contractor shall protect salvage items from damage and shall deliver these items immediately upon their removal to the City of Redmond. The Contractor shall coordinate delivery with City of Redmond Traffic Signal Technician at (425) 556-2830.

All existing equipment and material designated for salvage that is damaged during removal or delivery shall be compensated for by the Contractor to the satisfaction of the City.

All existing wires from terminated circuits shall be removed from the conduit system after completion of the new illumination system.

The Contractor shall remove all nonessential junction boxes. The Contractor shall remove all foundations that are not to be reused to a depth of at least 3 feet below the existing or finished grade, whichever is lower, or removed entirely, unless otherwise noted on the Plans. The conduits connecting to the foundation shall be cut off and capped or removed as designated by the Engineer. Any such foundation or conduit left below the surface shall be noted on the as-built plans provided to the City by the Contractor.

The Contractor shall be responsible for disposing of all other waste created by the required salvage and removal of items shown on the Plans or specified herein.

Page 318: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-194 Bid Documents August 2012

8-20.4 Measurement

(Special Provision) Revision

When shown as lump sum in the Plans or in the proposal as signal, RRFB, illumination or spare conduit system, no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished and installed.

8-20.5 Payment

(Special Provision) Revision

Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal:

RRFB System, Complete (Leary Way & NE 76th Street) Per Lump Sum

Traffic Signal System, Complete (170th Avenue NE & NE 76th Street)

Per Lump Sum

Spare Conduit System, Complete Per Lump Sum

Illumination System, Complete Per Lump Sum

Parking Lot Illumination System, Complete Per Lump Sum

The lump sum contract price for the above listed “System” lump sums shall be full pay for the construction of the complete electrical system, modifying existing systems, or both, as shown in the Plans and herein specified including concrete foundations, poles, luminaires, luminaire poles, RRFB system, induction loop vehicle detectors, video detection system, junction boxes, conduit, wiring, excavation, backfilling, dewatering, intercepting and splicing conduits, re-feeding wiring, installing temporary systems (including temporary illumination systems), restoring facilities destroyed or damaged during construction, salvaging existing materials, obtaining electrical permits and for making all required tests. All additional materials and labor, not shown in the Plans or called for herein and which are required to complete the electrical system, shall be included in the lump sum contract prices.

All costs associated with furnishing and installation of RRFB poles, RRFB cabinet, light bars, microwave detectors and associated junction boxes, conduit, wiring, signs and push buttons shall be considered included in the unit contract price of “RRFB System, Complete (Leary Way & NE 76th Street)” lump sum.

All costs associated with furnishing and installation of electrical service cabinet, coordination with service area power company, installation of traffic signal system and obtaining required electrical permits shall be included in the unit contract price of “Traffic Signal System, Complete (170th Avenue NE & NE 76th Street)” lump sum.

Page 319: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-195 Bid Documents August 2012

All costs associated with furnishing and installation of the fiber optic system, including fiber optic connections in the signal controllers, fiber splices, fiber optic cables and all associated junction boxes and conduit, shall be included in the “Traffic Signal System, Complete (170th Avenue NE & NE 76th Street)” lump sum bid item.

All costs associated with developing working drawings and design calculations for the signal pole foundation on the NE corner of 170th Avenue NE and NE 76th Street per Section 6-01.9 of these Special Provisions, shall be included in the “Traffic Signal System, Complete (170th Avenue NE & NE 76th Street)” lump sum bid item.

All costs associated with furnishing and installation of two 2 inch conduits (Spare Conduits for City Parks Department) and associated junction boxes along the trail within the project limits, installation of temporary illumination systems, removal, relocation and modifications of existing illumination systems, installation of all luminaires, luminaire poles and associated junction boxes, conduit and wiring shall be included in the unit contract price of “Illumination System, Complete” lump sum, except parking lot luminaires, luminaire poles and associated junction boxes, conduit and wiring shall be included in the unit contract price of “Parking Lot Illumination System, Complete” lump sum.

Furnishing and installation of all spare 3 inch conduit (Spare Conduit for City Traffic Operations Department) and associated Type 8 junction boxes and trenching costs, not associated with either signal or RRFB systems, shall be included in the unit contract price of “Spare Conduit System, Complete” lump sum.

All costs for furnishing and installing conduit and junction boxes containing both signal and intersection illumination wiring shall be included in the contract prices for the signal system.

All required sawcutting and collecting and disposal of wasted water resulting from sawcutting, conduit bedding, gravel borrow, crushed surfacing base course (CSBC) and FTB required for trench backfill shall be included in the above listed bid items and no separate measurement will be made.

All costs for restoration of sidewalk, curb, gutter and all other facilities disturbed by the installation of junction boxes, conduit and wiring for the induction loop vehicle detectors, shall be included in the contract prices for Cement Concrete Sidewalk and Cement Conc. Traffic Curb and Gutter, Type A-1.

Temporary surface restoration items required for resuming pedestrian and vehicular traffic prior to final surfacing, including steel sheeting, crushed rock, and cold mix asphalt, shall be incidental to the lump sum items and no separate measurement will be made.

8-21 PERMANENT SIGNING

(Special Provision) Supplement

All permanent sign installations shall conform to the applicable provisions of Section 8-21 of the

Standard Specifications, except as supplemented or modified herein. Permanent Signing shall

include the installation of all City provided Wayfinding signs.

Page 320: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-196 Bid Documents August 2012

8-21.1 Description

(Special Provision) Supplement

The Contractor shall furnish and install signs as shown on the Plans, standard details, the

Standard Specifications and these Special Provisions. All signs shall conform in size, shape,

message and color to that shown on the Plans, in the Washington Department of Transportation

Sign Fabrication Manual, and the MUTCD, 1988 as revised.

8-21.2 Materials

(Special Provision) Modification

This section is modified as follows:

All permanent signing shall have diamond grade VIP background and diamond grade VIP

legends manufactured by 3M or pre-approved equal. Pre-approved equal shall mean sign face

material which has been tested within the City limits of Redmond for a minimum of one year and

has been evaluated by the City Traffic Engineer to be equal to 3M diamond grade VIP for

performance and warranty requirements.

Signs mounted on mast arms shall utilize stainless steel banding materials.

Post materials shall be Qwick Punch 2-inch x 2-inch 14-gauge steel tubing of structural quality,

ASTM Spec. No. A570, or approved equal. A 30-inch deep anchor with 18-inch stiffener sleeve

shall be used for mounting. Tubing shall have stamped (die-cut) 7/16 inch O.C. diameter

knockouts on four sides (not perforated). The finish shall be galvanized.

8-21.3 Construction Requirements

(Special Provision) Supplement

Existing signs that conflict with new signs shall be removed immediately prior to the new

installation. All existing signs to be removed permanently or relocated/re-installed at a later date

shall be delivered to the City of Redmond's Maintenance and Operations Center (MOC) for

storage immediately upon removal. Signs for re-installation shall be delivered from the MOC to

the Contractor within 24 hours of the Contractor's request.

All signs to be installed on posts shall be located in conformance with guidelines set forth in the

MUTCD and City of Redmond Standards.

Any sign damaged or destroyed due to the Contractor's negligence before the end of the project

shall be replaced by the Contractor with no compensation allowed.

Page 321: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-197 Bid Documents August 2012

Sign posts shall be installed as shown on the details in the Appendix A of these Special

Provisions. Foundations for Wayfinding Signs shall be installed per the details as shown in the

Plans.

8-21.5 Payment

(Special Provision) Supplement

Payment will be made in accordance with Section 1-04.1 for the following bid item(s):

Permanent Signing Per Lump Sum

The lump sum price shall be full compensation for all labor, material, tools and equipment, supplies, incidental work, to satisfactorily complete the work defined in the Standard Specifications, Special Provisions and the particular items called for in the Plans.

8-22 PAVEMENT MARKING

8-22.1 Description

(Special Provision) Supplement

This work shall consist of furnishing and placing raised pavement markers type 1 & 2, plastic

pavement markings upon the roadway for delineation in the form of edge lines, crosswalks,

directional arrows, traffic letters, stop lines, and painted barrier and extruded curbs at the

locations shown on the Plans.

Pavement markings as referred to herein shall comply with the following definitions:

Paint Line -. Paint line shall be a solid white or yellow paint line, as identified on the plans, 4-

inches wide, per WSDOT Standard Specifications

Plastic Catch Basin Stencil – Per City of Redmond Stenciling Detail, Standard Detail 622,

included in Appendix A. Catch basin stencils shall be provided by the City.

8-22.2 Materials

(Special Provision) Modification

Paint for painted markings shall comply with Standard Specification Section 9-34.

Page 322: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-198 Bid Documents August 2012

8-22.3 Construction Requirements

(Special Provision) Supplement

All contaminants within the areas to receive pavement markings shall be removed. Large areas

of tar, grease, paint, or foreign materials may require steam cleaning, or power brooming to

accomplish complete removal.

All materials shall be installed according to the manufacturer's recommendations and a

manufacturer's representative shall be present prior to the application of any markings to

approve the proper installation procedures or as directed by the Engineer. The Contractor shall

be responsible for ensuring that the manufacturer's representative is present for the installation.

8-22.4 Measurement

(Special Provision) Supplement

No specific unit of measurement shall apply to the lump sum bid item “Pavement Markings.”

8-22.5 Payment

(Special Provision) Replacement

Payment will be made in accordance with Section 1-04.1 for the following bid item(s):

Pavement Markings Per Lump Sum

The lump sum bid price for “Pavement Markings” shall be full pay for all work involved in preparing pavement, channelization spotting and final placement of plastic lines, paint lines, stop lines, crosswalk lines, traffic letters, traffic arrows, catch basin stencils, raised pavement markers type 1 & 2 and paint barrier and extruded curb as shown in the Plans.

8-23 TEMPORARY PAVEMENT MARKING

8-23.1 Description

(Special Provision) Supplement

During construction, the Contractor shall install and maintain temporary reflective tape striping as directed. Temporary striping shall remain in place until permanent lane markings are installed.

8-23.5 Payment

(Special Provision) Replacement

Page 323: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-199 Bid Documents August 2012

No separate payment will be made for temporary pavement markings and all work shall be incidental and included in “Pavement Markings.”

8-24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING

8-24.2 Materials

Section 8-24.2 is supplemented with the following:

(Special Provision) Supplement

Concrete block facing for Gravity Block wall shall have a chiseled granite appearance as approved by the Engineer.

(January 7, 2002 WSDOT GSP) Supplement

Gravity Block Wall

Gravity block wall blocks shall be rectangular prisms with dimensions 2’-5 1/2” by 2’-5 1/2” by 4’-11”, except for special blocks which shall be as dimensioned in the Plans. All dimensions shall be ± 1/2”.

Except as otherwise specified, gravity block wall blocks will be accepted by the Engineer based on visual inspection only, with no minimum compressive strength and no air content requirements for the concrete used in the block.

Gravity block wall blocks for permanent walls of heights greater than six feet and less than 15 feet shall be cast with Class 3000 concrete, conforming to the air content requirements of Section 6-02.3(2)A. Commercial concrete shall not be used. Gravity block wall blocks for permanent walls of these heights will be accepted based on visual inspection, and conformance to Section 6-02.3(27) and the specified concrete strength and air content requirements.

8-24.3 Construction Requirements

(January 7, 2002 WSDOT GSP) Supplement

Section 8-24.2 is supplemented with the following:

8-24.3(2) Gravity Block Wall

Definitions

Temporary Gravity Block Wall: A gravity block wall that is constructed and removed under the same contract. Temporary gravity block walls shall not exceed ten feet in height, measured from the bottom of the bottom row of blocks to the top of the highest block.

Permanent Gravity Block Wall: A gravity block wall that remains in place after the conclusion of the contract under which the gravity block wall was constructed. Permanent

Page 324: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-200 Bid Documents August 2012

gravity block walls shall not exceed 15 feet in height, measured from the bottom of the bottom row of blocks to the top of the highest block.

(Special Provisions) Revision

Gravity Block Walls at the Sammamish River Trail shall be designed per the Contractor’s Engineer as shown in the Plans and per the geotechnical design parameters for the walls as specified in Appendix G of these Special Provisions.

(January 7, 2002 WSDOT GSP) Supplement

Submittals

The Contractor shall submit working drawings of the gravity block wall to the Engineer for approval in accordance with Section 6-01.9. The working drawings shall include, but not be limited to, the following:

1. Plan, elevation, and section views of the wall, showing the layout, batter, and

orientation of the blocks. 2. Dimensions and details of the blocks, including details and locations of block

erection lifting loops and inserts, and the features designed to interlock blocks together if the blocks have such features.

3. Method and equipment used to erect the blocks. 4. Erection sequence.

The Contractor shall not begin fabricating gravity block wall blocks until receiving the Engineer’s approval of the working drawing submittal.

Gravity Block Wall Erection

After excavating for the wall base, the Contractor shall grade the excavation for a width equal to or exceeding the width of the bottom row of blocks. The base shall be graded to the base elevation shown in the Plans and working drawings as approved by the Engineer, and shall accommodate the batter of the bottom row of blocks.

The Contractor shall erect the gravity block wall and place the backfill in accordance with the erection sequence as approved by the Engineer. The top of the gravity block wall shall be within two inches of the line and grade shown in the Plans. The backfill shall be compacted in accordance with Section 2-03.3(14)C, Method C.

The Contractor shall repair all large blemishes, honeycombed areas, and chipped surfaces, (25 square inches and larger) on the exposed face of the erected wall using methods and materials as approved by the Engineer.

Page 325: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-201 Bid Documents August 2012

8-24.5 Payment

(Special Provision) Supplement

Gravity Block Wall Per Square Foot

Included in the unit bid price for “Gravity Block Wall” shall be all structure excavation, compaction, wall units, geogrid/geosynthetic, miscellaneous hardware, tools and labor to satisfactorily complete the retaining wall; including Gravel Backfill for Gravity Block Wall.

Included in the unit price for Gravity Block Wall shall be all excavation, foundation pad bedding, miscellaneous hardware, cap units, dual faced cap units, tools, equipment and labor to satisfactorily complete the retaining wall.

No separate measurement shall be made for Gravel Backfill for Gravity Block Wall and shall be included under the “Gravity Block Wall” bid item.

8-27 CEMENT CONCRETE MODULES

8-27.1 Description

(Special Provision) New

This work shall consist of installing Cement Concrete Modules as shown on the Plans and as specified herein.

8-27.2 Materials

(Special Provision) New

Modules are dimensioned as shown on the plans. Modules are Class 3000 cement concrete.

Connections between Modules shall be as shown on the plans.

8-27.3 Construction Requirements

(Special Provision) New

Modules shall be precast.

Color: Color shall be natural concrete.

Finish: Module finish shall be smooth finish, sack all voids, spalls and other surface defects and sand smooth to provide uniform smooth finish and color. Sack with smooth textured, 4500 P.S.I. compressive strength, sandable, concrete repair compound for exterior concrete walls and floors. Field verify sack color to match color of precast modules. Engineer/Landscape Architect shall approve color prior to application.

Page 326: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-202 Bid Documents August 2012

Mock-up: Provide mock-up of 2 adjacent and integrated modules with 2 elevations, integral to cement concrete mock-up. Mock up shall be provided for the Engineer's review a minimum of 15 working days in advance of installation. Upon acceptance, mock-up shall be maintained for the duration of construction and shall be the standard for remaining constructions. Mock-up may be standalone for removal upon project completion or maintained for integration into the constructed improvements.

Reinforcing: Reinforcing to be provided per drawings.

Hardware: All hardware per the plans and drawings.

Skatestops: Provide and install 60 skatestops per drawings, installation per manufacturer’s recommendations. Skatestops to be field located per direction of Engineer/Landscape Architect.

Provide expansion joints wherever Module is in contact with cement concrete sidewalk, cement concrete trail and cement concrete flush tie

Provide subgrade compaction and fine grading for each Module installed.

Install all Modules, with vertical walls plumb and top surfaces level.

Provide connections as shown on the plans.

Finish for Modules shall be smooth finish.

8-27.4 Measurement

(Special Provision) New

Measurement of “Cement Concrete Module, Type _” will be made per each module installed.

8-27.5 Payment

(Special Provision) New

Payment shall be made for the following bid item:

Cement Concrete Module, Type 01 Per Each

Cement Concrete Module, Type 01B Per Each

Cement Concrete Module, Type 02 Per Each

Cement Concrete Module, Type 02B Per Each

Cement Concrete Module, Type 03 Per Each

Cement Concrete Module, Type 03B Per Each

Page 327: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-203 Bid Documents August 2012

The unit price bid shall be full compensation for all labor, material, hardware, skate stops and skatestop installation, tools and equipment, supplies, incidental work, to satisfactorily complete the work defined in the Standard Specifications, Special Provisions and the particular items called for in the Plans.

8-31 UTILITY COORDINATION

8-31.3(6) Franchise Utility Coordination

(Special Provision) New

The Contractor shall be responsible for coordination and scheduling of all franchise utility (gas, power, telephone, and cable television) relocations, installations, adjustments, and other items of work to be performed by the franchise utilities. The Contractor shall coordinate delivery of structures from others for installation by the Contractor. The Contractor shall coordinate with the franchise utilities to schedule relocations of existing facilities so as to not conflict with other items of work to be constructed as part of this Contract.

The Contractor shall provide a secure staging area for the delivery and storage of franchise utility materials to be installed both by the Contractor and by Others. The staging area shall be fenced and locked. All materials delivered to the staging area to be installed by the Contractor shall become his or her property until installation and acceptance of the duct system. This secure storage shall be provided for Puget Sound Energy (electric), Comcast and Verizon materials.

All coordination work shall be included in the lump sum price for Franchise Utility Coordination. Payment shall be made under this item and shall be considered complete payment.

8-31.4 Measurement

(Special Provision) New

The following items shall be measured for payments:

No particular unit of measure shall be applied to Franchise Utility Coordination which shall be paid per lump sum.

8-31.5 Payment

(Special Provision) New

Payment will be made for the bid items and per the units indicated in the Bid Proposal form.

The contract bid price, including all incidental work, shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions.

Payment shall be made for the following bid item:

Page 328: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-204 Bid Documents August 2012

Utility Coordination Per Lump Sum

8-34 MONITORING WELLS

8-34.1 Description

(Special Provision) New

Work shall consist of adjusting all monitoring wells and cabinets to finished grade. Monitoring wells shall be adjusted in the same manner as manholes per Section 7-05.3(1) Adjusting Manholes and Catch Basins to Grade of the Standard Specifications. When adjusting monitoring wells to grade, care should be taken not to disturb the monitoring well.

8-34.3 Construction Requirements

(Special Provision) New

Relocate monitoring well cabinet as shown on the Plans. Prior to relocation the monitoring well will need to be decomissioned by a licensed well driller (under direct contract with the Owner) or removed and relocated by the Contractor under the direction of a licensed well driller in accordance with all applicable state and local regulations.

8-34.5 Payment

(Special Provision) New

Payment shall be made for the following Bid item:

Adjust Monitoring Well Per Each

Relocate Monitoring Well Cabinet Per Each

The unit bid price for the above including all incidental work shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions.

8-35 TRASH RECEPTACLES

8-35.1 Description

(Special Provision) New

Page 329: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-205 Bid Documents August 2012

This work shall consist of providing and installing trash receptacles as shown on the Plans and as specified herein.

8-35.2 Materials

(Special Provision) New

Materials shall meet the requirements of the following sections as applicable unless noted:

Painting 6-07

Structural Steel and related materials 9-06

Trash receptacles 30 gallon, top opening shall be heavy plate aluminum frame and lids as shown on the Plans.

Lids: provide two stainless steel tether chains.

Liner: provide independent, replaceable internal liners designed to be used with or without plastic litter bags, made of black polyethylene with a UL94HB fire rating.

Fasteners for installation: provide stainless steel mounting screws and levelers.

Color shall be per Section 6-07.2, Painting.

Expansion bolts shall be stainless steel sized to fit, trash receptacle. Length shall be 4“ minimum.

8-35.3 Construction Requirements

(Special Provision) New

Welds shall be invisible.

Polish outer frame and lid edges. Provide clear coated finish

Mounting: provide surface mounted, bolted to cement concrete in locations as shown on the Plans.

8-35.4 Measurement

(Special Provision) New

Trash receptacles shall be measured per each for each installed trash receptacle.

8-35.5 Payment

(Special Provision) New

Payment shall be made for the following bid item:

Page 330: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-206 Bid Documents August 2012

Trash Receptacle Per Each

The unit price bid shall be full compensation for all labor, material, tools and equipment, supplies, incidental work, to satisfactorily complete the work defined in the Standard Specifications, Special Provisions and the particular items called for in the Plans.

8-36 Bike Rack

(Special Provision) New Section

8-36.1 Description

(Special Provision) New Section

This work shall consist of providing and installation of Bike Racks as shown and detailed on the Plans.

8-36.1 Materials

(Special Provision) New Section

Materials shall meet the requirements of the following sections as applicable unless noted:

Structural Steel and related materials 9-06

Bike Racks shall be mild steel, as shown on the Plans and Details.

Expansion bolts shall be stainless steel sized to fit bike rack. Length shall be 4“minimum.

Finish: Provide clear finish.

8-36.2 Construction Requirements

(Special Provision) New Section

Install each Bike Rack in concrete sidewalk or concrete trail, as shown on the Plans.

8-36.3 Measurement

(Special Provisions) New Section

Bike Rack shall be measured per each bike rack installed.

8-36.4 Payment

(Special Provision) New Section

Payment will be made for the following bid item:

Page 331: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-207 Bid Documents August 2012

Bike Rack Per Each

The unit price bid shall be full compensation for all labor, material, tools and equipment, supplies, incidental work, to satisfactorily complete the work defined in the Standard Specifications, Special Provisions and the particular items called for in the Plans.

8-37 Art Mobilization and Support

(Special Provision) New Section

8-37.1 Description

(Special Provision) New Section

This work shall consist of providing materials and construction support to and installation of an art Sculpture to be fabricated and constructed by others between station points 44+00 and 46+00 of the trail.

8-37.2 Materials

(Special Provision) New Section

Materials shall meet the requirements of the following sections as applicable unless noted:

Permeable Ballast Section 9-03.9 (2) (as modified by these special provisions)

Topsoil Type A Section 9-14.1(1) (as modified by these special provisions)

Salvaged Rail Materials Existing materials as stored on site

8-37.3 Construction Requirements

(Special Provision) New Section

Provided permeable ballast materials, Top Soil, Type A, and construction support as arranged in advance by Engineer on behalf of artist to assist with Art Mobilization and Support, including times such as:

Offloading and temporary shoring of art material upon delivery to site

Backfilling of sculpture with permeable ballast

Backfilling of sculpture with pockets of topsoil (per direction of artist).

Movement of Salvaged rail materials to art site (from exiting storage site)

Page 332: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-208 Bid Documents August 2012

8-37.4 Schedule

(Special Provision) New Section

Contractor shall coordinate with city engineer to provide required subgrades and electrical rough-in at art installation area (station points 44+00 and 46+00 of the trial, north to existing Cleveland streetscape) as required to accommodate installation and provide provided construction support as arranged in advance by city engineer on behalf of artist

8-37.5 Measurement

(Special Provisions) New Section

Ballast and topsoil shall be measured in cubic yards and shall be included in “Art Mobilization and Support” and stockpiled on art site.

No specific unit of measurement shall apply for “Art Mobilization and Support” which shall be paid per force account.

8-37.6 Payment

(Special Provision) New Section

Payment will be made for the following bid item:

Art Mobilization and Support Per Force Account

The unit price bid shall be full compensation for all labor, material, tools and equipment, supplies, incidental work, to satisfactorily complete the work defined in the Standard Specifications, Special Provisions and the particular items called for in the Plans.

END OF DIVISION 8

Page 333: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-209 Bid Documents August 2012

DIVISION 9

MATERIALS

9-03 AGGREGATES

9-03.8 Aggregates for Hot Mix Asphalt 9-03.8(2) HMA Test Requirements Supplement Section 9-03.8(2) is supplemented with the following: Density Testing shall be as required by the inspector. 9-03.8(7) HMA Tolerances and Adjustments Replacement Item 1 is deleted and replaced with: 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances:

Nonstatistical Commercial Evaluation Evaluation

Aggregate, percent passing 1”, ¾”, ½”, and 3/8” sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% ±8% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% VMA 1.5% below minimum value in 9-03.8(2) VFA min. and max. as listed in 9-03.8(2) Va 2.5% minimum and 5.5% maximum These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99-100. 9-03.14 Borrow 9-03.14(1) Gravel Borrow Supplement Gravel borrow shall meet the follow gradation: Sieve Designation Percent By Weight Passing Standard

Sieve

Page 334: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-210 Bid Documents August 2012

3” 100

¾” 50-90

No.4 20-50

No. 200 0-2

9-03.16 Bioretention Mineral Aggregate New 9-03.16(1) GENERAL In general, soil aggregate shall be free of wood, waste, coating, or any other deleterious material, and all aggregate passing the No. 200 sieve size shall be non -plastic. 9-03.16(2) MINERAL AGGREGATE FOR BIORETENTION SOIL Bioretention Mineral Aggregate shall be analyzed by an accredited lab using the sieve sizes noted below, and shall meet the following gradation using ASTM D 422:

Sieve Size

Percent Passing

1 inch 100

No. 4 60 - 100

No.10 40 - 100

No. 40 15 - 50

No. 200 2 - 5

9-03.22 Controlled Density Fill New Controlled Density Fill (CDF) shall be composed of Portland cement, fly ash, aggregate, and water. Portland cement shall be Type II in accordance with ASTM C150. Fly ash shall be class F in accordance with ASTM C618. Fine aggregate shall be in accordance with ASTM C33. Coarse aggregate shall be size number 5, 56, 57, 6, or 67, as required, in accordance with ASTM C33. An accelerating or other admixture may be utilized to minimize the time to initial set of the slurry. Admixtures shall be in conformance with ASTM C494. The proportions of cement, fly ash, fine and coarse aggregate, water, and admixture shall be selected to form a mix, which meets the following requirements: 28-day unconfined compressive strength — 150 psi Slump as required to produce a free flowing, nonsegregating material which will flow completely around and provide full contact support for piping and will remain in the trench without down slope flow.

Page 335: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-211 Bid Documents August 2012

CDF shall be self-consolidating material, which will not require mechanical compaction or vibration and will not settle or shrink after placement.

CDF shall be Cadman Pro-Flo mixes #110021, #110030 (dry pack), and #110031 as appropriate for the specific application.

9-05 DRAINAGE STRUCTURES, CULVERTS AND CONDUITS

9-05.15 Metal Castings

9-05.15 (2) Metal Frame, Grate and Solid Metal Cover for Catch

Basins or Inlets Supplement

Solid covers for structures, where permitted, shall be 24” diameter, with “DRAIN” cast in the

cover in 2” letters, conforming to Olympic Foundry Co. MH43, or approved equal.

Drainage structures not within paved area shall have locking lids.

Frames, grates and covers shall not reference any jurisdiction except the City of Redmond.

Raised designs other than the diamond design may be used if approved by the engineer.

All grates shall be ductile iron.

20” x 24” Vaned grates shall be City of Redmond, Standard Drawing No. 619. Frame shall be

City of Redmond, Standard Drawing No. 626. Vaned grates shall be used on all catch basin

inlets in public owned and maintained systems unless noted otherwise.

Frames for catch basins and inlets shall be of cast iron or ductile iron conforming to Olympic

Foundry Co. SM50, or approved equal, except through-curb inlet frames, which shall conform to

Olympic Foundry Co. SM52, or approved equal.

Herringbone grates shall be Rectangular Herringbone Grates in accordance with WSDOT

Standard Plan B30.50-00.

9-14 EROSION CONTROL AND ROADSIDE PLANTING

9-14.1(1) Topsoil Type A Supplement

The topsoil shall be Three Way Soil Mix by Red-E Topsoil, Cedar Grove Composting or

approved equal. To be equal to these sources, source should be commercial operation with

expertise in production of topsoil, an established method of screening materials to verify no

Page 336: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-212 Bid Documents August 2012

pollutant contamination and that all materials are biodegradable, and produce a product that is

equal in quality to the sources listed. A quality topsoil product is at a minimum a loam soil with

fine compost amendments, rich in nutrients, free draining, and weed free.

9-14.1(4) Bioretention Soil Mix New

Bioretention Soil Mix (BSM) shall be a well-blended homogeneous mixture of Bioretention Mineral Aggregate and Bioretention Compost measured on a volume basis composed of: 3 Parts Bioretention Mineral Aggregate (Section 9-03.16) 2 Parts Bioretention Compost (Section 9-14.4(8)C) The Bioretention Soil Mix shall be tested to confirm that it meets the following criteria:

Parameter Method Acceptable

Cation Exchange Capacity

EPA 9081 ≥ 5 meq CEC/100 g

Dissolved Copper* EPA 200.8 < 6.0 mg/L

Dissolved Zinc* EPA 200.8 < 20.0 mg/L

Total Phosphorous* EPA 365.2 < 0.20 mg/L

Organic Matter Content ASTM D 2974 or TMECC 05.07A

4-8% (by dry weight)

Permeability Rate ASTM D 2434 (using 2012 SWMMWW procedure on BSM 85% compacted per ASTM D 1557)

Initial infiltration rate between 6 inches and 12 inches per hour.

*Analysis will be performed on leachate extracted using EPA SW-846 Method 1312. .

9-14.2 Seed Supplement

Hydroseed Type 1

Hydoseed Type 1 shall be as specified on plans, 90% minimum germination, 99% weed free,

application rate of 1lb per 1000sf.

Hydroseed Type 2

Hydroseed type 2 shall be a “Meadow Mix” available from Sunmark Seeds or approved equal.

Application rate of 1lb per 1000sf.

Hydroseed Type 3

Hydroseed type 2 shall be Festuca rubra rubra/ Native Red Fescue, 100% by weight, 90% min

germination, 99% weed free. Application rate of 8lbs per 1000sf.

Seeded Lawn Mix

Page 337: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-213 Bid Documents August 2012

Kind and Variety of Seed in Mixture

% By Weight

Minimum % Germination

Perennial Rye(Lolium perenne) (3 Varieties)

100%

90

Seeded Lawn Mix shall be Blue Tag Certified 100% seed free, application rate of 6lbs per

1000sf

9-14.3 Fertilizer Supplement

General - Fertilizers must be delivered to job sites, mixed as specified, in standard size unopened containers, showing weight, analysis and name of manufacturer. Material shall be uniform in composition, free-flowing and suitable for application by mechanical equipment. All elements shall be protected from the weather, particularly moisture, both on and off the job site.

Plant Fertilizer

Plant fertilizer shall be one of the following products or an approved equal:

1. Apex 23-4-12NW with controlled released NPK & micro-nutrients

Type: granule

Manufacturer: J.R. Simplot

PO Box 198

Lathrop, CA 95330

2. Meister 18-7-11 with controlled release NPK & micro-nutrients

Type: granule

Manufacturer: Helena Chemical Company

225 Schilling Blvd.

Collierville, TN 38017

3. Nutricote 18-6-8 with controlled release NPK & micro-nutrients

Type: granule

Manufacturer: Enviro-Safe Laboratories, Inc.

17455 SW 157th Ave.

Miami, FL 33187

The selected fertilizer shall contain the following micro-nutrients:

Page 338: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-214 Bid Documents August 2012

Magnesium (Mg)

Copper (Cu)

Boron (B)

Iron (Fe)

Manganese (Mn)

Zinc (Zn)

The controlled release period shall be greater than 6 months.

9-14.4(3) Bark or Wood Chips Supplement

Arborists Compost shall be a standard commercial product, coarse shredded bark mulch with a

minimum of 95 percent of the material passing through a 5 inch sieve and no more than 45

percent, by loose volume passing through a 3/4 inch sieve. Submit sample for approval prior to

delivery to the job site. Bark shall be ground fir or hemlock bark of uniform color, free from weed

seeds, sawdust and splinters, and shall not contain resin, tanning, wood fiber or other

compounds detrimental to plant life. Source shall be from a freshwater mill. It shall contain a

minimum of extraneous material.

9-14.4(8)C Bioretention Compost New

Bioretention Compost shall be Coarse Compost meeting the requirements of Section 9-14.4(8)

and that also meets the following requirements.

For Bioretention Compost, at least 10 Working Days prior to placement, the Contractor shall

submit a sample of each type of compost to be used on the project to the Engineer.

Bioretention Compost not conforming following requirements or taken from a source other than

those tested and accepted shall be immediately removed from the project and replaced at no

cost to the Owner.

The compost component shall be stable, mature, and derived from organic waste materials

including yard debris, wood wastes or other organic matter. Bioretention Compost must meet

the Washington State compost regulations in WAC 173-350, which is available at

http://www.ecy.wa.gov/programs/swfa/compost and the following:

1. Compost shall be certified in compliance with U.S. Composting Council Sealof Testing

Assurance (STA) program.

2. Compost shall meet the following particle size gradation:

Sieve Size Percent Passing

1” 99-100%

Page 339: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-215 Bid Documents August 2012

5/8” 90-100

1/4" 40-90

3. pH shall be between 5.5 and 8.0.

4. Have a manufactured inert material (plastic, concrete, ceramics, metal, etc.) less than

1.0% by weight

5. Organic matter content shall be between 45 and 65 percent by dry weight bases as

determined by TMECC 05.07A, “Loss-On-Ignition Organic Matter Method”..

6. Soluble salt content less than 6.0 mmhos/cm tested in accordance with TMECC

04.10-A, “1.5 Slurry Method, Mass Basis”.

7. Maturity shall be over 80% per TMECC 05.05-A, “Germination and Vigor”.

8. Stability shall be 7 or below per TMECC method 05.08-B.

9.Contain a minimum of 65 percent by volume recycled plant waste as defined in WAC

173-350-100 as “Type 1 Feedstocks.” May contain a maximum of 35 percent by volume

of “Type III Feedstocks” including post-consumer food waste, as defined in WAC 173-

350-100, but not including biosolids.

10. Feedstocks shall originate from local recycling collection programs.

11. Carbon to nitrogen ratio shall be less than 25:1. For plantings composed entirely of

plants native to the Puget Sound Lowlands region, carbon to nitrogen ratio may be

35:1.

9-14.6 Plant Materials

9-14.6(2) Quality Supplement

Cold storage plants will not be permitted.

Potted and container stock shall be well rooted and vigorous enough to ensure survival and

healthy growth.

Container plants shall have grown therein a minimum of six months and a maximum of two

years, with roots filling the containers but not showing evidence of being or having been root

bound.

All grafts or budding on trees shall be at ground level except the Engineer may approve higher

grafts or budding with compatible trunk and branch growth characteristics.

Page 340: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-216 Bid Documents August 2012

Trees: Provided untapped, straight, single leader trees except for multiple stem (clump) trees.

Trees shall have full crowns and balanced branching.

Plant material shall be free from disfiguring knots, swollen grafts, sunscale injuries, bark

abrasions, evidence of improper pruning and other objectionable disfigurement.

Trees and shrubs shall have well developed branch systems; shrubs full foliaged, not leggy.

The Engineer will reject thin, weak and leggy plants.

Measurements, caliper, branching, grading, quality, balling and burlapping shall follow the Code

of Standards of the American Associate of Nurserymen in the American Standard for Nursery

Stock, ANSI 260.1, latest edition. Measurements shall be taken with all branches in their normal

growing position. Plants shall not be pruned prior to delivery to site.

Names on the Plans and Specifications conform to the standardized names of the American

Joint Committee on Horticulture, latest edition.

9-14.6(3) Handling and Shipping Supplement

All plant material shall be transported to planting locations with care to prevent damage. Tie

back branches as necessary, and protect bark from chafing with burlap bags. Do not drag plant

material along ground without proper protection of roots and branches

9-14.6(4) Tagging Supplement

All plant material except ground cover shall be legibly tagged. Tagging may be by species or

variety with minimum of one tag per ten trees or shrubs.

9-14.6(5) Inspection

Supplement

See also Section 8-02.3(6) Layout of Planting herein for additional inspection requirements.

9-14.6(7) Temporary Storage Supplement

If planting is delayed more than 24 hours after delivery, set balled and burlapped plants on the

ground, well protected with soil or wet peat. Adequately cover all roots of bare root material with

soil or wet peat. Protect rootballs from freezing, sun, drying winds or mechanical damage. Water

as necessary until planted. Do not heel in plants for more than one (1) week.

9-14.8 Planting Restrictions New

Do not plant when ground is frozen or excessively wet.

Page 341: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-217 Bid Documents August 2012

9-15 IRRIGATION SYSTEM

Section 9-15 is supplemented with the following:

9-15.4 Sprinkler Heads Supplement

Delete this section and replace with the following: Sprinkler heads shall be of the type, pattern, and coverage shown in the Drawings at rated operating pressure specified, discharging not more, nor less than the amount of gallons per minute listed. Sprinkler heads shall be designed so that either an adjustment screw or interchangeable nozzles can make spray adjustments. Watering cores shall be precision machined for accurate performances and shall be easily removed without removing the housing from the pipe. All turf heads shall be designed with turn flanges having 2 gripping holes to facilitate removal of the head.

9-15.5 Valve Boxes and Protective Sleeves Supplement

Delete this section and replace with the following: Valve boxes for automatic control valve with extensions as necessary and bypass assemblies shall be Series 1419-12 Regular or 1324-12 Super Jumbo by Carson with drop and lock cover, and extension as required, or approved equal. Valve boxes for quick coupler shall be 0809 Round with cover by Carson or approved equal. All automatic control valves and flow control valves shall be provided with valve boxes. Valve boxes shall be sized as appropriate to allow efficient access to components and approved by the Engineer prior to installation. Valve boxes shall be extendable to obtain the depth required. All manual drain valves and manual control valves shall be equipped with a protective sleeve and cap as shown in the Standard Plans. 9-15.17 Electrical Wire and Splices Supplement Electrical Wire shall be #14 UF wire. Utilize 3M DBY splice kits.

9-29 ILLUMINATION, SIGNALS, ELECTRICAL

9-29.1(2) Rigid Metal Conduit Fittings and Appurtenances

(Special Provision) Supplement

Conduit fittings for steel conduit risers shall be coated with galvanizing repair paint in the same manner as conduit couplings. Electroplated fittings are not allowed. Steel conduit risers entering concrete shall be wrapped in 2-inch-wide pipe wrap tape with a minimum 1-inch

Page 342: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-218 Bid Documents August 2012

overlap for 12 inches on each side of the concrete face. Pipe wrap tape shall be installed per the manufacturer’s recommendations.

9-29.1(4)C HDPE Conduit

(Special Provision) Supplement

If the Contractor elects to directional bore, bored conduit shall be High Density Polyethylene (HDPE). All piping system components shall be the products of one manufacturer. The conduit and fittings shall be free, within commercial tolerances of objectionable lines, striations, bubbles, welds or other manufacturing defects which would impair the service of the conduit or fittings. Conduit shall be appropriate for the stress generated by the selected equipment and field conditions. Bored conduit couplings shall meet or exceed all ASTM strength and composition standards for the particular type used. All couplings shall be leak proof. Drilling fluid used for directional boring shall be an inert mixture of water and bentonite clay conforming to the drilling equipment manufacturer’s recommendations. 9-29.2(1)A Standard Duty Junction Boxes

(Special Provision) Supplement

Junction boxes shall conform to WSDOT Standard Plans J-40.10 and J-40.30.

All concrete junction box lids shall be inscribed with the legends below:

• boxes with street lighting and trail lighting conductors shall read “LT”

• boxes with fiber optics, or copper interconnect, or spare for future read “ITS”

• boxes with traffic signal conductors read “TS” unless “ITS” is also present.

For example, a box containing street lighting, ITS, and traffic signal conductors would be labeled both “LT” and “ITS”.

Label style shall comply with Standard Plan J.40.30.

All junction box lids and frames shall be hot-dip galvanized.

9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable

(Special Provision) Supplement

A. Interconnect Cable

Fiber optic interconnect cable shall conform to requirements in Section 9-29.3(1).

B. Illumination Conductors

Illumination conductors shall be USE rated.

Page 343: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-219 Bid Documents August 2012

C. Induction Loop Conductors

Loop wire conductors shall be #14AWG stranded USE Loop lead-in conductors shall be IMSA 50-2.

9-29.3(1) Fiber Optic Cable

(Special Provision) Supplement

The fiber optic cables shall be suitable for use in a general-purpose telecommunications backbone network including installation outdoors in underground conduit in cable trenches, in conduit, in duct banks, and in aerial installations. The fiber optic cable shall be manufactured by Lucent, Corning, Superior Essex or Draka.

A number of cable types and configurations may be supplied under these Special Provisions. The Optical Specifications shall apply to each fiber supplied within a cable, and the Cable Construction specifications shall apply to the entire cable. Unless otherwise specified herein, the type, count, and length of each cable shall be per the Plans.

9-29.3(1)A Singlemode Fiber Optic Cable

(Special Provision) Supplement

The optical fibers shall be single-mode with dual operating wavelengths at 1310 nm and 1550 nm nominal. The optical fibers shall be non-dispersion shifted. The optical specifications in this subsection are for un-cabled optical fibers unless otherwise noted.

Mode Field Diameter (Nominal): The Mode Field Diameter shall be 8.3 to 10 microns. The range of the specified nominal shall be less than ± 6%. The Mode Field Diameter measurement shall be made in accordance with TIA-455-191. The measurement wavelength shall be 1310 ± 20 nm.

Attenuation: The attenuation coefficient of the cabled optical fibers shall be:

• Maximum 0.35 dB/km @ 1310 nm

• Maximum 0.25 dB/km @ 1550 nm

The attenuation coefficient specified by the manufacturer shall be the maximum individual fiber attenuation coefficient in the cable. Fiber attenuation measurements shall be made in the factory in accordance with EIA/TIA-455-78 for single-mode fibers.

Chromatic Dispersion: The zero-dispersion wavelength shall be between 1295 nm and 1322 nm. The nominal zero-dispersion wavelength should be 1310 nm. In addition, the maximum value of the dispersion slope shall be no greater than 0.095 ps/ (km-nm2). The Chromatic Dispersion shall be measured in accordance with EIA-455-175.

Environmental: The cabled Optical fibers shall maintain mechanical and optical integrity through an operational temperature range of -67°F to +185°F (-55°C to +85°C). The change in

Page 344: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-220 Bid Documents August 2012

attenuation at the operational temperatures limits for single-mode fibers shall not be greater than 0.05 dB/km at 1310 nm and 1550 nm.

Fiber Identification: Color-coding: Color-coding of individual fibers shall be in accordance with EIA-359A. The fiber color-coding shall be discernible throughout the design life of the cable. Color concentrates or inks used to color the optical fibers shall be heat stable and shall not be capable of permeating through the protective fiber coating causing transmission degradation of the optical fibers as per Bellcore TR-NWT-00002 Section 5.2.5.

9-29.3(1)B Cable Construction

(Special Provision) New

The fiber optic cable shall be an all-dielectric, loose tube fiber optic cable consisting of the specified number of fibers. Optical fibers shall be placed inside loose buffer tubes. The buffer tubes shall be stranded around a central strength member, and each buffer tube shall be filled with a nonhygroscopic, non-nutritive to fungus, electrically non-conductive, homogeneous gel. The gel shall be free from dirt and foreign matter shall be readily removable with conventional non-toxic solvents. Fillers may be included in the cable core to lend symmetry to the cable cross-section where needed. The buffer tubes shall be enclosed in a cable sheath as specified in this section.

Cable Materials: The cable shall be constructed using all dielectric materials. No metallic shielding or conductors shall be used. The optical fiber coating and/or buffer shall consist of materials that are environmentally stable in order to reduce long-term effects of stress corrosion caused by moisture absorption. The coating shall be suitable for removal by industry standard mechanical stripping methods. No chemicals shall be required to strip the coating and/or buffer material.

Structural Member(s): Structural member(s) constructed of all dielectric materials shall be used to limit the stress on the optical fibers. In outdoor cables the strength member shall be in the center of the cable.

Buffer Tube Identification: Buffer tubes shall be color coded as per EIA-359A.

Cable Code and Length Marking: Cable Code and Length Marking shall comply with Bellcore TRNWT-000020, Section 5.2.4. This shall include sequentially numbered length markings in feet imprinted on the jacket, and this length marking shall not be reset to zero along the cable length. In addition to length markings, each length of the cable must be permanently marked to include the following:

• Manufacturer Cable and I.D. Code

• Year of Manufacturer (cable)

• Number of Fibers

• Twisted Pairs, if applicable

Page 345: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-221 Bid Documents August 2012

• Temperature Range: The installation temperature ranges shall be the following:

• Storage Temperature: -58°F to 60°F (-50°C to 60°C)

• Installation Temperature: -40°F to 122°F (-40°C to 50°C)

• Operating Temperature: -58°F to 140°F (50°C to 60°C)

• Relative Humidity 85% - 90%: 44.6°F to 140°F (7°C to 60°C)

• Cable Life: The cable shall maintain its mechanical and optical performance for an in-service period exceeding forty (40) years.

Pulling Eye: When required, the Vendor shall recommend and install a cable-pulling eye most appropriate for their cable. The pulling eye shall be designed such that the tensile load is transferred directly from the pulling eye to the cable tensile strength member during installation. The pulling eye/cable interface shall be watertight, and shall not apply any tension to the fibers. The outside diameter of the pulling eye shall not exceed the cable diameter by more than 1/5 inch (5 mm). Cables without pulling eyes shall have the ends sealed to prevent the ingress of moisture.

Cable End Access: Each length of cable shall be wound on a separate cable reel. Each cable shall be reeled in such a way that both ends of the cable are readily accessible for testing, without any need for unreeling. The inner end of the cable shall be properly secured to prevent whipping when the end of the reel is reached. A minimum of 9 feet 10 inches (3 m) of the inner end of the cable shall be accessible for optical testing. The inner end must be securely fastened or protected against shipping or installation damage.

Warranty and Reliability: The cable manufacturer shall maintain suitable records for a period of at least five years of all optical tests required. The manufacturer shall guarantee to the purchaser that the Fiber Optic Cable will be furnished free from defects in design, material and workmanship, and will conform to and perform in accordance with this specification when leaving the manufacturer’s plant. It shall be the cable manufacturer’s responsibility to conduct the required testing to substantiate this guarantee and ensure that design parameters for a forty (40) year useful life were used, assuming normal conditions of installation and operation.

The cable shall carry an optical, electrical, and mechanical performance warranty of five (5) years from the date of the cable shipment from the manufacturer’s plant. After a five (5) year warranty period, the installed cables shall exhibit the same optical, electrical, and mechanical characteristics as date of purchase.

9-29.3(1)C Fiber Optic Cable Supply

(Special Provision) New

Shipping Requirements: Fiber optic cable shall be furnished in a manner suited to installation requirements developed by the Contractor. All cable shall be shipped on reels adequately protected from damage in shipment by heavy wrapping or wood lagging. Fiber optic cable shall be closely and tightly wound around each layer on reels. Both ends of the cable shall be sealed

Page 346: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-222 Bid Documents August 2012

to prevent the entrance of moisture and securely fastened so that they will not become loose while in transit.

Packaging Requirements: Each reel shall contain on the outside flange, plainly eligible and water resistant the following information:

1. City purchase order number

2. Manufacturer’s identification (name or trademark)

3. Cable information (length, type)

4. Total weight

5. Date of cable manufacture (month, year)

6. Quantity and type of fiber

7. A copy of the fiber optic test results as described below shall be provided with each reel

Factory Tests:

1. Prior to shipment, Factory-controlled tests shall be performed to verify compliance of the cable with the City’s specifications.

2. Each cable reel shall be shipped with test results indicating the length of the cable reel and the attenuation at 1310 nm and 1550 nm for each fiber. A copy of these test results shall also be provided to the City.

3. Any test that reveals the materials or equipment does not meet the stated specifications shall constitute failure.

Delivery Inspection: The Contractor shall inspect fiber optic cables at the time of delivery to the Site to ensure that no damage was done during shipping and that the specified cable was received. Every reel shall be inspected by the Contractor for physical damage such as nails driven into reels to secure shipping blocks, lagging, or reel covering missing and cable and seals missing or damaged. A copy of these inspection reports shall be submitted to the City when requested. The Contractor shall replace all damaged or rejected cable promptly.

9-29.6(1) Street Light and Signal Standards

(Special Provision) Supplement

Steel light and signal standards shall conform to the WSDOT Pre-Approved plans with the following provisions:

1. All pole shafts and arms for signal and illumination standards shall be round and tapered or approved equal. Pole shafts shall be one-piece construction. No butt welds will be allowed except to the base plate.

Page 347: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-223 Bid Documents August 2012

2. Luminaire poles and Type 3 signal standards shall incorporate a Type 1 (J style) davit arm with a 5-foot 9-inch radius bend.

3. All signal poles shall have base plate bolt covers, provided by the pole fabricator.

4. All signal mast arms shall have end cap covers, provided by the pole fabricator.

9-29.6(1)A Decorative Steel and Concrete Street Light Standards

(Special Provision) New

Decorative street light poles shall conform to the following:

1. Square pre-stressed concrete poles shall be the Centrecon product line manufactured by Ameron and shall conform to City of Redmond Standard Drawing No. 420.

5. Fluted decorative steel poles shall conform to City of Redmond Standard Drawing No. 470.

9-29.6(1)B Pedestrian Luminaire Wood Poles

(Special Provision) New

Pedestrian Luminaire Wood Pole shall be per the Plans and shall be a laminated wood pole with metal cap and a base plate and shall be made out of Port Orford Cedar or Alaskan Yellow Cedar wood.

L1 laminating grade (per WCLIB grading rules) for strength and appearance shall be used on all exposed wide surfaces. L2 denseness shall be used for interior laminations. Texture finish shall be smooth. Lamination shall be done with adhesives meeting or exceeding the exterior durability performance requirements of the most recent American National Standard ANSI / AITC A190.1-2007.

Open defects such as knotholes exceeding ½” in diameter or wane exceeding ¼” x 12” shall be filled with wood filler for surfaced for faces with edges eased to 3/8” radius.

The laminated wood poles shall be treated with 6% pentachlorophenol born in light hydrocarbon solvent in conformance with APWA Standards to a minimum net retention of 0.60 pounds per cubic foot of penta.

The poles shall be branded to indicate Manufacture-Month-Year at 18” above intended ground line. During the pole shipment, all poles shall be individually wrapped.

The receptacle enclosure shall be a surface type mounted, durable die-cast aluminum waterproof single gang box, with knock-out studs, with a tough, baked-on, electrostatic polyester powder coat for resistance to scratches and corrosion, 3 hole ½”, with dimensions: W:2.86”, D: 2.09”, H:4.63”.

Page 348: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-224 Bid Documents August 2012

9-29.6(1)C Parking Lot Luminaire Wood Poles

(Special Provision) New

Parking Lot Luminaire Wood Pole shall be per the Plans and shall be a laminated wood pole, with metal cap and a base plate and shall be made out of Port Orford Cedar or Alaskan Yellow Cedar wood.

L1 laminating grade (per WCLIB grading rules) for strength and appearance shall be used on all exposed wide surfaces. L2 denseness shall be used for interior laminations. Texture finish shall be smooth. Lamination shall be done with adhesives meeting or exceeding the exterior durability performance requirements of the most recent American National Standard ANSI / AITC A190.1-2007.

Open defects such as knotholes exceeding ½” in diameter or wane exceeding ¼” x 12” shall be filled with wood filler for surfaced for faces with edges eased to 3/8” radius.

The laminated wood poles shall be treated with 6% pentachlorophenol born in light hydrocarbon solvent in conformance with APWA Standards to a minimum net retention of 0.60 pounds per cubic foot of penta.

The poles shall be branded to indicate Manufacture-Month-Year at 18” above intended ground line. During the pole shipment, all poles shall be individually wrapped.

The receptacle enclosure shall be a surface type mounted, durable die-cast aluminum waterproof single gang box, with knock-out studs, with a tough, baked-on, electrostatic polyester powder coat for resistance to scratches and corrosion, 3 hole ½”, with dimensions: W:2.86”, D: 2.09”, H:4.63”.

9-29.6(1)D Decorative RRFB Poles

(Special Provision) New

The decorative steel pole shall be capable of supporting all RRFB equipment as shown per the Plans, and shall be complete in all respects and shall resemble pole assembly per the Plans. No welding will be allowed at the site at the time of erection. The steel pole shall be fluted and tapered and shall consist of two (2) sub-assemblies:

The Decorative RRFB Pole Sub-Assembly shall be per the Plans conforming to ASTM A36. The pole shall have sixteen (16) uniform sharply designed flutes running vertically and straight, and will be tapered. The pole shall have a base plate meeting ASTM grade A36 specifications. The base plate shall be welded top and bottom to the pole and have four (4) slots at 90 degrees to each other, of sufficient width to accept the required anchor bolts. The pole shall have a 4” x 10” re-enforced handhole located 18” up from bottom of base plate to the top of the handhole, and a grounding nut shall be welded 180 degrees from the handhole opening. The entire pole, including base plate, is then to be “hot-dipped galvanized” prior to being powder coated with primer and final paint. Four (4) galvanized steel anchor bolts conforming to ASTM A307 specifications, will be provided for each pole complete with two (2) nuts and washers for each bolt. Base plate dimensions shall be per the Plans.

Page 349: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-225 Bid Documents August 2012

The Decorative RRFB Base Sub-Assembly shall be per the Plans and shall be constructed of ASTM A48-83, Class 30 Gray Iron and comprises two (2) parts, which are made in two (2) halves, resembling the split base assembly per the Plans. The bottom of the base is designed to be assembled around the pole base plate. The top of the base is designed to be assembled around the pole, and has sixteen (16) even serrations to match the flutes in the pole. This casting has two (2) removable access doors secured in place with two (2) ¼” stainless steel flat head screws. One (1) door is positioned to match the handhole opening in the pole. Each part’s half must bolt together in such a manner that there remains a minimal vertical seam, and each part is free of voids, porosity, fins, fused-on sand and generally have a smooth sand cast finish.

Finish: All castings and steel poles shall be factory powder coated with primer and “Tnemec Peking Blue” finish. Powder coating system shall be per Section 9-08.2 of the Standard Specifications.

9-29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, Cantilever Bases, and Sign Bridge Bases

(Special Provision) Supplement

Light standards shall be equipped with 2 in-line fuse holders with the fuses mounted inside the pole and readily accessible from the handhole. Fuse holders shall be SEC Model 1791-SF with FNM-5 or approved equal.

9-29.7(3) Splicing Electrical Connections at Junction Box

(Special Provision) New

Illumination splices in junction box shall use the following re-enterable splice kits:

Splice kits shall be SEC Model 1791-DP

Splice box shall be SEC Model 0791-0

9-29.10 Luminaires

(Special Provision) Revision

The third and fourth paragraphs are deleted and replaced with the following:

All luminaires shall be provided with markers for positive identification of light source type and wattage. Markers shall comply with ANSI C136.15-2011 “American National Standard for Roadway and Area Lighting Equipment – Luminaire Field Identification”.

Page 350: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-226 Bid Documents August 2012

9-29.10(1) Conventional Roadway Luminaires

(Special Provision) Supplement

Cobra Head Luminaires shall be manufactured by Hubbell and shall conform to the following part numbers: Wattage

With Photocell Receptacle

Without Photocell Receptacle

100 HPS RMCD-10S38-032-135F0-M53 RMCD-10S38-032-125F0-M53 150 HPS RMCD-15S38-032-135F0-M53 RMCD-15S38-032-125F0-M53 200 HPS RLCD-20S38-032-135F0-M53 RLCD-20S38-032-125F0-M53 250 HPS RCLD-25S38-032-135F0-M53 RCLD-25S38-032-125F0-M53 400 HPS RCLD-40S38-032-135F0-M53 RCLD-40S38-032-125F0-M53

The luminaires shall have the following ANSI light distribution pattern:

Lateral: Type III

Vertical: Medium

Control: Cutoff

The Contractor shall ascertain the correct lamp socket setting from the luminaire manufacturer to achieve the distribution pattern indicated above. All lamps shall be dated with the month and year on the base prior to installation in the socket. This is necessary for warranty purposes.

The lamps shall be clear burning, 240 volt, high-pressure sodium vapor units with an average rated life of 24,000 hours.

9-29.10(2) Decorative Luminaires

(Special Provision) Supplement

Decorative luminaires shall conform to the following:

1. Rectangular “shoebox” fixtures and arms shall be Sterner Executive. The unit shall provide a Medium-Cutoff-Type III light distribution pattern. Lamps shall be high pressure sodium vapor, clear burning. See City of Redmond Standard Detail No. 420.

2. Hanging decorative roadway luminaires shall be as specified on City of Redmond Detail No. 470. Lamps shall be high pressure sodium vapor, clear burning.

9-29.10(2)A Pedestrian Wood Pole Luminaire

(Special Provision) New

Pedestrian Wood Pole Luminaire shall be per the Plans and shall be a 73W, 60-LED (II-C), 4000K, 240V fixture.

Page 351: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-227 Bid Documents August 2012

Housing shall be constructed of one-piece die-cast, low copper (<0.6% Cu) aluminum alloy with integral cooling ribs over the optical chamber and electrical compartment. Solid barrier wall separates optical and electrical compartments. Double-thick wall with gussets on the support-arm mounting end. Housing forms a half cylinder with 55⁰ front face plane providing a recess to allow a flush single-latch detail. All hardware is stainless steel or electro-zinc plated steel.

Lens Frame shall be made of one-piece die-cast, low copper (<0.6% Cu) aluminum alloy lens frame with 1" minimum depth around the gasket flange. Integral hinges with stainless steel pins provide no-tool mounting and removal from housing. Single die-cast aluminum cam-latch provides positive locking and sealing of the optical chamber by a one-piece extruded and vulcanized silicone gasket. A clear 3/16" thick tempered glass lens is retained by eight steel clips with full silicone gasketing around the perimeter.

All electrical components for electronic modules shall be UL and CSA recognized, mounted on a single plate and factory prewired with quick-disconnect plugs. Module includes a driver, thermal control device and surge protector. Electrical module attaches to housing with no-tool hinges and latches, accessible by opening the lens frame only. Driver is rated for -40⁰F starting and has a 0-10V dimming interface for multi-level illumination options.

Optical LED Module shall have replaceable micro emitters, consisting of a circuit board of three LEDs individually controlled by a hollow cap reflector, positioned to achieve directional control toward desired task and provide a peak 70 degree intensity angle. The entire LED deck, designed with a secondary specular reflector for distribution, fastens to the housing as a one-piece module.

Support Arm shall be one-piece extruded aluminum with internal bolt guides and fully radiussed top and bottom. Luminaire-to-pole attachment is by internal draw bolts, and includes a pole reinforcing plate with wire strain relief. Arm is circular cut for specified round pole.

The fixture shall be free from defects in material and workmanship and carry a warranty from the date of sale for:

i. a period of five (5) years for metal parts,

ii. a period of ten (10) years for exterior housing paint finish(s),

iii. a period of six (6) years for LED light engines,

iv. a period of five (5) years for LED power components (LED Driver, surge protector),

Finish: Finish shall be Super TGIC thermoset, polyester powder coat paint, 2.5 mil nominal thickness, applied over a titanated zirconium conversion coating; 2500 hour salt spray test endurance rating. The color shall be black.

Page 352: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-228 Bid Documents August 2012

9-29.10(2)B Parking Lot Wood Pole Luminaire

(Special Provision) New

Parking Lot Wood Pole Luminaire shall be per the Plans and shall be a 140W, 120-LED (III-C), 4000K, 240V fixture.

Housing shall be constructed of one-piece die-cast, low copper (<0.6% Cu) aluminum alloy with integral cooling ribs over the optical chamber and electrical compartment. Solid barrier wall separates optical and electrical compartments. Double-thick wall with gussets on the support-arm mounting end. Housing forms a half cylinder with 55⁰ front face plane providing a recess to allow a flush single-latch detail. All hardware is stainless steel or electro-zinc plated steel.

Lens Frame shall be made of one-piece die-cast, low copper (<0.6% Cu) aluminum alloy lens frame with 1" minimum depth around the gasket flange. Integral hinges with stainless steel pins provide no-tool mounting and removal from housing. Single die-cast aluminum cam-latch provides positive locking and sealing of the optical chamber by a one-piece extruded and vulcanized silicone gasket. A clear 3/16" thick tempered glass lens is retained by eight steel clips with full silicone gasketing around the perimeter.

All electrical components for electronic modules shall be UL and CSA recognized, mounted on a single plate and factory prewired with quick-disconnect plugs. Module includes a driver, thermal control device and surge protector. Electrical module attaches to housing with no-tool hinges and latches, accessible by opening the lens frame only. Driver is rated for -40⁰F starting and has a 0-10V dimming interface for multi-level illumination options.

Optical LED Module shall have replaceable micro emitters, consisting of a circuit board of three LEDs individually controlled by a hollow cap reflector, positioned to achieve directional control toward desired task and provide a peak 70 degree intensity angle. The entire LED deck, designed with a secondary specular reflector for distribution, fastens to the housing as a one-piece module.

Support Arm shall be one-piece extruded aluminum with internal bolt guides and fully radiussed top and bottom. Luminaire-to-pole attachment is by internal draw bolts, and includes a pole reinforcing plate with wire strain relief. Arm is circular cut for specified round pole.

The fixture shall be free from defects in material and workmanship and carry a warranty from the date of sale for:

i. a period of five (5) years for metal parts,

ii. a period of ten (10) years for exterior housing paint finish(s),

iii. a period of six (6) years for LED light engines,

iv. a period of five (5) years for LED power components (LED Driver, surge protector),

Finish: Finish shall be Super TGIC thermoset, polyester powder coat paint, 2.5 mil nominal thickness, applied over a titanated zirconium conversion coating; 2500 hour salt spray test endurance rating. The color shall be black.

Page 353: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-229 Bid Documents August 2012

9-29.13(3) Emergency Preemption

(Special Provision) Supplement

All emergency vehicle preemption equipment and materials shall be the Opticom™ emergency vehicle preemption system.

The emergency preemption detectors shall be the 721 Opticom™ detectors unless specified otherwise in the plans. The detectors shall be capable of detecting an optical signal generated by an Opticom™ brand emitter assembly. The detectors shall detect the optical signals from the emitter, amplify the signal, and transmit it to the phase selector.

The detector lead-in cable shall be Opticom™ Model 138 shielded detector cable.

9-29.13(7) Traffic-Actuated Controllers

(Special Provision) Supplement

All signal control cabinets and control equipment (Econolite ASC3S-2100 controller with telemetry module and Type “P”, Type 6 NEMA TS2 Type I controller cabinet) shall be furnished by the City and be wired ready for operation. The Contractor’s work shall be limited to constructing a foundation (per the Plans), placing cabinets and equipment and connecting field wiring to field terminal strips. Field testing shall be done by the City in the presence of the Contractor.

The Contractor shall notify the Engineer at least four weeks in advance of the approximate date the Contracting Agency-supplied controllers are required. The Contractor shall contact the City again two working days prior to schedule exact day and time for pick-up.

Contracting Agency-supplied materials will be available for pick up at:

CONTACT: REDMOND TRAFFIC SIGNAL TECHNICIAN, (425) 556-2899 CITY OF REDMOND SIGNAL LAB 15503 NE 90TH STREET REDMOND, WA 98052

9-29.16 Vehicular Signal Heads, Displays, and Housing

(Special Provision) Supplement

Vehicle signal heads shall be manufactured by McCain Traffic Supply and shall be equipped with tunnel-type visors and shall have a flat back mounting. All exterior and interior surfaces of the signal head housing, doors, and visors shall have an electrostatically powder-coated finish of Traffic Signal Green. The vehicle signal heads shall be installed with LED indications for all sections. These shall be Dialight LED:

Red ball – 433-1210-003XL

Amber ball – 433-3230-001XL

Page 354: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-230 Bid Documents August 2012

Green ball – 433-2270-001XL

Red arrow – 432-1314-001

Amber arrow – 431-3334-001

Green arrow – 432-2374-001

Green/Amber arrow – 430-6370-001

Vehicle signal heads shall have 12-inch lenses

All vehicular signal heads shall be equipped with 12-inch aluminum tunnel visors.

All vehicle signal heads shall have a 1/4 inch drain hole in the base.

9-29.18(1) Induction Loop Detectors

(Special Provision) Supplement

The following materials are required for detector loop installation:

• No. 14 AWG stranded copper wire, Class B, with chemically cross-linked polyethylene Type RHH-RHW insulation of code thickness, free of kinks and abrasions.

• Loop lead-in wire shall be IMSA Loop Cable Specification No. 50-2, No. 14. Single pairs shall be used. The number of single pairs required shall conform to the City of Redmond Standard Drawing No. 454A (“Loop Detector Spacing”).

• Loop sealant shall be MSI, Crafco Loop Detector Sealant, Part No. 34271. Loop sealant shall be packaged in containers clearly marked “Loop Detector Sealant.”

9-29.18(1)A Detector Amplifiers

(Special Provision) New

The Contractor shall furnish and install 4-channel Canoga C424T Induction Loop Amplifiers.

9-29.19 Pedestrian Push Buttons

(Special Provision) Supplement

Traffic Signal System Push Buttons:

Accessible Pedestrian Signals (APS) shall be Polara Navigator, part number N25xNOB Ped Station, with pedestrian push button plaque Polara Engineering part number 800-87. Accessible pedestrian signal control unit shall be Polara Navigator part number CCU. Programming unit (Polara Navigator Configurator) shall be provided.

Page 355: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-231 Bid Documents August 2012

RRFB System Push Buttons:

Pedestrian push buttons shall be Polara Engineering Bulldog momentary style buttons, black in color, part number BDLM2-B. Pedestrian push button mounts shall be Polara Engineering, 5-inch by 7-inch frame, black in color, part number PBF 5X7-B. Pedestrian push button plaques shall be per the Plans.

9-29.20 Pedestrian Signals

(Special Provision) Supplement

Pedestrian signal displays employed on this Project shall be uniform appearance countdown style, either:

1. Dialight part number 430-6479-001X, or

2. GE Lumination part number GT1

The maximum overall dimensions of the signal shall be 19 inches wide, 18 3/4 inches high, and 19 inches deep, including “Z” crate visor and hinges. The signal shall be furnished complete with transformers installed. In order to facilitate installation and maintenance, the signal shall be designed so that all components are readily accessible from the front by merely opening the signal door.

The case shall be a 1-piece corrosion-resistant aluminum alloy die casting. Integrally cast hinge lug pairs, 2 at the top and 2 at the bottom of each case, shall be provided for operation of a swing-down door. Prior to final assembly, the case, door frame, and “Z” crate visor (aluminum portion only) shall be thoroughly cleaned and chromate conversion coating applied inside and out per Military Specifications MIL-C-5541. A synthetic enamel conforming to Military Specifications TTE-529 shall then be electrostatically applied. Color and gloss shall be Traffic Green. The finish shall be oven cured for a minimum of 20 minutes at 350 degrees F. All terminal compartments shall be either ferrous metal or bronze.

9-29.24 Service Cabinets

(Special Provision) Supplement

All electrical service cabinets shall be furnished by the City and be wired ready for operation. The Contractor’s work shall be limited to constructing a foundation (per the Plans), placing cabinets and equipment and connecting field wiring to field terminal strips. Field testing shall be done by the City in the presence of the Contractor.

The Contractor shall notify the Engineer at least four weeks in advance of the approximate date the Contracting Agency-supplied cabinets are required. The Contractor shall contact the City again two working days prior to schedule exact day and time for pick-up.

Contracting Agency-supplied materials will be available for pick up at:

CONTACT: REDMOND TRAFFIC SIGNAL TECHNICIAN, (425) 556-2899

Page 356: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-232 Bid Documents August 2012

CITY OF REDMOND SIGNAL LAB 15503 NE 90TH STREET REDMOND, WA 98052

A copy of the wiring diagram shall be provided in a plastic holder mounted conveniently inside the service cabinet. Nameplates shall be provided for each control component and shall be embossed phenolic with white letters on black background.

The service cabinet wiring shall be arranged so that any piece of apparatus may be removed without disconnecting any wiring except the lead to that piece of apparatus. All wiring shall be appropriately marked with a permanent, indelibly marked, clip sleeve wire marker. Control wire shall be 7-strand No. 14 AWG THHN and all wiring shall conform to NEMA Class II C.

There shall be space within the cabinet for the future addition of 2 time clocks and 3 additional contactors.

Breaker sizes shall be as shown on Breaker Schedule on the plans. If no Breaker Schedule is shown on the plans, breakers shall be per City of Redmond Standard Drawing No. 461.

9-29.25 Amplifier, Transformer, and Terminal Cabinets

(Special Provision) Supplement

Pole Mounted Terminal Cabinet

Pole mounted terminal cabinets shall conform to NEMA 3R requirements. Each cabinet shall have a minimum of three 12-position terminal blocks.

The cabinet shall be constructed of welded 14 gauge (minimum) sheet aluminum and shall be of the following dimensions: 8 inches by 12 inches by 16 inches. The cabinet shall be gasketed with a 1-piece closed-cell neoprene gasket to provide a weatherproof and dustproof seal. The cabinets shall be gray in color.

A door with stainless steel piano hinge shall be installed to provide complete access to the interior of the cabinet. The door shall be equipped with a lock that shall be capable of accepting a Best BM Series core.

9-29.27 Detectable Pull Tape

(Special Provision) New

The Contractor shall furnish and install a flat polyester woven pre-lubed tape that contains a 22- gauge wire. The tape will be marked with sequential footage markings and be continuous. The tape shall meet or exceed a breaking strength of 900 lb., with a width of 1/2-inch.

Page 357: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-233 Bid Documents August 2012

9-29.28 Communications Vault

(Special Provision) New

The Contractor shall provide pre-cast utility vaults meeting ASTM C 478 with twenty-eight (28) day 7000 psi compressive strength concrete and designed for H-20 loading unless otherwise indicated on the Plans. The vault dimensions shall be 5’-2½”L x 2’-3”W x 2’-7½”D, including the vault frame and cover.

The communications vaults are to be provided with a racking hardware package for cable storage as indicated on the plans and details. The vault cover shall have a slide-lock device, non-skid surface and a ground strap. Refer to the vault details on the Plans and WSDOT Standard Plan J.90.20-00.

9-29.29 Splicing and Termination

9-29.29(1) Fiber Optic Buffer Tube Fan-Out Kit

(Special Provision) New

The Contractor shall furnish and install Buffer Tube Fan-Out Kits as shown on the Plans and in the details. The Buffer Tube Fan-Out Kit shall meet the following requirements:

1. The assembly shall include a 900 mm fan-out assembly and a top and bottom furcation unit.

2. The assembly shall be color coded to match the fiber color scheme.

3. The assembly shall have an environmental rating by the manufacturer for use in field cabinets.

4. The tubing supplied within the assembly shall have a minimum length of 25 inches.

Page 358: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-234 Bid Documents August 2012

5. The assembly shall be sized for either 6 or 12 single-mode fibers, depending on the fiber optic cable that is to be terminated.

9-29.29(2) Fiber Optic SC Connectors

(Special Provision) New

The Contractor shall supply Simplex Single-mode SC Fiber Optic Connectors that utilize epoxy. The Fiber Optic Connectors shall meet the following standard and specifications and be tested to Telcordia GR-326, Issue 3:

• Insertion Loss (SM): < 0.30 dB

• Insertion Loss (MM): < 0.50 dB

• Reflectance (UPC): < -40 dB

• Reflectance (APC): < -65 dB

• Fiber Height: ± 50 nm

• Radius of Curvature (UPC): 7 - 25 mm

• Radius of Curvature (APC): 5 - 12 mm

• Apex Offset: < 50 µm

• Designed for terminating single mode fiber with 125 µm cladding

• Factory-measured attenuation less than 0.5 dB

• Connector attenuation will not change more than 0.2 dB following 1000 matings.

9-29.29(3) Fiber Optic Termination Panel – 12 Port

(Special Provision) New

The Contractor shall furnish and install a Fiber Optic Termination Panel in the locations shown on the Plans in the traffic signal controller cabinet. The termination panels located in the traffic signal controller cabinets shall consist of asingle panel housing for storage, protection and termination of fiber optic cables and shall be manufactured by Corning Cable Systems model number LANScape SPH-01P. The panel shall meet the following requirements:

• The cabinet shall be of metal construction with dimensions no larger than 6.3”H x 5.5”W x 2.0”D.

• The cabinet shall be suitable for wall or shelf mounting and shall be provided with all necessary hardware required for mounting.

Page 359: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-235 Bid Documents August 2012

• The cabinet shall include a lockable access door.

• The cabinet shall have cable entrances on the top and bottom of the cabinet. All cable entrances shall have a gasket to prevent the ingress of foreign material into the cabinet.

• The cabinet shall include internal cable management for the protection of the furcated fibers.

• The termination panel shall utilize connector panels to facilitate the connection of the connectorized Buffer Tube Fan-Out Kit and fiber optic patch cords used to connect to the equipment.

• The panel housing shall accommodate and include one CCH connector panel that accommodates up to 12 fibers. The connector panel shall be populated with six SC connectors. All connectors shall be supplied with protective covers.

• For locations where a 24 port panel is required, 2-12 port panels shall be installed.

9-29.30 Video Detection Camera and Equipment

(Special Provision) New

All video detection cameras, cabling and equipment shall be furnished by the City. The Contractor’s work shall be limited to installation and termination of all associated video detection wiring. Field testing shall be done by the City in the presence of the Contractor.

The Contractor shall notify the Engineer at least two weeks in advance of the approximate date the Contracting Agency-supplied equipment are required. The Contractor shall contact the City again two working days prior to schedule exact day and time for pick-up. Contracting Agency-supplied materials will be available for pick up at:

CONTACT: REDMOND TRAFFIC SIGNAL TECHNICIAN, (425) 556-2899 CITY OF REDMOND SIGNAL LAB 15503 NE 90TH STREET REDMOND, WA 98052

9-29.31 Rectangular Rapid Flashing Beacon (RRFB) System

(Special Provision) New

Rectangular Rapid Flashing Beacon (RRFB) system shall consist of RRFB LED light bars, controller cabinet, control panel, push button assemblies, microwave pedestrian sensor units and associated warning signs, all mounted on decorative poles (configuration per the Plans).

Controller Cabinet

The cabinet shall be manufactured of 0.125” sheet aluminum and shall be Type 3X NEMA enclosure. Nominal cabinet dimensions shall be 13.63” H x 15.5” W x 14.75” D. The cabinet shall be a one (1) compartment type with a neoprene gasket seal for a weather seal. The

Page 360: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-236 Bid Documents August 2012

cabinet shall have wire screened insect proof louvers on each side for ventilation. The louvers shall be designed to not allow any rain to enter the cabinet. On the bottom of the cabinet there shall be two screened insect proof drain holes. The door shall be a single unit with a continuous piano hinge riveted to the door and the cabinet. The door shall incorporate a neoprene gasket which, when closed, forms a snug weather tight seal. The door lock shall be a standard police lock, reinforced with a steel plate. Each cabinet shall be equipped with the necessary rigid mounts appropriately sized for a pole as dimensioned on the plans. All necessary hardware for proper mounting shall be included.

Control Panel

The control panel containing the electronics (circuit breaker, surge arrestor, flasher, countdown timer and a 120VAC to 12VDC power supply) shall be mounted in the cabinet using bolts with wing nuts for quick and easy removal. The back panel and flashing beacons shall be connected through a main wiring harness via a circular pin connector (CPC). All modular components shall be connected in such a manner that they are easily removed for replacement or maintenance. Two control panels will be supplied, one in the upper compartment and one in the lower compartment. Each control panel will control the flashing beacons for one set of lanes.

The circuit breaker must be a 1 pole, 20 amp, 120VAC with reversible line or load lugs for line or surface mount wiring. The flasher shall be solid state, 2 circuit device which controls the flashing sequence of the beacon. The flasher will have a selectable flash rate of 35-70 flashes per minute and will flash a duty cycle of 50% on and 50% off. The flasher shall be a separate unit easily removable for maintenance. The flasher will be capable of operating in a temperature range of -40 degrees C and +85 degrees C. The surge arrestor will be capable of protecting up to 120VAC, 60 amp service, will have no follow current, respond in 5 nanoseconds, and will allow automatic recovery. It must be flame retardant epoxy encapsulated. The peak surge current will be 13kA/mode/phase total. The surge arrestor will be approximately 0.5” H x 1.5” W x 2.0” L. It will operate from -40oC to +85o C. The system shall employ countdown timer that allows the end user to adjust the length of time that the RRFBs flash upon activation. The range of time shall be from adjustable from 1 second to a minimum of 1 minute in 1 second intervals. The timer shall operate such that any time the pedestrian pushes the button the timer resets to its preset time to allow the pedestrian the full amount of time to cross the street. The countdown timer will operate from -20 degrees C to + 60 degrees C.

RRFB LED Light Bar

The RRFB shall comply with the latest FHWA guidelines and the housing shall have a brushed Aluminum finish and shall have rectangular shaped, high intensity LED alternating pattern flashing beacons with number of LEDs and configuration per the Plans. Mounting shall be per manufacturer’s recommendation – coordinate work with the Engineer in the field. The RRFBs will wig-wag with a flash pattern of 2 rapid flashes on 1 beacon and then 4 short rapid flashes and 1 longer rapid flash on the other beacon as specified in the latest interpretation letter from the FHWA dated June 13, 2012. The beacons shall flash at a rate between 70 – 80 flashes per minute. The LED light on the end facing the pedestrian crosswalk shall be a Whelen Class 1 light.

The LEDs used in the light bar shall meet the SAE J595 requirement for peak luminous (candelas) for Class 1. The vendor shall submit third party lab certification that the LEDs have

Page 361: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-237 Bid Documents August 2012

been tested and certified for Class 1 intensity. The RRFB light bar will be assembled and wired as a unit. It will consist of a mounting bracket, a bottom shell that attaches to the mounting bracket, and a top shell that attaches to the bottom shell. It shall be mounted to the pole with U-bolts.

Pedestrian Push Buttons

Pedestrian push buttons shall be per Section 9-29.19 Pedestrian Push Buttons, per these Special Provisions.

Microwave Pedestrian Sensor Units

Microwave Pedestrian sensors shall be microprocessor analyzed Doppler microwave type, designed to selectively detect pedestrians toward the sensor only, or away from the sensor only, or both toward and away from the sensor. Power shall be 12VDC. Housing shall be aluminum (4” W x 4” H x 7” L).

Extension Timers

The pedestrian push button detectors and the microwave detectors shall be equipped with independent adjustable extension timers so that either system can allow extension of the flash duration by adjustable intervals of between 1 to 60 seconds. The microwave timers shall initially be programmed to cause flashing operation while motion is detected and approximately 6 seconds thereafter. The pedestrian push button timers shall initially be programmed to cause flashing operation while a button is pressed and approximately 14 seconds thereafter.

Decorative Poles

Decorative poles shall be per these Special Provisions, Section 9-29.6(1)D Decorative RRFB Poles.

Signs

Signs shall be per the Plans.

9-30 WATER DISTRIBUTION MATERIALS

9-30.3(1) Gate Valves (3-inches to 16-inches) Supplement

Delete this section in its entirety and replace with the following: “Gate valves, 2-inches through 12-inches, shall be or the resilient wedge type, and shall conform to the requirements of AWWA C-505. All interior various parts, including the interior of the gate or wedge shall be coated with fusion bonded epoxy with a minimum thickness of 8 mil. Said coating shall be non-toxic, and shall conform to AWWA C-550. All exterior surfaces shall be coated with fusion bonded epoxy with a minimum thickness of 8 mil. Valves shall have joints compatible with the pipe to which they shall be connected.

Page 362: RCC Phase I Specifications, Part 1

Redmond Central Connector From Sammamish River Trail Special Provisions To Bear Creek Trail SP-238 Bid Documents August 2012

9-30.3(2) Check Valves Supplement

Check Valves shall be all rubber, flow operated check type, TF-1 Slip-on check valve as manufactured by Tideflex Technologies, Carnegie, PA 15106. The Check Valve shall be designed to slip over the pipe outside diameter and attached by means of vendor furnished stainless steel clamps. The port area shall contour down to a duckbill, which shall allow passage of flow in one direction while preventing reverse flow. The valve shall be one piece rubber construction with nylon reinforcement. The duckbill shall be offset so that the bottom line of the valve is flat, keeping the invert of the pipe parallel with the invert of the valve. The top of the valve shall rise to form the duckbill shape. The bill portion shall be thinner and more flexible than the valve body and formed into a curve of 180°.

9-30.3(4) Valve Boxes Supplement

Add the following to the paragraph: Valve box shall be per City of Redmond Standard Detail 718 except valve cover shall have custom lettering, stamped “STORM”.

The cover shall be a non-locking drop lid cover with a 2-inch skirt. Valve box assemblies shall be two piece slip type, 8555 series, made in the United States by East Jordan Iron Works Inc.

Cover Catalog No. 6800 (custom lettering)

Top Section, Bottom Section 24” Series 8555, 2-Piece Slip Type

Extensions shall be cast iron soil pipe. Align valve box internal lugs in the direction of the storm drain. Valve box assemblies countries of origin shall be United States and Canada. No other countries of origin shall be allowed.

9-30.3(6) Valve Stem Extension Supplement

Modify the second sentence as follows: “Valves with an operating nut more than 36 inches…”

END OF DIVISION 9