Loading...
HomeMy WebLinkAboutContract - Volume 1 of 2'ĞŶĞƌĂůŝĚ/ŶĨŽƌŵĂƟŽŶ͗ƵŝůĚĞƌƐdžĐŚĂŶŐĞŽĨtĂƐŚŝŶŐƚŽŶ͕/ŶĐ͘ ;ϰϮϱͿϮϱϴ-ϭϯϬϯ ŝƚLJŽŶƚĂĐƚ͗ƚŚĂŶĞůĞŶ͕W ;ϰϮϱͿϰϯϬ-ϳϮϮϭ ŽŶƐƵůƚĂŶƚŽŶƚĂĐƚ͗ƌĞƩ^ĐŚŽĐŬ͕W͕/W͕Z^WϮŝ͕Es^W ;ϰϮϱͿϴϵϲ-ϱϮϮϵ ǁĂƌĚŵŽƵŶƚ͗ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ǁĂƌĚĂƚĞ͗ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ǁĂƌĚdŽ͗ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ŽŶƚƌĂĐƚEŽ͗͘'-ϮϮ-ϯϭϭ E^ƵŶƐĞƚůǀĚ—^ĂĨĞZŽƵƚĞƐƚŽdƌĂŶƐŝƚ ŽŶƚƌĂĐƚWƌŽǀŝƐŝŽŶƐ ^ƵďŵŝƩĞĚďLJ͗ sŽůƵŵĞϭŽĨϮ WƌŽũĞĐƚEŽ͗͘dZKϬϰϭϲϮ WƵďůŝĐtŽƌŬƐĞƉĂƌƚŵĞŶƚ dƌĂŶƐƉŽƌƚĂƟŽŶŝǀŝƐŝŽŶ ƉƉƌŽǀĞĚĨŽƌŝĚ ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ŝƚLJŽĨZĞŶƚŽŶ  ĂƚĞ͗ ϭϮϭϯϭϭϭϯƚŚǀĞE <ŝƌŬůĂŶĚ͕tϵϴϬϯϰ ZĞŶƚŽŶŝƚLJ,Ăůů—ϱƚŚ&ůŽŽƌ ϭϬϱϱ^ŽƵƚŚ'ƌĂĚLJtĂLJ ZĞŶƚŽŶ͕tĂƐŚŝŶŐƚŽŶϵϴϬϱϳ ^ƵďŵŝƩĞĚƚŽ͗ ƉƉƌŽǀĞĚĨŽƌŽŶƐƚƌƵĐƟŽŶ ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ŝƚLJŽĨZĞŶƚŽŶ  ĂƚĞ͗ CITY OF RENTON RENTON, WASHINGTON Contract Provisions for the NE Sunset Blvd – Safe Routes to Transit City Project Number: TRO04162 City Contract Number: CAG-22-311 YEAR: 2022 City of Renton 1055 South Grady Way Renton, WA 98057 NE Sunset Blvd – Safe Routes to Transit Table of Contents TRO04162 Page 1 of 1 2022 TABLE OF CONTENTS VOLUME I I. CALL FOR BIDS II. INFORMATION FOR BIDDERS 1. INFORMATION AND CHECKLIST FOR BIDDERS 2. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON 3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON III. PROJECT PROPOSAL 1. * PROJECT PROPOSAL BID SUMMARY 2. * PROPOSAL COVER PAGE 3. * SCHEDULE OF PRICES 4. * NON-COLLUSION DECLARATION 5. * LOCAL AGENCY SUBCONTRACTOR LIST 6. * PROPOSAL FOR INCORPORATING RECYCLED MATERIALS INTO THE PROJECT 7. * CONTRACTOR CERTIFICATION, WAGE LAW COMPLIANCE – RESPONSIBILITY CRITERIA, WASHINGTON STATE PUBLIC WORKS CONTRACTS 8. * PROPOSAL SIGNATURE PAGE 9. * PROPOSAL BID BOND TO THE CITY OF RENTON IV. AGREEMENT FORMS 1.  AGREEMENT 2.  CONTRACT BOND TO THE CITY OF RENTON 3.  FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE * SUBMIT AS PART OF THE BID.  SUBMIT WITHIN 10 DAYS AFTER NOTICE OF AWARD. V. CONTRACT SPECIFICATIONS 1. SPECIAL PROVISIONS APPENDICES A – PREVAILING HOURLY MINIMUM WAGE RATES B – PERMITS VOLUME II - PLANS City of Renton Contract Provisions for NE Sunset Blvd – Safe Routes to Transit ______________________________________________________________________________ I. CALL FOR BIDS CITY OF RENTON CAG-22-311 NE Sunset Blvd – Safe Routes to Transit NE Sunset Blvd – Safe Routes To Transit Call for Bids TRO04162 Page 1 of 1 2022 CALL FOR BIDS Sealed bids will be received until 11:00 AM on Tuesday, November 29, 2022, at the lobby of Renton City Hall, 1055 South Grady Way, Renton, WA 98057. All supplemental documents, that are allowed to be submitted after this date and time, shall be received at the lobby of Renton City Hall. The bids will be opened and publicly read via Zoom video-conferencing web application at 1:00 PM, Thursday, December 1, 2022. Any bids received after the published bid submittal time cannot be considered and will not be accepted. •The bid opening meeting can be accessed by clicking the following link to join the Zoom meeting: •Join Zoom Meeting •https://us02web.zoom.us/j/88666992190?pwd=R1lFRHpmcUFoTW4yRFF6TzBYaEorQT09 •Meeting ID: 886 6699 2190 •Passcode: 563226 •One tap mobile •+12532158782,,88666992190#,,,,*563226# •Zoom is free to use and is available at https://zoom.us/. Approved plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on bxwa.com; Posted Projects; Public Works; City of Renton; Projects Bidding. (Note: Bidders are encouraged to Register as a Bidder, in order to receive automatic email notification of future addenda and to be placed on the Bidders List). Contact Builders Exchange of Washington at 425-258-1303 should you require further assistance. The City of Renton in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-Assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The improvement for which bids will be received is described below: Construct the NE Sunset Blvd – Safe Routes to Transit Project. The project consists of adding a crossing and signal adjustments at NE Sunset Boulevard and Edmonds Avenue Northeast, adding midblock crossings on Northeat Sunset Boulevard between Northeast 10th Street and Kirkalnd Avenue Northeast. The work includes but is not limited to: pavement markings, signage, direct-wired Rectangular Rapid Flashing Beacon (RRFB’s), signal adjustments, curb ramp installation and restoration, raised islands and all other work necessary to complete the Work as specified and shown in the Contract Provisions. Jason A. Seth, City Clerk Published: November 1, 2022 and November 8, 2022 Daily Journal of Commerce City of Renton Contract Provisions for NE Sunset Blvd – Safe Routes to Transit ______________________________________________________________________________ II. INFORMATION FOR BIDDERS NE Sunset Blvd – Safe Routes to Transit Information and Checklist for Bidders TRO04162 Page 1 of 3 2022 INFORMATION AND CHECKLIST FOR BIDDERS The following supplements the information in the Call for Bids: 1. Special Project Information. The Contract Documents, including Standard Specifications, and all applicable laws and regulations apply to this project. The following items particular to this project are repeated here for emphasis: a. Prevailing Wages. This project does not include federal funding. Therefore, only State Prevailing Wages must be paid on this project. The Prevailing Wages in effect at time of Advertisement are provided in Appendix A. It is the Bidder’s responsibility to obtain wage information for any work classifications that are not included. b. Traffic Control, Hours of Work and Street Closure. This project site is surrounding by residences, businesses, a park and library. Due to the proximity of the project site to the residences, night work will not be allowed. Refer to Special Provision Section 1-07.23(4) for duration, requirements and restrictions. For construction under traffic, refer to Section 1-07.23(1). 2. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by the close of business five (5) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. Oral explanations, interpretations, or instructions given by anyone before the Award of Contract will not be binding on the City of Renton. 3. If a bidder has any questions regarding the project, the bidder may either:  Submit questions in writing to Renton City Hall – Transportation Systems, 1055 S Grady Way, Renton, WA 98057, Attn: Ethan Belen, or  Submit questions via e-mail: mailto: ebelen@rentonwa.gov. Put “NE Sunset Blvd” in the subject line No other type of inquiry will be accepted. 4. All bids must be self-explanatory. Partial bids will not be accepted. No opportunity will be offered for oral explanation except as the City of Renton may request further information on particular points. The bidder shall, upon request, furnish information to the City of Renton as to their financial and practical ability to satisfactorily perform the work. 5. The construction contract will be awarded by the City of Renton to the lowest responsible, responsive bidder. The total bid amount of all schedules combined will be used to determine the low bidder. 6. The City of Renton reserves the right to reject any and all bids or waive any and/or all informalities. NE Sunset Blvd – Safe Routes to Transit Information and Checklist for Bidders TRO04162 Page 2 of 3 2022 7. Payment for this work will be made in cash warrants. 8. Bidders are not required to be in possession of a current City of Renton business license in order to bid on City projects. However, Contractors and all subcontractors of all tiers must be in possession of a current City business license while conducting work in the City. 9. Bidding Checklist Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and the name and number of the project for which the bid is submitted. It is the responsibility of each bidder to ascertain if all the documents listed below and in the Table of Contents are included in their copy of the Contract Provisions. If documents are missing, it is the sole responsibility of the Bidder to contact the City of Renton to obtain the missing documents prior to the date and time that bids are due. The following forms and documents shall be submitted with the bid. a. Project Proposal Bid Summary - The form included in these Bid Documents must be used; no substitute will be accepted. b. Proposal Cover Page – The form included in these Bid Documents must be used; no substitute will be accepted. c. Schedule of Prices – The form(s) included in these Bid Documents must be used; no substitute will be accepted. Bidders must bid on all schedules and items shown on the Schedule of Prices. If any unit price is left blank, it will be considered no charge for that bid item, regardless of what has been placed in the extension column. d. Non-Collusion Declaration – The form included in these Bid Documents must be used; no substitute will be accepted. e. Local Agency Subcontractor List - This form is available at http://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, print and complete the form to include with Bid. The DOT Form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be considered irregular and non-responsive and the Bid will be rejected. f. Proposal for Incorporating Recycled Materials into the Project – The form included in these Bid Documents must be used; no substitute will be accepted. g. Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contracts – This form is available at http://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, complete, print and sign the form to include with Bid. The DOT Form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be NE Sunset Blvd – Safe Routes to Transit Information and Checklist for Bidders TRO04162 Page 3 of 3 2022 considered irregular and non-responsive and the Bid will be rejected. h. Proposal Signature Page – The form included in these Bid Documents must be used; no substitute will be accepted. Evidence of signatory’s authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non-responsive and the Bid may be rejected. i. Proposal Bid Bond to the City of Renton – The form included in these Bid Documents must be used; no substitute will be accepted. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. 10. Contract Checklist The following documents are to be executed by the successful Bidder after the Contract is awarded. a. Agreement – The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder. b. Contract Bond – The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder and its surety company. This bond covers successful completion of all work and payment of all laborers, subcontractors, suppliers, etc. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. c. Fair Practices Policy Affidavit of Compliance – The form included in these Bid Documents must be used; no substitute will be accepted. d. Certificates of Insurance – To be executed by an insurance company acceptable to the City, on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special Provisions. The City of Renton shall be named as “Additional Insured” on the insurance policies as well as the entities listed in Section 1-07.18(2) of the Special Provisions. e. Retainage – Refer to Standard Spec. Section 1-09.9(1), Retainage. NE Sunset Blvd – Safe Routes to Transit Summary of Fair Practices Policy TRO04162 Page 1 of 1 2022 NE Sunset Blvd – Safe Routes to Transit Summary of American Disabilities Act Policy TRO04162 Page 1 of 1 2022 NE Sunset Blvd – Safe Routes to Transit Local Agency Non-Collusion Declaration TRO04162 Page 1 of 1 2022 p City of Renton Contract Provisions for NE Sunset Blvd – Safe Routes to Transit ______________________________________________________________________________ IV. AGREEMENT FORMS AGREEMENT CONTRACT NO.CAG-22-311 THIS AGREEMENT,made and entered into this ________ day of _________________________ by and between the CITY OF RENTON,a municipal corporation of the State of Washington, hereinafter referred to as “City”and ___________________________________________________ hereinafter referred to as “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: 1.The Contractor shall do all work and furnish all tools,materials,and equipment for: NE Sunset Blvd —Safe Routes To Transit in accordance with and as described in the attached plans and specifications,and the 2022 Standard Specifications for Road,Bridge,and Municipal Construction,as prepared by the Washington State Department of Transportation (WSDOT)and the Washington State Chapter of the American Public Works Association (APWA)which are by this reference incorporated herein and made part hereof and,shall perform any changes in the work in accord with the Contract Documents. The Contractor shall provide and beat 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 these Contract Documents except those items mentioned therein to be furnished by the City. 2.The City hereby promises and agrees with the Contractor to employ,and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and furnish the same in accord with 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 unit or itemized prices at the time and in the manner and upon the conditions provided for in this contract The sum total of all progress payments is not to exceed the Total Bid Amount listed in the Schedule of Prices incorporated into this contract,unless the Total Bid Amount is amended by change order(s)prepared and executed in accordance with these Contract Documents. 3.The Contractor for himself/herself,and for his/her heirs,executors,administrators, successors,and assigns,does hereby agree to full performance of all covenants required of the Contractor in the contract. NE Sunset Blvd Safe Routes to Transit Agreement TR004162 Page 1 of 2 2022 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com -Always Verify Scsi 15th March 2023 4.It is further provided that no liability shall attach to the City by reason of entering into this contract,except as provided herein. 5.In the event litigation is commenced to enforce this contract,the prevailing party shall be entitled to recover its costs,including reasonable attorney’s and expert witness fees. 6.This contract is executed in two (2)identical counterparts,by the parties,each of which shall for all purposes be deemed and original. lN WITNESS WHEREOF,the Contractor has executed this instrument,on the day and year first below written and the Mayor has caused this instrument to be executed by and in the name of the City of Renton the day and year first above written. CONTRACTOR [Signature of Authorized Official]* President [Title] Kamins Construction Inc [Business Name] 2/23/2023 [Date] CITY OF RENTON Armondo Pavone,Mayor ATTEST Jason Seth,City Clerk *NOTE:Evidence of the signatory’s authpjLtyLto sign submitted. the Aureement on behalf of the business entity shall be CONTRACTOR ADDRESS FOR GIVING NOTICES Kamins Construction Inc CITY OF RENTON ADDRESS FOR GIVING NOTICES Transportation Systems Division PC Box 867 Renton City Hall 5th Floor Bothell,WA 98041 1055 South Grady Way Renton,WA 98057 Agreement 2022 NE Sunset Blvd —Safe Routes to Transit TR004162 Page 2 of 2 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com -Always Verify Scal 1 of 2 Originals CONTRACT BOND TO THE CITY OF RENTON Bond No. 107 706 133 KNOW ALL MEN BY THESE PRESENTS, That we, (CONTRACTOR/PRINCIPAL) Kamins Construction, Inc. of [address] P.O. Box 867, Bothell, WA 98041 as PRINCIPAL, and (SURE TY) Travelers Casualty and Surety Company of America a corporation organized and existing under the laws of the State of Connecticut as a SURETY corporation, and qualified under the laws of the State of Washington to become SURETY upon bonds of contractors with municipal corporations, as SURETY , are jointly and severally held and firmly bound to the City of Renton (CITY /OWNER) in the sum of Three Hundred Eighteen Thousand One Hundred Forty Nine & 14/100 US Dollars ($ 318,149.14 ) Total Contract Amount, for the payment of which sum on demand we bind ourselves and our heirs, successors, assigns, executors, administrators and personal representatives, as the case may be. This obligation is entered into pursuant to the laws of the State of Washington and the ordinances of the City of Renton. Dated at _____ _, Washington, this ___ day of ________ _, 20 23 NOW, THEREFORE THE CONDITIONS OF THE ABOVE OBLIGATION ARE AS FOLLOWS: WHEREAS, under and pursuant to Contract No. CAG-22-311 providing for construction of the NE Sunset Blvd-Safe Routes to Transit ; the PRINCIPAL has accepted, or is about to accept, the Contract, and undertake to perform the Work therein provided for in the manner and within the time set forth. •The SURETY indemnifies, defends, and protects and holds the CITY /OWNER, its officers, agents, and assigns harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying CITY/OWNER all expenses that CITY/OWNER may incur in making good any default by PRINCIPAL; and, against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns, (or the subcontractors or lower tier subcontractors of the PRINCIPAL) to pay all laborers, mechanics, subcontractors, lower tier subcontractors material persons, and all persons who shall supply such contractor or subcontractors with provisions and supplies for the carrying on of such work; and, against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns (or any of the employees, subcontractors, or lower tier subcontractors of the PRINCIPAL) to faithfully perform the Contract.•The indemnities to CITY/OWNER shall also inure to the benefit of the Consulting Engineers and other design professionals retained by OWNER in connection with the Project.•No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect SURETY 's obligation on the Contract Bond. SURETY , for value received, hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work to be performed thereunder and agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the PRINCIPAL shall automatically increase the obligation of the SURETY on this Contract Bond and notice to SURETY is not required for such increased obligation. •This Contract Bond shall be governed and construed by the laws of the State of Washington, and NE Sunset Blvd -Safe Routes to Transit TRO04162 Page 1 of 2 Contract Bond to the CITY of Renton 03/08/2022 F clb Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Seal Renton 15th March venue shall be in King County,Washington. FURTHERMORE,this Contract Bond shall be satisfied and released only upon the conditions that PRINCIPAL or SURETY: •Faithfully performs all provisions of the Contract and changes authorized by CITY/OWNER in the manner and within the time specified as may be extended under the Contract; •Pay,in accordance with Chapters 39.08,39.12 and 60.28 Revised Code of Washington (RCW),the sums due all workers,laborers,mechanics,subcontractors,lower tier subcontractors,material suppliers,and all other persons or agents who supply labor,equipment,or materials for carrying on of such work under the Contract; •Pay all taxes,increases and penalties,if any,incurred on or related to the Contract under Titles 50 and 51 Revised Code of Washington (RCW)and any and all taxes imposed on the Principle under Title 82 RCW or any other law; •Receives a written discharge/release of bond from CITY,signed by the Mayor or by a duly authorized representative of CITY. This Contract Bond shall be executed in two (2)original counterparts,and shall be signed by the parties’ duly authorized officers.This Contract Bond will only be accepted if is accompanied by a fully executed and original power of attorney for the office executing on behalf of the SURETY. PRINCIPAL SURETY Kamins Construction Inc [PRI NCIPAL] By: [Signature of Authorized Official] Chad Kamins [Printed Name] S President [Title] 2023 [Date] Name and address of local office of Agent and/or SURETY Company: Travelers Casualty and Surety Company of America [SURETY] [Title] [DateJ CB&MS of WA.,INC. P.O.Box 681 Bothell,WA 98041 Telerhone:206-3619693 NE Sunset Blvd —Safe Routes to Transit TR004162 Page 2 of 2 Contract Bond to the CITY of Renton 03/08/2022 F clb By:,t— [Signature of Authorized Official] Chris A.Fix [Printed Name] 2023 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com -Always Verify Scal Anna P.Nowik,Notary Public RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company’s name and seal with the Company’s seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or mote officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance, or conditional undertaking shall be valid and binding upon the Company when (a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company’s seal by a Secretary or Assistant Secretary; or (b)duly executed (under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President, any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. ,Kevin E.Hughes,Asstant Secretary us at 1-800-421 -3880. to which this PowerofAftorney is attached. Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS J St.Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St.Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the “Companies”),and that the Companies do hereby make,constitute and appoint CHRIS A FIX of BOTHELL Washington ,their true and lawful Attorney(s)-in-Fact to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April, 2021. ,c State of Connecticut By: ____________________________________________ City of Hartford ss.Robert L.Rane ,enior Vice President On this the 21st day of April,2021,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of each of the Companies,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF,I hereunto set my hand and official seal. My Commission expires the 30th day of June,2026 uo1y.—.* PU&(O I This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies,which resolutions are now in full force and effect,reading as follows: I,Kevin E.Hughes,the undersigned,Assistant Secretary of each of the Companies,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this day of ftkc4/ya Please refer to the above-namedAttorney(s)-in-Fact and 1 of 2 Originals KNOW ALL MEN BY THESE PRESENTS,that Kamins Construction,Inc. RETAINAGE BOND Bond No.107706134 —l S Principal authorized to do business in the State of Washington and Travelers Casualty and Surety Company of America as Surety,a corporation organized and existing under the laws of the State of_Connecticut and authorized to transact business in the State of Washington as Surety,are jointly and severally held and bound unto City of Renton Fifteen Thousand Nine Hundred Seven &45/i COths. as Obligee in the penal sum of Dollars t$f 5,907.45.],which is 5%of the Principal’s bid. WHEREAS,on the day of ___________ ,2023 ,the said Principal,herein,executed a contract with the Obligee,for NE Sunset Blvd.-Safe Routes to Transit Contract No.CAG-22-31 I WHEREAS,said contract and RCW 60.28 require the Obligee to withhold from the Principal the sum of 5%from monies earned on estimates during the progress of the construction,hereinafter referred to as earned retained fund AND NOW WHEREAS,Principal has requested that the Obligee not retain any earned retained funds as allowed under RCW 60.28. NOW,THEREFORE,the condition of this obligation is such that the Principal and Surety are held and bound unto the beneficiaries of the twst fund created by RCW 60.28 in the penal sum 015%of the final contract cost which shall include any increases due to change orders,increases in quantities of work or the addition of any new item of work.If the Principal shall use the earned retained funds,which will not be retained,for the trus fund purposes of RCW 60.28,then this obligation shall be null and void;otherwise,it shall remain in full force and effect.This bond and any proceeds therefrom shall be made subject to all claims and liens and in the same manner and priority as set forth for retained percentages in RCW 60.28. PROVIDED HOWEVER,that: 1.The liability of the Surety under this bond shall not exceed 5%of the total amount earned by the Principal if no monies are retained by the Obligee on estimates during the progress of construction. 2.Any suit under this bond must be instituted within the time period provided by applicable law. WITNESS our hands this _________________ day of Travelers Casualty and Surety Company of America Surety ‘4 ?1L%Chris A.Fix Attorney-in-Fact CB&MS of WA,INC. Principal 2023 Kamins Construction,Inc. Name and Address of Local Agent P.O.Box 661.BotheU,WA 98041 15th March Travelers Casualty and Surety Company of America AI Travelers Casualty and Surety Company TRAVELERS J St.Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St.Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the “Companies”),and that the Companies do hereby make,constitute and appoint CHRIS A FIX of BOTHELL ,Washington ,their true and lawful Attorney(s)-in-Fact to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21 st day of April, 2021. State of Connecticut City of Hartford ss.Robert L.Raneenior Vice President On this the 21st day of April,2021,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of each of the Companies,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. p. pu&io Anna P.Nowik,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company’s name and seal with the Company’s seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance, or conditional undertaking shall be valid and binding upon the Company when (a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company’s seal by a Secretary or Assistant Secretary; or (b)duly executed (under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President, any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 0 0 0 By: IN WITNESS WHEREOF,I hereunto set my hand and official seal. My Commission expires the 30th day of June,2026 Datedthis/6f dayoft41y ‘Ot23. I,Kevin E.Hughes,the undersigned,Assistant Secretary of each of the Companies,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,y mains in full force and effect. ,F/%€. Kevin E.Hughes,Assitant Secretary call us at 1-800-421-3880.To verify the authenticity of this Power Please refer to the above-namedAitorney(s)-in-Fact and the 2 of 2 Originals RETAtNAGE BOND Bond No.107706134 KNOW ALL MEN BY THESE PRESENTS,that Kamins Construction,Inc.as Principal authorized to do business in the State of Washington and Travelers Casualty and Surety Company of America as Surety,a corporation organized and existing under the laws of the State of_Connecticut and authorized to transact business in the State of Washington as Surety,are jointly and severally held and bound unto City of Renton as Obligee in the penal sum of Fifteen Thousand Nine Hundred Seven &45/1 QOths, Dollars C $15,907.45 ),which is 5%of the Pnncipats bid. WHEREAS,on the day of -,20 23 the said Principal,herein,executed a contract with the Obligee,for NE Sunset Blvd.-Safe Routes to Transit Contract No.CAG-22-3f I - WHEREAS,said contract and RCW 60.28 require the Obilgee to withhotd from the Principal the sum of 5%from monies earned on estimates during the progress of the construction,hereinafter referred to as earned retained fund AND NOW WHEREAS,Principal has requested that the Obligee not retain any earned retained funds as allowed under RCW 60.28. NOW,THEREFORE,the condition of this obligation is such that the Principal and Surety are held and bound unto the beneficiaries of the trust fund created by RCW 60.28 in the penal sum of 5%of the final contract cost which shall include any increases due to change orders,increases in quantities of work or the addition of any new item of work.If the Principal shall use the earned retained funds,which will not be retained,for the trus fund purposes of RCW 60.28,then this obligation shall be null and void;otherwise,it shall remain in full force and effect.This bond and any proceeds therefrom shall be made subject to all claims and liens and in the same manner and priority as set forth for retained percentages in RCW 60.28. PROVIDED HOWEVER,that; 1.The liability of the Surety under this bond shall not exceed 5%of the total amount earned by the Principal if no monies are retained by the Obligee on estimates during the progress of construction. 2.Any suit under this bond must be instituted within the time period provided by applicable law. WITNESS our hands this __________________ day of ,2023 By: Karnins Construction,Inc. Principal Travelers Casualty and Surety Company of America i7’Chris A.Fix Attorney-in-Fact CB&MS of WA,INC. Name and Address P.O.Box 681,Bothell,WA 98041 15th March City of Renton Contract Provisions for NE Sunset Blvd – Safe Routes To Transit ______________________________________________________________________________ Special Provisions T A COHCS 52551 REENIGNELANOISS E FORP DERETSIGE R NOTGN IHSAWFOETATSTERB KHCS MAD 9/16/22 City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 INTRODUCTION TO THE SPECIAL PROVISIONS (December 10, 2020 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2022 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 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 effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (***Ecology***) Project Specific Special Provision added by the Washington State Department of Ecology (***Renton***) Project Specific Special Provision added by the City of Renton 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  *** Standard Plans for the City of Renton, City of Renton Public Works Department, current edition, with the exception of City of Renton Standard Detail 117.1, which this project shall reference a previous version of this standard detail, which is included in Appendix D.  Public Rights of Way Accessibility Guidelines (PROWAG), current edition *** Contractor shall obtain copies of these publications, at Contractor’s own expense. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 This Page Intentionally Left Blank City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for the improvement of *** Adding a crossing and signal adjustments at NE Sunset Boulevard and Edmonds Avenue NE, adding midblock crossings on NE Sunset Boulevard between NE 10th Street and Kirkland Avenue NE. The work includes but is not limited to: pavement markings, signage, direct-wired RRFBs, signal adjustments, curb ramp installation and restoration, raised islands; *** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to this contract or any subcontract. 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates 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, any remaining traffic disruptions will be rare and brief, 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. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 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. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms “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 the terms “State” or “state” shall be revised to read “Contracting Agency” unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”. All references to “final contract voucher certification” shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid 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 Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for “Contract”. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency’s acceptance of the Bid Proposal. 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. Section 1-01.3 is supplemented with the following: District King County Water District No. 90. 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. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 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") *** N/A *** 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 1-02.4(1) General (August 15, 2016 APWA GSP, Option B) The first sentence of the last paragraph is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business *** 5 *** business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1-02.4(2) Subsurface Information (March 8, 2013 APWA GSP) The second sentence in the first paragraph is revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract. 1-02.5 Proposal Forms Delete Section 1-02.5 and replace it with the following: (***Renton***) 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; a State of Washington Contractor’s Registration Number; Unified Business Identifier (UBI); Industrial Insurance Account Number, Employment Security Department Number and State Excise Tax Registration Number. 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. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 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 Delete Section 1-02.6 and replace it with the following: (***Renton***) The Contracting Agency will accept only those Proposals properly executed on the physical forms it provides, or electronic forms that the Bidder has been authorized to access. Unless it approves in writing, the Contracting Agency will not accept Proposals on forms attached to the Plans and stamped “Informational”. All prices shall be in legible figures (not words) written in ink or typed, and expressed in U.S. dollars and cents. The Proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), 2. An extension for each unit price (omitting digits more than two places to the right of the decimal point), and 3. The Total Bid Amount (the sum of all extensions). 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. In the space provided on the signature sheet, the Bidder shall confirm that all Addenda have been received. The Bidder shall submit with the Bid a list of: 1. Subcontractors who will perform the work of heating, ventilation and air conditioning, plumbing as described in RCW 18.106 and electrical as described in RCW 19.28, and 2. The work those Subcontractors will perform on the Contract. 3. Shall not list more than one Subcontractor for each category of work identified, except, when Subcontractors vary with Bid alternates, in which case the Bidder shall identify which Subcontractor will be used for which alternate. If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any Subcontractor to perform those items of work. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Evidence of the signatory’s authority to sign the Bid Proposal on behalf of the business entity shall be submitted with the Bid Proposal. Otherwise, the submitted Bid Proposal will be considered irregular and non-responsive and may be rejected. Section 1-02.6 is supplemented with the following new sections: 1-02.6(1) Recycled Materials Proposal (New Section) (January 4, 2016 APWA GSP) The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions. *** Otherwise, the submitted Bid Proposal will be considered irregular and non-responsive and will be rejected.*** (***Renton***) 1-02.6(2) Certification of Compliance with Wage Payment Statutes (New Section) The Bidder shall submit with the Bid a completed and signed “Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contracts” document where the Bidder under penalty of perjury verifies that the Bidder is in compliance with responsible bidder criteria in RCW 39.04.350 subsection (1)(g), as required per Section 1-02.14. Otherwise, the submitted Bid Proposal will be considered irregular and non- responsive and will be rejected. The Bidder may use the form provided in the Bid Documents. The form is also available at http://wsdot.wa.gov/forms/pdfForms.html. The Bidder may download, print, complete and sign the form to include with Bid. The DOT Form, DOT Form Number and revision date must match the form included in the Bid Documents, otherwise the Bid will be regarded as irregular and non-responsive and the Bid will be rejected. 1-02.7 Bid Deposit (March 8, 2013 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. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal Delete this section and replace it with the following: (***Renton***) 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. The Contracting Agency will not consider Proposals it receives after the time fixed for opening Bids in the call for Bids. 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.12 Public Opening of Proposals Supplement Section 1-02.12 with the following: (***Renton***) The Contracting Agency reserves the right to postpone the date and/or time that sealed bids are due and the bid opening. Notification to all bidders of any change will be by addenda. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 1-02.13 Irregular Proposals Delete Section 1-02.13 and replace it with the following: (***Renton***) 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; h. The Bidder fails to submit with their Bid Proposal, an original Bid Proposal Deposit in an amount equal to five percent (5%) of the Total Bid Amount, as required in Section 1-02.7; i. The Bidder elects to provide a Bid Bond for the Bid Proposal Deposit and does not submit or properly execute the Proposal Bid Bond form included in the Bid Documents, as required in Section 1-02.7; j. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; k. The Bidder fails to submit or properly complete the Proposal for Incorporating Recycled Materials into the Project document, as required in Section 1-02.6(1). l. The Bidder fails to submit or properly execute the Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contractors document, as required in Section 1-02.6(2). m. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or n. More than one proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 3. A Proposal will be considered irregular and may be rejected if: City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 a. The Bidder fails to submit with their Bid Proposal, evidence of signatory’s authority to sign the Bid Proposal on behalf of the business entity, as required in Section 1-02.6. 1-02.14 Disqualification of Bidders (May 17, 2018 APWA GSP, Option A) Delete this section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1). To assess bidder responsibility, the Contracting Agency reserves the right to request documentation as needed from the Bidder and third parties concerning the Bidder’s compliance with the mandatory bidder responsibility criteria. If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) 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 two (2) business days of the Contracting Agency’s determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information 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 Contracting Agency’s final determination. 1-02.15 Pre-Award Information (August 14, 2013 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: 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, City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. 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. 1-03.1(1) Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will be the Bidder with an equal lowest bid, that proposed to use the highest percentage of recycled materials in the Project, per the form submitted with the Bid Proposal. If those percentages are also exactly equal, then the tie-breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked “Winner” and the other(s) marked “unsuccessful”. The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked “Winner” will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the highest proposed recycled materials amount, are eligible to draw. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 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. 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 ten calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of zero (0) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency-furnished form(s); 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. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 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(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). 1-03.7 Judicial Review (November 30, 2018 APWA GSP) Revise this section to read: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (December 10, 2020 APWA 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, 4. Contract Plans, 5. Standard Specifications, City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 6. Contracting Agency’s Standard Plans or Details (if any), and 7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction (2022 Edition). 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: (***Renton***) The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished to date. The Engineer’s calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the specifications. The Contractor shall show in his progress payment application the amount of that payment that is attributed to each of the Bid Schedules, as applicable. Add the following new section: 1-04.12 Contractor-Discovered Discrepancies (New Section) (***Renton***) Upon receipt of award of Contract, Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. Contractor shall, prior to ordering material or performing work, report in writing to Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be Contractor’s duty to inform Engineer immediately in writing, and Engineer will promptly check the same. Any work done after such discovery, until correction of Plans or authorization of extra work is given, if Engineer finds that extra work is involved, will be done at Contractor’s risk. If extra work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 1-05 CONTROL OF WORK 1-05.4 Conformity with and Deviations From Plans and Stakes Section 1-05.4 is supplemented with the following: (***Renton***) Contractor Supplied Surveying 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 the surfacing, paving, City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 channelization and pavement marking, signals, and signing. 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 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, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at points on the alignments spaced no further than 50 feet. 3. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 4. Establish the horizontal and vertical location of all curbs, curb ramps, sidewalks and driveway entrances, placing offset stakes to the curb ramp points specified in the plans and curb flow lines at horizontal intervals not greater than 20 feet between specified points/flowline elevations. 5. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 20 feet in tangent sections and at 10-foot intervals in intersection/parking island radii with a radius less than 40 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 6. Establish intermediate elevation benchmarks as needed to check work throughout the project. 7. Provide references for paving pins at 20-foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 8. For all other types of construction included in this provision, (including but not limited to constructing channelization and pavement marking, illumination and signals, , and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 9. The Contractor shall collect additional topographic survey data as needed in order to match into existing roadways such that the transition from the new pavement to the existing pavement is smooth and that the pavement and ditches drain properly. If changes to the profiles or roadway sections shown in the contract plans are needed to achieve proper smoothness and drainage where matching into existing features, the Contractor shall submit these changes to the Project Engineer for review and approval 10 days prior to the beginning of work. 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 primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. 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. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Slope Stakes ±0.10 feet ±0.10 feet Subgrade Grade Stakes Set 0.04 Feet Below Grade ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Stationing on Roadway NA ±0.1 feet Alignment on Roadway NA ±0.04 feet Surfacing Grade Stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Vertical Horizontal Roadway Paving Pins for Surfacing or Paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) Storm Drainage Pipe Invert Elevation ±0.01 feet ±0.1 feet 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 roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. 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. Stakes shall be marked in accordance with Standard Plan A-10.10-00. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. (April 2, 2018 WSDOT GSP, Option 4) Contractor Surveying – ADA Features ADA Feature Staking Requirements The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, and grades necessary for the construction of the ADA features. Calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall build the ADA features within the specifications in the Standard Plans and contract documents. ADA Feature As-Built Measurements The Contractor shall be responsible for providing electronic As-Built records of all ADA feature improvements completed in the Contract. The survey work shall include but not be limited to completing the measurements, recording the required measurements and completing other data fill-ins found on the ADA Measurement Forms, and transmitting the electronic Forms to the Engineer. The ADA Measurement Forms are found at the following website location: http://www.wsdot.wa.gov/Design/ADAGuidance.htm City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 In the instance where an ADA Feature does not meet accessibility requirements, all work to replace non-conforming work and then to measure, record the as-built measurements, and transmit the electronic Forms to the Engineer shall be completed at no additional cost to the Contracting Agency, as ordered by the Engineer. Payment Payment will be made in accordance with Section 1-04.1 for the following bid item when included in the proposal: “Contractor Surveying”, lump sum. The lump sum contract price for “Contractor Surveying” shall be full pay for all labor, equipment, materials, and supervision utilized to perform the work as specified, including ADA features and including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. 1-05.8 Vacant Section 1-05.8, including title, is replaced with the following: (***Renton***) 1-05.8 Contractor Provided As-Built Information It shall be the Contractor’s responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his work as covered under this project. It shall be the Contractor’s responsibility to have his surveyor locate by centerline station, offset, and elevation for each major item of work done under this contract. Major items of work shall include but not be limited to: manholes, catch basins and inlets, valves, vertical and horizontal bends, junction boxes, cleanouts, side sewers, street lights and standards, hydrants, major changes in design grade, vaults, culverts, signal poles, electrical cabinets, bridges and structures. After the completion of the work covered by this contract, the Contractor’s surveyor shall provide to the City the hard covered field book(s) containing the as-built notes and one full size set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one full size set of white prints of the project drawings upon which he has plotted the as built location of the new work as recorded in the field book(s). This drawing shall bear the surveyor’s seal and signature certifying its accuracy. Payment No separate payment will be made for contractor provided as-built information. . City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 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: 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. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 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 therefor. 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 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 and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the 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 City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 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 (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.14 Cooperation With Other Contractors Section 1-05.14 is supplemented with the following: (March 13, 1995 WSDOT GSP, Option 1) Other Contracts Or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: *** Other utilities, districts, agencies, and contractors who may be working within the project area are: 1. Puget Sound Energy – Power, Potelco, Inc.; Refer to Section 8-31 for relocation information. 2. Puget Sound Energy – Gas, InfraSource Construction, LLC; Gas main relocations have been constructed prior to this project. Relocated gas main is shown as existing in the Plans. 3. CenturyLink – Telecommunications 4. Comcast Cable – Telecommunications; Refer to Section 8-31 for relocation information. 5. City of Renton – Water, Storm Sewer, Traffic Operations, Telecommunications; Refer to Section 8-20 for coordination information. 6. Renton School District – Telecommunications; 7. Water District 90; 8. Private contractors employed by adjacent property owners, including the Solera development, north of NE Sunset Blvd between 10th Street and Kirkland Street. *** City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 1-05.11 Final Inspection Delete this section and replace it with the following: 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 therefor. 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 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 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 and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the 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. 1-05.15 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 City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 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. Add the following new section: 1-05.16 Water and Power (New Section) (October 1, 2005 APWA GSP) 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. 1-06 Control of Material 1-06.1(2) Request for Approval of Materials (RAM) Supplement this section with the following: (***Renton***) The Engineer will require up to 7 calendar days from the date each RAM is submitted until it is returned to the Contractor. The Contractor shall not proceed with the Work represented by the RAM until comments from the Engineer have been addressed. 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor’s report shall be provided on DOT form 350-075 Recycled Materials Reporting. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Supplement this section with the following: (October 1, 2005 APWA GSP) In cases of conflict between different safety regulations, the more stringent regulation shall apply. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 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. Compliance with State and Local Laws The construction of the project, including all subcontracted work, shall conform to the applicable requirements of state and local laws and ordinances. Confined Space Confined spaces are known to exist at the following locations: *** Electrical Vaults *** The Contractor shall be fully responsible for the safety and health of all on-site workers and compliant with Washington Administrative Code (WAC 296-809). The Contractor shall prepare and implement a confined space program for each of the confined spaces identified above. The Contractors Confined Space program shall be sent to the Contracting Agency at least 30 days prior to the Contractor beginning work in or adjacent to the confined space. No work shall be performed in or adjacent to the confined space until the plan is submitted to the Engineer as required. The Contractor shall communicate with the Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both the Contracting Agency’s and Contractor’s workers when working in or near a confined space. All costs to prepare and implement the confined space program shall be included in the bid prices for the various items associated with the confined space work. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 (May 13, 2020 WSDOT GSP, Option 4) In response to COVID-19, the Contractor shall prepare a project specific COVID-19 health and safety plan (CHSP) in conformance with Section 1-07.4(2) as supplemented in these specifications, COVID-19 Health and Safety Plan (CHSP). 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. 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 City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 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. 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 1-07.5(3) State Department of Ecology Section 1-07.5(3) is supplemented with the following: (***Ecology***) Protection of the Environment No construction related activity shall contribute to the degradation of the environment, allow material to enter surface or ground waters, or allow particulate emissions to the atmosphere, which exceed state or federal standards. Any actions that potentially allow a discharge to state waters must have prior approval of the Washington State Department of Ecology. Inadvertent Discovery of Archeological Resources The contractor shall obtain a copy of the Inadvertent Discovery Plan from the Project Owner. The contractor shall keep a copy of the inadvertent discovery plan for the project on the work site at all times. The contractor shall immediately stop all work if human remains, cultural, or archeological resources are discovered in the course of construction. The contractor shall follow the inadvertent discovery plan in dealing with the human remains, cultural, or archeological resources. 1-07.6 Permits and Licenses Section 1-07.6 is supplemented with the following: (***Renton***) The Contracting Agency has obtained the below-listed permit(s) for this project. A copy of the permit(s) is attached in Appendix C for informational purposes. All contacts with the permitting City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 agency concerning the below-listed permit(s) shall be through the Engineer. The Contractor shall obtain additional permits as necessary. All costs to obtain and comply with additional permits shall be included in the applicable bid items for the work involved. Copies of these permits are required to be on-site at all times. None No hydraulic permits are required for this project unless the Contractor’s operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. The Contracting Agency has obtained coverage for this project under the Washington State Department of Ecology Construction Stormwater General Permit (NPDES Permit). A copy of the NPDES Permit is included in Appendix C for informational purposes. The Contactor shall ensure that all construction activities will not discharge pollutants to the waters of the State (including but not limited to the existing storm drainage system, ditches, wetlands, creeks, rivers, lakes and marine waters) nor cause any violation of any water quality standard. All contacts with the permitting agency concerning the Construction Stormwater Permit shall be through the Engineer. All costs to comply with the NPDES Permit shall be included in the applicable bid items for the work involved. After issuance, a copy of this permit will be required to be on-site at all times. The Contractor will be responsible for coordinating, obtaining, and paying for all permits, including electrical service applications, necessary to complete this work in a timely fashion. The permits can be obtained online at: https://edocs.rentonwa.gov/Documents/1/edoc/955825/Electrical%20Permit%20Application.pdf https://edocs.rentonwa.gov/Documents/1/edoc/955826/Plumbing%20Permit%20Application.pdf As noted in the information and Checklist to Bidders, the Contractor must be in possession of a current City of Renton business license while conducting work at the City. The license can be obtained online at: https://rentonwa.gov/cms/one.aspx?pageId=9824882 1-07.7 Load Limits Section 1-07.7 is supplemented with the following: (March 13, 1995, WSDOT GSP, Option 6) If the sources of materials provided by the Contractor necessitate hauling over roads other than State Highways, the Contractor shall, at the Contractor’s expense, make all arrangements for the use of the haul routes. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 1-07.11 Requirements for Nondiscrimination Section 1-07.11 is supplemented with the following: (***Ecology***) Utilization of Minority and Women Business Enterprises All bidders are encouraged to utilize certified minority-owned and women-owned businesses to the extent possible in the performance of this contract. All prospective bidders or persons submitting qualifications should take the following steps, when possible. 1. Include qualified minority and women's businesses on solicitation lists. 2. Assure that qualified minority and women's businesses are solicited whenever they are potential sources of services or supplies. 3. Divide the total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by qualified minority and women's businesses. 4. Establish delivery schedules, where work requirements permit, which will encourage participation of qualified minority and women's businesses. 5. Use the services and assistance of the State Office of Minority and Women's Business Enterprises (OMWBE) and the Office of Minority Business Enterprises of the U.S. Department of Commerce, as appropriate. All prospective bidders must provide a list of the MBE/WBE subcontractors they intend to use during the project. This list must be provided with the bid package. 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. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: Payment Payment will be made at the discretion of Engineer, for the following bid item(s) in accordance with Section 1-09.6 of the Standard Specifications and these Special Provisions: “Resolution of Utility Conflicts”, per Force Account. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 (April 2, 2007 WSDOT GSP, Option 2) Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and 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 or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. No utility adjustment, relocation, replacement or construction is anticipated within the project limits. The following addresses and telephone numbers of utility companies or their Contractors that will be adjusting, relocating, replacing or constructing utilities within the project limits are supplied for the Contractor’s use: *** Puget Sound Energy (power & gas) Contact: Glenn Helton (Gas), Glenn.Helton@pse.com Cell: (425) 559-4647 Hong Nguyen (Power) Hong.Nguyen@pse.com Cell: 425-449-6609 King County Water District No. 90 Contact: Joshua Drummond 15606 SE 128th Street Renton, WA 98059 Phone: 425-255-9600 Cell: 425-529-4190 Comcast Cable 4020 Auburn Way, North Auburn, WA 98002 Attn: Aaron Cantrel Aaron_cantrel@comcast.com Phone: 206-210-4222 CenturyLink Communications 23315 – 66th Avenue South Kent, Washington 98032 Attn: Jesse Patjens Jesse_patigens@centurylink.com Phone: 425-429-5722 Renton – Transportation Maintenance and City-owned fiber optic Contact: Eric Cutshall 3555 NE 2nd Street Renton, WA 98056 Phone: 425-430-7423 dsherer@rentonwa.gov Renton School District (District owned Fiber Optic) Contact: Steve Lewey 16250 NE 74th St Redmond WA 98052 Phone: (425) 936-1386 Renton – Water Maintenance Contact: George Stahl or Ray Sled 3555 NE 2nd Street Renton, WA 98056 Phone: 425-430-7400 gstahl@rentonwa.gov or rsled@rentonwa.gov City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Renton – Stormwater Maintenance Contact: Richard Marshall or Stan Job 3555 NE 2nd Street Renton, WA 98056 Phone: 425-430-7400 rwmarshall@rentonwa.gov or sjob@rentonwa.gov *** *** The Contractor shall call the One-Number Locator Service – 1-800-424-5555 – at least 48 hours prior to start of excavation so that underground utilities may be marked. It shall be the Contractor’s responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with plans and schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. Public and 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 or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The Contractor shall coordinate his work with their work at no cost to the Contracting Agency. *** 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 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer’s financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor’s Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated 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 City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 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 Completion Date 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 Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor’s insurance and shall not contribute with it. E. 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. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. G. 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. H. 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 Workers Compensation, and of Professional Liability and Builder’s Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein:  the Contracting Agency and its officers, elected officials, employees, agents, and volunteers  *** Transpo Group  LDC, Inc. *** The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, 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(4) describes limits lower than those maintained by the Contractor. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Third-Party Beneficiary: All parties agree that the State of Washington shall be, and is hereby, names as an express third-party beneficiary of this contract, with full rights as such. 1-07.18(3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insured(s), and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage 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. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 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. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor’s maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency’s recourse to any remedy available at law or in equity. 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 or self-insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy’s deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offence $1,000,000 Stop Gap / Employers’ Liability each accident 1-07.18(5)B Automobile Liability Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 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. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic (May 2, 2017 APWA GSP) Revise the third sentence of the second paragraph to read: Accessibility to existing or temporary pedestrian push buttons shall not be impaired; if approved by the Contracting Agency activating pedestrian recall timing or other accommodation may be allowed during construction. Section 1-07.23(1) is supplemented with the following: (February 3, 2020 WSDOT GSP, Option 2) 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. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Regulatory Posted Speed Distance From Traveled Way (Feet) 35 mph or less 10 40 mph 15 45 to 50 mph 20 55 to 60 mph 30 65 mph or greater 35 Minimum Work Zone Clear Zone Distance (***Renton***) Lane closures are subject to the following restrictions: The Contractor may use the traffic control plan provided in the contract plans, or may choose to develop modified traffic control plans. Should the contractor choose to provide a modified traffic control plan, it shall comply with the requirements of Section 1-10.2(2) of the Standard Specifications and follow the guidelines The Contractor shall submit the project specific Traffic Control Plan (TCP) to the Engineer for approval at least five (5) working days before the date of work. All traffic control plans MUST be approved prior to commencing the work. The TCP information and guidelines can be obtained online at: https://www.rentonwa.gov/city_hall/public_works/transportation _systems/operations/traffic/traffic_control_plans. Review, revision of the TCP may take up to 3 weeks. The Contractor is alerted that no work affecting traffic operations (including work in clear zones) will be performed until the TCP is approved. The TCP Submittal shall also include necessary phasing and sequencing diagrams to clarify the proposed order of work and work zones. Sample sequencing and Construction Channelization Plans are included in the Contract Documents which may be used as a basis for this submittal. However, Traffic Control Plans and Phasing and Sequencing Plans are the sole responsibility of the Contractor. Lane closures are not allowed on any of the following: 1. A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday, or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 3. After *** 2:00 p.m. *** on the day prior to a holiday or holiday weekend, and 4. Before *** 7:00 a.m. *** on the day after the holiday or holiday weekend. 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. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 The following minimum Traffic Control requirements shall be maintained during the construction of the project: 1. The Temporary Channelization Plans indicate the minimum number of lanes required for each phase of work. Additional lane closures will only be permitted as identified under ‘Special Roadway Conditions’ of this Section. 2. The Contractor shall maintain continuous two-way traffic along streets throughout the project site, except as specifically allowed under the ‘Special Roadway Conditions’ described below. 3. The Contractor shall be responsible for notifying all affected property owners prior to commencing the barricading of streets, sidewalks, and driveways. 4. All driveways shall remain fully open to traffic at all times except as necessary to permit curing of construction materials or for short periods of time as required for excavations as specifically allowed. See “Special Driveway Conditions” below for additional information. 5. Signs and barricades shall be supplemented by Type C steady burn lights to delineate edge of roadway during the hours of darkness. 6. Any asphalt concrete pavement, crushed surfacing, or gravel base for maintaining traffic during the life of this contract shall be placed by the Contractor immediately upon request by the Engineer. In addition, cuts made in the traveled lanes or on walkways that are paved shall be temporarily patched with hot mix and maintained daily until such time as a permanent patch can be made. Payment for crushed surfacing, gravel and asphalt will be paid at their respective bid items, as included in the contract. 7. Detours will not be allowed except as noted herein. 8. Traffic Safety Drums with flashers in addition to temporary striping shall be used to channelize traffic through construction zones. Opposing lanes of traffic shall be separated by pylons when clearance for drums is not adequate. 9. Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall be required for each shift of traffic control. Paint, reflective marking tape, and/or retroreflective tubular markers used for temporary striping shall meet the requirement of Section 8-23 of the Standard Specifications. 10. The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, tapers, etc., to scale, shall contain accurate dimensions and legends and shall be signed by the preparer. In developing the Progress Schedule, the Contractor shall carefully consider the following restrictions to sequencing and scheduling of the Work. No additional payment shall be made to the Contractor from the Contracting Agency due to time constraints imposed by these requirements. Special Roadway Conditions City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 At least one through travel lane in each direction shall remain fully open to traffic at all times except as specifically allowed in this section. The following closures will be allowed when approved by the Engineer and as indicated on the Contractor’s approved traffic control plan(s): Existing travel lanes on Sunset Boulevard within the project limits may be reduced to the following typical minimum widths during construction of the project, provided they are indicated as such in the approved Temporary Traffic Control Plan: a. Curb Lanes: 10.5 feet. b. Interior Through Lanes: 10 feet. c. Left Turn Lanes: 11 feet (including precast traffic curb on one side). Special Driveway Conditions Except as specifically allowed otherwise in this section, the following conditions shall apply to all driveways within the limits of the project: 1. All driveways shall remain fully open to traffic at all times except as necessary to permit curing of construction materials, or for short periods of time as required for excavations as specifically allowed below. 2. At least one (1) driveway per parcel shall remain open at all times unless otherwise approved in writing by the Engineer and affected property owner. If a parcel has only one driveway, and no legal right to cross an adjacent parcel to access the affected parcel, then the Contractor shall construct the driveway one-half at a time or, with the Engineer’s approval, make other temporary improvements as necessary to allow suitable passage of vehicles. 3. Business owners and/or residents shall be notified in writing at least 2 working days in advance of any planned driveway closures. 4. All driveways shall be restored with permanent proposed pavement surfaces, metal plates, and/or hot mix asphalt and re-opened to traffic at the end of each work day. Additional Requirements 1. The Contractor shall provide a minimum of ten (10) days’ notice of closures utilizing Portable Changeable Message Signs at the closure location. 2. The Contractor, at his or her sole expense, may seek approval for extended or modified working hours. Such Plans must be approved by the Contracting Agency. 3. The existing lighting system shall remain operational until the new system is functioning. The Engineer may approve partial interruptions required because of staging. 4. Existing pedestrian access shall be maintained and the work, with the least possible inconvenience or delay, shall be limited to one corner at a time. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 1-07.24 Rights of Way (July 23, 2015 APWA GSP) Delete this section 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 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. Add the following new section: City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 1-07.28 Notifications to Public Relative to Contractor’s Activities (New Section) (***Renton***) Contractor shall notify the property owners and/or residents fronting the project, prior to commencement of the work, and submit to these agencies/individuals: 1. The name(s) of the construction superintendent in responsible charge, and other individuals having full authority to execute the orders or directions of Engineer, in the event of an emergency. 2. The time of the commencement and completion of work. 3. Names of streets or locations of alleys to be closed. 4. Schedule of operations. 5. Routes of detours where possible. 6. Planned utility shutdown times and locations. 7. Construction staging. Notification shall be written, with a copy delivered to Engineer 5 days prior to the commencement of work on the project. Contractor must notify the same parties, in writing, of all changes to any of the above items during the project. The police, sheriff, Fire & Life Safety, Postmaster, bus companies, and emergency personnel must be notified at least 72 hours in advance of any temporary lane closures, detours, or driveway closures. Payment Payment for Traffic Control Plans shall be considered included in “Temporary Traffic Control (including flaggers)”. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (New Section) (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (New Section) (October 10, 2008 APWA 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: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. (***Renton***) Prior to the Contractor beginning the construction of wheelchair ramps, a ramp preconstruction conference will be held between the Contractor, the Contracting Agency or their representative, the Engineer, Inspector, and all subcontractors who will perform the work. The purpose of the ramp preconstruction conference will be: 1. To discuss all ramps designs and constructions at all locations; 2. To verify ramps will meet ADA compliancy. Prior to the Contractor beginning the construction of adjusting manholes and catch basins, a preconstruction conference will be held in the field between the Contractor, the Contracting Agency or their representative, the Engineer, Inspector, and all subcontractors who will perform the work. The Contractor and their subcontractors who will perform the work shall be ready to adjust a one manhole or catch basin at one of the locations with mortar mix, mixer, and brick trowel on hand. Add the following new section: 1-08.0(2) Hours of Work (New Section) (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 are being requested, and why. Requests shall be submitted for review no later than *** 5 working days*** prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. 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. (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 or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. 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. 4. If a 4-10 work schedule is requested and approved the non working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll 1-08.1 Subcontracting (May 30, 2019 APWA GSP, Option B) Delete the ninth paragraph, beginning with “On all projects, the Contractor shall certify…”. 1-08.3 Progress Schedule 1-08.3(2) Progress Schedule Types 1-08.3(2)A Type A Progress Schedule (March 13, 2012 APWA GSP) Revise this section to read: The Contractor shall submit 2 copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 1-08.4 Prosecution of Work Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 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. (***Renton***) Add a new Section 1-08.4(1) as follows: 1-08.4(1) Daily Notification of Planned Work Location (New Section) For each day work is scheduled to be performed, the Contractor shall contact and inform the Engineer of the location and the anticipated start time. 1-08.5 Time for Completion (November 30, 2018 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. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved 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: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all Subcontractors f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16). g. Property owner releases per Section 1-07.24 (March 13, 1995 WSDOT GSP, Option 7) Section 1-08.5 is supplemented with the following: This project shall be physically completed within *** 45 *** working days. 1-08.6 Suspension of Work (January 2, 2018 WSDOT GSP, Option 2) Section 1-08.6 is supplemented with the following: Contract time may be suspended for procurement of critical materials (Procurement Suspension). In order to receive a Procurement Suspension, the Contractor shall within 21 calendar days after City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 execution by the Contracting Agency, place purchase orders for all materials deemed critical by the Contracting Agency for physical completion of the contract. The Contractor shall provide copies of purchase orders for the critical materials. Such purchase orders shall disclose the purchase order date and estimated delivery dates for such critical material. The Contractor shall show procurement of the materials listed below as activities in the Progress Schedule. If the approved Progress Schedule indicates that the materials procurement are critical activities, and if the Contractor has provided documentation that purchase orders are placed for the critical materials within the prescribed 21 calendar days, then contract time will be suspended upon physical completion of all critical work except that work dependent upon the below listed critical materials: *** traffic signal system equipment, rectangular rapid flash beacon equipment *** Charging of contract time will resume upon delivery of the critical materials to the Contractor or 120 calendar days after execution by the Contracting Agency, whichever occurs first. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented with the following: Time is of the essence of the Contract. Delays inconvenience the traveling public, obstruct traffic, interfere with and delay commerce, and increase risk to Highway users. Delays also cost tax payers undue sums of money, adding time needed for administration, engineering, inspection, and supervision. Because the Contracting Agency finds it impractical to calculate the actual cost of delays, it has adopted the following formula to calculate liquidated damages for failure to complete the physical Work of a Contract on time. Accordingly, the Contractor agrees: 1. To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for Physical Completion, and 2. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. Liquidated Damages Formula LD = 0.15 C/T Where: LD = liquidated damages per working day (rounded to the nearest dollar) C = original Contract amount T = original time for Physical Completion When the Contract Work has progressed to the extent that the Contracting Agency has full use and benefit of the facilities, both from the operational and safety standpoint, all the initial City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 plantings are completed and only minor incidental Work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains to physically complete the total Contract, the Engineer may determine the Contract Work is substantially complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire Contract. 1-09 MEASUREMENT AND PAYMENT 1-09.2 Weighing Equipment 1-09.2(1) General Requirements for Weighing Equipment (July 23, 2015 APWA GSP, Option 2) Revise item 4 of the fifth paragraph to read: 4. Test results and scale weight records for each day’s hauling operations are provided to the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman’s Daily Report, unless the printed ticket contains the same information that is on the Scaleman’s Daily Report Form. The scale operator must provide AM and/or PM tare weights for each truck on the printed ticket. 1-09.2(5) Measurement (May 2, 2017 APWA GSP) Revise the first paragraph to read: Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform verification checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work. 1-09.3 Scope of Payment Section 1-09.3 is supplemented with the following: City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 (August 7, 2017 WSDOT GSP, Option 1) Fuel Cost Adjustment General The Contracting Agency will make a fuel cost adjustment, either a credit or a payment, for qualifying changes in the index price of on-highway diesel fuel. The adjustment will be applied to partial payments made according to Section 1-09.9. The adjustment is not a guarantee of full compensation for fuel price changes. Any adjustment provided by this provision shall not obligate the Contracting Agency for any costs due solely to changes in fuel costs beyond the amount adjusted by this provision. The Contracting Agency does not guarantee that fuel will be available at the base fuel cost or monthly fuel cost. No additional adjustment will be made for rates of fuel consumption or actual fuel types that differ from those specified for the purpose of determining the adjustment. For the purpose of calculating the adjustment, the Base Fuel Cost shall be the Weekly fuel price from the U.S. Energy Information Administration website. The website location and directions are as follows: • http://www.eia.gov/petroleum/gasdiesel/ • On the web page, click on the West Coast less California, listed under the heading U.S On-Highway Diesel Fuel Prices*(dollar per gallon) at the lower end of the web page. • In the pull down box labeled Period pull down Weekly. • Click on the fuel price history found under the column heading View History for the line Diesel (On-Highway) – All Types. • On this web page obtain the nearest weekly fuel cost for the Monday occurring three weeks prior to the date that bids are opened. This weekly fuel cost becomes the Base Fuel Cost and is fixed for the duration of the Contract and will be used in calculating all adjustments. The Monthly Fuel Cost shall be the most recent Monthly fuel price from the U.S. Energy Information Administration website. The website location and directions are as follows: • http://www.eia.gov/petroleum/gasdiesel/ • On the web page, click on the West Coast less California, listed under the heading U.S On-Highway Diesel Fuel Prices*(dollar per gallon) at the lower end of the web page. • In the pull down box labeled Period pull down Monthly. • Click on the fuel price history found under the column heading View History for the line Diesel (On-Highway) – All Types. • On this web page obtain the most current monthly fuel price. If the specified index ceases to be available for any reason, the Contracting Agency at its discretion will select and begin using a substitute price source or index to establish the Monthly Fuel Cost. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Measurement No adjustment will be made if the Monthly Fuel Cost is within 10 percent of the Base Fuel Cost. No adjustment will be made for work performed after the authorized Time for Completion. If the Monthly Fuel Cost is greater than or equal to 110% of the Base Fuel Cost, then: Adjustment = (Monthly Fuel Cost – (1.10 x Base Fuel Cost)) x Q If the Monthly Fuel Cost is less than or equal to 90% of the Base Fuel Cost, then: Adjustment = (Monthly Fuel Cost – (0.90 x Base Fuel Cost)) x Q Where Q =  ((Fuel Usage Factor for each Eligible Bid Item) x (Quantity paid in the current months progress estimate for each Eligible Bid Item)) for all Eligible Bid Items listed below: Eligible Bid Item Fuel Usage Factor *** Roadway Excavation Incl. Haul, per cubic yard 0.29 gal/cy Gravel Borrow Incl. Haul, per ton 0.17 gal/ton Structure Excavation Class B, per cubic yard 0.25 gal/cy Crushed Surfacing Top Course, per ton 0.70 gal/ton HMA Cl. 1/2 In. PG 64-22, per ton 0.90 gal/ton HMA for _____, per ton 0.90 gal/ton *** Payment Payment will be made for the following bid item when included in the bid proposal: “Fuel Cost Adjustment”, by calculation. To provide a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the Contractor’s total bid. (August 6, 2018 WSDOT GSP, Option 2) Steel Cost Adjustment The Contractor may elect to participate in the steel cost adjustments for work permanently incorporated into this Contract. Steel cost adjustment is not a guarantee of full compensation for changes to the cost of steel items; not eligible for all items with steel; and any adjustment provided by this provision will not obligate the Contracting Agency for any costs beyond the amount adjusted by this provision. This Special Provision provides the option to opt-in to steel cost adjustments for eligible Bid items. The Contractor is provided one opportunity to opt-in and there are no future opt-out provisions. The steel cost adjustment requirements of this Special Provision apply for the duration of the Contract. General The Contractor may select Bid items from the list below to be included in the steel cost adjustment. The Contractor is not obligated to select any Bid items or to participate in City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 the steel cost adjustment program. The steel cost adjustment will apply only to the Bid items selected by the Contractor. Prior to Contract execution the Contractor shall submit the Steel Cost Adjustment Opt- In Bid Item List, WSDOT Form 410-031, to the WSDOT Contract Ad and Award Office. The form is to be received at the WSDOT Bid Room, located at the Transportation Building, 310 Maple Park Avenue SE, Room 2D20, Olympia, WA 98501-2361 or may be submitted by facsimile to the following FAX number, (360) 705-6966. The Steel Cost Adjustment Opt-In Bid Item List shall be signed by an authorized representative of the Contractor. Should the Contractor fail to return this document as required no Bid items will be eligible for steel cost adjustment. Steel Index Values The Contracting Agency will use the Bureau of Labor Statistics (BLS) producer price index (PPI) series Id: WPUSISTEEL1 index value for steel cost adjustments. The Base Steel Materials Index Value (BV) will be the most recent value published on the BLS website on the day of bid opening. This value will be fixed on the day of bid opening even if the BLS lists this as a preliminary value. The Monthly Steel Materials Index Value (MV) will be the final index value published on the BLS website for any month during the Contract. Measurement The Contracting Agency has determined the initial cost basis (ICB) of steel to be *** $0.40/lb ***. This cost basis is reflected in the steel cost adjustment calculations below, is non-negotiable and will be taken as a fixed value for the duration of the Contract. For each month that steel material is incorporated into the permanent Work of the Contract or paid for as Materials on Hand and the MV is more than 110 percent or less than 90 percent of the BV the Contractor shall provide the Engineer with the following for each eligible Bid item by the end of the following month: 1. The weight of steel material for the month, and 2. Documentation of the weight and shipment to the Contractor of the steel material by bills of lading, invoices, or purchase orders. Should the Contractor not provide the required documentation as specified the following shall apply: 1. Steel material that has an MV that is more than 110 percent of the BV will not be eligible for a steel cost adjustment. 2. The steel cost adjustment for a Bid item with an MV that is less than 90 percent of the BV will be calculated using a weight of steel determined by the Engineer. Steel materials will not be eligible for cost adjustments until all requirements of the Contract have been met. Steel added to a Contract as part of a Value Engineering City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Change Proposal will not be eligible for steel cost adjustment. Steel cost adjustments made in accordance with this Special Provision will not be reflected on payments made to the Contractor until after the index value required for the calculation becomes final. Preliminary index values may be used to establish the BV, but will not be used to establish the MV in calculations. For each Bid Item selected by the Contractor on the Steel Cost Adjustment Opt-In Bid Item List form a cost adjustment evaluation will be made. A cost adjustment will only be made if the MV for the month the Work associated with the Bid Item is performed differs by more than ten-percent from the BV. The steel cost adjustment will be determined as follows: 1. If the MV is within ten-percent of the BV, there will be no adjustment. 2. If the MV is more than 110-percent of the BV, then CA = (((MV - BV) ÷ BV) - 0.10) × (ICB × WS) 3. If the MV is less than 90-percent of the BV, then CA = (((MV - BV) ÷ BV) + 0.10) × (ICB × WS) Where: CA = Cost Adjustment, dollars MV = Monthly Steel Materials Index Value from BLS for the month determined above BV = Base Steel Materials Index Value taken as the most recent value published on the BLS website on the day of bid opening. ICB = Initial Cost Basis of steel per pound WS = Weight of steel (in pounds) eligible for cost adjustment The following Bid Items are eligible for the steel cost adjustment program for this Project: *** All mailboxes support posts included under Section 8-18 of these Special Provisions All poles included under Section 8-20 of these Special Provisions *** Payment Payment will be made for the following bid item when included in the bid proposal: “Steel Cost Adjustment”, by calculation. To provide a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the Contractor’s total bid. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 1-09.6 Force Account (October 10, 2008 APWA GSP) 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. 1-09.8 Payment for Material On Hand The last paragraph of Section 1-09.8 is revised to read: (August 3, 2009 WSDOT GSP, Option 1) The Contracting Agency will not pay for material on hand when the invoice cost is less than $2,000. As materials are used in the work, credits equaling the partial payments for them will be taken on future estimates. Each month, no later than the estimate due date, the Contractor shall submit a letter to the Engineer that clearly states: 1) the amount originally paid on the invoice (or other record of production cost) for the items on hand, 2) the dollar amount of the material incorporated into each of the various work items for the month, and 3) the amount that should be retained in material on hand items. If work is performed on the items and the Contractor does not submit a letter, all of the previous material on hand payment will be deducted on the estimate. Partial payment for materials on hand shall not constitute acceptance. Any material will be rejected if found to be faulty even if partial payment for it has been made. 1-09.9 Payments (March 13, 2012 APWA GSP) Supplement this section with the following: Lump sum item breakdowns are not required when the bid price for the lump sum item is less than $20,000. (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer’s determination of the cost of work shall be final. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 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 payments. 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 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. 1-09.11 Disputes and Claims 1-09.11(3) Time Limitation and Jurisdiction (November 30, 2018 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor’s failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13 Claims Resolution 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (November 30, 2018 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 is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. 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 Section 1-10.1 is supplemented with the following: (***Renton and Ecology***) This Work also consists of furnishing and installing temporary construction identification signing, sign removal, signal relocation, and refacing existing signs. Construction Identification Sign The Contractor shall provide, install, maintain, relocate, and remove two (2) 8-foot by 4-foot construction project signs as shown in Appendix D with City of Renton and the funding sources identified along with the project name. The Contractor shall submit a sample in the form of an 11-inch by 17-inch drawing to the Contracting Agency for approval prior to fabrication. The new signs shall have the most current City of Renton and Department of Ecology logos. The City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Contractor shall display Ecology’s logo in a manner that informs the public that the project received financial assistance from the Washington State Stormwater Grant Program. The specific content and exact field location will be provided by the Engineer at the preconstruction conference. The sign shall be installed within three working days of mobilization. Project signs shall be considered Construction Signs Class A. The signs shall be erected on 4-inch by 4-inch vertical wooden posts. The signs shall be maintained by the Contractor in good condition throughout the duration of the project and removed upon Physical Completion of the Contract, or when designated by the Engineer. 1-10.2 Traffic Control Management 1-10.2(1) General (January 10, 2022 WSDOT GSP, Option 1) Supplement Section 1-10.2(1) is supplemented with the following: (January 3, 2017 WSDOT GSP, Option 1) 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 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 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 Integrity Safety 13912 NE 20th Ave. Vancouver, WA 98686 (360) 574-6071 https://www.integritysafety.com US Safety Alliance (904) 705-5660 https://www.ussafetyalliance.com K&D Services Inc. 2719 Rockefeller Ave. Everett, WA 98201 City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 (800) 343-4049 https://www.kndservices.net 1-10.2(2) Traffic Control Plans Replace Section 1-10.2(2) with the following: (***Renton***) When the Contractor’s chosen method of performing the Work in the Contract requires some form of temporary traffic control, the Contractor shall prepare and submit traffic control plan(s) that show(s) the Contractor’s method of handling vehicle, bicycle, and pedestrian traffic. All construction signs, flaggers, spotters, and other traffic control devices required to support the Work shall be shown on the traffic control plan(s). If flagging is proposed, the Contractor’s traffic control plan(s) shall show locations for all the required advance warning signs and a safe, protected location for the flagging station. If flagging is to be performed during hours of darkness, the plan(s) shall include appropriate illumination for the flagging station. Contractor-proposed traffic control plan(s) shall conform to the established standards for plan development as shown in the MUTCD, Part 6. The Contractor-developed plan(s), shall be provided to the Engineer for approval at least 10 calendar days in advance of the time the signs and other traffic control devices are scheduled to be installed and utilized. The Contractor shall be solely responsible for submitting any proposed traffic control plan or modification, obtaining the Engineer’s approval and providing copies of the approved Traffic Control Plans to the Traffic Control Supervisor. 1-10.3 Traffic Control Labor, Procedures, and Devices Section 1-10.3 is supplemented as follows: (***Renton***) At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours.1-10.3(1) Traffic Control Labor. 1-10.3(1) Traffic Control Labor 1-10.3(1)B Other Traffic Control Labor Section 1-10.3(1)B is supplemented with the following: (***Renton***) The Contractor shall arrange for uniformed police officers that are off duty to be present for the following: 1. For all activities within 150 feet of signalized intersections where the operation of the signal will be adversely affected. 2. Countermanding a traffic signal indication at a signalized intersection. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 3. Directing vehicle and pedestrian traffic when a traffic signal indication is turned off or inoperative. 4. For all other conditions where the Engineer deems it necessary for safety, including Work during hours of darkness. The Contractor shall identify the use of uniformed police officers on the Traffic Control Plan(s), The Contractor shall obtain approval from the Engineer prior to use of uniformed police officers. The Contractor may contact the City of Renton Police Department to inquire about uniformed police officers that may be interested in performing off duty work or contract with a business, licensed in the State of Washington, that provides Security Guards and Patrol Services. The City of Renton police assistance can be reached at the following number: Renton Police Department 1055 South Grady Way Renton, WA 98057 (425) 430-7500 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 Engineer or UPO. 1-10.3(3) Traffic Control Devices Add the following new section: 1-10.3(3)L Notifications (New Section) (***Renton***) All work and materials associated with the notification procedures shall be incidental to the contract lump sum price for “Temporary Traffic Control (including flaggers)” Add the following new section: 1-10.3(3)M No Parking Signs (New Section) (***Renton***) Along any street included in the Work, the Contractor shall be responsible for posting “No Parking” signs a minimum of 72 hours in advance of the start of work. The signs shall specify the date(s) and time(s) that parking restrictions will be in effect. The name and phone number of the Contractor shall be clearly visible on each sign. The Contractor shall be responsible for coordinating with the Engineer and/or Renton Police Department if the need arises to tow any vehicle(s) violating a posted “No Parking” sign. The Contractor shall make a reasonable effort to contact the vehicle owner prior to initiating the process to tow a vehicle. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 All work and materials associated with this work shall be incidental to the contract lump sum price for “Temporary Traffic Control (including flaggers)”. 1-10.4 Measurement 1-10.4(1) Lump Sum Bid for Project (No Unit Items) (August 2, 2004 WSDOT GSP, Option 1) Supplement 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. END OF DIVISION 1 City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 DIVISION 2 – EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Section 2-02.1 is supplemented with the following: This work consists of removing and disposing or salvaging of existing gravel and aggregate driveways, roadway shoulders and walkways as shown on the plans. 2-02.3(3) Removal of Pavement, Sidewalks, Curbs and Gutters Section 2-02.3(3) is supplemented with the following: Sawcutting This work shall consist of sawcutting pavement the full depth of the pavement section, up to 12 inches thick, where shown on the plans, and directed by the Engineer. Pavement shall be sawcut prior to excavation work. Sawcuts shall produce a clean vertical edge. The Contractor is responsible for protecting the pavement edge after sawcutting. If the asphalt cracks near the sawcut, a second sawcut will be required at no additional compensation. The limits of the second sawcut will be established by the Engineer. The Contractor is hereby advised that depths of existing pavement are inconsistent and may be up to 12 inches thick. Contractor shall follow Ecology Stormwater Management Manual (2014) guidelines pertaining to saw cutting shown below. Any additional equipment, labor, or materials required to meet the requirements below shall be considered incidental to the contract.  Slurry and cuttings shall be vacuumed during cutting and surfacing operations.  Slurry and cuttings shall not remain on permanent concrete or asphalt pavement overnight.  Slurry and cuttings shall not drain to any natural or constructed drainage conveyance.  Collected slurry and cuttings shall be disposed of in a manner that does not violate groundwater or surface water quality standards.  Process water that is generated during hydro-demolition, surface roughening, or similar operations shall not drain to any natural or constructed drainage conveyance and shall be disposed of in a manner that does not violate groundwater or surface water quality standards.  Cleaning waste material and demolition debris shall be handled and disposed of in a manner that does not cause contamination of water. If the area is swept with a pick- City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 up sweeper, the material must be hauled out of the area to an appropriate disposal site.  The Contractor shall continually monitor operations to determine whether slurry, cuttings, or process water could enter waters of the state. If inspections show that a violation of water quality standards could occur, stop operations and immediately implement preventive measures such as berms, barriers, secondary containment, and vacuum trucks. The Contractor shall satisfy themselves of the nature of the pavement cuts to be made, and no additional allowance will be allowed regardless of depth or materials encountered. NEW SECTION 2-02.4 Measurement Measurement for “Remove Asphalt Obstructions” shall be per ton removed and hauled Measurement for “Sawcutting” shall be per horizontal linear foot, up to 12” depth 2-02.5 Payment Section 2-02.5 is supplemented with the following: Payment for “Sawcutting” shall be by the Contract unit bid price per linear foot, which payment shall be considered full compensation for all tools, equipment, labor, materials, stormwater protection, haul and incidentals required to complete this work as specified herein. Payment for “Remove Asphalt Obstructions” shall be by the Contract unit bid price per ton, which payment shall be considered full compensation for all tools, equipment, labor, materials, haul and incidentals required to complete this work as specified herein. END DIVISION 2 City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 DIVISION 5 – SURFACE TREATMENTS AND PAVEMENTS 5-04 Hot Mix Asphalt (******) Delete Section 5-04 and amendments, Hot Mix Asphalt and replace it with the following: 5-04 Hot Mix Asphalt (Non-Statistical, Commercial) 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications. and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The Contractor shall maintain the existing street surface contours (e.g. street profile and cross section, etc.), unless otherwise directed by the Engineer. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. 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. All HMA to be placed in this contract shall be HMA CL. ½” PG 58H-22. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Sand 9-03.1(2) (As noted in 5-04.3(5)C for crack sealing) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1).as follows: Comply with each of the following: • Develop the mix design in accordance with WSDOT SOP 732. • Develop a mix design that complies with Sections 9-03.8(2) and 9-03.8(6). • Develop a mix design no more than 6 months prior to submitting it for QPL evaluation. • Submit mix designs to the WSDOT State Materials Laboratory in Tumwater, including WSDOT Form 350-042. • Include representative samples of the materials that are to be used in the HMA production as part of the mix design submittal. • Identify the brand, type, and percentage of anti-stripping additive in the mix design submittal. • Include with the mix design submittal a certification from the asphalt binder supplier that the anti-stripping additive is compatible with the crude source and the formulation of asphalt binder proposed for use in the mix design. • Do not include warm mix asphalt (WMA) additives when developing a mix design or submitting a mix design for QPL evaluation. The use of warm mix asphalt (WMA) additives is not part of the process for obtaining approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 5-04.2(1)A Vacant 5-04.2(2) Mix Design – Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. 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. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date.** ** The mix design report shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall; • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9- 03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). • Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation. Approval of a mix design for “Commercial Evaluation” will be based on a review of the Contractor’s submittal of WSDOT Form 350-042 (For commercial mixes, City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL’s) appropriate for the required use. ESAL's The number of ESAL's for the design and acceptance of the HMA shall be *** 4 *** million. 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: • Do not use additives that reduce the mixing temperature more than allowed in Section 5- 04.3(6) in the production of mixtures. • Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55°F 45°F 0.10 to 0.20 45°F 35°F More than 0.20 35°F 35°F 5-04.3(2) Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment – An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial- scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01.2(2). 5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 5-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45°F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer’s recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer’s recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract or required by the Engineer, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer’s approval, unless other-wise required by the contract. A MTD/V is not required for this contract. Where an MTD/V is required by the contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer’s recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer’s recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. All utility appurtenances (e.g. manhole covers, valve covers, etc.) located within the paving limits shall be coated with a biodegradable soap to prevent the tack coat and HMA from sticking to them. Diesel shall not be used for this purpose. After application of the biodegradable soap, all catch basins shall be covered to prevent tack and HMA from entering into them. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 5-04.3(4)A Crack Sealing 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width – fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer’s recommendations. Furnish a Type 1 Working Drawing of the manufacturer’s product information and recommendations to the Engineer prior to the start of work, including the manufacturer’s recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor’s method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: A. Cracks ¼ inch to 1 inch in width – fill with hot poured sealant. B. Cracks greater than 1 inch in width – fill with sand slurry. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor’s operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti- stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. 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. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1” 0.35 feet HMA Class ¾” and HMA Class ½” wearing course 0.30 feet other courses 0.35 feet HMA Class ⅜” 0.15 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. All cast off rock from raking shall be removed prior to compaction of final HMA lift. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. 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, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1- 06.2(2)D2. Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max. N/A City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation 1”, ¾”, ½”, and ⅜” sieves +/- 6% +/- 8% No. 4 sieve +/- 6% +/- 8% No. 8 sieve +/- 6% +/- 8% No. 200 sieve +/- 2.0% +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates – 2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content – The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent. 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH-TO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: • If the test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion. • If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing of HMA for compliance of Va will not be performed by the Contracting Agency for this contract. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Table of Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1½”, 1”, ¾”, ½”, ⅜” and No. 4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3(9)C7 Mixture Nonstatistical Evaluation – Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. 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 $500 per sample. 5-04.3 (9)D Mixture Acceptance – Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item “Roadway Core” the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item “Roadway Core” the Contracting Agency will obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction – General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor’s option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. On bridge decks and on roadway approaches within five feet of a bridge/back of pavement seat, rollers shall not be operated in a vibratory mode, defined as a mode in which the drum vibrates vertically. However, unless otherwise noted on the plans, rollers may be operated in an oscillartory mode, defined as a mode in which the drum vibrates in the horizontal direction only. Refer to contract drawings for HMA Paving Train requirements and restrictions (e.g. equipment spacing, weight limits, etc.). City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 5-04.3(10)B HMA Compaction – Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3(10)C Vacant 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3(11) Reject Work 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1- 06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Rejection – A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)F Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3(12) Joints 5-04.3(12)A HMA Joints 5-04.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. All transverse (butt) joints between new and existing asphalt shall be milled to the full overlay depth. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 All transverse (butt) joints shall be sealed after paving. See Section 5-04.3(17) for requirements. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than ½ of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)B Bridge Paving Joint Seals 5-04.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application procedure. Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B and the manufacturer’s application procedure. 5-04.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in section 5-04.3(12)B1 and the following requirement: 1. Clean and seal the existing joint between concrete panels in accordance with Section 5- 01.3(8) and the details shown in the Standard Plans. 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than ⅛ inch ¼ inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than ¼ inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. Utility appurtenance adjustment discussions will be included in the Pre-Paving planning planing (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing (Milling) Bituminous Pavement The planning planing plan must be approved by the Engineer and a pre planning planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planning planing submittals. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the surface by the Contractor’s planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as determined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract or directed by the Engineer, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. 5-04.3(14)A Pre-Planing Metal Detection Check Before starting planning planing of pavements, and before any additional depth planning planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1- 10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan The Contractor must submit a separate planning planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation’s activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planning planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where police officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planning planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s traffic control as it relates to the specific requirements of that day’s planning planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planning planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day’s planning planing, and paving. 2. A copy of each intersection’s traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planning planing and of paving, and intended area of planning planing and of paving for each day’s work, must include the directions of proposed planning planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planning planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day’s operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day’s operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1. General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other contractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planning, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving – additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day’s operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3(16) HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04. 5-04.3(17) Construction Joint Sealing Transverse Joints - Joints between new and existing asphalt shall be sealed within five (5) calendar days after final rolling of the final lift of HMA. The seal shall be CSS-1 emulsified asphalt. The emulsified asphalt shall be placed in a way to be smooth and flush with roadway surface with minimal overbanding. This work is considered incidental to the bid item “HMA CL. ½” PG 58H-22”. 5-04.3(18) Incidental Uses for HMA Incidental uses for HMA shall consist of restoration and adjustment to paved areas and other such uses as directed by the Engineer. Incidental uses for HMA shall be measured and paid under the “HMA CL. ½” PG 58H-22” bid item for the overlay related HMA. 5-04.3(19) Vacant 5-04.3(20) Vacant City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 5-04.3(21) Temporary Pavement Marking The furnishing and installing of temporary pavement marking shall be as described in Section 8-23. Should the Engineer direct the Contractor to provide temporary pavement marking, it shall be short duration. This work is considered incidental to the bid item “Project Temporary Traffic Control”. 5-04.4 Measurement HMA Cl. ___ PG ___, HMA for ___ Cl. ___ PG ___, and 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, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. Roadway cores will be measured per each for the number of cores taken. Preparation of untreated roadway will be measured by the mile once along the centerline of the main line Roadway. No additional measurement will be made for ramps, Auxiliary Lanes, service roads, Frontage Roads, or Shoulders. Measurement will be to the nearest 0.01 mile. Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01 mile or by the square yard, whichever is designated in the Proposal. Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2. Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the Proposal. Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4. Longitudinal joint seals between the HMA and cement concrete pavement will be measured by the linear foot along the line and slope of the completed joint seal. Planing bituminous pavement will be measured by the square yard. Temporary pavement marking will be measured by the linear foot as provided in Section 8- 23.4. Water will be measured by the M gallon as provided in Section 2-07.4. 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: “HMA Cl. ___ PG ___”, per ton. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 “HMA for Approach Cl. ___ PG ___”, per ton. “HMA for Preleveling Cl. ___ PG ___”, per ton. “HMA for Pavement Repair Cl. ___ PG ___”, per ton. “Commercial HMA”, per ton. The unit Contract price per ton for “HMA Cl. ___ PG ___”, “HMA for Approach Cl. ___ PG ___”, “HMA for Preleveling Cl. ___ PG ___”, “HMA for Pavement Repair Cl. ___ PG ___”, and “Commercial HMA” shall be full compensation for all costs, including anti-stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. “Preparation of Untreated Roadway”, per mile. The unit Contract price per mile for “Preparation of Untreated Roadway” shall be full pay for all Work described under 5-04.3(4) , with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit Contract price per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does not include a Bid item for “Preparation of Untreated Roadway”, the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work. “Preparation of Existing Paved Surfaces”, per mile. The unit Contract Price for “Preparation of Existing Paved Surfaces” shall be full pay for all Work described under Section 5-04.3(4) with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit Contract price per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does not include a Bid item for “Preparation of Untreated Roadway”, the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work. “Crack Sealing”, by force account. “Crack Sealing” will be paid for by force account as specified in Section 1-09.6. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the total Bid by the Contractor. “Pavement Repair Excavation Incl. Haul”, per square yard. The unit Contract price per square yard for “Pavement Repair Excavation Incl. Haul” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(4) with the exception, however, that all costs involved in the placement of HMA shall be included in the unit Contract price per ton for “HMA for Pavement Repair Cl. ___ PG ___”, per ton. “Asphalt for Prime Coat”, per ton. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 The unit Contract price per ton for “Asphalt for Prime Coat” shall be full payment for all costs incurred to obtain, provide and install the material in accordance with Section 5- 04.3(4). “Prime Coat Agg.”, per cubic yard, or per ton. The unit Contract price per cubic yard or per ton for “Prime Coat Agg.” shall be full pay for furnishing, loading, and hauling aggregate to the place of deposit and spreading the aggregate in the quantities required by the Engineer. “Asphalt for Fog Seal”, per ton. Payment for “Asphalt for Fog Seal” is described in Section 5-02.5. “Longitudinal Joint Seal”, per linear foot. The unit Contract price per linear foot for “Longitudinal Joint Seal” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(12). “Planing Bituminous Pavement”, per square yard. The unit Contract price per square yard for “Planing Bituminous Pavement” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). “Temporary Pavement Marking”, per linear foot. Payment for “Temporary Pavement Marking” is described in Section 8-23.5. “Water”, per M gallon. Payment for “Water” is described in Section 2-07.5. “Job Mix Compliance Price Adjustment”, by calculation. “Job Mix Compliance Price Adjustment” will be calculated and paid for as described in Section 5-04.3(9)C6. “Compaction Price Adjustment”, by calculation. “Compaction Price Adjustment” will be calculated and paid for as described in Section 5- 04..3(10)D3. “Roadway Core”, per each. The Contractor’s costs for all other Work associated with the coring (e.g., traffic control) shall be incidental and included within the unit Bid price per each and no additional payments will be made. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 “Cyclic Density Price Adjustment”, by calculation. “Cyclic Density Price Adjustment” will be calculated and paid for as described in Section 5-04.3(10)B. Asphalt Cost Price Adjustment The Contracting Agency will make an Asphalt Cost Price Adjustment, either a credit or a payment, for qualifying changes in the reference cost of asphalt binder. The adjustment will be applied to partial payments made according to Section 1-09.9 for the following bid items when they are included in the proposal: “HMA Cl. ___ PG ___” “HMA for Approach Cl. ___ PG ___” “HMA for Preleveling Cl. ___ PG ___” “HMA for Pavement Repair Cl. ___ PG ___” “Commercial HMA” The adjustment is not a guarantee of full compensation for changes in the cost of asphalt binder. The Contracting Agency does not guarantee that asphalt binder will be available at the reference cost. The Contracting Agency will establish asphalt binder reference costs twice each month and post the information on the Agency website at: https://wsdot.wa.gov/business-wsdot/how-do- business-us/public-works-contracts/payments-reporting/asphalt-binder-reference-cost. The reference cost will be determined using posted prices furnished by Poten & Partners, Inc. If the selected price source ceases to be available for any reason, then the Contracting Agency will select a substitute price source to establish the reference cost. Price adjustments will be calculated one time per month. No price adjustment will be made if the Current Reference Cost is within +/-5% of the Base Cost. Reference costs for projects located in Eastern versus Western Washington shall be selected from the column in the WSDOT website table labeled “Eastern”, or “Western”, accordingly. The adjustment will be calculated as follows: If the reference cost is greater than or equal to 105% of the base cost, then Asphalt Cost Price Adjustment = (Current Reference Cost – (1.05 x Base Cost)) x (Q x 0.056). If the reference cost is less than or equal to 95% of the base cost, then Asphalt Cost Price Adjustment = (Current Reference Cost – (0.95 x Base Cost)) x (Q x 0.056). Where: Current Reference Cost is selected from the website table based on the “Date Effective” that immediately precedes the current month’s progress estimate end date. For work completed after all authorized working days are used, the adjustment will be based on the posted reference cost during which contract time was exhausted. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Base Cost is selected from the website table based on the “Date Effective” that immediately precedes the contract bid opening date, and shall be a constant for all monthly adjustments. Q = total tons of all classes of HMA paid in the current month’s progress payment. “Asphalt Cost Price Adjustment”, by calculation. “Asphalt Cost Price Adjustment” will be calculated and paid for as described in this section. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. END OF DIVISION 5 City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 DIVISION 6 – STRUCTURES 6-07 PAINTING 6-07.1 Description (******) The first sentence is revised to read: Section 6-07.1 is supplemented with the following: This work shall consist of painting systems and colors for metal elements as shown on the Plans. 6-07.2 Materials (******) Section 6-07.2 is supplemented with the following: Paint materials shall comply with the requirements in Section 9-08 unless described in this section. The Contractor shall submit (3) samples of each custom color, textures, and gloss for approval. Metal coupon samples shall be three (3) inches by five (5) inches. Paint colors and paint systems shall be as shown in the following table for the following items: Paint Color/Paint System Table Specification Section Item Paint Color Paint System 9-29.6 Decorative Signal Poles Type II and III and associated sub-assemblies and terminal cabinets RAL 9005TX “Jet Black” Refer to specification below 9-29.6 Decorative Luminaire Poles and Bases RAL 9005TX “Jet Black” Refer to specification below 9-29.6 Decorative Signal Poles Type PPB and associated sub-assemblies RAL 9005TX “Jet Black” Refer to specification below 9-29.10 Decorative Luminaires RAL 9005TX “Jet Black” Refer to specification below 9-29.18(3) Video Detection System RAL 9005TX “Jet Black” Refer to specification below All signal equipment to be installed on signal poles and mast arms shall be painted RAL 9005TX “Jet Black,” unless not available. All banding shall be in black color. The back of street signs shall be in black color. Decorative Signal and Luminaire Poles and Sub-Assemblies Paint Specifications Steel poles and sub-assemblies shall be factory galvanized, primed and painted with polyester Powder coating per Section 6-07 and Section 9-08 of the Standard Specifications. The City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Contractor is to purchase a one gallon sample from the pole manufacturer for use as a color match for the Engineer’s approval prior to factory finish coating. Decorative Luminaires, Terminal Cabinets, and Video Detection Systems Paint Specifications All decorative luminaire housings, signal pole terminal cabinets shall be factory primed and painted with polyester powder coating to meet ASTM-B-117/D-2247 requirements to salt spray and humidity resistance. The video detection system mounting hardware shall be painted by manufacturer’s recommendations. The Contractor shall provide a sample to the Engineer for approval prior to factory finish coating. Contractor shall provide one gallon of touch-up paint to the City. Galvanizing All fabricated steel components and materials to be galvanized per ASTM 123. All steel hardware components and materials to be galvanized per ASTM 153. Aluminum materials surface shall be prepared per ASTM D1730 – 09 and factory powder coated per Section 9-08.2 of the Standard Specifications. Powder Coating Paint System The powder coating paint system shall be composed of exterior grade pure polyester TGIC, dry powder including resins and pigments in accordance with requirements of AAMA 605.2, and shall have the following characteristics: Glossy Surface Semi-Gloss Surface Mat Surface Thickness 2.5–3.5 mils/60–90 2.5–3.5 mils/60–90 2.5–3.5 mils/60– 90 Gloss (1) 80–90 55–70 15–25 Cross Hatch Adhesion (2) Pass 100% Pass 100% Pass 100% Mandrel Bending (3) 1/8/3 mm 5/32/4 mm 3/16/5 mm Erichsen Cupping ISO 1520 5/16/8 mm 1/4/7 mm 3/16/5 mm Impression Hardness (4) 95 95 95 Impact Test (5) Up to 160/lb. Up to 160/lb. Up to 160/lb. Pencil Hardness (6) 2H (min.) 2H (min.) 2H (min.) Dry Mill Test OK OK OK City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Glossy Surface Semi-Gloss Surface Mat Surface Salt Spray Test (7) 1500 h test, max. undercut 1/16/1 mm 1500 h test, max. undercut 1/16/1 mm 1500 h test, max. undercut 1/16/1 mm Humidity Resistance (8) 1500 h test, min. blisters 1/16/1 mm 1500 h test, min. blisters 1/16/1 mm 1500 h test, min. blisters 1/16/1 mm Key: (1) Gloss According to Gardner 60 degrees, ASTM D523. (2) Cross Hatch Adhesion, ASTM D3359, Method B. (3) Mandrel Bending Test, ASTM D522. (4) Impression hardness, ASTM B3363. (5) Impact Test, ASTM D2794; (0.1) inch distortion. (6) Pencil Hardness, ASTM B3363. (7) Salt spray Resistance Test, ASTM B117. (8) Humidity Resistance Test, ASTM D2247. 6-07.3 Construction Requirements (******) Section 6-07.3 is supplemented with the following: Apply entire finish system in the shop. Hold back finish system at all welded areas. Bolted connections should be primed with a zinc-based primer compatible with the approved paint system. Field touch-up painting shall consist of matching specified priming and painting for all damaged and field repaired areas. Field welds and abrasions should be touched up after installation. Touch up surface preparation with a zinc-based primer compatible with the approved paint system, 2.5 to 3.5 mils DFT. Preparation, cleaning, priming, shop painting, and field touch-up for all fabricated decorative exterior metal work will be incidental to the associated bid items. Immediately remove coatings that fall on surrounding areas and surfaces not scheduled to be coated. The Contractor shall submit three (3) samples of each custom color, textures, and gloss for Engineer’s approval. Metal coupon samples shall be three (3) inches by five (5) inches. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 6-07.3(11) Painting or Powder Coating of Galvanized Surfaces 6-07.3(11)A Painting Of Galvanized Surfaces (******) Section 6-07.3(11)A is supplemented with the following: Clean surfaces to be powder coated in accordance with manufacturer’s written instructions for surface preparation. Install powder coatings in accordance with applicable codes and regulations and manufacturer’s written instructions. Applications of powder coating materials shall be performed in shop conditions, except for touch-ups approved in advance by the Engineer. Finished surfaces shall be fully and uniformly coated without pinholes, bubbles, sag, runs, lumps, marks, or discoloration. Surface finish shall be of consistent and uniform color, texture, and gloss to match the approved sample. After powder coating has been in place for at least 15 days, and within 30 days of Substantial Completion, check all powder-coated surfaces for damage, missed areas, and discoloration. Prepare surfaces, and touch up damaged, missed, and discolored areas to bring coating system to full dry film thickness in color and gloss matching that of adjacent coated areas. END OF DIVISION 6 City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 DIVISION 8 – MISCELLANEOUS CONSTRUCTION 8-04 CURBS, GUTTERS AND SPILLWAYS 8-04.3(1)A Extruded Cement Concrete Curb Section 8-04.3(1)A is modified as follows: The pavement shall be dry and cleaned of loose and deleterious material prior to curb placement. Cement concrete curbs shall be anchored to the existing pavement by placing steel reinforcing bars as shown on the Plans and at 1 foot on each side of every joint. 8-04.5 Payment Section 8-04.5 is supplemented with the following: “Extruded Curb (Doweled)”, per linear foot. The unit Contract price per linear foot for “Extruded Curb (Doweled)” shall be full payment for all costs for the specified Work, including reinforcing steel and anchoring to existing pavement as shown on the Plans. 8-10 GUIDE POSTS 8-10.1 Description Section 8-10.1 is supplemented with the following: This Work shall consist of furnishing and placing Tuff-Curb High Performance Traffic Separator Curb from Impact Recovery Systems, or approved equal, with an integral color- matched reflective post in the locations indicated on the Plans or where designated by the Engineer. 8-10.2 Materials Section 8-10.2 is supplemented with the following: The color and size of the Tuff Curb shall meet what is indicated on the Plans or where designated by the Engineer. Reflectivity and specifications of flexible guide posts shall meet the requirements of Section 8-10.2 Adhesives for surface mounting shall meet the requirements of the manufacturer. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Section 8-10.2 is supplemented with the following: Contracting Agency-Supplied Materials The Contracting Agency will supply the following materials: Description Quantity Unit Tuff-Curb with Flexible Delineator 32 Ea. 8-10.3 Construction Requirements Section 8-10.3 is supplemented with the following: Tuff-Curb with Flexible Delineator shall be installed according to the manufacturer’s recommendations. The Contractor shall confirm the manufacturer’s recommendations with the Engineer for compliance with the installation sites indicated on the Plans. 8-10.4 Measurement Section 8-10.4 is supplemented with the following: Tuff-Curb with Flexible Delineator will be measured by each for each unit furnished and installed per the manufacturer’s instructions. 8-10.5 Payment Section 8-10.5 is supplemented with the following: “Tuff-Curb with Flexible Delineator”, per each 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 8-20.1 Description Section 8-20.1 is supplemented with the following: All work shall be performed as shown in the Plans in accordance with applicable Standard Specifications, Standard Plans, City Standards, Puget Sound Energy Standards, and King County Standards included herein and the following Special Provisions. The Work shall also include providing a complete, functional illumination, traffic signal, and Rectangular-Rapid Flashing-Beacon (RRFB) systems. The Work shall also include the supply, testing, and installation of all traffic signal hardware and equipment, including but not limited to video/radar detection cameras, luminaires, Emergency Vehicle Preemption (EVP) detectors, vehicle signal heads, pedestrian signal heads, pedestrian pushbuttons, RRFB light bars, signs, poles, junction boxes, conduits, wiring, and all associated equipment. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 The Work shall also include removing existing traffic signal and illumination equipment, junction boxes, poles, loop detectors, controller cabinets, service cabinets, and bases, and all necessary associated equipment where applicable to complete the Work. The existing traffic signal and lighting circuits shall remain in operation until the new system is in place and ready for transfer. Transfer shall be conducted in the shortest time possible, not to exceed one 8-hour workday. The exact work plan and schedule must be pre-approved by the Engineer. Work shall include all other items as shown in the Plans or in these Special Provisions. Existing lighting levels shall be maintained at all times unless specified otherwise by the City Transportation Operations Manager. The Work shall include the supply, testing and installation of all traffic signal hardware, including the communication cable and interface system, and replacement of existing systems, also removal of existing traffic signal and illumination equipment, junction boxes, poles, loop detectors, controller cabinets, service cabinets, foundations, and all necessary associated equipment where applicable to complete the Work. 8-20.1(1) Regulations and Code Section 8-21.1(1) is supplemented with the following: All materials and methods required under this section, unless otherwise superseded herein, shall conform to the 2022 edition of the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction, 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 Renton Standards 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. Delete the first sentence of the first paragraph of Section 8-20.1(1) and replace with the following: All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA), FHWA IP-78-16, the Radio Manufacturers Association, the American Society for Testing and Materials (ASTM), the American Association of State Highway and Transportation Officials (AASHTO), the American National Standards Institute (ANSI), the National Electrical Safety Code (NESC), the International Municipal Signal Association (IMSA), whichever is applicable, and to other codes listed herein. Where applicable, materials shall conform to the latest requirements of the Washington State Department of Labor and Industries and Puget Sound Energy. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 8-20.1(2) Industry Codes and Standards Section 8-20.1(2) is supplemented with the following: National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office Box 1331, 445 Hoes Lane, Piscataway, NJ 08855-1331. 8-20.1(3) Permitting and Inspections Section 8-20.1(3) is supplemented with the following: The Contractor will be responsible for coordinating, obtaining, and paying for all permits, including electrical service applications, necessary to complete this work in a timely fashion. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. All required electrical permits shall be obtained before beginning trench excavation. The City of Renton Electrical Inspector shall inspect and approve the electrical portions of the project. The Contractor shall notify the Electrical Inspector at least 24 hours in advance of required field inspection. Before work begins, the Contractor shall contact the Electrical Inspector to coordinate a schedule of electrical inspections (call the request line at 425-430-7275). This project shall be accomplished in compliance with WAC 296-46B-010 Traffic Management Systems and shall conform to the current adopted version of the NEC. Prior to PSE energizing service cabinets, a Transportation Maintenance and electrical inspection must be passed with a copy of the electrical control permit and inspection sticker inside cabinets. 8-20.1(4) Restrictions on the Schedule of Work Section 8-20.1(4) is added as follows: Mast Arm Erection Mast arms shall not be erected more than fourteen (14) calendar days prior to the signal system being turned on. 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. Work in Roadway All work in the roadway is subject to the traffic control requirements specified in Section 1-10. Fiber Installation Impacts The Contractor shall include all fiber cutovers and anticipated down time in their construction schedule. Any change in schedule for impacts to fiber shall be provided a minimum of five (5) City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 working days in advance. The Contractor shall meet with City staff to discuss all cutovers to work out a plan to minimize down time. 8-20.1(5) Traffic Control during Construction Section 8-20.1(5) is added as follows: The Contractor shall include in the submitted traffic control plan, detailed plan during roadway trenching, erection of mast arms, installation of vehicle detection, and other activities requiring lane closures or detours. See Section 1-10 for traffic control requirements and uniformed police officer requirements. Traffic signal systems shall remain fully operational at each existing signalized intersection. During the construction, existing traffic signal systems shall be modified or removed and temporary traffic signal systems shall be operated until the new traffic signal systems are completed and become operational. A uniformed police officer shall direct traffic on the day of changeover to new signal system. The duration of traffic signal down time during changeovers and the construction sequencing shall be coordinated with the City. Complete temporary traffic control system plans shall be submitted by the Contractor prior to any intersection down time. Illumination System Construction Impacts Illumination systems shall remain fully operational on at least one side of each street during the hours of darkness. The Contractor shall include all illumination system changes and anticipated down time in their construction schedule. Any change in schedule for impacts to illumination systems shall be provided a minimum of 5 working days in advance. The Contractor shall meet with City staff to discuss all cutovers to work out a plan to minimize down time. 8-20.1(6) Permits Section 8-20.1(6) is added as follows: The Contractor will be responsible for coordinating, obtaining, and paying for all permits, including electrical service applications, necessary to complete this work in a timely fashion. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. All required electrical permits shall be obtained before beginning trench excavation. The Electrical Inspector shall inspect and approve the electrical portions of the project. The Contractor shall notify the Electrical Inspector at least 24 hours in advance of required field inspection. Before work begins, the Contractor shall contact the City of Renton Electrical Inspector to coordinate a schedule of electrical inspection (call the request line at 425-430- 7275). This project shall be accomplished in compliance with WAC 296-46B-010 Traffic Management Systems and shall conform to the current adopted version of the NEC. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Prior to PSE energizing service cabinets, an electrical inspection must be passed with a copy of the electrical control permit and inspection sticker inside cabinets. 8-20.1(7) Errors and Omissions Section 8-20.1(7) is added as follows: 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. 8-20.2 Materials Section 8-20.2 is supplemented with the following: Material requirements for signal, illumination and communication systems are contained in Section 9-29 of the Standard Specifications and Section 9-29 of these Special Provisions. 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. Controlled density fill shall meet the requirements of Section 2-09.3(1)E of the Standard Specifications. Crushed surfacing top course and crushed surfacing base course shall meet the requirements of Section 9-03.9(3) of the Standard Specifications. Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious substances per Section 9-03.1(5)A of the Standard Specifications. Section 8-20.2 is supplemented with the following: Contracting Agency-Supplied Materials The Contracting Agency will supply the following materials: Traffic Signal System, Complete – NE Sunset Boulevard & Edmonds Avenue NE: Description Quantity Unit Traffic Signal Poles and Associated Equipment Type 1 Signal Standard with Slip Base 1 Ea. Type PS Signal Standard with Curb Base 1 Ea. Terminal Cabinet 1 Ea. 140W ATB2-60BLEDE70-MVOLT-R3-BK-P7 LED Luminaire 4 Ea. Model 721 EVP Detector 1 Ea. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Iteris Vantage Vector Hybrid Radar Video Detection Camera 2 Ea. Polara iN2 APS Pushbutton Assembly w/ Voice Message 2 Ea. Countdown Pedestrian Signal Head 2 Ea. Three-Section 12” LED Vehicle Signal Head (Circular Indications) 1 Ea. Three-Section 12” LED Vehicle Signal Head (Left Arrow Indications) 1 Ea. Type D Mount 2 Ea. Type E Mount 1 Ea. Type K Mount 1 Ea. Traffic Signal Controller Cabinet Equipment Load Switch 2 Ea. Detector Rack 1 Ea. Iteris Vantage Edge2 Detector Card 2 Ea. Conduits, Conductors, and Junction Boxes Type 1 Junction Box 2 Ea. 2” Sch. 40 PVC Conduit 100 L.F. 2C(SH) 300 L.F. 3C(SH) 150 L.F. 5C 450 L.F. Video Detection Camera Cable 350 L.F. RRFB System, Complete – NE Sunset Boulevard: Description Quantity Unit Rectangular-Rapid Flashing-Beacons (RRFB) AC-Powered RRFB (incl. pole, pushbutton, light bars, signs, enclosure, etc.) 4 Ea. Solar-Powered RRFB (incl. pole, pushbutton, light bars, signs, enclosure, etc.) 2 Ea. Cabinets Electrical Service Cabinet 1 Ea. Conduits, Conductors, and Junction Boxes Type 1 Junction Box 4 Ea. 1” Sch. 40 PVC Conduit 100 L.F. #8 AWG 7,500 L.F. 8-20.2(1) Equipment List and Drawings Delete the first paragraph of Section 8-20.2(1) and replace with the following: The Contractor shall submit to the Engineer a completed “Request for Approval of Material” that describes the material proposed for use to fulfill the Plans and Specifications. Request for Approval of Materials shall submitted with all traffic signal, communication, and illumination materials in one complete package. Delete the fifth paragraph of Section 8-20.2(1). Shop drawings for signal standards and lighting standards shall be provided in an electronic format (AUTOCAD Release 2009 or later), as well as complying with Section 6-03.3(7) of the City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Standard Specifications. Manufacturer's technical information shall be submitted for all poles, mast arms, luminaires, signal heads, push buttons, cameras, wire, conduit, junction boxes, vaults, cabinets, control equipment, and all other items to be used on the Project. The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard shop drawings all dimensions to clearly show the specific mast arm mounting height and signal tenon locations for each signal pole to be installed. Final ground and roadway cross sections at the locations of the standards shall be submitted for approval along with the shop drawings. 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 fourteen (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 luminaire and signal poles that are not listed on the WSDOT Pre- Approved Plans shall be stamped by a State of Washington registered Structural Engineer. For each proposed material that is required to be submitted for approval using either the QPL or RAM process the Contractor will be allowed to submit for approval two materials per material type at no cost. Additional materials may be submitted for approval and will be processed at a cost of $100.00 per material submitted by QPL submittal and $300.00 per material submitted by RAM. All costs for processing additional materials will be deducted from monies due or that may come due to the Contractor. Subject to a request by the Contractor and a determination by the Engineer the costs for processing may be waived. Manufacturer's data for materials proposed for the signal, illumination, camera and cable systems for use in the Contract which require approval shall be submitted in one complete package. 8-20.3 Construction Requirements Section 8-20.3 is supplemented with the following: Signal Installation Coordination with the City The Contractor shall coordinate with City of Renton Transportation Maintenance Manager (contact person: Eric Cutshall at 425-430-7423) for all required signal installation work and testing. Power Source Coordination The Contractor shall coordinate all of the installation details for the electrical service cabinet(s) with Puget Sound Energy. Within four (4) weeks after Notice to Proceed, the Contractor shall meet with a PSE Representative (call 1-888-321-7779) in the field to verify the location of power source as shown in the Plans and shall notify the Engineer immediately if any conflicts exist. Except for the service connection, the PSE portion of the installation shall be completed prior to installation of the service cabinet by the Contractor. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 8-20.3(1)A Illumination Requirements During Construction Section 8-20.3(1)A is added as follows: Existing or higher illumination levels shall be maintained by using existing or temporary illumination until the new system is operational. The Contractor is responsible for maintaining ten (10) feet clearance zone around existing aerial primary power lines during the construction. Coordinate work with the power company. 8-20.3(1)B Signalization Requirements During Construction Section 8-20.3(1)B is added as follows: Signal system shall remain fully operational during construction. Contractor shall follow the Construction Sequencing and Pedestrian Detour Plans to the extent allowed by site conditions. Modifications to the existing signals must be approved by the Engineer in the field prior to re-channelization for construction staging. Modifications shall be provided at the Contractor’s expense. The costs for any changes to the signal systems required for compliance with maintenance of traffic during construction shall be incidental to the lump sum price of Signal Systems. 8-20.3(2) Excavating and Backfilling Section 8-20.3(2) is supplemented with the following: Underground utilities of record will be shown on the 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 construction 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 responsible for potholing for conflicts with underground utility locations. Prior to construction, if any conflicts are expected, it shall be brought to the attention of the Engineer for resolution. 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. 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 City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 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:  Contact the Engineer and determine if there is an alternative location for the foundation, junction box, vault or conduit trench.  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.  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 get approval from the Engineer prior to installation.  The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner. 8-20.3(3) Removing and Replacing Improvements Section 8-20.3(3) is supplemented with the following: Salvaged Equipment All existing equipment that is to be removed shall not be stockpiled within the job site without the Engineer's approval. The following signal equipment shall remain the property of the Contracting Agency and shall be disconnected, dismantled, stacked separately and delivered to the Contracting Agency unless otherwise directed by Transportation Maintenance Manager  Luminaire Standards and Mast Arms  Luminaires  Traffic Signal Controllers and Cabinets  Electrical Service Cabinets  Emergency Vehicle Detectors  Vehicle and Pedestrian Displays and Mounting Hardware  Pedestrian Pushbuttons  Terminal Cabinets  Visors  Back Plates The Contractor shall give the Engineer fourteen (14) calendar days advance written notice prior to delivery of removed materials to the City of Renton Signal Shop. Controller cabinets shall not be removed until all associated electronic equipment is removed by Contracting Agency traffic signals personnel. All other equipment shall be removed by the Contractor and delivered within 24 hours following removal to the Contracting Agency. All removed equipment which remains the property of Renton shall be delivered to Renton City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Corporate Yard between the hours of 8:30am and 2:30pm: City of Renton Signal Shop 3555 NE 2nd Street BLDG B Renton, WA 98056 Phone: 425-430-7423 Non-Salvaged Electrical Equipment The Contractor shall:  Remove all wires for discontinued circuits from the conduit system.  Remove elbow sections of abandoned conduit entering junction boxes.  Remove abandoned conduit that is less than 24 inches finished grade, unless otherwise indicated in the Plans.  Remove foundations in accordance with Standard Specifications Section 2-02.3(1).  Backfill voids created by removal of foundations and junction boxes. Backfilling and compaction shall be performed in accordance with Standard Specifications Section 2- 09.3(1)E. Pole Shaft and Mast Arm Identification All removed mast arms and pole shafts shall be identified by paper identification tags recording pole number, intersection location (such as SR XXX, leg XXX), and mast arm length. Four (4) inch by 6 inch (minimum) tags shall be taped to corresponding pole shafts and mast arms. Information on the mast arm tag shall match the information on the corresponding pole shaft tag. Each tag shall be entirely covered with clear acetate tap. The tape shall be wrapped one full circle around the shaft or arm with a 1/2-inch minimum overlap at the ends and sides. The Contractor shall bundle the complete signal bridge, poles standard assembly together. The assembly consists of pole shaft, mast arm, and connecting bolts. Connecting bolts shall be attached to the original mast arm base plate. Dismantled equipment shall be clearly marked and all hardware saved in a heavy duty burlap bag attached to the corresponding signal standard or mast arm. The Contractor shall be responsible for loading, delivering and unloading the salvaged signal equipment. The Engineer shall determine the condition of the signal equipment. Material parts will only be accepted by the Contracting Agency if in identical condition to that prior to removal. If the Contractor's operation causes damage to a removed equipment, it shall be repaired or replaced by the Contractor to the Engineer's satisfaction at no additional cost to the Contracting Agency. The Contractor shall remove and dispose properly all debris and signal equipment not identified for return to the Contracting Agency. 8-20.3(4) Foundations Section 8-20.3(4) is supplemented with the following: The anchor bolts shall match that of the device to be installed thereon. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 material shall be compacted to ninety-five (95) percent of the material's maximum density. 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. Sono tubes shall not be allowed on the project. 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. Foundation shall all be Class 4000P concrete. After the specified curing period, the Contractor may install the applicable device thereon. All concrete foundations shall be constructed in the manner specified below: 1. Where no sidewalks are to be installed, the grade for the top of the foundation shall be as specified by the Engineer. 2. Where sidewalk or raised islands are to be constructed as a part of this project, the top of the luminaire foundation shall be made flush with the bottom of the sidewalk or island, or the top of the signal foundation shall be made flush with the top of the sidewalk or island. All concrete foundations shall be installed at locations per stationing on the Plans. Pole locations shall be staked by the Contractor and locations shall be field verified and approved by the Engineer in the field prior to excavation. 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 J-box. Location of all concrete foundations shall be approved by the Engineer prior to excavation. Construction Sequence All excavation for a single pile cap foundation in which the drilled shafts are to be constructed shall be completed before shaft construction begins. After shaft construction is completed, all loose or displaced materials shall be removed from around the shafts, leaving a clean solid surface to receive the footing concrete. Shaft Excavation 1. Shafts shall be excavated to the required depth as shown in the Plans or as required by the Engineer. The excavation shall be completed in a continuous operation using equipment capable of excavating through the type of material expected to be encountered. The concrete shall be placed within two hours after the completion of shaft excavation and cleanout without any undue delay. 2. If the shaft excavation is stopped with the approval of the Engineer, the shaft shall be secured by the installation of a safety cover. It shall be the Contractor's responsibility to ensure the safety of the shaft and the surrounding soil and the stability of the sidewalls. A temporary casing should be used if necessary to ensure such safety and City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 stability. 3. Where caving conditions are encountered, due to soft soils or water intrusion, no further excavation will be allowed until the Contractor selects a method to prevent ground movement. The Contractor may elect to place a temporary casing or use other methods approved by the Engineer. 4. The Contractor shall use appropriate means such as a clean-out bucket, to clean the bottom of the excavation such that a minimum of 50 percent of the base of each shaft will have less than 1inch of sediment at the time of placement of the concrete. The maximum depth of sediment or any debris at any place on the base of the shaft shall not exceed 2 inches. 5. If unexpected obstructions, which require specialized equipment and/or labor are encountered, the Contractor shall notify the Engineer promptly. Excavation shall be continued as approved by the Engineer. Excavation Inspection 1. The Contractor shall provide equipment for checking the dimensions and alignment of each permanent shaft excavation. The dimensions and alignment shall be determined by the Contractor with the approval of the Engineer. 2. Final shaft depths shall be measured with a suitable weighted tape or other approved methods after final clean-out. 3. Shaft cleanliness will be determined by the Engineer, by visual inspection. 4. The excavated shaft shall be approved by the Engineer prior to placing any steel or concrete into the shaft. Reinforcing Steel Cage Construction and Placement 1. The reinforcing steel cage consisting of longitudinal bars, ties, cage stiffener bars, spacers, centralizers, and other necessary appurtenances shall be completely assembled and placed as a unit immediately after the shaft excavation is inspected and accepted prior to concrete placement. The reinforcing cage shall be rigidly braced to retain its configuration during handling and when lowered into the shaft, during placement of concrete and extraction of the casing from the shaft. No loose bars will be permitted. The reinforcing steel fabricator shall include bracing and any extra reinforcing steel required to fabricate the cage in the shop drawings. 2. If the bottom of the constructed shaft elevation is lower than the bottom of the shaft elevation in the Plans, a minimum of one half of the longitudinal bars required in the upper portion of the shaft shall be extended the additional length. Tie bars shall be continued for the extra depth, spaced on 1 feet centers, and the stiffener bars shall be extended to the final depth. These bars may be lap spliced, or un-spliced bars of the proper length may be used. Welding to the planned reinforcing steel will not be permitted unless specifically shown in either the Plans or Special Provisions. 3. The reinforcing steel in the shaft shall be tied and supported so that the reinforcing steel will remain within allowable tolerances given in this specification. Concrete spacers or other approved non-corrosive spacing devices shall be used at sufficient City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 intervals (near the bottom and at intervals not exceeding 5 feet up the shaft) to insure concentric spacing for the entire cage length. Spacers shall be constructed of approved material equal in quality and durability to the concrete specified for the shaft. 4. The elevation of the top of the steel cage shall be checked before and after the concrete is placed. If the rebar cage is not maintained within the specified tolerances, corrections shall be made by the Contractor as required by the Engineer. No additional shafts shall be constructed until the Contractor has modified his rebar cage support in a manner satisfactory to the Engineer. Concrete Placement Concrete placement shall commence within two (2) hours after completion of the excavation and shall be placed in one continuous operation to the top of the shaft. Concrete shall be placed through a tremie. The tremie used shall consist of a tube of one-piece construction. Concrete shall be placed through a hopper at the top of the tube so that the concrete is deposited through the center of the reinforcing steel to prevent segregation of the aggregates and splashing of concrete on the reinforcement cage. The Contractor's proposed method for depositing concrete shall have approval of the Engineer prior to concrete placement. The concrete on the top 5 feet of the shaft shall be vibrated. Casing and Forming Removal During casing removal, a minimum 5 foot head of concrete must be maintained to balance the soil and water pressure at the bottom of the casing. This casing shall be well coated with form oil prior to concrete placement. All other forming materials shall be removed and adjacent area restored. Construction Tolerances 1. The centerline of the drilled shaft shall be within 3 inches of the Plan position in the horizontal plane, at the Plan elevation for the top of the shaft. 2. The vertical alignment of the shaft excavation shall not vary from the Plan alignment by more than 1/4 inch per foot of depth. 3. After all the concrete is placed, the top of the reinforcing steel cage shall be no more than 1/2 inch above and no more than 1/2 inch below the Plan position. 4. The minimum diameter of the drilled shaft shall be 1inch less than the specified shaft diameter. 5. The top elevation of the shaft shall have a tolerance of ±1/2 inch from the Plan top of shaft elevation. 6. Excavation equipment and methods shall be designed so that the completed shaft excavation will have a flat bottom. The cutting edges of excavation equipment shall be normal to the vertical axis of the equipment within a tolerance of± 3/8 inch per 12 inches of diameter. Drilled shaft excavations constructed in such a manner that the concrete shaft cannot be completed within the required tolerances are unacceptable. When approved, corrections may be made to an unacceptable drilled shaft excavation by any approved combination of the City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 following methods: 1. Overdrill the shaft excavation to a larger diameter to permit accurate placement of the reinforcing steel cage with the required minimum concrete cover. 2. Increase the number and/or size of the steel reinforcement bars. The approval of the correction procedures is dependent on analysis of the effect of the degree of misalignment and improper positioning. Correction methods may be approved as design analysis indicate. Redesign drawings and computations prepared by the Contractor's Engineer shall be signed by a Professional Engineer licensed in the State of Washington. Materials and work necessary, including Engineering analysis and redesign, to effect corrections for out of tolerance drilled shaft excavations shall be furnished at no cost to the Contracting Agency. Submittals 1. Before placing the reinforcing steel, the Contractor shall submit shop drawings to the Engineer for the reinforcing cage. 2. Work shall not proceed until the appropriate submittals have been approved in writing by the Engineer. 8-20.3(5) Conduit 8-20.3(5)A General Section 8-20.3(5)A is supplemented with the following: Pull strings shall be provided and installed by the Contractor. 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. 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. Spare conduits shall be capped and labeled as City of Renton conduits and shall include polyester detectable pull tape that meets or exceeds a breaking strength of 900 lbs. Detectable pull tape shall also be added to conduits occupied with non-electrical cables. Where sidewalk panels need to be removed 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 City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 shall verify the conduit size and schedule before ordering the new conduit sections. The size provided on the Plans is an estimation. 8-20.3(5)A3 Damaged or Blocked Conduits Section 8-20.3(5)A3 is added as follows: 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. 8-20.3(5)B Conduit Type Delete the second paragraph of Section 8-20.3(5)B and replace with the following: Rigid metal conduit (RMC) shall only be placed where indicated and shown on the Contract Plans. Section 8-20.3(5)B is supplemented with the following: All conduit shall be rigid non-metallic unless noted otherwise in the Contract Plans or Special Provisions. All conduit openings shall be fitted with approved bell-ends or bushings. Wall thickness of conduit shall be consistent within continuous conduit runs with no mixing of different schedule types between terminations. The Contractor shall provide all conduit and necessary fittings as needed. Conduit size shall be as indicated on the wiring and conduit schedule shown on the Plans. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. Conduits shall be capped during construction using manufactured seals to prevent entrance of water and debris. The conduits shall be cleaned before pulling wire and shall include bonded ground wire (including spare conduits for locating purposes). Spare conduits shall be capped and labeled "City of Renton" conduits. 8-20.3(5)E1 Open Trenching Section 8-20.3(2)A is added as follows: The Contractor shall provide trenching as specified herein, regardless of the material encountered, as necessary for complete and proper installation of the signal, illumination and ITS conduit. Trenching shall conform to the following: 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. Trench Inspection No work shall be covered until it has been examined by the Engineer or Inspector. Earth which fills around and over the conduit shall be free of rocks greater than 2 inches up to a depth of 6 inches. When trenching is being accomplished within the sidewalk area, the backfill can be made with acceptable materials from the excavation and shall be considered a necessary part of and incidental to the excavation in accordance with the Standard Specifications. Hauling and disposal of un-used excavation material shall be incidental to the cost of trenching or excavating. The compaction requirements for the roadway backfill shall apply. Saw Cut for Trench Trenches in all paved areas shall be saw cut. The saw cuts shall be a minimum of 2-inches deep and shall be parallel. Thoroughly clean saw cuts where necessary by the use of high pressure water (1,400 psi or greater). All wastewater shall be collected and disposed of in accordance with Section 1-07.15 of the Standard Specifications. Impervious surfaces contaminated from cutting operations shall be cleaned in accordance with Section 1-07.15 of the Standard Specifications. 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. Trench Depth City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 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. Trench Width The trench width shall be a minimum of 12 inches 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 the Contractor at his own expense and to the satisfaction of the Engineer. 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. 8-20.3(5)F Damaged or Blocked Conduits Section 8-20.3(5)F is added as follows: 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. 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes Section 8-20.3(6) is supplemented with the following: All junction boxes and associated concrete pads shall be installed on compacted sub grade which shall include six inches of 5/8th-inch minus crushed surfacing top course material installed under and around the base of the junction box. The junction box shall include installation of a 4" thick Class "B" cement 12” minimum concrete pad enclosing the junction City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 box as per the Plans, specifications and detail sheets. Concrete shall be promptly cleaned from the junction box frame and lid. If junction boxes are placed in the sidewalk, they shall not be placed closer than 12 inches from the edge of any sidewalk or sidewalk joint. The frame and lid shall be from 0 to 3/16 inch below a straight edge laid across the sidewalk, and the lid shall be flat to a maximum of 1/16 inch positive camber. Pre-molded joint filler for expansion joints shall be placed around junction boxes installed in sidewalks. All junction boxes placed in the sidewalks shall have skid resistant lids. Junction boxes shall have galvanized steel locking lids and frames. 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 final adjustment. 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. Small Cable Vaults Small cable vaults shall be installed in accordance with the following:  Excavation shall comply with the requirements of Standard Specifications Section 2- 09.  All openings around conduits shall be sealed and filled with grout to prevent water and debris from entering the vaults or pull boxes. The grout shall meet the specifications of the small cable vault manufacturers.  Backfilling around the work shall not be allowed until the concrete or mortar has set.  Upon acceptance of work, small cable vaults shall be free of debris and ready for cable installation. All grounding requirements shall be met prior to cable installation.  Small cable vaults shall be adjusted to final grade using risers or rings manufactured by the small cable vault and pull box manufacturer. Small cable vaults with traffic bearing lids shall be raised to final grade using ring risers to raise the cover only.  Small cable vaults shall be installed at the approximate location shown in the Drawings.  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 will extend 2-inches within the vault walls. At the 2-inch mark, the excess conduit on the existing structure will need to be removed and all cables exposed.  Once the conduits are located, excavate a hole large enough to install the small cable vault. The vault shall have a concrete floor as indicated on the Drawings. The floor shall be installed on 6-inches of crushed surfacing top course, per Standard Specifications Section 9-03.9(3). If a small cable vault is installed outside a paved City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 area, an asphalt pad shall be constructed surrounding the junction box. 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 will need to be bottomless to allow the existing conduit and cables to be routed into the new vault.  All mounting equipment shall be included with the small cable vault. Cable Racking in Small cable vaults Cables shall be racked and secured with nylon ties. Nylon ties shall not be over- tightened. Identification or warning tags shall be securely attached to the cables in at least two locations in each small cable vault. All coiled cable shall be protected to prevent damage to the cable and fibers. Racking shall include securing cables to brackets (racking hardware) that extend from the sidewalls of the small cable vault. 8-20.3(8) Wiring Section 8-20.3(8) is supplemented with the following: Contractor shall furnish and install new SC connectors to fiber optic cable, termination panel, and provide patch cables for connection inside the traffic signal controller cabinet. 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. SEC fuse holders complete with pole and bracket cable shall be installed in any signal standard or luminaire standard supporting a luminaire. Illumination wiring shall conform to COR Standard Plans and these Special Provisions. All stranded wires terminated at a terminal block shall have an open end, crimp style solderless terminal connector, and all solid wires terminated at a terminal block shall have an open end soldered terminal connector. All terminals shall be installed with a tool designed for the installation of the correct type of connector and crimping with pliers, wire cutters, etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean appearing installation. No splicing of any traffic signal conductor shall be permitted. All conductor runs shall be attached to appropriate signal terminal boards with pressure type binding posts. Field Wiring Chart 501 AC+ Input 521-540 Spare 502 AC- Input 541-580 Coordination 503-510 Control-Display 581-592 Emergency Pre-emp City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 511-515 Sign Lights 593-599 Spare 516-520 Railroad Pre-empt Movement 1 2 3 4 5 6 7 8 9 Number _________________________________________________________________________ Vehicle Heads Red 611 621 631 641 651 661 671 681 6*1 Yellow 612 622 632 642 652 662 672 682 6*2 Green 613 623 633 643 653 663 673 683 6*3 Spare 614 624 634 644 654 664 674 684 6*4 Spare 615 625 635 645 655 665 675 685 6*5 AC- 616 626 636 646 656 666 676 686 6*6 Red Auxiliary 617 627 637 647 657 667 677 687 6*7 Yellow Auxiliary 618 628 638 648 658 668 678 688 6*8 Green Auxiliary 619 629 639 649 659 669 679 689 6*9 _________________________________________________________________________ Pedestrian Heads & Detection Hand 711 721 731 741 751 761 771 781 7*1 Man 712 722 732 742 752 762 772 782 7*2 AC- (Ped Head) 713 723 733 743 753 763 773 783 7*3 Detection 714 724 734 744 754 764 774 784 7*4 AC- (Detection) 715 725 735 745 755 765 775 785 7*5 Spare 716 726 736 746 756 766 776 786 7*6 Spare 717 727 737 747 757 767 777 787 7*7 Special Provisions – 90% Review Submittal SP-251 Rainier Ave S Corridor Improvements – Phase 4 November 2020 City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Spare 718 728 738 748 758 768 778 788 7*8 Spare 719 729 739 749 759 769 779 789 7*9 ______________________________________________________________________ * Overlap phase designator: A, B, C, D, P/E, P/F, P/G, P/H 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. In an event that none of these steps led to successful wire installation, the Contractor shall install new conduit as directed by the Engineer. 8-20.3(9) Bonding, Grounding Section 8-20.3(9) is supplemented with the following: All street light standards, signal poles and other standards on which electrical equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8" in diameter x 8'0" in length complete with a #8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and signal/lighting service cabinets shall be grounded to a 5/8" in diameter x 8'0" in length copper clad metallic ground rod located in the nearest junction box with a bare copper bonding strap sized in accordance with the Plans, specifications and applicable codes. Ground rods are considered miscellaneous items and all costs are to be included within the Bid Items in the proposal. Polyester detectable pull tape shall not be connected to the equipment-grounding system. The Contractor shall provide and install bonding and grounding wires as described in Standard Specifications and the National Electric Code for any new metallic junction box 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, City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 or if the box is adjusted to grade, or if the box lid is modified. 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets Section 8-20.3(10) is revised by deleting the second and third paragraphs and supplement with the following: Electrical service cabinet shall be single phase 120/240 volt, 3 wire 60 cycle A.C. (street lighting contactor/traffic signal, grounded neutral service). The service point shall be as noted on the Plans and shall be verified by the electrical servicing utility (the Contractor to coordinate a power service point availability, with a power company). The Contractor shall reuse existing or install new conduit from the new electrical service cabinet to PSE power source as shown on the Plans (coordinate work with Puget Sound Energy prior to cabinet base installation). In addition, the Contractor shall provide service conductors from the electrical service to the power source with at least 20 feet of service wire coiled and coordinate the connection with Puget Sound Energy representative. All connections and interfacing with Puget Sound Energy shall conform to Puget Sound Energy requirements. The Contractor shall have all services inspected by Transportation Maintenance and shall be solely responsible for coordination with the power company to have the service energized. The Contractor shall notify the City Inspector when the service is ready for connection and shall coordinate with Puget Sound Energy. The Contractor shall pay all connection fees. All service cabinets 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 Section 8-20.3(11) is supplemented with following: 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. The Inspector and Engineer may, at their option, require work completed without their knowledge or inspection to be dismantled so that it can be inspected to their satisfaction. Prior to schedule of turn-on, an electrical inspection must be passed with a copy of the Electrical Control Permit in the service cabinet. Signal Turn-On A minimum of five (5) working days written notice will be required for signal turn-on. The Contractor shall not pick up the controller cabinet from the Contracting Agency until power is present at the site and all site preparation required to install the controller cabinet is complete. All discrepancies and deficiencies must be corrected by the Contractor and re-inspected prior to requesting signal turn-on date. All functional tests required by the Contract Specifications City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 shall be completed to the satisfaction of the Engineer 48 hours prior to the turn-on date. 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. No turn-on will be allowed until the CITY OF RENTON TRANSPORATION MAINTENANCE MANAGER gives approval. The signal turn-on shall be by the City's Transportation MAINTENANCE MANAGER or his representative. The Transportation MAINTENANCE MANAGER or his representative shall enter all signal timing parameters as supplied by the OPERATIONS representative and shall certify the intersection is operating and functioning in accordance with the contract documents. 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 Operations representative prior to the turn-on procedure. The Operations representative may contact the manufacturer to schedule the explanation of the control equipment and the training session shall be provided if deemed necessary by manufacturer's representative. Requests for traffic signal turn on will not be considered until a pre-turn on inspection of signal system has taken place. Requests for signal turn on shall not be considered until electrical service to the intersection has been provided and has been energized by the electric utility. Channelization at the intersection must be complete per plan before requesting signal turn on date. Any deletions of channelization prior to turn on must be approved by the Transportation Maintenance Manager or representative. City forces shall provide, post and maintain proper signing warning of new signal ahead. RRFB System Turn-On A minimum of five (5) working days written notice will be required for RRFB turn-on. All functional tests required by the Contract Specifications shall be completed to the satisfaction of the Engineer 48 hours prior to the turn-on date. RRFB 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. No turn-on will be allowed until the City of Renton Transportation Maintenance Manager (contact person: Eric Cutshall at 425- 430-7423) gives approval. The RRFB turn-on shall be by the City's Transportation Maintenance Manager or his City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 representative. The Maintenance Manager or his representative shall enter all control parameters as supplied by the OPERATIONS representative and shall certify the crossing is operating and functioning in accordance with the contract documents. The Contractor shall be present during the turn-on with adequate equipment to repair any deficiencies in operation. Requests for RRFB turn on will not be considered until a pre-turn on inspection of RRFB system has taken place. Requests for RRFB turn on shall not be considered until electrical service to the crossing has been provided and has been energized by the electric utility. Channelization at the crossing must be complete per plan before requesting signal turn on date. Any deletions of channelization prior to turn on must be approved by the Transportation Maintenance Manager or representative. City forces shall provide, post and maintain proper signing warning of new RRFB ahead. The Contractor shall conduct tests to assure proper intended operation of the RRFB system. The RRFB turn-on procedure shall not begin until all required channelization, pavement markings, and signs are installed. The Contractor shall provide traffic control to stop all traffic from entering the crossing or affected street segment and shall then turn the RRFB system to its flash mode to verify proper flash indications. The Engineer will verify proper flash pattern and rate is implemented. The Contractor shall then conduct functional tests to demonstrate that each part of the RRFB system functions as intended consistent with plans, project Specifications, and manufacturer’s Specifications. This demonstration shall be conducted in the presence of the Engineer. The Engineer may introduce additional testing to assess full functions of the system as intended. Based on the results of the turn-on, the Engineer will direct the Contractor to either keep the RRFB system on normal operation or to turn the system off and cover all lighted displays and push buttons until necessary corrections by the Contractor are completed. 8-20.3(13) Illumination Systems Section 8-20.3(13) is supplemented with following: Existing illumination shall not be removed until the temporary or new illumination system is completed and operational. Temporary illumination shall not be removed until the new permanent illumination system is completed and operational. If an existing street light is in conflict with construction sequencing, a temporary lighting system shall be installed prior to removal of the existing street light. Light Standards shall be erected in accordance with Standard Specifications Section 8- 20.3(4). The illumination system shall be energized from a single photoelectric cell mounted in the service cabinet in accordance with City of Renton Standard Detail 122.1. All luminaire fixtures in the system shall incorporate a block out (shorting cap) for the photocell. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 8-20.3(13)A Light Standards Section 8-20.3(13)A is supplemented with the following: Lighting standards shall be fabricated in conformance with the methods and materials specified on the pre-approved Plans and outlined in the Standard Specifications and these Special Provisions. Anchor bolts shall extend through the top heavy-hex nut two full threads to the extent possible while conforming to the specified slip base clearance requirements. Anchor bolts shall be tightened by the Turn-Of-Nut Tightening Method in accordance with Standard Specifications Sections 6-30.3(33) and 8-20.3(4). Installation of all nuts and bolts shall be performed with proper sized sockets, open end or box wrenches. Use of pipe wrenches or other tools which can damage the galvanization of the nuts and bolts will not be permitted. Tools shall be of a sufficient size and strength to achieve adequate torquing of the nut(s). The grout pad shall not extend above the elevation of the bottom of the base. The hand hole shall be located at 90 degrees to the davit arm on the side away from traffic. A grounding lug or nut shall be provided in the handhole frame or inside the handhole frame or inside the pole shaft to attach a ground bonding strap. All poles and davit arms shall be designed to support a luminaire weight of 50 lbs. or more and to withstand pressures caused by wind loads of 85 MPH with gust factor of 1.3. All poles shall maintain a minimum safety favor of 4.38 PSI on yield strength of weight load and 2.33 PSI for basic wind pressure. Miscellaneous Hardware: All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be stainless steel. I.D. (identification for poles): The Contractor shall provide a combination of digits and letters on each pole (per luminaire schedules on illumination plans), whether individual luminaire or signal pole with luminaire. The letter and numbers combination shall be mounted at the 15 foot level on the pole facing approaching traffic. Legends shall be sealed with transparent film, resistant to dust, weather and ultraviolet exposure. The decal markers shall be either  3 inch square with gothic gold or white reflectorized 2 inch legend on a black background, or  3 inch square with black 2 inch legend on a white reflective background The I.D. number will be assigned to each pole at the end of the contract or project by the City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Transportation Maintenance Manager. Cost for the decals shall be considered incidental to the contract bid Light standards shall be 6063-T4 aluminum and shall meet the pole detail requirements indicated below and the detail sheets in the Plans. The pole shaft shall be provided with a 3” X 5” flush handhole near the base and a matching metal cover secured with stainless steel screws or bolts. The pole shall be adjusted for plumb after all needed equipment has been installed thereon. After pole is installed and plumbed, nuts shall be tightened on anchor bolts using proper sized sockets, open end, or box wrenches. Use of pliers, pipe wrenches, or other tools that can damage galvanizing will not be permitted. Tools shall be of sufficient size to achieve adequate torquing of the nuts. The space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout and troweled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of potland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand, and will not exclude moisture when so pressed. A one half-inch drain hole shall be left in the bottom of the grout pad as shown on WSDOT Standard Detail J-28.40-02. I.D. Tag: Install I.D. tag on pole and in foundation per City of Renton Standard Plan 139. 8-20.3(14) Signal Systems 8-20.3(14)B Signal Heads Section 8-20.3(14)B is supplemented with following: All vehicle and pedestrian signal heads shall be securely covered with opaque (non- translucent) light colored material between installation and signal turn-on. Signal heads shall also be completely covered after testing and prior to signal turn-on. Visqueen duct tape shall not be allowed to secure the covers to the signal heads. Vehicle heads that are to remain covered for a period AFTER turn-on of the signal, shall be covered with a heavy, waterproof, opaque canvas, white, yellow, or khaki in color, securable by braided nylon rope labeled “OUT OF SERVICE”. The Contractor shall provide and install all new vehicular signal head mounting hardware. Mounting hardware will provide for a rigid connection between the signal head and mast arm or pole. Final position of the signal heads shall be adjusted in the field in the presence of an Engineer. The bottom housing of a signal face shall conform to the requirements as stated in the current City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 approved edition of the MUTCD. 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 signal heads shall be approved by the City Traffic Engineer in the field. 8-20.3(14)E Signal Standards Section 8-20.3(14)E is supplemented with following: Traffic signal standards shall be fabricated in conformance with the methods and materials specified on the pre-approved plans and outlined in the Standard Specifications and these Special Provisions, Sections 9-29.6(1)B Decorative Signal Poles. All Type II and III signal standards shall have terminal cabinets and luminaire arm connection as described in 9- 29.6(1)B. While delivering the poles and arms to the job site and before they are installed, they shall be transported and stored in a manner that will not inconvenience the public or damage the surface finish. Poles shall be inspected by the Transportation Maintenance Department prior to install. Poles shall be unwrapped for visual inspection by contractor prior to inspection. Once approved poles can be installed. Extreme care shall be taken by the Contractor during installation and pole erection to avoid damage to the finish. 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 with a minimum of two full threads extending beyond the locking nut. The side of the shaft opposite the load shall be plumbed by adjusting the leveling nuts or as otherwise directed by the Engineer. Leveling nuts shall not be encased I concrete foundation. 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 the 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. Installation of all nuts and bolts shall be performed with proper sized sockets, open end or box wrenches. Use of pipe wrenches or other tools which can damage the galvanization of the nuts and bolts will not be permitted. Tools shall be of a sufficient size and strength to achieve adequate torqueing of the nut(s). All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with Standard Specifications Section 6-03.3(25)A Welding Inspection. Hardened washers shall be used with all signal arm-connecting bolts instead of lock washers. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 All signal arm AASHTO M 164 connecting bolts shall be tightened to 40 percent of proof load. Install a new ID tag on pole and in the foundation per City of Renton Standard Plan 139 (Signal Pole Foundation and Pole Identification Tag Detail). All pole shafts shall have nut covers or decorative plate over locking nuts. 8-20.3(14)F Opticom Priority Control Systems Section 8-20.3(14)F is added as follows: Emergency preemption detectors shall be installed in a drilled and tapped hole in the top of the mast arm unless otherwise shown in the Plans. They shall be tightly fitted to point in the direction shown in the plan view. Lead-in cable back to the controller shall be GTT detector 138 cable, or equivalent, and shall have no splices. All lead-in cables shall be connected to terminals in the controller cabinet as shown in the wiring diagram. The shields shall be grounded to the grounding bar. A GPS opticom antenna shall be installed on top of the luminaire pole that is closest to the signal cabinet. 8-20.3(14)G Terminal Cabinets Section 8-20.3(14)G is added as follows: 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. Terminal cabinets shall be factory finish painted to match signal pole color per Section 6-07 of these Special Provisions. 8-20.3(14)H Pedestrian Push Button Assembly Section 8-20.3(14)H is added as follows: The Contractor shall furnish and field-install complete APS type pedestrian pushbutton assemblies and signs on the signal poles and all associated equipment in the signal cabinets. 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 Engineer or Transportation Maintenance Manager. 8-20.3(15) Grout Section 8-20.3(15) is supplemented with the following: After the pole is plumbed the space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout troweled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of Portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand and will not exude moisture when so pressed. A one-half inch drain hole shall be left in the bottom of the grout pad as shown on the standard detail. 8-20.3(16) Reinstalling Salvaged Material Section 8-20.3(16) is supplemented with the following: City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Signal Standards Signal equipment and signs removed from existing signal standards shall be reinstalled on new decorative signal standards with the same mountings as existing mountings and at locations shown and noted on the Plans. Wiring shall be fully restored to new decorative signal standards so that the signal, including all reinstalled salvage equipment, is fully functional. 8-20.3(17) “As Built” Plans Section 8-20.3(17) is supplemented with the following: Upon completion of the construction and prior to the turn-on of any traffic control equipment, the Contractor shall furnish an “as-built” plans 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. 8-20.3(18) Video Detection System Section 8-20.3(18) is added as follows: The permanent video detection system shall consist of the following:  Video cameras, including camera enclosure, filter, sunshield and connector kit.  Camera mount assemblies, including extensions as specified in the Plans.  Video image processors  Remote communications module  9-inch Video Monitor, including cable  Programming devices and/or software  Remote management software  Camera lenses and lens adjustment modules  Surge Suppressor  Coaxial and power cables  All other equipment necessary for a fully operational video detection system. Cameras shall be mounted at a sufficient height to prevent occlusion from cross traffic. The Contractor shall provide the camera mounts and cable per these Specifications. The Contractor shall install the cameras and controller cabinet video camera equipment under the presence of City of Renton Transportation Maintenance Representative and the Representative will program the cameras to provide detection. The Contractor shall notify the Engineer 48 hours in advance of changes that will require reprogramming cameras. 8-20.4 Measurement Section 8-20.4 is deleted and replaced with the following: The lump sum Contract price for “Traffic Signal System, Complete – ________”, shall be full pay for construction of the complete traffic signal system. All items and labor necessary to City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 supply, install, and test the conduit, junction boxes, vehicular and pedestrian signal heads, pedestrian pushbuttons, emergency vehicle preemption, vehicle detection system, connections with existing conduit and junction boxes, mast arm mounted traffic signs, restoring facilities destroyed or damaged during construction, salvaging existing materials, and all other components necessary to make a complete traffic signal system shall be included within the lump sum measurement. This includes and is not limited to all work related to the removal of existing signal equipment, the installation of the temporary video detection system, the installation of the temporary signal system, relocation of temporary signal equipment (vehicle heads, pre-emption, pedestrian heads, pedestrian push buttons, video detection) to accommodate construction phasing throughout the project. All costs for installing signing on signal mast arms or temporary signal installations shall be incidental to the bid item(s) in this section and no additional compensation will be made. Luminaires and luminaire arms positioned on signal poles and as shown on the Traffic Signal Plans will be considered a part of the traffic signal system lump sum measurement. Removal of an existing signal system or existing signal components shall be included within the lump sum measurement. After construction is complete, it is Contractor’s responsibility to adjust, relocate, and reposition all traffic signal heads to their final position as shown on the Contract Documents, and shall be considered incidental to the lump sum measurement. All painting of components shall be considered incidental to the lump sum measurement. No specific unit of measurement shall apply, but measurement will be made for the sum total of all items to be furnished and installed. The lump sum Contract price for “RRFB System, Complete – ________”, shall be full pay for construction of the complete electrical system, as described above and as shown in the Plans, and herein specified, including excavation and backfilling, concrete foundations, poles, RRFB light bars, signs, cabinets/enclosures, junction boxes, conduit, wiring, electrical service cabinets, restoring facilities destroyed or damaged during construction, salvaging existing materials, 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 price. 8-20.5 Payment Section 8-20.4 is deleted and replaced with the following: “Traffic Signal System, Complete – NE Sunset Boulevard & Edmonds Avenue NE”, per lump sum. “RRFB System, Complete – NE Sunset Boulevard”, per lump sum. Coordination of service connections with Puget Sound Energy and any necessary permits and fees associated with the service connections shall be considered incidental to the bid items included in this section and no additional compensation will be made. All costs for installing junction boxes and conduit containing traffic signal system, illumination system, and/or RRFB system wiring shall be incidental to the bid items per this section and Section 8-20.4 and no additional compensation will be made. All costs for painting shall be incidental and included in the bid items included in this section and no additional compensation will be made. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Adjustment of junction boxes shall be incidental and included in the bid items included in this section and no additional compensation will be made. Restoration of facilities destroyed or damaged during construction shall be considered incidental to the bid items included in this section and no additional compensation will be made. 8-22 PAVEMENT MARKING 8-22.3 Construction Requirements Section 8-22.3 is supplemented with the following: (******) Contractor shall notify the Engineer and request approval of the pre-mark channelization at least 48 hours prior to placement of pavement markings. All Pavement markings on concrete intersections shall be permanent pre-formed raised diamond pattern tape which provides wet reflectivity for all-weather visibility. Thermal plastic on Asphalt shall contain elements that form highly visible markings when used with compatible binders under both day and night, dry and wet weather conditions. Temperature needs to be above 40 degrees and dry for a minimum of 48 hours before any markings can be applied. 8-22.3(6) Removing Pavement Markings Section 8-22.3(6) is supplemented with the following: (******) Existing pavement markings within the construction limits, including stop bars, traffic arrows, lane markers, and raised pavement markers shall be removed prior to overlaying the roadway surface. All conflicting channelization shall be removed as necessary by sand blasting to install temporary pavement markings or after the final channelization has been installed. 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 allowed. Damaged pavement shall be replaced at the Contractor's Section 8-22.3 is supplemented with the following new sub-section: (******) City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 8-22.3(7) Painted Curb The purpose of this section is to provide for curb painting of new curb bulbs and center islands. The locations of the painting are shown on the Plans and are intended to cover only new curbs being placed. No painting of existing curbs is anticipated. No curb painting is anticipated at the northeast corner of the McKnight location. All requirements of section 8-22 shall apply. Paint shall be applied to extruded curb, or cast in place curb and gutter, using colors identified on the Plans, at locations shown on the Plans. Paint shall be applied in such a manner as to completely cover both the vertical face of curb and top face of curb. Paint may be applied separately to the face of curb and top of curb, but must provide complete, continuous coverage of the curb from the gutter flow line to the top back of curb. For extruded curb, it is not necessary to paint the back of the curb. If the contractor elects to paint the back of the curb as a means of simplifying application, no additional payment will be made. In all cases gutter pans, sidewalks, and roadway surfaces in front of curbs shall not be painted. The flush curb at the low end of ADA ramps shall not be painted. Paint may be applied either by sprayer, brush, or roller. Sufficient control of the sprayer or masking of adjoining surfaces shall be used to prevent paint from being applied either in the gutter or on finished surfaces behind or in front of the curb. Two applications of paint will be required to complete painting of curbs. The Engineer may direct the Contractor to paint additional curbs not identified on the Plans but within the project limits. If the Engineer directs the Contractor to paint additional curbs not identified on the Plans, the additional curb painting will be performed by the Contractor at the Contract unit bid price. Nothing in this section shall be construed to override the requirements of section 1-04.6 Variation in Estimated Quantities. 8-22.4 Measurement Section 8-22.4 is modified as follows: Removal of lines, 4, 8, 18, and 20 inches in width, removal of traffic arrows, traffic letters, access parking space symbol, HOV lane symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial surveillance full and ½ markers, yield line symbol, yield ahead symbol, and speed bump symbol, and removal of crosswalk lines will be measured as lump sum. Section 8-22.5 is supplemented as follows: Shared lane symbols and bicycle detection marking will be measured per each. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 8-22.5 Payment Section 8-22.5 is supplemented as follows: “Removing Pavement Markings”, per lump sum “Plastic Bicycle Detection Marking”, per each “Plastic Shared Lane Symbol”, per each END OF DIVISION 8 City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 DIVISION 9 – MATERIALS 9-29 ILLUMINATION, SIGNAL, ELECTRICAL Section 9-29 is supplemented with the following: (******) General All bolts, nuts, washers, and other fasteners shall be stainless steel unless otherwise specified herein. Where applicable, all materials, equipment, and installation procedures shall conform to the current requirements and standards of the State of Washington Department of Labor and Industries. 9-29.1 Conduit, Innerduct, and Outerduct Section 9-29.1 is supplemented with the following: Fiber optic cable conduit shall be supplied as a system from a single manufacturer providing all of the conduit, all required fittings, termination and other installation accessories; all in accordance with the Contract Documents. The conduit PVC - non-metallic shall be of the two types indicated below: 1. Schedule 80 extra heavy wall PVC conforming to ASTM Standards, to be used in all installations under roadways. 2. Schedule 40 heavy wall PVC conforming to ASTM Standards. Add the following new section: 9-29.1(10) Conduit Sealing Conduit Sealing Cabinet conduit sealing shall be one of the following: 1. Duo-fill 400 – self expanding waterproof foam 2. Jackmoon – Triplex Duct Plugs 3. O-Z Gedney – Conduit Sealing Bushings Mechanical plugs shall be installed per manufacturer’s recommendations. 9-29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings Section 9-29.1(1) is supplemented with the following: RGS conduit fittings shall be coated with galvanizing repair paint in the same manner as conduit couplings. Electroplated fittings/couplings are not allowed. Conduit entering concrete shall be wrapped in 2 inch wide pipe wrap tape with a minimum 1 inch overlap for 12 inch on each side of the concrete face. The tape shall have a synthetic rubber adhesive with a fungus inhibitor. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Surface Mounting Conduit Attachment Components Unistrut type channel supports and fastening hardware components shall be stainless steel. Conduit clamps shall be hot-dip, galvanized steel or stainless steel, and shall be one piece, two bolt units with lock washers. The clamps shall be attached to the unistrut type channel supports on both sides of the conduit with bolts and associated hardware. The minimum distance between adjacent clamps and between the clamp and the end of the unistrut type channel supports shall be one inch. Unistrut type channel supports shall be installed with stops, which prevent clamps from sliding out of the ends. 9-29.1(10) Directional Boring Section 9-29.1(10) is added as follows: If the Contractor elects or is directed 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 Junction Boxes, Cable Vaults, and Pull Boxes 9-29.2(1) Standard Duty and Heavy-Duty Junction Boxes 9-29.2(1)A Standard Duty Junction Boxes Section 9-29.2(1)A is supplemented with the following: Junction boxes shall be reinforced concrete with galvanized steel frame anchored in place and galvanized steel cover plate with non-slip treatment. Grounding lugs shall be stainless steel and shall be mechanically and electrically bonded. Junction boxes for copper wire shall incorporate a locking lid. Junction boxes placed in the sidewalks shall have non-skid lids. Junction boxes shall be marked for use in accordance with the following schedule: System Type Legend Illumination LT Traffic Signal TS Interconnect Only ITS (August 1, 2016 WSDOT GSP) City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Concrete Junction Boxes Both the slip-resistant lid and slip-resistant frame shall be treated with Mebac#1 as manufactured by IKG industries, or SlipNOT Grade 3-coarse as manufactured by W.S. Molnar Co. Where the exposed portion of the frame is ½ inch wide or less the slip-resistant treatment may be omitted on that portion of the frame. The slip-resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment (“M1” for Mebac#1; or “S3” for SlipNOT Grade 3-coarse) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a stainless steel weld bead. Type 1 and Type 2 Junction boxes shall be as noted in the Plans and in conformance with WSDOT Standard Plan J-40.10. 9-29.2(2) Small Cable Vaults and Pull Boxes Section 9-29.2(2) is supplemented with the following: All communication vaults shall be Small Cable Vaults type per WSDOT Standard Plan J-90.21, shall be reinforced concrete with galvanized steel frame anchored in place and galvanized steel cover plate (Diamond pattern) and shall include all mounting hardware and racks as shown in the Standard Plans. Grounding lugs shall be stainless steel and shall be mechanically and electrically bonded. Slip resistant frame and lid shall be per Section 9- 29.2(1)A per these Special Provisions. 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable Section 9-29.3(1) is supplemented with the following: Fiber optic cable conduit shall be supplied as a system from a single manufacturer providing all the conduit, all required fittings, termination and other installation accessories, all in accordance with the Contract Documents. An orange trace wire shall be installed in all conduits that contain a fiber optic cable. The fiber optic cable network shall be single mode, non-zero dispersion shifted, loose tube fiber capable of supporting both SONET transmission speeds and protocols up to 2.4 GE/s, and NTSC quality color video applications. Trace wire will need to be in cable or pulled in conduit with fiber cable. Install signal controller mounted patch panels for all fiber terminating applications. Patch panels shall accept SC style connectors. The Contractor shall provide all necessary tools, consumables, cleaner, mounting hardware and other materials required for the complete installation of each patch panel. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 A wiring diagram shall be supplied with each patch panel. The wiring diagram shall identify the destination of each fiber terminated in the patch panel. The destination information shall include at a minimum, an intersection name, cabinet number, patch panel number and patch panel port. The wiring diagram shall be placed in a plastic sheet protector next to the patch panel and a copy submitted to the Project Representative with As-Built drawings. Each row of ports in the patch panels shall be labeled with the associated port numbers with the assumption that the numbers increase from top to bottom or left to right. 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. 9-29.3(2) Electrical Conductors and Cable Section 9-29.3(2) is supplemented with the following: Each wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing the circuit number shown on the Plans. The Contractor shall provide and install all the necessary wiring, fuses and fittings so as to complete the installation of the signal and lighting equipment as shown on the Plans. All materials and installation methods, except as noted otherwise herein, shall comply with applicable sections of the National Electrical Code. Communications cable shall meet REA specification PE-39 and shall have No. 19 AWG wires with 0.008 inch FPA/MPR coated aluminum shielding. The cable shall have a petroleum compound completely filling the inside of the cable. 9-29.3(2)H Three-Conductor Shielded Cable Section 9-29.3(2)H is deleted and replaced with the following: Three conductor shielded cable (3CS) for the detector circuit for optical fire preemption receivers shall be Model 138 Opticom cable. 9-29.3(2)J Cable for Vehicle Video Detection Cameras Section 9-29.3(2)J is added as follows: Video detection cable shall be Ethernet type and conform to the video detection manufacturer’s recommendations. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 9-29.6 LIGHT AND SIGNAL STANDARDS (January 10, 2022, WSDOT GSP) Section 9-29.6 is supplemented with the following: Traffic Signal Standards Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre-approved plans, or special design plans. All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with Section 6-03.3(25)A Welding Inspection. Hardened washers shall be used with all signal arm connecting bolts instead of lockwashers. All signal arm ASTM F 3125 Grade A325 connecting bolts tightening shall comply with Section 6-03.3(33). Traffic signal standard types, applicable characteristics, and foundation types are as follows: Type PPB Pedestrian push button posts shall conform to Standard Plan J-20.10 or to one of the following pre-approved plans: Fabricator Pre-Approved Drawing No. Valmont Ind., Inc. DB01165 Rev. B (4 sheets) Ameron Pole Products Division WA15TR10-1 Rev. C (1 sheet) and WA15TR10-3 Rev. B (1 sheet) Millerbernd Manufacturing, Co. 74514-WA-PED-PPB Rev J (2 sheets) Foundations shall be as noted in Standard Plan J-20.10 Type PS, Type I, Type RM, and Type FB Type PS pedestrian signal standards, Type I vehicle signal standards, Type RM ramp meter signal standards, and Type FB flashing beacon standards shall conform to Standard Plan J-20.16, J-21.15, J-21.16, and J-22.15 respectively, or to one of the following pre-approved plans: Fabricator Pre-Approved Drawing No. Valmont Ind., Inc. DB01165 Rev. B (4 sheets) Ameron Pole Products Division WA15TR10-1 Rev. C (1 sheet) and WA15TR10-2 Rev. C (1 sheet) City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Millerbernd Manufacturing, Co. 74514-WA-PED-FB Rev. H (2 sheets) Millerbernd Manufacturing Co. 74514-WA-PED-SB Rev. H (2 sheets) Foundations shall be as noted in Standard Plan J-21.10. Type II Type II signal standards are single mast arm signal standards with no luminaire arm or extension. Type II standards shall conform to one of the following pre-approved plans. Maximum arm length (in feet) and wind load (XYZ value, in cubic feet) is noted for each manufacturer. Fabricator Pre-Approved Drawing No. Max. Arm Length (ft) Max. Wind Load (XYZ) (ft3) Valmont Ind., Inc. DB00162 Rev. B (5 sheets) 65 3206 Ameron Pole Products Division WA15TR3724-1 Rev. C (sheet 1 of 2), and WA15TR3724-2 Rev. D (sheet 2 of 2) 65 2935 Millerbernd Manufacturing, Co. 74516-WA-TS-II Rev. L (4 sheets) 65 3697 Foundations shall be as noted in the Plans and Standard Plan J-26.10. Type II signal standards with two mast arms installed 90 degrees apart may use these pre- approved drawings. Standards with two arms at any other angle are Type SD and require special design. Type III Type III signal standards are single mast arm signal standards with one Type 1 (radial davit type) luminaire arm. The luminaire arm has a maximum length of 16 feet and a mounting height of 30, 35, 40, or 50 feet, as noted in the Plans. Type III standards shall conform to one of the following pre-approved plans. Maximum arm length (in feet) and wind load (XYZ value, in cubic feet) is noted for each manufacturer. Wind load limit includes a luminaire arm up to 16 feet in length. Fabricator Pre-Approved Drawing No. Max. Arm Length (ft) Max. Wind Load (XYZ) (ft3) Valmont Ind., Inc. DB00162 Rev. B (5 sheets), with Type “J” luminaire arm 65 3259 City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Ameron Pole Products Division WA15TR3724-1 Rev. C (sheet 1 of 2), and WA15TR3724-2 Rev. D (sheet 2 of 2), with Series “J” luminaire arm 65 2988 Millerbernd Manufacturing, Co. 74516-WA-TS-III-J Rev. L (5 sheets) 65 3750 Foundations shall be as noted in the Plans and Standard Plan J-26.10. Type III signal standards with two mast arms installed 90 degrees apart may use these pre- approved drawings. Standards with two arms at any other angle are Type SD and require special design. Type IV Type IV strain pole standards shall be consistent with the Plans and Standard Plan J-27.15 or one of the following pre-approved plans: Fabricator Pre-Approved Drawing No. Valmont Ind., Inc. DB01167 Rev. B (2 sheets) Ameron Pole Products Division WA15TR15 Rev. A (2 sheets) Millerbernd Manufacturing, Co. 74554-WA-SP-IV Rev. H (2 sheets) Foundations shall be as noted in the Plans and Standard Plan J-27.10. Type V Type V strain poles are combination strain pole and light standards, with Type 1 (radial davit type) luminaire arms. Luminaire rams may be up to 16 feet in length, and a mounting height of 40 or 50 feet, as noted in the Plans. Type V strain poles shall be consistent with the Plans and Standard Plan J-27.15 or one of the following pre-approved plans: Fabricator Pre-Approved Drawing No. Valmont Ind., Inc. DB01167 Rev. B (2 sheets), Ameron Pole Products Division WA15TR15 Rev. A (2 sheets) Millerbernd Manufacturing, Co. 74554-WA-SP-V Rev. J (3 sheets) Foundations shall be as noted in the Plans and Standard Plan J-27.10. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Type CCTV Type CCTV camera pole standards shall conform to Standard Plan J-29.15 or to one of the following pre-approved plans: Fabricator Pre-Approved Drawing No. Valmont Ind., Inc. DB01166 Rev. C (4 sheets) Ameron Pole Products Division WA15CCTV01 Rev. B (2 sheets) Millerbernd Manufacturing, Co. 74577-WA-LC1 Rev. H (2 sheets) Millerbernd Manufacturing, Co. 74577-WA-LC2 Rev. H (2 sheets) Millerbernd Manufacturing, Co. 74577-WA-LC3 Rev. H (3 sheets) Foundations shall be as noted in the Plans and Standard Plan J-29.10. Type SD Type SD signal standards are outside the basic requirements of any pre-defined signal standard and require special design. All special design shall be based on the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals and pre-approved plans and as follows: 1. A 115 mph wind loading shall be used. 2. The Mean Recurrence Interval shall be 1700 years. 3. Fatigue category shall be III. Complete calculations for structural design, including anchor bolt details, shall be prepared by a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural Engineering or by an individual holding valid registration in another state as a civil or structural Engineer. All shop drawings and the cover page of all calculation submittals shall carry the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. The cover page shall include the contract number, contract title, and sequential index to calculation page numbers. Two copies of the associated design calculations shall be submitted for approval along with shop drawings. Details for handholes and luminaire arm connections are available from the Bridges and Structures Office. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Foundations for Type SD standards shall be as noted in the Plans. 9-29.6(1) STEEL LIGHT AND SIGNAL STANDARDS Add the following new section: 9-29.6(1)A Decorative Signal Poles Type II and III Section 9-29.6(1)A is added as follows: Decorative Pole The decorative steel traffic signal pole shall be capable of supporting one (1) mast arm up to sixty-five (65) feet in length, or two (2) mast arms up to fifty (50) feet in length, and up to one (1) luminaire arm, and shall be complete in all respects. No welding will be allowed at the site at the time of erection. The vertical pole shaft shall be round tapered steel. Multi- sided poles are not acceptable. The pole shaft shall consist of a round smooth steel tapered pole, with adequate wall thickness to meet all design requirements. The vertical section shall be continuous taper (0.14/ft.) for the entire length without a reducing cone. The pole shaft and mast arm shall meet ASTM A595 Grade A or Grade 572 specifications, minimum yield 55 KSI. The pole shall have a base plate meeting ASTM Grade A-36 specifications welded to the pole shaft per the manufacturer’s recommendations and have four (4) holes at 90 degrees to accept the properly sized anchor bolts. The pole shall have a 4” x 6” oval handhole located 18” up from the base plate to the top of the centerline of the handhole and oriented as per detail in the Signal Pole Specifications sheet. A pressure type grounding nut shall be welded 180 degrees from the handhole opening. Four (4) galvanized steel anchor bolts (design to be supplied by pole manufacturer) conforming to ASTM F1554 GR105 specifications shall be provided for each pole complete with two (2) nuts and washers for each bolt. Pole top tenon shall be 4 ¼” OD X 11” tall with removable pole top cap. Decorative Luminaire Arm Assembly Decorative luminaire arm assembly shall be per City of Renton Std. Plan 117.3. Pole and its subassemblies shall be painted, including color, per these Special Provisions, Section 6-07.2 Materials. 9-29.6(1)B Decorative Signal Poles Type I Section 9-29.6(1)B is added as follows: Decorative Pole Decorative signal poles shall be per WSDOT Standard Plan J-21.15 and the Plans. Decorative Base The decorative base shall be constructed of cast iron and shall comprise of two (2) parts which are made in two (2) halves, resembling in design the VISCO OCT6 split base assembly. The bottom of the base is designed to be assembled around the pole base plate and has a bottom City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 dimension of 18" point-to-point. The base is octagonal in design, and the top decorative section of the base is designed to be assembled around the pole, and shall have a 6" round I.D. to match the pole, with minimal clearance between base and pole. The overall height of the base shall be 24” tall. This casting has a removable access door that is positioned to match the handhole opening in the pole. The access door is secured to the base with two (2) stainless steel tamper proof machine screws. 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 and generally have a smooth sand cast finish. Pole and its subassemblies color shall be per Section 6-07 of these Special Provisions. 9-29.6(1)C Signal Poles Type PPB Section 9-29.6(1)C is added as follows: Type PS signal poles shall be per WSDOT Standard Plan J-20.16. Pole and its subassemblies shall be painted, including color, per these Special Provisions, Section 6-07.2 Materials. 9-29.6(1)D Signal Poles Type PS Section 9-29.6(1)D is a new section: Type I signal poles shall be per WSDOT Standard Plan J-21.15. Poles and arms shall be factory galvanized, primed and finish coated as referenced in Section 6-07 of these Special Provisions. 9-29.11(2) Photoelectric Controls Section 9-29.11(2) is replaced with: The photo cell to control the system shall be mounted inside the service/contactor cabinet. The Contractor shall verify, before manufacturing, the photocell window shall not be obscured by the adjacent cabinets. Photoelectric controls shall be a plug-in device, rated to operate on 120 volts, 60 Hz. The unit shall consist of a light sensitive element connected to necessary control relays. The unit shall be so designed that a failure of any electronic component will energize the lighting circuit. The photocell shall be a solid state device with stable turn-on values in the temperature range of -55 degrees C to +70 degrees C. The photocell shall be rated as a ten-year (or higher) life expectancy. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 9-29.13 Control Cabinet Assemblies 9-29.13(6) Emergency Pre-emption Section 9-29.13(6) is replaced with the following: Immediately after a valid call has been received, the preemption controls shall cause the signals to display the required clearance intervals and subsequent preemption intervals. Preemption shall sequence as noted in the contract. Preemption equipment shall be installed so that internal wiring of the controller, as normally furnished by the manufacturer, is not altered. Termination of the pre-emption sequence shall NOT place a call on all vehicle and pedestrian phases. Pre-emption indicators, if required, shall turn on when the controller reaches the pre-empted phase. Emergency vehicle pre-emption shall be furnished as modules that plug directly into a rack wired to accept GTT Opticom discriminator type units. The pre-emption system operation shall be compatible with the 764 GTT company "Opticom" system which the City of Renton is currently using and shall be capable of being activated by the same transmitters and GPS Opticom antenna. Emergency Pre-emption Detection - Infra-Red (I.R.) Type The optical signal discriminator system shall enable an authorized vehicle to remotely control traffic control signals from a distance of up to 1800 feet (0.54 kilometers) along an unobstructed "line of sight" path or within range of the antenna if the vehicle is equipped with a GPS receiver. The system shall cause the traffic signals controller to move into an appropriate fire pre-emption program. this optical discriminator shall interface to the 562 software, for field programmability. It shall consist of the following components: 1. Optical energy detectors which shall be mounted on the traffic signal mast arms and shall receive the optical energy emitter's signal. There shall also be a GPS antenna on the signal pole located closest to the traffic signal controller cabinet and shall receive a GPS signal. 2. Discriminators which shall cause the signal controller to go into internal pre-emption which will give the authorized vehicle the right of way in the manner shown on the phase sequence diagram. 3. Pre-emption Indicator Lights. Optical Detector 1. Shall be of solid state construction. 2. Fittings shall meet the specifications of the system manufacturer to facilitate ease of installation. 3. Shall operate over an ambient temperature range of -40F to +180F (-40C to +85 C). 4. Shall have internal circuitry encapsulated in a semi-flexible compound and shall be impervious to moisture. 5. Shall respond to the optical energy impulses generated by a pulsed Xenon source with a pulse energy density of 0.8 micro joule per square meter at the detector, a rise time City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 less than one microsecond and half power point pulse width on not less than thirty microseconds. GPS Radio Unit Antenna The Opticom GPS System assists authorized vehicles through signalized intersections by providing temporary right-of-way through the use of common traffic controller functions. The GPS receiver with antenna and a 2.4 GHz spread spectrum transceiver with antenna shall be weather resistant RF energy-emitting Opticom 3100 GPS Radio Unit with installation cable per manufacturer’s recommendations. Discriminator Each module shall do the following:  Shall provide for a minimum of two channels of optical detector input.  Shall provide for a minimum of two discrete channels of optically isolated output. When a pre-emption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle clearances. The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency vehicle. When the phase selector is responding to one detector, it shall not respond to any other detector until calls from the first detector are satisfied. Indicator lights shall indicate power on, signal being received, channel called. Switches shall control system power and simulate detector calls for each phase. Phase selectors shall be able to validate both IR detectors and GPS enabled receivers. Emergency Pre-emption Detection – GPS Radio Unit Antenna Type GPS type emergency pre-emptions system shall be Opticom GPS Priority Control System and shall consists of:  The compact, weather resistant RF-energy-emitting Opticom Model 3100 GPS Radio Unit containing a GPS receiver with antenna and a 2.4 GHz spread spectrum transceiver with antenna.  The Opticom Model 764 Multimode Phase Selector - plug-in, four-channel, dual- priority, multi-mode encoded signal device (designed for use with both Opticom infrared system emitters and detectors and Opticom GPS radio/GPS intersection units). Phase selectors shall be powered from AC mains or 24 VDC and contain their own internal power supply to support Opticom infrared system detectors and Opticom GPS radio/GPS units. The radio unit shall be connected to an Opticom™ Model 764 Multimode Phase Selector via an 11-conductor radio/GPS cable. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022  Opticom Model 768 Auxiliary Interface Panel (AIP) to interconnect Opticom 764 Phase Selectors with terminals inside a traffic cabinet and twelve foot cable to connect the AIP to the Model 764 Phase Selector.  The Opticom Model 1070 GPS Installation Cable consisting of ten (5-pair) color-coded twisted conductors, a conductive shield and drain, and a black PVC jacket. This cable shall provide power to the Opticom Radio/GPS unit from the Opticom™ Phase Selector. The maximum cable distance shall be 250 feet. 9-29.13(7) Wiring Diagrams Section 9-29.13(7) is modified and supplemented by retaining the first three sentences and replacing the remainder with: The controller cabinet shall have a waterproof envelope with a side access attached to the inside of the cabinet door. The cabinet shall be furnished with (3) complete sets of cabinet prints. All cabinet wiring, and layout shall come on (1) E1 size sheet, multiple pages shall not be allowed. Upon request (1) USB memory stick with AutoCAD v2008 cabinet drawing for the cabinet wiring can be provided direct to the agency. 9-29.13(9) Radio Interference Suppressors Section 9-29.13(9) is added as follows: A Cornell-Dubiler radio interference filter NF 10801-1 30 amps or approved equal shall be used to filter the A.C. power. Additionally, all power supplies shall have noise immunity from other devices within the cabinet. 9-29.13(10) NEMA, TYPE 170E, 2070 CONTROLLERS AND CABINETS 9-29.13(10)A Auxiliary Equipment for NEMA Controllers Section 9-29.13.(10)A is revised as follows: The following auxiliary equipment shall be furnished and installed in each new cabinet for NEMA traffic-actuated controllers, or as shown on the Plans: Auxiliary Panel The cabinet shall include an auxiliary switch panel mounted to the interior side of the police panel compartment on the cabinet door. The panel shall be secured to the police panel compartment by (2) screws and shall be hinged at the bottom to allow access to the soldered side of the switches with the use of only a Phillips screwdriver. Both sides of the panel shall City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 be silkscreened. Silk-screening on the backside of the switch panel shall be upside down so that when the panel is opened for maintenance the silk-screening will be right side up. All of the switches shall be protected by a hinged see-through Plexiglas cover. At a minimum the following switches shall be included:  Controller ON/OFF Switch: There shall be a switch that renders the controller and load- switching devices electrically dead while maintaining flashing operations for purpose of changing the controller or load-switching devices. The switch shall be a general- purpose bat style toggle switch with .688-inch long bat.  Signals ON/OFF Switch: There shall be a switch that renders the field signal displays electrically dead while maintaining controller operation for purpose of monitoring controller operations. The switch shall be a general-purpose bat style toggle switch with .688-inch long bat.  Stop Time Switch: There shall be a 3-position switch labeled “Normal” (up), “Off” (center), and “On” (down). With the switch in the “Normal” position, a stop timing command shall be applied to the controller by the police flash switch or the MMU (Malfunction Management Unit). When the switch is in its “Off” position, stop timing commands shall be removed from the controller. The “On” position shall cause the controller to stop time. The switch shall be a general-purpose bat style toggle switch with .688-inch long bat. There shall be a red LED indicator light that illuminates when stop time is applied.  Technician Flash Switch: There shall be a switch that places the field signal displays in flashing operation while the controller continues to operate. This flash shall have no effect on the operation of the controller or MMU. The switch shall be a general-purpose bat style toggle switch with .688-inch long bat.  Vehicle Test Switches: All eight vehicle phase inputs shall have a 2 position (on, on) test switch. Switches shall be labeled “On” (up) and “Test” (down). With the switches in the “On” position normal operations of the vehicle detection. When in the “Test” position a constant input shall be applied to the controller. The switches shall directly input a call to the related controller vehicle phase without routing the call through the detector rack(s) when activated. These switches shall be labeled 1, 2, 3, 4, 5, 6, 7 and 8.  Pedestrian Test Switches: All eight pedestrian phase inputs shall have momentary pushbutton test switches with black caps. The switches shall directly input a call to the related controller pedestrian phase. These switches shall be labeled 1, 2, 3, 4, 5, 6, 7 and 8. Police Panel Behind the police panel door there shall be switches for use by emergency personnel. The wiring for these switches shall be accessible when the auxiliary panel is open. The following switches shall be included:  Flash Switch: There shall be a switch for the police that puts the cabinet into flashing operations. The switch shall have two positions, “Auto” (up) and “Flash” (down). The City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 “Auto” position shall allow normal signal operation. The “Flash” position shall immediately cause all signal displays to flash as programmed for emergency flash and apply stop time to the controller. When the police flash switch is returned to “Auto”, stop time shall be removed from the controller except when the MMU has commanded flash operation. The effect shall be to disable the police panel switch when the MMU has detected a malfunction and all controller and MMU indications shall be available to the technician regardless of the position of the police flash switch. The switch shall be a general-purpose bat style toggle switch with .688-inch long bat. Cables All wire cable bundles shall be encased in flex or expandable braided sleeving along their entire free length. All SDLC cables shall be terminated on both ends, securely terminated to the SDLC interface panel with screw type connection and professionally routed in the cabinet interior to easily reach the load bay, controller, malfunction management unit and detector racks. All SDLC connectors shall be fully populated with 15 pins each. Flashing Operation All cabinets shall be wired to flash for all vehicle channels. Flashing operation shall alternate between the used vehicle phases 1, 4, 5, 8, OLA, OLD, OLE & OLG and 2, 3, 6, 7, OLB, OLC, OLF & OLH. Flash programming shall be either red, yellow or no flash simply by changing wires on the front of the load-bay. Detector Racks At a minimum, the cabinet shall be wired to accommodate (32) channels of detection as follows: 1. One detector rack shall be standard size and support (16) channels of loop detection, (1) Buss Interface Unit (BIU) and (4) channel of Opticom™ preemption. This rack shall be capable of using both two channel or four channel detection devices or Opticom™ cards. 2. One detector rack shall be half width size and support (16) channels of loop detection and one (1) Buss Interface Unit (BIU). This rack shall be capable of using half width four channel detection devices. 3. The loop cabling shall be connected via a 37-pin DB connector using spring clips. The Opticom cable shall be connected via a 24-pin connector using locking latches. The power cable shall be a 6-pin connector. All power wires shall be 18AWG. The addressing of detector racks shall be accomplished via dipswitches mounted to the PCB. There shall be the capability to turn off the TS2 status to the BIU for the uses of TS1 detector equipment via dipswitches mounted to the PCB. There shall be a 34-pin connector using locking latches that breaks the output from the detector to the input of the BIU, there shall also be +24VDC and logic ground on this connector. All racks shall have space at the bottom front for labeling. All racks shall be designed for horizontal City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 stacking. Separate racks for detection and preemption are not allowed. Detection Panel The detection panel shall support (32) channels of vehicle detection, (4) channels of emergency vehicle preemption detection, (8) channels of auxiliary emergency vehicle preemption detection, (8) channels of pedestrian detection and (8) pedestrian returns on a single panel. The pedestrian call terminal block shall be (2) single row terminals. They shall be connected by removable buss bars. The loop wires shall be a 22AWG twisted pair, color coded as follows; channel one brown, channel two red, channel three orange and channel four yellow. One of the twisted pair wires of all colors shall have a white tracer and land on the second position terminal of each loop. The emergency preempt wires shall be color coded as follows; +24VDC orange, preempt inputs yellow and ground blue. This panel will be mounted on the left side of the cabinet below the bottom shelf. The panel shall also include a (19) position solid aluminum, tin plated neutral and ground buss bars with raised slotted & torque style screws heads. They shall be mounted vertically at the bottom of the panel. The Opticom and pedestrian terminal blocks shall be labeled as follows: Opticom + orange: 5A1, 5B1, 5C1, 5D1 Opticom call yellow: 5A2, 5B2, 5B3, 5B4 Opticom – blue: 5A3, 5B3, 5C3, 5D3 Pedestrian Calls: 714, 724, 734, 744, 754, 764, 774, 784 Pedestrian returns: 715, 725, 735, 745, 755, 765, 775, 785 Power Supply Interface Panel The power supply interface panel shall include terminations for all the cabinet power supply inputs and outputs. It shall have a protective plastic cover. This panel shall be mounted on the left wall of the cabinet. SDLC Panel The SDLC panel shall have (12) 15 socket DB connectors mounted to a PCB. The PCB shall be mounted to an “L” bracket for attaching to cabinet “C” channel. All SDLC cables shall attach with screw type retainers. There shall be one position with latching blocks to mate with latching spring blocks. This panel shall be mounted on the left wall of the cabinet between the shelves. Video Detection Panel The video detection interface panel shall be the single point interface for video power and coax cabling. The panel shall have (6) individual coax surge arrestor EDCO CX06-M and 1 amp circuit breaker so that individual cameras can be replaced in the field without disrupting City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 the entire video detection system. A 10 position terminal block with #8 screws, to provide termination for 120VAC and camera 120AC line. A solid aluminum tin plated neutral and ground buss bar with raised slotted & torque style screw heads shall also be mounted to this panel. Service Surge Suppression The cabinet shall be equipped with an CITEL surge protection device model DS72US-120S/G- F-ASSM mounted on the power panel. It shall be installed after the main breaker (CB1). The auxiliary breaker (CB2) shall be wired after the SPD. (1) spare modular cube for the MOV & GSG circuits shall be supplied with each cabinet. CITEL part numbers DSM70U-210 and DSM70UG-600. Power Panel The power panel shall handle all the power distribution and protection for the cabinet and shall be mounted in the bottom right side of the facility. All equipment shall be mounted on a 12” x 17” or smaller silkscreened aluminum panel and include at a minimum the following equipment: • A 40-amp main breaker shall be supplied. This breaker shall supply power via CITEL DS72US-120S/G-F-ASSM to the load bay, load switches, auxiliary panel, controller, MMU, power supply, detector racks, quad & quad ITS smart convenience outlet. • A 20-amp auxiliary breaker shall supply power to the fan, light and GFI • A 15-amp auxiliary breaker shall supply power to the ITS compartment power panel. This breaker shall have its own line in from the service cabinet & not pass through the UPS equipment or main cabinet SPD. • A 50-amp, 125 VAC radio interference line filter. • A normally open, 50-amp, solid-state relay. The relay shall have a green LED light that is on when energized. • One see-through Plexiglas cover on stand-offs to protect maintenance personnel from AC line voltages. It shall cover the top and front of the power panel. With cover on access to the neutral and ground busses is possible. It shall also cover the utility power in terminal block. The protective cover shall have a slot to access the field side of said power block with a standard screwdriver. This shall be removable by loosening screws but without removing screws. • Two (19) position solid aluminum, tin plated neutral buss bar with raised slotted & torque style screw heads. • One (19) position solid aluminum, tin plated ground buss bar with raised slotted & torque style screw heads. Fiber Optic Termination Panel The cabinet shall come with a 12-port wall mounted fiberoptic termination panel with loaded duplex single-mode SC coupler plates and splice tray. The panel shall be a Corning SPH-01P with (1) CCH-CP12-59 coupler plate. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Ethernet Switch The RUGGEDCOM is a utility-grade, fully managed Ethernet switch, providing six or eight ports of Gigabit Ethernet. Six 10/100/1000BaseTX triple speed copper ports are standard. An additional two Gigabit fiber or copper ports can be added. Provide connections to a cluster of field devices to a Gigabit Ethernet backbone. Provide two fiber optical Gigabit Ethernet ports for creating a fiber optical backbone with high noise immunity and long-haul connectivity. The Ethernet switch shall be a SIEMENS/RuggedCom model RSG910c with (2) 99-25-0100 mini SFP transceivers SM LC 1310nm, 10km distance. The Ethernet switch warrantees shall be in the name of City of Renton. The following cables and cords shall be supplied with the Ethernet switch: • Two single mode patch cords (LC to SC) • One 16-gauge 3 conductor power adapter • Four Cat6 patch cables Malfunction Management Unit (MMU) The cabinet shall come with a (MMU) that meets all the requirements of NEMA TS2-2003 while remaining downward compatible with NEMA TS1. It shall have (2) high contrast LCD displays and an internal diagnostic wizard. It shall come with a 10/100 Ethernet port. It shall come with software to run flashing yellow arrow operation. The MMU shall be an Eberle Design, Inc. (EDI) model MMU2-16LEip. Load Switch The cabinet shall come with (16) load switches. All load switches shall be discreet type and have LED indications for both the input and output side of the load. The load switches shall be PDC model SSS-87 I/O. Flasher The cabinet shall come with (1) flasher. The flasher shall be discrete type and have LED indications. The flasher shall be PDC model SSF-87. Flasher Transfer Relay The cabinet shall come with (8) heavy duty flash transfer relays. The relays shall be Detrol Controls model 295. Bus Interface Unit (BIU) The cabinet shall come with (4) bus interface units (BIU). These shall meet all the requirements of NEMA TS-2 1988 standards. In addition, all BIUs shall provide separate front panel indicator LED’s for DC power status and SDLC Port 1 transmit and receive status. The (BIU)’s shall be Eberle Design, Inc. (EDI) model BIU-700. Power Supply (PS) City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 The cabinet shall come with a shelf mounted cabinet power supply meeting at minimum TS 2-2003 standards. It shall be a heavy-duty device that provides +12VDC at 5 Amps / +24VDC at 2 Amps / 12VAC at .25 Amp, and line frequency reference at 50 mA. The power supply shall provide a separate front panel indicator LED for each of the four outputs. Front panel banana jack test points for 24VDC and logic ground shall also be provided. The power supply shall provide 5A of power and be able to cover the load of four (4) complete detector racks. The (PS) shall be Eberle Design, Inc. (EDI) model PS250. Detection Processor Detection processors shall be provided for each video/radar multi-sensor devices in the intersection. These shall be 2-channel processors that accept (NTSC) or (PAL) signals from an external video source via BNC type connectors located on the front of the processing unit. The sensor input shall also facilitate the data from the radar sensor. An LED indicator shall be provided to indicate the presence of the sensor signal. The LED shall illuminate upon valid sensor synchronization and turn off when the presence of a valid sensor signal is removed. One video output shall be provided. The real time video output shall have the capability to show text and graphical overlays to aid in system setup. The overlays shall display real-time actuation of detection zones upon vehicle detection or presence. Four (4) open collector outputs shall be provided. Additionally, the detection processor shall allow the use of extension modules to provide up to 24 open collector contact closures per camera input. Each open collector output shall be capable of sinking 30 mA at 24 VDC. Open collector outputs will be used for vehicle detection indicators as well as discrete outputs for alarm conditions. The system shall be capable of automatically detecting a low-visibility condition such as fog and respond by placing all effected detection zones in a constant call mode. A user-selected alarm output shall be active during the low-visibility condition that can be used to modify the controller operation if connected to the appropriate controller input modifier. The system shall automatically revert to normal detection mode when the low-visibility condition no longer exists. Placement of detection zones shall be done by using only a pointing device, and a graphical interface built into the processor and displayed on a video monitor, to draw the detection zones on the video image from each video camera. No separate computer shall be required to program the detection zones. Up to six video detection zones per sensor input shall have the capability to count the number of vehicles detected. The zone shall also have the capability to calculate and store average speed and lane occupancy at bin intervals. One radar sensor zone shall also count vehicles, calculate, and store the average speed and lane occupancy across the approach. In addition to the count type zone, the processor shall be able to calculate and/or acquire average speed and lane occupancy using both video and radar sensors. The processor shall support bicycle type zones where the zone can differentiate between City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 motorized vehicles and bicycles, producing a call for one but not the other. Bicycle zone types shall only output when a bicycle is detected. Larger motorized vehicles such as cars and trucks that traverse a bicycle zone shall not provide an output. Bicycle zones shall have the ability to have extensions assigned to individual bicycle zones for applications where the traffic controller does not have bicycle specific detection inputs. The DP shall provide the ability to assign a separate output channel for bicycle zones to allow traffic controllers to implement special bicycle timing for applications where the traffic controller has separate bicycle detection inputs. The detection processors shall be an Iteris model EDGE2-2N-PAK. Remote Communication Module A rack mount remote communications module shall be provided that allows for remote viewing and management of detection processor programming zone information via Ethernet communications. The module shall use MPEG4 or H.264 compression achieving frames rates up to 30 frames per second. The video input shall be via (4) BNC connectors with a DB15 spider cable. There shall be (4) RJ45 connectors for connection to extension modules, and (1) RJ45 connector with 10/100TX connection for IP communications. The remote communications module shall be an Iteris model EDGECONNECT-PAK. Opticom The cabinet shall come with (1) 4-channel rack mounted Opticom™ phase selector. This device shall be capable of receiving encoded signals from Opticom series 700 emitters and detectors. The Opticom™ phase selectors shall be Global Traffic Technologies model 764. UPS System The cabinet shall come with a complete uninterruptable power system (UPS) which shall include at a minimum a UPS invertor module with SNMP adapter, automatic transfer switch assembly, batteries, battery cables and a remote battery management system. All other auxiliary equipment for a complete functioning UPS system shall be included. UPS Module The cabinet shall come with (1) FXM 1100W uninterruptible power supply invertor that supplies clean reliable power control and management. It shall have Automatic Voltage Regulation (AVR), an Ethernet SNMP interface and a control and power connection panel that is rotatable for viewing in any vertical or horizontal orientation. It shall have nominal dimensions of 5.22” x 15.5” x 8.75” and come with mounting brackets. The UPS module shall be an Alpha model 017-201-23. UATS/UGTS Assembly The cabinet shall come with (1) universal automatic transfer switch and universal generator transfer switch connected between the UPS module and the batteries. It shall have surge City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 protection, have dimensions of 3.25” x 15.5” x 6.00” and come with mounting brackets. The ATS module shall be an Alpha model 020-168-25. UPS Batteries The cabinet shall come with (4) high performance silver alloy sealed valve regulated lead acid AlphaCell™ XTV Gel Cell batteries with 112Ah runtime. The UPS batteries shall be Alpha model 240XTV. UPS Battery Harnesses The cabinet shall come with (1) battery cable (10) foot long wired for (4) batteries. The battery harness shall be Alpha model 740-628-32. Battery Management System The cabinet shall come with a Remote Battery Monitoring System (RBMS)™ battery charge management system which extends battery operational life. It shall have (4) BS3B01204-EQ sensors for (4) battery systems and shall be an Alpha model 0370260-002. UPS Operation LED The cabinet shall have an externally mounted 24V blue LED lamp which will indicate to City of Renton personnel when the intersection is under UPS control. The LED needs to be supplied with the cabinet but will be installed by City of Renton personnel. The LED shall be a Noark model EX9IL2D6. 9-29.13(10)C NEMA CONTROLLER CABINETS Section 9-29.13(10)C is supplemented with the following: The standard traffic signal controller cabinet shall be a NEMA TS2 – Type 1, Western Systems ITSP+2515509990, with all auxiliary equipment installed. The traffic signal cabinet(s) built to NEMA TS2 – Type 1 P+ standards shall be supplied in compliance with Section 9-29.13, Control Cabinet Assemblies of the Standard Specifications and modified as stated herein: Cabinet Minimum Requirements The cabinet shall be completely wired and tested to the 2003 NEMA Traffic Controller Assemblies specification with NTCIP Requirements Version 02.06 (as amended here in). In addition, and at a minimum, the following requirements shall be met:  City of Renton traffic signal cabinet specification shall supersede any applicable parts of the State of Washington, Department of Transportation Standard Specifications and Standard Plans. This specification shall apply to all controller cabinet types with noted exceptions.  All items not covered by these specifications shall conform to State of Washington, Department of Transportation Standard Specifications and Standard Plans. Traffic signal cabinets shall also comply with NEMA specifications where applicable. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 The controller cabinet shall be furnished and installed by the contractor. The controller cabinet shall be equipped with all auxiliary equipment and plug-ins required to operate 8 vehicle phases, 4 pedestrian phases and 4 overlap phases (NEMA TS-2, Type 1). Solid state switching devices shall conform to the provisions in Section Solid State Switching Devices," of these Special Provisions and the following:  The cabinet manufacturer shall have pre-approval by the City of Renton, prior to bid letting, on any cabinet that they propose to provide to the City. Said pre-approval shall have been obtained no less than 60 days prior to the closing date of the bid.  The cabinet shall be designed for 16 channel operation where each load switch socket can be configured for a vehicle phase, pedestrian phase or overlap operation. These load switch sockets shall be configured in this manner without rewiring the back side of the load-bay. BIU load switch drivers 1-16 shall be wired to their appropriate load switch sockets via a terminal block located on the front side of the load bay, to allow voltage inputs to the load switch sockets to be checked without lowering the load bay.  The cabinet shall be wired for a minimum of (32) channels of detection and (4) channels of Opticom™ preemption.  The use of PC boards shall not be allowed except in detector racks, SDLC interface panels or BIU cages.  The use of plug and play modules shall not be allowed, except in detector rack(s).  The cabinet shall be wired to provide a 55-pin “A” connector.  All cabinet 120VAC wires shall be 18AWG or greater, including controller “A” and MMU “A & B” cables.  The complete cabinet assembly with electronics shall undergo complete input/output function testing by the manufacturer before being released to the City of Renton.  The wired cabinet facility shall use the latest technology applicable and shall be 100% compliant with Section 1605 of the American Recovery and Reinvestment Act of 2009, requiring the use of American iron, steel and manufactured goods.  The cabinet assembly shall be completely manufactured in the United States of America. Cabinet Enclosure At a minimum the cabinets shall meet the following criteria: 1. It shall have nominal dimensions of 70” height x 44” width x 25.5” depth and meet the footprint dimensions as specified in Section 7.3, table 7-1 of NEMA TS2 standards for a Type P cabinet. The cabinet base shall have continuously welded interior mounting reinforcement plates with the same anchor bolt hole pattern as the footprint dimensions. 2. Shall be fabricated from 5052-H32 0.125-inch thick aluminum. 3. The cabinet shall be double-flanged where it meets the cabinet door. 4. The top of the cabinet shall be sloped 1” towards the rear to facilitate water runoff. And shall bend at a 90° angle at the front of the cabinet. Lesser slope angles are not allowed. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 5. The inside of the cabinet shall have (3) separate compartments: A. The main compartment shall be accessible from the front door and shall house the cabinet load facilities and electronics. B. The UPS compartment shall be accessible from the side door and shall contain the UPS system batteries. The UPS inverter and transfer switch assemblies shall be mounted in the UPS compartment but shall be accessible when the main compartment door is open. C. The ITS compartment shall be accessible from the upper front door and shall house ITS equipment, TSP equipment or third-party equipment that is part of the transportation network but not part of the traffic signal operations. 6. The inside of the cabinet shall utilize C channel rails. (2) channels welded on the back wall on 25” center and (4) channels welded on each side wall on 08” center with a 02” gap between sets. The C channel rails on the back wall shall be 48” in length and start 05” from the bottom of the cabinet interior. The C channel rails on the side walls shall be 48” in length and start 05” from the bottom of the cabinet interior. Adjustable rails are not allowed. 7. The Cabinet shall be supplied with the following finishes; the interior natural mill finish. The exterior natural mill finish. 8. All external fasteners shall be stainless steel. Pop rivets shall not be allowed on any external surface. 9. The front door handle shall be ¾” round stock stainless steel bar. The side door shall use a recessed hexagonal socket in lieu of a door handle. All door handle mechanisms shall be interchangeable and field replaceable. 10. The main (front) door shall contain a police door with a conventional police lock. The main door lock shall be a Best™ CX series green core lock with a deadbolt. The police door shall be recessed so that it is flush with the main door. Closed-cell neoprene gasket material shall be bonded to the enclosure door. The gasket shall cover all areas where the door contacts the double flanged cabinet housing exterior and be thick enough to provide a watertight seal. A stiffener plate shall be welded across the width of the inside of the main door to prevent flexing. A bar stop shall be provided that provides a two-position, three-point stop accommodating open-angles of 90º, 125º, and 150º. A louvered air entrance located at the bottom of the main door shall satisfy NEMA rod entry test requirements for 3R ventilated enclosures. Bearing rollers shall be applied to ends of door latches to discourage metal-on-metal surfaces from rubbing. The lock assembly shall be positioned so handle does not cause interference with key when opening the door. 11. The UPS (side) door shall be one-piece construction without any recessed compartments. The side door lock shall be a Best™ CX series green core lock with a deadbolt. Closed-cell neoprene gasket material shall be bonded to the enclosure door. The gasket shall cover all areas where the door contacts the double flanged cabinet housing exterior and be thick enough to provide a watertight seal. A bar stop shall be provided that provides a two-position, three-point stop accommodating open-angles of 80º, 100º, and 120º. A louvered air entrance located at the bottom of the side door City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 shall satisfy NEMA rod entry test requirements for 3R ventilated enclosures. Bearing rollers shall be applied to ends of door latches to discourage metal-on-metal surfaces from rubbing. Lock assembly shall be positioned so handle does not cause interference with key when opening the door. 12. The ITS (upper front) door shall be one-piece construction without any recessed compartments. The ITS lock shall be a Best™ CX series green core lock with a tapered bolt and shall accept the same key as the main door. Closed-cell neoprene gasket material shall be bonded to the enclosure door. The gasket shall cover all areas where the door contacts the double flanged cabinet housing exterior and be thick enough to provide a watertight seal. A bar stop shall be provided that provides a two-position, three-point stop accommodating open-angles of 90º, 125º, and 150º Closed-cell, neoprene gaskets shall be bonded to the inside of the cabinet doors. The gaskets shall cover all areas where the doors contact the double flanged cabinet housing exterior and be thick enough to provide a watertight seal. 13. A key shall be provided for each cabinet lock. 14. The cabinet shall be equipped with a universal lock brackets capable of accepting Best™ CX style lock or Corbin #2 tumbler series locks and cyberlock CL-SF03 cores. 6 cyberlock keys shall be provided to the city maintenance shop along with a usb station, cyber audit web, 6 wall chargers and cleaning brush. 15. The cabinet shall be supplied with one (1) door switch which controls the cabinet interior lighting circuits. 16. All exterior seams shall be manufactured with a neatly formed continuously weld construction. The weld for the police door shall be done on the inside of the cabinet door. All welds shall be free from burrs, cracks, blowholes or other irregularities. 17. The fan baffle panel seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. 18. The cabinet shall be UL listed. 19. The cabinet shall come with lifting ears affixed to the upper exterior of the cabinet. These ears shall utilize only one bolt for easy reorientation. (The cabinet lifting ears shall not be used when UPS batteries are installed). 20. The cabinet shall come with two (2) dual-ply Dustlock™ Media polyester, disposable air filters; and the filter performance shall conform to listed UL 900 Class 2 and conform to MERV-8 & ASHRAE Standard 52.2-1999. The filter element shall be secured to louvered entrance on the main and UPS doors with a metal filter cover. The filter and metal cover shall be secured to entrance on main and UPS doors by two (2) horizontally-mounted restraints. 21. All cabinet doors shall be mounted with a single continuous stainless steel piano hinge that runs the length of the door. The hinge shall be attached via stainless steel tamper resistant bolts. 22. All steel incorporated in the cabinet shell shall be manufactured in the United States of America. 23. The cabinet enclosure shall be an ITSP+ style Western Systems Part # 3017500080. 24. The cabinet top level wiring/assembly shall be Western Systems Part # 2515509990. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Labels A permanent printed thermo vinyl, engraved or silk screened label shall be provided for all terminals and sockets. Labels shall be legible and shall not be obstructed by cabinet wiring, panels or cables. All labels shall conform to the designations on the cabinet wiring prints. Shelves Cabinet shall come with two (2) 33.25” double beveled shelves 10” deep that are reinforced welded with V channel, fabricated from 5052-H32 0.125-inch thick aluminum with double flanged edges rolled front to back. Slotted hole shall be inserted every 7” for the purpose of tying off wire bundles. The UPS compartment shall come with (4) shelves designed to hold batteries and capable of supporting 75lbs each. Cabinet Layout The shelves shall be populated as follows:  The controller and power supply shall be placed on the bottom shelf. The two (2) detector racks and malfunction management unit shall be placed on the top shelf.  The roll out drawer shall be mounted under the bottom shelf just left of center.  Load bay shall be mounted on the back wall with 5” of clearance to the bottom of the cabinet.  The detector panel for all field inputs shall be located on the lower left wall.  The 120VAC video power panel shall be mounted on the left wall above the detector panel.  The load resistor panel shall be mounted on the lower left wall under the bottom shelf.  The quad 120VAC convenience outlet shall be mounted on the left wall, near the top shelf.  The quad 120VAC ITS smart convenience outlet shall be mounted on the right wall, near the top shelf.  The SDLC and power supply interface panels shall be located on the left wall between the shelves.  The power panel shall be located on the lower right wall.  The Ethernet switch din-rail bracket shall be mounted on the right wall, between the shelves on the back “C” channel rail set. Ventilating Fans The cabinet shall be provided with two (2) finger safe fan mounted on the right and left sides of the cabinet plenum. The fans shall be thermostatically controlled separately (adjustable between 4-176° Fahrenheit). Each fan shall have its own circuit consisting of the following components. The safe touch thermostat, fuse holder and power terminal block(s). These items shall be din rail mounted on right and left side of cabinet plenum. Each fan shall be on separate independent circuit and capable of continued independent operation. Computer Shelf City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 A slide-out computer shelf 16” length by 12” width by 2” depth shall be installed below the middle shelf underneath the controller. The shelf shall be mounted just right of center so that controller cables will not interfere with the operation of the shelf when equipment is installed. The shelf shall have a hinged cover that opens from the front and shall be powder-coated black. It shall be a General Devices Part # VC4080-99-1168. The door when fully extended shall hold up to 50lbs. Main Panel Configuration (Load-Bay) The design of the panel shall conform to NEMA TS2 Section 5, Terminals and Facilities, unless modified herein. This panel shall be the termination point for the controller unit (CU) MSA, (MMU) MSA & B cables, bus interface units 1 & 2 (BIU) and field terminal facilities. The terminal and facilities layout shall be arranged in a manner that allows all equipment in the cabinet and all screw terminals to be readily accessible by maintenance personnel. The load-bay shall be fully wired and meet the following requirements: • The load-bay shall have the following dimensions; constructed from aluminum with a nominal thickness of 0.125”, a maximum height of 24” and maximum width of 28.5”. The field terminals width shall be 31.5” including attached wiring bundles. • The entire assembly shall roll down and provide access to all of the back of panel wiring. All solder terminals shall be accessible when the load-bay is rolled down. The assembly shall be able to roll down without requiring other components, cables or switches to be removed. • The load-bay shall be designed so that all other cabinet screw terminals are accessible without removing cabinet electronics. • All the controller (CU) and malfunction management (MMU) cables shall be routed through the back of the load-bay so that they will not be subject to damage during load-bay roll down. • The top of the load-bay panel shall attach directly to “C” channel rails and detach without the use of tools or loose hardware for roll down purposes. • The load-bay shall be balanced such that it will not roll down when the top of the load bay is detached from the “C” channel, even when fully loaded with BIUs, load switches, flasher and flash transfer relays. • The load-bay facility shall be wired for 16 channels. Load switches 1-8 shall be vehicle phases 1-8; load switches 9-16 shall be overlaps A, B, C, D, E, F, G & H. Overlaps A, B, C & D shall be pedestrian phases 2, 4, 6 & 8. Load switches 1-16 shall be routed through a flash transfer relay. • (16) Load switch sockets in two rows of (8) spaced on 2” center per NEMA TS2 section 5.3.1.2, figure 5-2. • (8) Flash transfer relay sockets. • (1) Flasher socket. • All load switches and flasher shall be supported by a bracket extending at least ½ the length of the load switch. • (2) Bus interface unit rack slots for BIU’s 1 and 2. The main panel BIU racks shall be City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 left of the load switches, placed vertically with BIU 1 above BIU 2. Both BIU racks shall have the BIU stop brackets. • BIU socket wire connections to the PCB shall be via (2) 34 pin connectors with locking latches. • All BIU wiring shall be soldered to backside of a screw terminal. All BIU functions shall be accessible from a screw terminal. • Wiring for one Type-16 MMU. All MMU wiring shall be soldered to backside of a screw terminal. All MMU functions shall be accessible from a screw terminal. • All 24 VDC relays shall have the same base socket, but it shall be different from the 120VAC relays. • All 120VAC relays shall have the same base socket, but it shall be different from the 24VDC relays. (not applicable to flash transfer relays) • The cabinet shall have a relay that drops +24VDC to the load switches when the cabinet is in flash. • load bay shall have terminals to access the flash circuits 1 and 2. • The load-bay shall be silkscreened on both sides. Silkscreen shall be numbers and functions on the front side, and numbers only on the back side. The back side shall have labels upside down, so when load bay is rolled down labels will be oriented correctly for maintenance or service personnel. • The field terminals shall be labeled with 300 series numbers for load-bay wiring purposes, and 600 & 700 series numbers for termination of field wiring.  Channel Wiring chart:  Red: 611, 621, 631, 641, 651, 661, 671, 681, 7E1, 7F1, 7G1, 7H1, 6A1, 6B1, 6C1, 6D1  Yellow: 612, 622, 632, 642, 652, 662, 672, 682, 7E2, 7F2, 7G2, 7H2, 6A2. 6B2, 6C2, 6D2  Green: 613, 623, 633, 643, 653, 663, 673, 683, 7E3, 7F3, 7G3, 7H3, 6A3, 6B3, 6C3, 6D3  The Don’t Walk, Ped Clearance and Walk indications shall utilize OLE thru OVG field numbers. • Field wiring terminations shall be per channel across the bottom of the load-bay. Each channel shall have 3 terminations corresponding to the appropriate vehicle phase Red, Yellow and Green. Default wiring shall be left to right vehicle phases 1-8, pedestrian phases 2, 4, 6 & 8 (overlap channels E, F, G & H) and overlap channels A, B, C & D following the order of the load switches. Field terminals shall be #10 screw terminal and be rated for 600V. • All cable wires shall be terminated. No tie-off of unused terminals will be allowed. • Shall be 100% manufactured in the United States of America All wiring shall conform to NEMA TS2 Section 5.2.5 and table 5-1. Conductors shall conform to military specification MIL-W-16878D, Electrical insulated high heat wire, type B. Conductors #14 or larger shall be permitted to be UL type THHN. Main panel wiring shall conform to the following colors and minimum wire sizes: City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Vehicle green load switch output 14 gauge brown Vehicle yellow load switch output 14 gauge yellow Vehicle red load switch output 14 gauge red Pedestrian Don’t Walk switch 14 gauge orange Pedestrian Walk switch 14 gauge blue Pedestrian Clearance load switch 14 gauge yellow Vehicle green load switch input 22 gauge brown Vehicle yellow load switch input 22 gauge yellow Vehicle red load switch input 22 gauge red Pedestrian Don’t Walk input 22 gauge orange Pedestrian Walk input 22 gauge blue Pedestrian Clearance input 22 gauge yellow Logic Ground 18 gauge white with red tracer +24V DC 18 gauge red with white tracer +12V DC 18 gauge pink AC+ Line 14 gauge black AC- Line 14 gauge white Earth Ground 16 gauge green AC line (load bay) 12/14 gauge black AC neutral (load bay) 12/14 gauge white Controller A cables 22 gauge blue with the exception of power wires (AC+ Black, AC- White & Earth Ground Green) These wires shall be 18AWG MMU A & B cables 22 gauge orange with the exception of power wires (AC+ Black, AC- White & Earth Ground Green Start Delay Relay Common Black, Normally open Black & Normally Closed Black) These wires shall be 18AWG Four conductors will supply alternating current (AC) power to the load switch sockets. The load switch sockets shall be supplied 1-4, 5-8, 9-12 & 13-16 by each conductor. The field terminal blocks shall have a screw Type No. 10 post capable of accepting no less than 3 No. 12 AWG wires fitted with spade connectors. Four (4) 12-position terminal blocks shall be provided in a single row across the bottom of the main panel. Spade lugs from internal cabinet wiring are not allowed on field terminal screws. There shall be a second row of four (4) 12-position terminal blocks with screw type #10 above the field terminal blocks. These blocks shall operate the flash program. It shall be changeable from the front of the load-bay. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 The power terminal blocks shall have a screw Type No. 10 post capable of accepting no less than 3 No. 12 AWG wires fitted with spade connectors. One (1) 12-position terminal block and one (1) 6-position terminal block shall be provided vertically on the right side of the load bay. The placement of the power terminal block on any other panel shall not be allowed. All load switches, flasher, and flash transfer relay sockets shall be marked and mounted with screws. Rivets and clip-mounting is unacceptable. Wire size 16 AWG or smaller at solder joints shall be hooked or looped around the eyelet or terminal block post prior to soldering to ensure circuit integrity. All wires shall have lugs or terminal fittings when not soldered. Lap joint/tack on soldering is not acceptable. All soldered connections shall be made with 60/40 solder and non-corrosive, non-conductive flux. All wiring shall be run neatly and shall use mechanical clamps and conductors shall not be spliced between terminations. Cables shall be sleeved in braided nylon mesh and wires shall not be exposed. Load-Bay and Panel Wire Termination All wires terminated behind the main panel or on the back side of other panels shall be SOLDERED. No pressure or solder-less connectors shall be used. Printed circuit boards shall only be used on the load bay where connecting to the bus interface units (BIU). Cabinet Light Assembly The cabinet shall have three (3) LED lighting fixtures with 15 high power LEDs. LEDs shall use a cool white color emitting 300Im min @ 12VDC/750mA. The LED shall be a Rodeo Electronics TS-LED-05M02. The LED fixture shall be powered by a Mean Well class 2 power supply LPV-35-12 that shall be mounted on the inside top of the cabinet’s main compartment, near the front edge. The cabinet light circuit shall be designed so all three LED fixture can be installed in the cabinet without the need a of a second power supply. The LEDs shall be attached in the cabinets upper compartment, main compartment, near the front edge & under the cabinet drawer so that it remains stationary when drawer is extended. An on/off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the lighting fixture(s) power supply. Convenience Outlet The cabinet shall be wired with one (1) convenience outlet with a ground fault interrupter (GFI), one (1) quad convenience outlet without ground fault interrupters and one (1) quad ITS smart convenience outlet without ground fault interrupters. The ground fault outlet (GFI) shall be mounted on the right side of the cabinet on or near the power panel. The quad convenience outlet shall be mounted on the left side near the top shelf. The quad ITS smart convenience outlet shall be mounted on the right side near the top shelf. No outlets shall be mounted on the door. The GFI power shall be fed through the auxiliary breaker (CB2). The quad & quad ITS smart convenience outlets shall be fed through the main breaker (CB1). City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 9-29.15 FLASHING BEACON CONTROL (January 7, 2019, WSDOT GSP, Option 1) Section 9-29.15 is supplemented with the following: Rapid Flashing Beacons Rapid Flashing Beacon (RFB) indications shall comply with the dimensional, operational, and flash pattern requirements of Federal Highway Administration (FHWA) Interim Approval 21 (IA-21, Conditions 4, 5, and 6, excluding Condition 5f; https://mutcd.fhwa.dot.gov/resources/interim_approval/ia21/index.htm). RFB systems shall be capable of providing, at a minimum, the following two-channel flashing patterns: 1. NEMA Standard 50-50: • Channel one is ON and channel two is OFF for 0.5 seconds. • Channel one is OFF and channel two is ON for 0.5 seconds. (Cycle repeats; the total flashing pattern cycle length is 1.00 second.) 2. RFB “WW+S” Pattern (IA-21 Condition 5b): • Channel one is ON and channel two is OFF for 0.05 seconds. • Both channels are OFF for 0.05 seconds. • Channel one is OFF and channel two is ON for 0.05 seconds. • Both channels are OFF for 0.05 seconds. • Channel one is ON and channel two is OFF for 0.05 seconds. • Both channels are OFF for 0.05 seconds. • Channel one is OFF and channel two is ON for 0.05 seconds. • Both channels are OFF for 0.05 seconds. • Both channels are ON for 0.05 seconds. • Both channels are OFF for 0.05 seconds. • Both channels are ON for 0.05 seconds. • Both channels are OFF for 0.25 seconds. (Cycle repeats; the total flashing pattern cycle length is 0.80 seconds.) The flashing pattern shall be user-selectable in the field. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 RFB system pushbuttons shall include a locator tone, but shall not include tactile arrows, speech messages, or vibrotactile indications. RFB system pushbuttons may include speech message and vibrotactile functionality, provided these features can be deactivated. RFB system pushbuttons shall use a 9” x 12” R10-25 sign. The R10-25 sign may include integral yellow warning lights. 9-29.16 VEHICULAR SIGNAL HEADS, DISPLAYS, AND HOUSING 9-29.16(2) Conventional Traffic Signal Heads Section 9-29.16(2) is supplemented by adding the following: Vehicular signal heads shall be by McCain, 12 inch lens sizes unless shown otherwise on the signal Plans. Each signal head shall have a 1/4 inch drain hole in its base. Signal heads shall be mounted on the mast arm such that the red indicators lie in the same plane and such that the bottom of the housing including a back plate of a signal head shall not be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. 9-29.16(2)A Optical Units Section 9-29.16(2)A has been revised as follows: GE Light Emitting Diode (LED) light sources are required for all displays. 9-29.16(2)B Signal Housing The fifth paragraph of Section 9-29.16(2)B has been revised as follows: Each lens shall be protected with a removable visor. The visor shall be tunnel type unless noted otherwise in the contract. Tunnel, cap, and cut away type visors shall be made of aluminum throughout. Visors shall be flat black in color inside and shall be yellow baked enamel on the outside. Visors shall have attaching ears for installation to the housing door. The signal display shall have square doors. End caps shall be made from aluminum and shall be installed with fittings to provide a watertight seal. A bead of silicone sealant shall be applied around the perimeter of all top end cap openings prior to installation of the end cap assembly. Plastic end caps shall utilize a threaded stud with seal and wing nut. End caps shall have the same color as the signal housing. Modular Signal Sections:  Each Section shall be 13.5” wide by 13.5” tall and 7.0” deep with 2.0” hole top and bottom that fits 1.5” NPT fittings. Top and bottom of modular signal sections shall not be curved in shape.  Shall include 72-tooth serrated boss and reinforcing ribs, top and bottom  Shall include Brass threaded inserts for visor attachment (4)  Housings shall have a cast boss for mounting a 5 or 6-position terminal block; one side of terminal block with fast-on terminals, the other side with screw terminals  The words red, amber, and green shall be cast next to each boss to identify light source City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 lead wires  5 or 6-position terminal block shall be installed in center section (1) (alternate mounting is available)  Shall include stainless steel door roll pins and eye bolt/wing nut assemblies  Shall include integral lugs on the housing and doors with stainless steel roll pins provide effective door hinges  Shall include weathertight E.P.D.M. rubber door gasket  Shall be capable of supporting visors, back plates, and various mounting hardware 9-29.16(2)C Louvered Visors Section 9-29.16(2)C has been revised as follows: Where noted in the Contract, louvered tunnel visors shall be furnished and installed. Directional louvers shall be constructed to have a snug fit in the signal visor. The outside cylinder shall be constructed of aluminum, and the louvers shall be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the contract. 9-29.16(2)D Back Plates Section 9-29.16(2)d has been deleted and replaced with: Back plates shall be furnished and attached to the signal heads. Back plates shall be 3-S half-hard aluminum sheet, 0.058-inch minimum thickness, with 5-inch square cut border and painted black in front and yellow in back. Back plates shall have 1” reflective yellow tape border. 9-29.16(2)E Painting Signal Heads Section 9-29.16(2)E has been revised as follows: Traffic signal heads (vehicle and pedestrian) shall be finished with two coats of factory applied traffic signal federal yellow baked enamel or shall be finished with a traffic signal federal yellow oven baked powder coating comprised of resins and pigments. Aluminum end caps and the back of back plates shall be painted to match the color of the signal housing. The inside of visors, front of back plates, and louvers shall be finished with two coats of factory applied flat black enamel. 9-29.17 Signal Head Mounting Brackets and Fittings Section 9-29.17 is replaced as follows: Mounting hardware will provide for a rigid connection between the signal head and mast arm. All mounting hardware will be of the top-mount plumbizer type as shown on the standard Plans, unless specified otherwise on the Plans. Vehicle and pedestrian signal head mountings shall be as detailed in the Standard Plans. Material requirements for signal head mounts are as follows: Aluminum 1. Arms and slotted tube fittings for Type N mount (temporary signals only). City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 2. Tube clamp and female clamp assembly for Type N mount. Bronze 1. Terminal compartments for Type A, B, C, F, H, and K mounts. 2. Collars for Type C, D, and F mounts. 3. Ell fittings for Type L and LE mounts. 4. Messenger hanger and wire entrance fittings for Type P, Q, R, and S mounts. 5. Balance adjuster for Type Q, R, and S mounts. Galvanized Steel 1. Washers for Type A, B, C, D, F, H, and K mounts. 2. Fasteners for Type A, B, E, H, and K mounts. Stainless Steel 1. All set screws and cotter Keys. 2. Bands for Type N mount. 3. Bolt, nut and washers for Type L mount. 4. Bolts, nuts, washers, and screw buckle swivels. Steel 1. Center pipes, nipples, elbow and tee fittings for Type A, B, C, F, H, and K mounts. 2. Nipples for Type L, LE, and P mounts. All other miscellaneous hardware shall be stainless steel. All hardware for mounts shall be painted with two coats of factory applied traffic signal federal yellow baked enamel. Pins for messenger hanger fittings shall be a minimum of 1 /2 inch in diameter. Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12 section terminal block. All hardware for mounts shall be painted with two coats of factory applied traffic signal Federal yellow baked enamel. 9-29.18 Vehicle Detector 9-29.18(3) Video Detection System Section 9-29.18(3) is a new section: Vehicle Detection System: The multi-sensor system shall utilize two different sensors of different technologies, video imaging and radar, to detect and track licensed and unlicensed vehicles at distances over 500 feet (152 meters). The sensor system shall fuse vehicle information from the two sensors to City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 provide highly accurate and precise detection for simultaneous stop bar presence detection, advanced detection, and special or advanced applications. The multi-sensor system shall use a primary detector rack mounted processor to interface with the traffic control cabinet. The module shall process information from both video imaging and radar sensors simultaneously in real-time. The multi-sensor detection system shall consist of a hybrid video camera/radar sensor, detection processors (DP) capable of processing from one to two sensors, output extension modules, surge suppressors, a setup tool, a monitor, and a pointing device. The system shall include software that detects vehicles in multiple lanes. Video imaging detection zones shall be defined using only an on-board video menu, a monitor, and a pointing device to place the zones on a video image. Up to 24 video detection zones per camera view shall be available. Five additional trigger zones for the radar sensor shall be available and be configurable by using the same system setup menu on the DP. A separate computer shall not be required to program the detection zones, but a PC-based setup tool shall be provided free- of-charge if a user chooses this option for setup. A portable tablet-based setup tool shall be available for sensor alignment and adjustment of camera’s field of view and focus. The field hardware shall consist of the following four elements: a. Video imaging camera sensor b. Radar sensor c. Multi-sensor assembly d. Sensor data combiner Video Imaging Camera Sensor The camera enclosure shall include a proportionally controlled Indium Tin Oxide heater design that maximizes heat transfer to the lens. The output power of the heater shall vary with temperature, to assure proper operation of the lens functions at low temperatures and prevent moisture condensation on the optical faceplate of the enclosure. The transparent coating shall not impact the visual acuity and shall be optically clear. The camera sensor shall allow the user to set the focus and field of view via Wi-Fi connectivity. The camera shall produce a useable video image of the bodies of vehicles under all roadway lighting conditions, regardless of time of day. The minimum range of scene luminance over which the camera shall produce a useable video image shall be the minimum range from nighttime to daytime, but not less than the range 1.0 lux to 10,000 lux. The camera electronics shall include automatic gain control to produce a satisfactory image at night. The imager luminance signal-to-noise ratio (S/N) shall be more than 50 dB with the automatic gain control disabled. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 The imager shall employ three-dimensional dynamic noise reduction (3D-DNR) to remove unwanted image noise. The camera imager shall employ wide dynamic range (WDR) technology to compensate for wide dynamic outdoor lighting conditions. The dynamic range shall be greater than 100 dB. The camera shall be digital signal processor (DSP) based and shall use a CCD sensing element and shall output color video with resolution of not less than 550 TV lines. The color CCD imager shall have a minimum pixel count of 380K (NTSC) / 440K (PAL). The camera sensor shall include an electronic shutter control based upon average scene luminance and shall be equipped with an auto-iris lens that operates in tandem with the electronic shutter. The electronic shutter shall operate between the ranges of 1/4 to 1/10,000 th second. The camera sensor shall utilize automatic white balance. The camera sensor shall include a variable focal length lens with variable focus that can be adjusted, without opening up the camera housing, to suit the site geometry by means of a portable interface device designed for that purpose and manufactured by the detection system supplier. The horizontal field of view shall be adjustable from 4.6 to 53.6 degrees. This camera configuration may be used for most detection approaches in order to minimize the setup time. The lens shall be a 12x zoom lens with a focal length of 3.7mm to 44.0mm. The lens shall also have an auto-focus feature with a manual override to facilitate ease of setup. The camera shall incorporate the use of preset positioning that store zoom and focus positioning information. The camera shall have the capability to recall the previously stored preset upon application of power. The camera shall be housed in a weather-tight sealed enclosure conforming to IP-67 specifications. The housing shall allow the camera to be rotated to allow proper alignment between the camera and the traveled road surface. The camera enclosure shall be equipped with a sunshield. The sunshield shall include a provision for water diversion to prevent water from flowing in the camera's field of view. The camera enclosure shall be designed so that the pan, tilt and rotation of the camera assembly can be accomplished independently without affecting the other settings. The glass face on the front of the enclosure shall have an anti-reflective coating to minimize light and image reflections. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 When mounted outdoors in the enclosure, the camera shall operate in a temperature range from -30 oF to +165 oF (-34 °C to +74 °C) and a humidity range from 0% to 100% RH. The camera sensor shall acquire its power from the sensor data combiner. Recommended camera placement height shall be 18-33 feet (or 6-10 meters) above the roadway, and over the traveled way on which vehicles are to be detected. For optimum detection the camera should be centered above the traveled roadway. The camera shall view approaching vehicles at a distance not to exceed 350 feet (107 meters) for reliable detection (height to distance ratio of 10:100). Camera placement and field of view (FOV) shall be unobstructed and as noted in the installation documentation provided by the supplier. The video signal shall be fully isolated from the camera enclosure and power cabling A weather-proof protective cover shall be provided to protect all terminations at the camera. Radar Sensor The radar sensor shall operate in the 24 GHz frequency band and shall operate on 1 of 7 available enumerated channels that is user selectable. The radar detection range shall be over 500 feet (152 meters) minimum, +/- 5%. The radar sensor shall be able to track up to 20 independent objects simultaneously. Object speed detection shall be within a range of 0 to 150 miles per hour +/- 1.0 miles per hour (240 km per hour ± 1.5 km per hour). The radar sensor shall be able to detect vehicles in 1 to 4 traffic lanes. The radar sensor shall be housed in a weather-tight sealed enclosure conforming to IP-67 specifications. The housing shall allow the radar to be adjusted to allow proper alignment between the sensor and the traveled road surface. When mounted outdoors in the enclosure, the radar shall operate in a temperature range from -30 oF to +165 oF (-34 °C to +74 °C) and a humidity range from 0% to 100% RH. The radar sensor shall communicate with the sensor data combiner. The radar sensor shall acquire its power from the sensor data combiner. Multi-Sensor Assembly Both camera and radar sensors shall be housed in an overall, single enclosure assembly. The City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 overall size of the multi-sensor enclosure shall not exceed 14 inches x 15 inches x 17 inches (355mm x 380mm x 430mm). The overall weight of the multi-sensor unit shall not exceed 11 pounds (5kg).The maximum power consumption for the multi-sensor assembly shall be less than 10 watts typical, 20 watts peak. Sensor Data Combiner A sensor data combiner that combines sensor information from both video and radar sensors shall be employed. The sensor data combiner shall supply primary power to each sensor unit and shall facilitate digital communications between the sensor data combiner and each of the sensor units. The sensor data combiner shall communicate with the detection processor using a single coax cable. Both video imaging and radar data shall use the single coax cable. The sensor data combiner shall also employ industry standard Wi-Fi connectivity for remote sensor system setup using a mobile programming device such as a netbook or tablet computer. Video camera and radar sensor shall be able to be configured independently. The sensor data combiner shall be housed in a weather-tight sealed enclosure conforming to IP-67 specifications. Detection Processor (DP) Detection processors shall be provided for each video/radar multi-sensor devices in the intersection. These shall be 2-channel processors that accept (NTSC) or (PAL) signals from an external video source via BNC type connectors located on the front of the processing unit. The sensor input shall also facilitate the data from the radar sensor. An LED indicator shall be provided to indicate the presence of the sensor signal. The LED shall illuminate upon valid sensor synchronization and turn off when the presence of a valid sensor signal is removed. One video output shall be provided. The real time video output shall have the capability to show text and graphical overlays to aid in system setup. The overlays shall display real-time actuation of detection zones upon vehicle detection or presence. Four (4) open collector outputs shall be provided. Additionally, the detection processor shall allow the use of extension modules to provide up to 24 open collector contact closures per camera input. Each open collector output shall be capable of sinking 30 mA at 24 VDC. Open collector outputs will be used for vehicle detection indicators as well as discrete outputs for alarm conditions. The system shall be capable of automatically detecting a low-visibility condition such as fog and respond by placing all effected detection zones in a constant call mode. A user-selected alarm output shall be active during the low-visibility condition that can be used to modify the controller operation if connected to the appropriate controller input modifier. The system shall automatically revert to normal detection mode when the low-visibility condition no longer exists. City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 Placement of detection zones shall be done by using only a pointing device, and a graphical interface built into the DP and displayed on a video monitor, to draw the detection zones on the video image from each video camera. No separate computer shall be required to program the detection zones. Up to six video detection zones per sensor input shall have the capability to count the number of vehicles detected. The zone shall also have the capability to calculate and store average speed and lane occupancy at bin intervals. One radar sensor zone shall also count vehicles, calculate, and store the average speed and lane occupancy across the approach. In addition to the count type zone, the processor shall be able to calculate and/or acquire average speed and lane occupancy using both video and radar sensors. The fully functional video detection systems shall be provided and installed by the Contractor. The Contractor shall submit complete equipment list to the City Engineer for approval prior to the systems purchase. The video detection system shall be capable of providing presence vehicle detection and shall be expandable without removing or replacing existing units. All materials furnished during construction for temporary and permanent detection shall be new, unused, current production models and shall be items currently in distribution. The video detection system shall have a minimum 18-month warranty (from the time of permanent installation) against manufacturing defects in materials and workmanship from the date of shipment. The Contractor shall supply the warranty and all documentation necessary to maintain and operate the system to the COR Transportation Operations Maintenance Representative prior to approval of the video detection system by the Transportation Operations Maintenance Manager. The Video Detection System shall consist of VECTOR video detection equipment, auxiliary equipment, cameras, housings, and mounts, and all required mounting hardware, cables, connectors, and wiring. The video detection camera mounting hardware shall be painted per Section 6-07 of these Special Provisions. The video detection equipment shall be of the quantities shown in the Plans, and shall meet the following specifications (The contractor shall submit to the COR Transportation Operations Maintenance Shop Representative a detailed summary of video detection equipment prior to placing an order): Camera and Mounting: Vantage RZ-4 Advanced WDR color camera with integrated weatherproof housing The camera mounting hardware shall be Pelco Astro-Brac Extended Tilt & Pan mount with cable mount and 72 inch tube to be mounted on mast arm. The cable mount shall be suitable for the mast arm diameter at each camera installation location. The Contractor shall have approval for the mounting location from the Transportation Operations Maintenance Manager prior to installation. Camera and Mounting: Vantage Vector color camera with video and radar sensor fusion and with integrated City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 weatherproof housing. The camera mounting hardware shall be mounted on a mast arm per manufacturer’s recommendations. The Contractor shall have approval for the mounting location from the Transportation Operations Maintenance Manager prior to installation. Video Detection Board: Iteris Dual Camera Processor that operable with above Camera model(s) Monitor Equipment: Include (1) shelf mounted 9” LCD color monitor and (1) computer optical USB mouse per one signal cabinet Modem: Edge Connect Network Modem Surge Suppression: Each camera assembly shall have a surge suppressor which shall be installed inside the traffic signal controller cabinet. The surge suppressor shall be an EDCO CX06-BNCY meeting these specifications: Peak Surge Current 5Ka Technology Hybrid, Solid State Attenuation 0.1dB @ 10 Mhz Response Time <1 nanosecond Protection Line to Ground Clamp Voltage 6 V Connectors BNC Impedance 75 ohms Environmental -40F to 185F Mechanical 4½" x 1½" x 1¼" 9-29.19 Pedestrian Push Buttons Section 9-29.19 is replaced by the following: The Contractor shall furnish and install a fully functioning accessible pedestrian push button system at locations specified in the Contract Plans. The pedestrian push button system shall include the following items: Pedestrian push button assemblies shall be ADA Accessible Pedestrian Signals (APS), Model IN23TN1-Y, by Polara Engineering, Inc. The push button assemblies shall include the following features:  Operates over a single pair of wires with the option of operating with a pedestrian head control unit  All PBS wired in parallel, individually assignable to any phase  16 buttons can operate on a single iCCU (dependent on power requirements and wire runs)  All sounds are synchronized City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022  4 Locate Tone selectable options  13 Walk Sound selectable options, 3 of them custom options  7 Clearance Sound selectable options  Walk, Clearance, and Don’t Walk sounds automatically adjust to ambient  Separate ambient response settings for Locate Tone (for quiet ambient conditions)  Most sounds have independent Min/Max settable limits  Button vibrates during Walk  Button push confirmed by latching LED, tactile bounce, and audible “wait” sound  Extended button push can boost volume for next Walk and Clearance  Direction of travel message with extended button push, capable  Extended Push Priority: mutes all but selected crosswalk, capable  Extended Push activation settings: 0-6 second range, 0.5 second increments  Beaconing and Ping Pong features available  Select audio messages, change settings, and perform firmware updates wirelessly using iOS (9.0+) or Android (5.0+) devices, or a Windows PC with Polara’s Bluetooth Dongle  Built in health/event logging feature, up to 1000 events  False walk detection: four independent checks  External speaker option at time of order  External button input for bike lanes, horses, etc.  9”x15” Hi-Intensity Retroreflective MUTCD R10-3e 800H-84 countdown sign (per WSDOT Standard Plan J-20.26) One Shelf Mount Central Control Unit shall be provided and installed in the traffic controller cabinet per intersection as an interface between the signal controller and the pedestrian push button stations. The Shelf Mount iNTELLIGENT CENTRAL CONTOL UNIT, Model iCCU-S2, by Polara Engineering, Inc., shall:  Designed to site on a shelf, and interfaces to traffic cabinet either through the Polara cable assembly, or a SDLC cable  Support full bidirectional Bus Interface Unit (BIU) capability allow the control unit to get interval timing information and place calls to the traffic controller directly through the SDLC interface the power supply and signaling interface between the existing intersection Traffic Control Unit and the Push Button Stations installed on the intersection include one (1) Custom Cable Harness cable assembly with all cables 12- feet long for double wide cabinets  Accommodate up to 16 push button stations  Support SDLC communication in TS1 and TS2 cabinets  Include a front panel with a backlit LCD for displaying system status information  Perform setup functions via Ethernet or Wi-Fi/Bluetooth using a PC, iPhone or iPad  Provide free apps for both Windows PCs (Windows 7 or higher) and iOS (8.0 or higher) devices.  Supports multiple configurations, with ability to change operational features based on time of day  Include a built in conflict monitoring system that monitors pedestrian push button stations and pedestrian signal head lights and powers off in the event of a conflict City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022  Include health log data capture that is downloadable and contains extensive status/fault reporting  Support remote monitoring over Ethernet  Include an Ethernet port for communication  Include a USB port  Include the Interconnect Board, Model iN2-ICB, for termination of field wiring intersection/field button  Include two (2) SDLC Cables, Model iN2-SDLC-CABLE, a standard 6-feet long SDLC cable  Include a three (3) year manufacturer limited warranty  Include one (1) power cable for 120VAC, 60Hz, 5A 9-29.20 Pedestrian Signals 9-29.20(1) LED Pedestrian Displays Section 9-29.20(1) is supplemented with the following: The pedestrian signal shall be hand/man with a countdown feature. The hand and man and countdown symbols shall have a uniform appearance; individual LEDs shall not be visible. The hand and man symbols shall be on the left side superimposed and the countdown symbol on the right side and shall comply with the latest MUTCD requirements. The countdown feature shall allow countdown time to remain stored internally, even when power is removed for extended periods of time, shall automatically adjust to traffic controller interval changes and the symbol shall be minimum 9 inches high. The housing shall be 18 inches and the face shall have z-crates. Except as noted in the following pre-approved list of this section, samples of each item shall be submitted to the Engineer for approval. 9-29.24 Service Cabinets Section 9-29.24 is replaced by the following: The electrical service cabinet shall be per the City Standard Plan 122.1 and 122.2 the breaker configuration shall be per the panel schedule as shown on the Plans. All electrical conductors, buss bars and conductor terminals shall be copper or brass. The cabinet shall be fabricated from aluminum with mill finish. Door hinges shall be the continuous concealed piano type and no screws, rivets or bolts shall be visible outside the enclosure. The cabinet door shall be fitted for a Best internal type lock. The cabinet shall have ventilation louvers on the lower and upper sides complete with screens, filters and have rain tight gaskets. The cabinet door shall have a one piece weather proof neoprene gasket. 9-29.24(2) Electrical Circuit Breakers and Contactors Section 9-29.24(2) is deleted and replaced with the following: The electrical circuit breakers and contactors shall be as indicated on the contract Plans and City of Renton NE Sunset Blvd – Safe Routes to Transit October 2022 detail sheets. The following equipment shall be featured within the cabinet. 1. Main circuit breaker 200 AMP 2. Branch circuit breakers 3. Utility plug (120 volt-20 Amp rated) G.F.I. Type 4. Light control test switch (120 volt-15 Amp) 5. Contactor relay for each circuit 6. Double pole branch breaker(s) for lighting circuits (240 volt) 7. One 120 volt, 20 Amp single pole branch breaker (for utility plugs) 8. Type 3-single phase 120/240 volt grounded neutral service 9. One 120 volt 40 Amp single pole branch breaker (signal service) 10. Complete provisions for 16 breaker poles 11. Name plates phenolic black with white engraving except the main breaker which shall be red with white lettering. All name plates shall be attached by S.S. screws. 12. Meter base sections are unnecessary 9-29.25 Amplifier, Transformer, and Terminal Cabinets Section 9-29.25 is supplemented as follows: The terminal box shall be weather tight, have a single door with continuous hinge on one side and screw hold-downs on the door locking side. All hardware will be stainless steel. All mounting hardware shall be stainless steel and shall be incidental to the unit price of terminal box. Terminal blocks shall be 600V heavy duty, barrier type. Each terminal shall be separated by a marker strip. The marker strip shall be permanently marked with the circuit number indicated in the Plans. Each connector shall be a screw type with No. 10 post capable of accepting no less than 3 #12 AWG wires fitted with spade tips. Interconnect splice tower cabinets shall be Type F, with nominal dimensions of 22" high x 13" wide x 11" deep and constructed of cast aluminum and fitted with a Best internal lock. END OF DIVISION 9 City of Renton Contract Provisions for NE Sunset Blvd – Safe Routes to Transit ______________________________________________________________________________ APPENDICES City of Renton Contract Provisions for NE Sunset Blvd – Safe Routes to Transit ______________________________________________________________________________ APPENDIX A. WAGE RATES Washington State Prevailing Wage Rates Supplemental to Wage Rates Benefit Code Key Fringe Benefit Calculation Policy Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 09/01/2022 Edition, Published August 31, 2022 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans X X 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. X X See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. X X 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. X X 7. Corrugated Aluminum Pipe -Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in X X diameter. May also be treated, #5. Supplemental to Wage Rates 2 09/01/2022 Edition, Published August 31, 2022 ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts -Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X X See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X X in accordance with Section 9-28.14(3). 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or X boring of holes. See Contact Plans for item description and X shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in X X accordance with Section 9-28.14(3). 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to X Section 9-19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs. See Std. Plans. X 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. X See Std. Plans. X 16. Precast Catch Basin - Catch Basin type 1, 1L, 1P, and 2 With adjustment sections. See Std. Plans. X X Supplemental to Wage Rates 3 09/01/2022 Edition, Published August 31, 2022 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction X X requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities X X X Vaults. 23. Valve Vault - For use with underground utilities. X See Contract Plans for details. X 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as X X permanent barrier. 25. Reinforced Earth Wall Panels – Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing.X X Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - tilt-up wall panel in size and shape as shown in Plans. X Fabrication plant has annual approval for methods and materials X to be used Supplemental to Wage Rates 4 09/01/2022 Edition, Published August 31, 2022 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. X X 28. 12, 18 and 26 inch Standard Precast Prestressed Girder – Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to X X casting girders. See Std. Spec. Section 6-02.3(25)A 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be X X provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A . 30. Prestressed Tri-Beam Girder - Prestressed Tri-Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X X for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 31. Prestressed Precast Hollow-Core Slab – Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to X X be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. 32. Prestressed-Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X X for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover X See Std. Plan. X Supplemental to Wage Rates 5 09/01/2022 Edition, Published August 31, 2022 ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with X AASHTO-M-111. 35. Mono-tube Sign Structures - Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for X approval are required prior to fabrication. X 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure X X shall be galvanized after fabrication in accordance with AASHTO-M-111. 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to X X fabrication 38. Light Standard-Prestressed - Spun, prestressed, hollow concrete poles. X X 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia X X Provisions for pre-approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated X to conform with methods and material as specified on Std. X Plans. See Special Provisions for pre-approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) X X See Std. Plans. Supplemental to Wage Rates 6 09/01/2022 Edition, Published August 31, 2022 ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum X X X X sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed Std Custom Signing Message Message 43. Cutting & bending reinforcing steel X X 44. Guardrail components X X X X Custom ,m Standard End Sec ec Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-0 18 46. Asphalt Covered by WAC 296-127-0 18 47. Fiber fabrics X X 48. Electrical wiring/components X X 49. treated or untreated timber pile X X 50. Girder pads (elastomeric bearing) X X 51. Standard Dimension lumber X X 52. Irrigation components X X Supplemental to Wage Rates 7 09/01/2022 Edition, Published August 31, 2022 ITEM DESCRIPTION YES NO 53. Fencing materials X X 54. Guide Posts X X 55. Traffic Buttons X X 56. Epoxy X X 57. Cribbing X X 58. Water distribution materials X X 59. Steel "H" piles X X 60. Steel pipe for concrete pile casings X X 61. Steel pile tips, standard X X 62. Steel pile tips, custom X X Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates 8 09/01/2022 Edition, Published August 31, 2022 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents.  Building Service Employees  Electrical Fixture Maintenance Workers  Electricians - Motor Shop  Heating Equipment Mechanics  Industrial Engine and Machine Mechanics  Industrial Power Vacuum Cleaners  Inspection, Cleaning, Sealing of Water Systems by Remote Control  Laborers - Underground Sewer & Water  Machinists (Hydroelectric Site Work)  Modular Buildings  Playground & Park Equipment Installers  Power Equipment Operators - Underground Sewer & Water  Residential *** ALL ASSOCIATED RATES ***  Sign Makers and Installers (Non-Electrical)  Sign Makers and Installers (Electrical)  Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators"  Fabricated Precast Concrete Products  Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 9 09/01/2022 Edition, Published August 31, 2022 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above-listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 09/01/2022 Edition, Published August 31, 2022 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 11 09/01/2022 Edition, Published August 31, 2022 Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 ************************************************************************************************************ Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing r ate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four- ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 of 15 Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 Overtime Codes Continued 1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly r ate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 of 15 Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly r ate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. M. This code appears to be missing. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and pa id at the applicable overtime rate until he/she shall have the eight (8) hours rest period. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty ( 40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. 3 of 15 Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 Overtime Codes Continued 4. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day a nd all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following r ates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday w ill be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one and one half (1½) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4 of 15 Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 Overtime Codes Continued 4. J. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday m ay be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 ½) the straight time rate. In the event the job is down due to weather conditions, then Saturday m ay, be worked as a voluntary make-up day a t the straight time rate. However, Saturday shall not be utilized as a make-up day w hen a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. W. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. 5 of 15 Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 Overtime Codes Continued 4. X. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hour s per day (subject to WAC 296-127-022) shall be paid at one and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by m utual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Y. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. All work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. 11. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. All non-overtime and non-holiday hours worked between 4:00 pm and 5:00 am, Monday through Friday, shall be paid at a premium rate of 15% over the hourly rate of wage. 6 of 15 Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 Overtime Codes Continued 11. D. All hours worked on Saturdays and holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. E. The first two (2) hours after eight (8) regular hours Monday through Friday, the first ten (10) hours on Saturday, and the first ten (10) hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, and Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one-half times the hourly rate of wage for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. G. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of nine (9) hours or more. When an employee returns to work without at least nine (9) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the nine (9) hours rest period. H. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of ten (10) hours or more. When an employee returns to work without at least ten (10) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the ten (10) hours rest period. 7 of 15 Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 Overtime Codes Continued 11. I. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay. All work performed after 6:00 pm Saturday to 5:00 am Monday, all work performed over twelve (12) hours, and all work performed on holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional two dollar ($2.00) per hour for all hours worked that shift. J. All hours worked on holidays shall be paid at double the hourly rate of wage. K. On M onday through Friday hours worked outside 4:00 am and 5:00 pm, and the first two (2) hours after eight (8) hours worked shall be paid at one and one-half times the hourly rate. All hours worked over 10 hours per day Monday through Friday, and all hours worked on Saturdays, Sundays, and Holidays worked shall be paid at double the hourly rate of wage. L. An employee working outside 5:00 am and 5:00 pm shall receive an additional two dollar ($2.00) per hour for all hours worked that shift. A ll hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday a fter Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday a fter Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day ( 7). K. Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). 8 of 15 Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 Holiday Codes Continued 6. L. Holidays: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Hol idays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day ( 9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday A nd Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day A fter Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Da y, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year’s Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday A fter Thanksgiving Day, Christmas Day, The Day A fter Christmas, And A Floating H oliday (10). T. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday A fter Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any H oliday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday w hich falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday w hich falls on a Saturday shall be observed as a holiday on the preceding Friday. 9 of 15 Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 Holiday Codes Continued 7. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday w hich falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday w hich falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday w hich falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday w hich falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday w hich falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday a fter Thanksgiving Day, the Last Working Day before Christmas Day a nd Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday w hich falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday A fter Thanksgiving Day, The Day Before Christmas Day A nd Christmas Day (9). Any holiday w hich falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday w hich falls on a Saturday shall be observed as a holiday on t he preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday w hich falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday w hich falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday a nd Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday w hich falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday w hich falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving D ay, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday w hich falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday w hich falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday a fter Thanksgiving Day, And Christmas Day (7). Any holiday w hich falls on a Sunday shall be observed as a holiday on the following Monday. 10 of 15 Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 Holiday Codes Continued 7. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day a nd Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed b y the Nation shall be considered a holiday and compensated accordingly. V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving D ay, the Friday after Thanksgiving D ay, Christmas Day, the day before or after Christmas, and the day before or after New Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day A fter New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day a fter Christmas, the day before New Year’s Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holi days: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. G. New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday A fter Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day ( 9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday a fter Thanksgiving Day, the Last Working Day before Christmas Day a nd Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday w hich falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday A fter Thanksgiving Day, The Day Before Christmas Day A nd Christmas Day (9). Any holiday w hich falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday w hich falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday w hich falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday w hich falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday a nd Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday w hich falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday w hich falls on a Saturday shall be observed as a holiday on the preceding Friday. 11 of 15 Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 Holiday Codes Continued 7. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving D ay, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday w hich falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday w hich falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday w hich falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day a nd Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving D ay, the Friday after Thanksgiving D ay, Christmas Day, the day before or after Christmas, and the day before or after New Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day A fter New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year’s Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. 15. G. New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. H. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, and Christmas Day (8). When t he following holidays fall on a Saturday (New Year’s Day, Independence Day, and Christmas Day) the preceding Friday w ill be considered as the holiday; should they fall on a Sunday, the following Monday shall be considered as the holiday. 12 of 15 Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 Holiday Codes Continued 15. I. Holidays: New Year's Day, President’s Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the last regular workday before Christmas (8). A ny holiday w hich falls on a Sunday shall be observed as a holiday on the following Monday. J. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day ( 9). Any holiday w hich falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. Note Codes 8. D. Workers working w ith supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. S. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by t he State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 – A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows – Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing a nd repairing of equipment. The premium for underground work shall be paid for the entire shift worked. W orkers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do “pioneer” work (break open a cut, build road, etc.) more than one hundred fifty ( 150) feet above grade elevation receive an additional $0.50 per hour. 13 of 15 Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 Note Codes Continued 8. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply w hen divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’ - $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting a s the contractor), a go vernment agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Z. Workers working w ith supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium w ill be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they a re in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 14 of 15 Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 Note Codes Continued 9. A. Workers working w ith supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) – 130’ to 199’ – $ 0.50 per hour over their classification rate. (B) – 200’ to 299’ – $ 0.80 per hour over their classification rate. (C) – 300’ and over – $1.00 per hour over their classification rate. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. W orkers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. 15 of 15 PREVAILING WAGE POLICY MEMORANDUM DATE: February 28, 2013 TO: All Interested Parties FROM: ~· Ann Selover, Industrial Statistician, Prevailing Wage Program Manager SUBJECT: How to Calculate the Hourly Rate of Contribution for Usual (Fringe) Benefits as Part of the Prevailing Rate of Wage. Policy Disclaim er This policy is designed to provide general inform ation in regard to the current opinions of the Department of Labor & Industries (L&I) on the subject matter covered. Thi s policy is intended as a guide in the interpretation and application of the relevant statutes, regulations, and policies, and may not be applicable to all situation s. This policy does not replace applicable RCW or WAC standards. If additional clarification is required, the Program Manager for Prevailing Wage should be consulted. This document is effective as of the date of print and supersedes all previous interpretations and guidelines. Changes may occur after the date of print due to sub seque nt leg is lation, administrative rule, or judicial proceedings. The u ser is encouraged to notify the Program Manager to provide or receive updated information. This docum ent will remain in effect until rescinded, modified, or withdrawn by the Director or his or her designee. PREVAILING WAGE RATE: The prevailing wage required under chapter 39.12 RCW to be paid on public work projects is defined under RCW 39.12.01 0( l) to include a "rate of hourly wage, usual benefits, and overtime." As a result, usual benefits are recognized as part of the total wage rate when publishing the prevailing wage, and when gauging compliance with prevailing wage Jaw. This document is intended to provide guidance to employers in determining wh ich cont ributions qualify as usual benefits and how to calcul ate such benefits as part of the prevailing wage rate. USUAL BENEFITS: Usual benefits are defined in RCW 39.12.010(3) and WAC 296-127-0 14 and include employer payments for medical insurance, pensions, approved apprenticeship training programs, vacation and holiday pay, and other bona fide benefits. Deductions from workers' paychecks are not usual benefits. Usua l benefits are employer paid. Benefits that arc required by law (Industrial Insurance, Social Security , State Unemployment Compensation taxes , etc.) do not qualify as usual benefits. Public Works Act (Chapter 39.12 RCW) Calculation of Usual Benefits 2 28 2013 LAS Employers must pay a wage and usual benefit package that adds up to the published prevailing rate of wage for the work perf01med. Employers are not required to provide usual or fringe benefits, and if they do not, the total prevailing wage rate must be paid as an hourly wage. In any event, employer paid usual benefits cannot be applied to reduce the hourly wage paid to les s than the state minimum wage. Please note special overtime and holiday rates may also be establi sh ed for so me trades and occupations. A. Insurance (medical, dental, life, etc.): Insurance premiums include employer paid portions of medical, dental, vision and life insurance benefits. Do not include insurance benefits that are employee paid through payroll deduction , workers' compensation premiums, unemployment insurance, or any other federally or state mandated payroll deductions. B. Pension or retirement plans: Pension and retirement contributions include employer paid portions of pension and retirement plans which are irrevocably made to a trustee or to a third person pursuant to a fund, plan, or program. Do not include pension or retirement benefits that are employee paid through payroll deductions. c. Vacation and/or holiday: Report employer paid vacation and/or holiday benefits. Do not include vacation fund deposits that are employee paid through a payroll deduction. D. Apprenticeship programs: Report employer paid contributions made to apprenticeship or training programs recognized by the Washington State Apprenticeship and Training Council. E. Other bona fide programs: Other employer paid programs may qualify as "usual benefits." Please consult with L&I prior to including payments to such programs in your repmied wage rate. See RCW 39.12.010, WAC 296-127-014 and WAC 296-127-01410. POSTING AND DOCUMENTATION: Employers must comply with all posting and employee notification requirements provided by applicable federal and state laws concerning usual benefits plans. Employers must also have and make available to L&I upon request, copies of all docum ents concerning usual benefits identified in WAC 296-127-014. See WAC 296-127- 01410 . See also U.S. Department of Labor (U.S. DOL) Employee Benefits Security Administration Reporting and Disclosure Guide {or Employee Benefit Plans. CALCULATING BENEFIT AMOUNTS -APPORTIONING BENEFITS TO HOURS WORKED: Although "usual benefits" are defined under RCW 39.12 .0 10(3), certain plans will require additional information on how benefit payments should be apportioned to hours worked. It has been the long-time position of L&I, consistent with the approach adopted by many other states and by the U.S. DOL with respect to most plans, that contributions made to a fringe benefit plan for public works should be based on the effective annual rate of ~ontributions for all hours, public and private, worked during the year by an employee. In order to apportion benefits to hours worked, L&I will generally look at contributions and hours worked over the course of a year, assuming 2,080 hours per worker per year, unl ess an employer provides an alternate schedule and can document actual hours worked. This approach is so metimes called "annuali zation." Public Works Act (Chapter 39.12 RCW) Calculation of Usual Benefits 2 28 2013 LAS As the U.S. DOL manu al explains the analogous principle under the Dav is-Bacon Act (federal prevailing wage law), " ... contributions made to a fringe benefit plan for government work generall y may not be used to fund the plan for periods of non-government work." See D av is- Baco n a nd Re la ted Ac ts a nd Co ntrac t Wo rk llo urs and Safet y Sta ndards Ac t F ie ld Opera ti ons H andbook -10/25/20 10 at 15fll (b). For a basic exampl e, if an emp loyer places $5,000 a year into a health plan for an employee, and the employee works a full time sc hedule of 2,080 hours, the credit is $2.40/h.r . Thus, the employer cam1ot say that the plan is only for public wo rk s, even if conhibutions are tied to pub li c hours. Examples Tllustrating the Use of Different Annual H ours . Suppose that an employer places $5 ,000 a year into a health p lan for an employee, and the employee works a fu ll time schedule of 2,080 homs on a combination of public a nd private work. In order to obtain an hourly c redit, the total contribution is divided b y the total hours worked. Thus, at these rates, the hourly contribut ion is $2.40 /lu. $5,000 /2080 = $2.40 Alternative ly, the wo rker may be a part tim e employee, and only slated to work 1600 h ours in the year. In that case, the employer may u se the employee's actual hours, with a resulting credit of $3 .1 3/hr. $5,000 I 1600 = $3.125 The use of a full year is not po ssible for all benefit calculation situations. In these cases, another period may be allowed if an employer uses a cons istent rate of contri bution into a bona fide benefit plan, but has di ffic ulty forecas tin g e ither the total worker hours or the total contributio ns for the year. Please cont act L&I regarding such situations. Special Provisions for Certain Defined Contribution Plans-"DOL Exception" For defined contribution pension plans that provide for a higher hourly rate of contr ibutions to be made for prevailing wage covered work than for non-covered work, the hi ghe r rate paid for covered work will be fu lly credited toward satisfaction of the required prevailing wage rate only if the plan prov ides for inunediate participation and an immediate or essentiall y immediate ve sting schedule (e.g., 100% vesting after an e mpl oyee works 500 or fewer hours). Fo r su ch plans the hourly rate of credit is arrived at by calculating the total contrib utions made on behalf of each worker during th e course of the public works project, and dividing that number by the number of hours worked by the same worker on the public works proj ect. This exemption mirrors an exemption provided by the U.S. DOL in its a dministrati on of the Davis-Bacon Ac t. TIMELY DEPOSIT OF CONTRIBUTIONS TO BENEFIT PLANS: Benefit pl an contributions must b e made on a regular basi s, and no less often than quarterly . PERIOD USED ("YEAR") FOR ANNUALIZATION PURPOSES: If yo ur plan does not s pecify a time frame to calc ul ate the credit toward the prevailing wage ra te, in most inst anc es L&I will use a cale ndar year. Otherwise, L&lmay look to t he time frame yo u use (e.g., a fi scal yea r, cal endar year , plan year, et c.). The period yo u adopt must be reasonably consistent over time . Public Works Act (Chapter 39.12 RCW) Ca l cu l ati on of U sua l Benefits 2 28 2.013 LAS • CONTACT L&l FOR ANSWERS TO YOUR PLAN-SPECIFIC QUESTIONS: If tlus explanation and the above examples do not cover your specific situation, please contact L&I for guidance on the appropriate calculation. P lease direct your questions to the Prevailing Wage Office at (360) 902-5335 or by e-mail at PWl @ Lni.wa.gov. How to Calculate Benefit Contributions Based on L&l's Annualization Policy Example: Health, Pension and Apprentice Contributions Calculation An employe r cont1·ibutes $10,000 towards a full-time employee's health care coverage from January 1, 2011 to December 31 , 2011. A full-time employee works a total of 2,080 hours in a fu ll -time year (52 weeks x 40 h ours a week). Calculation: $10 ,000 pai'd during t he year I 2 ,080 hours worked = $4.81 The amount to be reported for health coverage in this example is $4.81 per hour. If the employer contributed an equivalent amount to an employee's pension plan during the year (except those plans that meet the "DOL Exception" noted above), the same calculation method would be used to obtain the rate to report for pension benefits. Example: Vacation and Holidav Calculation An employee works a total of 1,750 hours in a year and receives 2 weeks (80 hours) of paid vacation time from January 1, 2011 , to December 31 , 2011. The total amount received in paid vacation is $1 ,050. Calculation: $1 ,050 total vacation pay I 1,750 total hours worked = $0.60 The amount to be reported for vacation in this example is $0.60 per hour. If the employee received paid holidays during the year, the same calculation method would be used to obtain the rate to report for the holiday pay. L&I will as sume 2,080 hours per year, per employee, in the absence of evidence to the contrary . If actual hours worked are substantially more than 2 ,080, or can be reasonably anticipated to be more th an 2,080, actual hours must be used for the calculation. If an employer calculates using less than 2,080 hours per employee per year, it must be able to document the reduced schedule which provides the basis for the calculation. Public Works Act (Chapter 39.12. RCW) Ca lcu l ation of Usual Benefits 2. 2.8 2.013 lAS SUMMARY • Employers must comply with a ll posting and employee notification requirements provided by appl icab le federal and state laws concerning usual benefits plans. Employers must also have and make available to L&J upon request, copies of all documents concerning usual benefits as identified in W AC 296-127-0 14 . See WAC 296-127- 01410 . • Usual benefits are credited on an hourly basis and are expected to accrue at a regular rate. Employers may not count benefits associated with public and private work as if they were only associated with public work projects. L&I will generally apportion or annualize benefit contribution or costs to all hours worked over the course of a year unless an employer provides an alternate schedule and can document actual hours worked. Certain defmed contribution pension plans (DOL . exception) do not need to meet this annualization requirement. • Benefit contributions must be deposited on at least a quarterly basis. • Basic Annuali zed Calculation Method: Divide the total yearly contributions made by the employer for each individual worker by 2,080 hours ( 40 hours per week X 52 weeks = 2,080 hours). • Generally a calendar year is used in calculating credits toward the prevailing wage rate, but there may be instances when calculations are appropriately based on a fiscal year or plan year. Pub l ic Works Act (Chapter 39 .12 RCW) Calculation of Usual Benefits 2 28 2013 LAS City of Renton Contract Provisions for NE Sunset Blvd – Safe Routes to Transit ______________________________________________________________________________ Appendix B – Permits NAME: __________________________________________________________________ PHONE:  __________________________ STATE OF WASHINGTON CONTACTOR’S LICENSE:  _____________________________________ UBI#: ______________________ CITY OF RENTON BUSINESS LICENSE:  ___________________________________________________________________________  H:\CED\Data\Forms-Templates\Self-Help Handouts\Building\2019 Forms-Fillable\Electrical.pdf                               Updated 1/8/2020                 Development Services Division 1055 S. Grady Way Renton, WA 98057 (425) 430-7200 www.rentonwa.gov ELECTRICAL PERMIT APPLICATION FOR OFFICE USE ONLY: PERMIT NUMBER:  _______________________ PROJECT NUMBER:  ___________________ LAND USE NUMBER:  ______________ ASSOCIATED BUILDING PERMIT NUMBER (REQUIRED): ____________________________________________________________ This number is required if your work is associated with work being done under a Building Permit.  The Building Permit could belong  to someone else, but we still need the number to keep all associated permits tied together. You may need to contact the Building  Permit owner.  1. LOCATION AND VALUATION INFORMATION JOB ADDRESS:  _____________________________________________ TENANT NAME:  ___________________ LOT #:  _________  VALUE OF WORK: (Fair market value for time + materials) $___________________ BOEING JOB # (If applicable):  ______________  DESCRIPTION OF WORK:  ______________________________________________________________________________________ 2. OWNER INFORMATION PROPERTY OWNER NAME:  ____________________________________________________ PHONE:  __________________________________ ADDRESS:  ________________________________________________________ CITY:  ______________ STATE:  ________ ZIP:  _______________ 3. CONTACT INFORMATION CONTACT NAME:  _____________________________________________________ PHONE:  ______________________________  EMAIL:  ______________________________________________________________ FAX:  _________________________________ 4. CONTRACTOR INFORMATION DOING WORK AS OWNER/CONTRACTOR?     If yes, the owner will need to fill out the Electrical Owner Affidavit Form.   Include this form with your submittal.  Tenants cannot do the work without written permission from the owner.  A LICENSED CONTRACTOR WILL BE DOING THE WORK.   Fill out the portion below. (Required):  This application must be filled out completely in order to be submitted for review. We will not accept incomplete applications. This application is good for one (1) year from the submittal date. A one-time extension of one (1) year can be requested at a cost of half the plan review fee. Once issued, the permit is good for one (1) year from issue date. A one-time extension of one (1) year can be requested at a cost of half the permit fee. Please follow our Electronic File Standards if your permit requires plan review. This application must be a .pdf and included in your submittal. RESIDENTIAL ELECTRICAL PERMIT FEES Cost** Qty  Single Family /Duplex New Service up to 200 AMPs $212  Single Family /Duplex New Service over 200 AMPs $225  Service Change up to 200 AMPS $165  Service Change over 200 AMPS $175 Any New Circuits added to above Service Change $20 ea. to max $80 Addition or alteration of outlet, new circuit, sub-panel, feeder, mast repair or similar $165  Temporary Service    $165  Mobile Home $165  Re-inspection Fee $125  MULTI-FAMILY, COMMERCIAL, INDUSTRIAL PERMIT FEE ** (Based on value of permit)  $ 1.00- $ 500.00 $ 63.00 $ 500.01- $ 1,000.00 $ 47.00 + 3.5% of Value*  $ 1000.01- $ 5000.00 $ 82.00 + 3.05% of Value *  $ 5000.01- $ 50,000 $ 234.00 + 1.8% of Value*  $ 50,000.01- $ 250,000 $ 1,127.00 + 1.05% of Value*  $ 250,000.01 $ 1,000,000 $ 3,752.00 +0.85% of Value*  $ 1000000.01 $ And up  +12,152.00 + 0.47% of Value*  LOW VOLTAGE Less than 50 volts shall be 50% of commercial/multi-family fee calculation based on value.  (Min  $165.00)**  PLAN REVIEW FEE: When required, shall be 40% of the standard fee **  PLAN REVIEW REQUIRED: Services greater than 400 AMPS, Hospitals, Schools, Institutions, Nursing Homes, Assisted  Living Facilities, Commercial Generators and work in hazardous locations.  *Value of Work:  Fair market value for time and material. ** +Add an Additional 5% Technology Surcharge to Calculated Fee  Re-Inspection Fees $ 125 Temporary Power $ 165 Job Trailers $ 165 Signs $ 165 Ea. I certify that the information on this application furnished by me is true and correct and that the applicable requirements of the City of Renton will be met.  I  understand that this application is valid for one year from the application date.  If a permit is not issued during this time period, the application will become void.   This application does not constitute a permit to work.  Work is not to commence until the building permit is posted on premises where work is to be performed.   Certification is hereby rendered that no work is to be done except as described, and that all work shall conform to applicable codes.  Work in public rights-of-way  and/or utility easements are not authorized under this application.  Any work done without the benefit of having a building permit issued is subject double the  permit fee.  Fees to be paid at permit intake.    APPLICANT SIGNATURE______________________________________________________DATE__________________________  APPLICANT NAME PRINTED__________________________________________________________________________________ WITHOUT a service change ELECTRICAL PLAN REVIEW REQUIREMENTS Development Services Division 1055 S. Grady Way Renton, WA 98057 (425) 430-7200 www.rentonwa.gov Plan review required for: Service over 400 Amps, Hospitals, Schools, Institutions, Nursing Homes, Assisted Living Facilities, when Replacing 50% or more of lighƟng luminaries, and in hazardous locaƟons per article 500 NEC. ITEMS REQUIRED FOR ELECTRICAL PLAN REVIEW SUBMITTAL   1. Completed Electrical Permit Application with description of the full scope and nature of electrical  installation.  Provide name, phone number and email address for contact person for electrical plan review  questions.  Call the Building Department to make an intake appointment. 425 430-7200 x1    2. Electronic copy of the plans on a USB flash drive according to Renton Electronic File Standards.  3.   Indicate building use (or portion of) per WAC 296-46B-900-(1). Include the basis for designation of any  special occupancy or classified location (s).   4.   Electrical Engineer’s stamp and signature shall be on all Educational Facilities, Hospitals, and Nursing  Homes; all services or feeders rated 1,600 amperes or larger; all installations identified in the National  Electrical Code requiring engineering supervision.   5.   Symbol legends.   6.   Circuit connecting lines with home runs shown for all equipment, lighting, and receptacle symbols.   7.   One-line riser diagram; including available fault current; available Interrupt Current (AIC) ratings of  switchboards and/or panel boards, and equipment bracing.  Riser diagrams and load calculations must be  complete to the point of connection between the facilities of the serving utility and the premises wiring.  Identify all service and feeder conductors, including conductor size, material, insulation, and overcurrent  protection, conduit size, number, and type.  Show transformer primary/secondary voltage and KVA size.   8.   Provide panel and switchboard schedules showing overcurrent protection, conductor size, insulation,  type, and branch circuit loads.   9.   Provide load calculations for all panel boards and other distribution equipment affected by the  electrical work being done.  Include total connected load, demand factors, and calculated loads.   10. Verify the street address (inspection address) for this project.   11. Floor plan views including lighting schedule and energy code switching requirements (occupancy  sensors, daylighting, automatic shut off controls, photo-sensors) of electrical installation or alteration.   12. Adequate capacity and rating shall be indicated when existing service feeder has additional loads  added.   13. Indicate if service or feeder is to be altered or installed.   All new services shall be underground except for existing residential dwellings.  Underground service will be  required on any dwelling moved to a new location.  This application does not constitute a permit to work.   Work is not to commence until electrical permit is posted on premises where work is to be performed.   Certification is hereby rendered that no work is to be done except as described, and that all work shall  conform to the applicable codes.  Work in public rights-of-way and/or utility easements are not authorized  under this application.  GROUNDING ELECTRODE SYSTEM  Concrete-Encased Electrode:  An electrode encased by at least two (2) inches of concrete, located within and  near the bottom of a concrete footing that is in direct contact with the earth, consisting of at least 20 feet, #4  bare copper, sized in accordance with Table 250-66, 2008 NEC, shall be installed in all new residential and  commercial construction.  CONCRETE ENCASED ELECTRODES SHALL BE INSTALLED IN ALL NEW RESIDENTIAL AND COMMERCIAL  CONSTRUCTION INSTALLATIONS.   Alternative Approved Method:  An electrode consisting of 20 feet, #4 rebar (not less than ½ inch in diameter meeting the requirements of  NEC 250.52) encased by at least 2 inches of concrete, located within and near the bottom of a concrete  footing that is in direct contact with the earth.  Sections of reinforcing bar are permitted to be tied together  to make up the 20 foot length.  Electrode splices shall overlap a minimum of 3 feet and be tied together at a  minimum of 6 inches on center.    The electrode shall be stubbed up vertically a minimum of 1 foot above the top of the foundation wall  adjacent to the service location.  Service stubs shall be identified with orange fluorescent paint.  Connection  from the vertical section of the electrode to the service ground shall be made with a direct burial clamp to a  minimum of a #4 copper conductor and made accessible.  The grounding electrode system inspection will be conducted with the footing inspection prior to placement of concrete. Note: The Applicant is responsible for compliance with all codes and regulations, whether or not described in this document. DEPARTMENT OF PUBLIC WORKS Page 1 of 3 | Published: 10/27/2021 Transportation Division | 1055 South Grady Way, 5th Floor | Renton, WA 98057 | 425-430-7380 Website: rentonwa.gov TRAFFIC CONTROL PLAN APPLICATION Published: 10/27/2021 TRAFFIC CONTROL PLAN (TCP) MUST BE SUBMITTED TO PUBLIC WORKS TRANSPORTATION DIVISION FOR REVIEW/APPROVAL AT LEAST FIVE (5) WORKING DAYS BEFORE THE DATE OF WORK. The City of Renton requires any contractor, firm, corporation, or other public/private agency to prepare a traffic control plan (TCP) and obtain city's approval of that plan when construction, repair, or maintenance work is to be conducted within the city's right-of-way. 1. Fill out the Traffic Control Plan (TCP) Application form and prepare required submittal documents. 2. The following items are all required for submittal of the TCP Application: ☐ Electronic Copy of the TCP Application ☐ Electronic Copy of the TCP Layout, on 11” X 17” paper size format, which shall:  Include map(s) showing the location of the project and work area.  Be legible lettering and clear, contrasting, symbols of viewing or printing.  Must indicate street names, and north arrow and scale.  Types of plans required: o Work hour plan – show all mobility impacts during construction hours. o Non-work plan - show all mobility impacts after work hours when limited or no work is happening in the right-of-way (ROW), if applicable. o Changing construction phases – show construction sequence and each construction phase change even if the traffic control is not modified, if applicable. o Pedestrian access/detour plan, if applicable. - Shall conform to the Washington State Traffic Control Flagger Certification handbook, by the Evergreen Safety Council. 3. Submit Application via email to TCP@rentonwa.gov with the subject line “TCP Application – [Project Name].” Project Name: Permit #: Site Address: Work Date: From _____________ To _____________ Work Time: Start ______________ End ______________ Construction Company: Contact Name: Phone/Cell: _________________________ Business Address: City/State: Zip: Description of Work: Approval By: _________________________________________________ Date:____________________ Transportation Engineering Note: The Applicant is responsible for compliance with all codes and regulations, whether or not described in this document. Page 2 of 3 | Published: 10/27/2021 PERMIT HOLDER AGREES TO ALL THE FOLLOWING:  Must have approved Traffic Control Plan (TCP) prior to commencing the work.  Maintain existing pedestrian access. The work on pedestrian facilities, shall be limited to one corner at a time, with the least possible inconvenience or delay to pedestrians.  WORK TIME begins when any street or travel lane is fully or partially closed. This includes set up within the traveled way.  Comply with all traffic regulations of the City of Renton and the State of Washington.  Prepare a traffic control plan and obtain City approval of that plan. That plan shall be implemented for all street and lane closures, and the plan shall be performed in compliance with the Manual on Uniform Traffic Control Devices.  Notify emergency services (253-852-2121) twenty-four (24) hours before any street or lane closures.  Contractor or entity must call Renton School District (425-204-4455) or any public/private agency, including public transit, to be affected by a temporary lane or road closure a minimum of five business days (excluding weekends and holidays) prior to starting any work.  Contractor or entity must notify King County Metro in writing at construction.coord@kingcounty.gov a minimum of five business days (excluding weekends and holidays) prior to starting any work impacting bus stops, a temporary lane or road closure. Work requiring removing a bus shelter or sign requires notification in writing a minimum of 30 business days (excluding weekends and holidays). Please call King County Metro at 206-477-1140 with any questions.  Any lane or street closures not in conformance with the approved traffic control plan and/or without notification of emergency services may result in receiving a citation for violation of R.C.W. 47.36.200 Signs or Flaggers at thoroughfare work sites and R.C.W. 9A.36.050 Reckless Endangerment, and other applicable State and City codes.  Indemnify and hold harmless the City of Renton from any and all claims, actions, and judgments, including all costs of defense and attorney’s fees incurred in defending against same, arising from and related to implementation of the approved traffic control plans including claims arising from towing of private vehicles and the acts of the Permit Holder’s agents and employees.  The City of Renton shall be entitled, in its reasonable discretion, to settle claims prior to suit or judgment, and in such event shall indemnify and hold harmless the City for any such claims paid, including the City’s reasonable attorney’s fees and litigation costs incurred resulting from such claim.  In the event any claim or suit is brought against City within the scope of this Agreement, Permit Holder will pay for legal counsel chosen by the City to defend against same.  Flagger and sign placement are subject to revision by the City Inspector on site, if needed to address traffic or pedestrian safety or travel.  All permit conditions shall be met. NOTES:  Total road closure lasting more than twenty-four (24) hours is subject to the approval by the City Council.  Work Zone Traffic Control shall be in accordance with the Manual on Uniform Traffic Control Devices (MUTCD) and shown by a traffic control plan layout or reference to WSDOT.  Approved Temporary Traffic Control Plan must be at the work site during work hours.  Complete assistance and accommodation shall be provided to all kinds of pedestrian traffic when sidewalk or walkway is impeded to safely redirect pedestrians around a work zone.  Signage shall be used to warn motorcyclists/bicyclists of the potential hazards on any uneven surfaced or slippery road conditions during work and non-work hours.  Any vehicle, equipment, barricade, or portable tow-away sign used within the work area must display a company logo or any legally acceptable sign showing the company name, address, and telephone number at a conspicuous place on the vehicle or equipment. Note: The Applicant is responsible for compliance with all codes and regulations, whether or not described in this document. Page 3 of 3 | Published: 10/27/2021  In the case of Temporary No Parking Zones, all the following apply in addition to previous:  Contractor must complete form to show limits of Temporary No Parking Zone identifying barricade locations for vacate parking or curb lane usage.  Contractor must post notice of dates and time of Temporary No Parking Zone with at least two signs per block seventy-two (72) hours in advance of effective date and time.  The cover sheet of this Traffic Control Plan form must be attached to each Temporary No Parking Sign on the project site.  Temporary traffic control devices must be removed immediately when work is done or no construction activities are going on. If deemed abandoned, City crews will remove and store them at the City’s maintenance shop (3555 NE 2nd Street). I certify that the information on this application and within the submittal documents are accurate to the best of my knowledge and I acknowledge all the requirements on this application. Applicant’s Signature Date Applicant’s Name (Print)