Loading...
HomeMy WebLinkAboutVol 1 - SpecsContract Documents Page 1 Rainier Ave S Corridor Improvements – Phase 4 August 2022 CITY OF RENTON Rainier Ave S Corridor Improvements – Phase 4 (S 3rd St to NW 3rd Pl) Table of Contents VOLUME I I.CALL FOR BIDS II.INFORMATION AND CHECKLIST FOR BIDDERS 1.INFORMATION AND CHECKLIST FOR BIDDERS2.SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OFRENTON Ill. PROJECT PROPOSAL (Submit as part of the Bid) 1.PROJECT PROPOSAL COVER SHEET2. PROPOSAL3. SCHEDULE OF PRICES4.LOCAL AGENCY CERTIFICATION FOR FEDERAL AID CONTRACTS 5.NON-COLLUSION DECLARATION6.LOCAL AGENCY SUBCONTRACTOR LIST7.PROPOSAL FOR INCORPORATING RECYCLED MATERIALS INTO THE PROJECT8.CONTRACTOR CERTIFICATION, WAGE LAW COMPLIANCE –RESPONSIBILITY CRITERIA, WASHINGTON STATE PUBLIC WORKS CONTRACTS9.DBE UTILIZATION CERTIFICATE10.DBE WRITTEN CONFIRMATION FORM11.DBE TRUCKING CREDIT FORM12.DBE BID ITEM BREAKDOWN FORM13.PROPOSAL SIGNATURE PAGE14.PROPOSAL BID BOND IV.AGREEMENT FORMS (Submit within 10 days after Notice of Award) 1.AGREEMENT 2.CONTRACT BOND TO THE CITY OF RENTON3.FAIR PRACTICES AND NON-DISCRIMINATION POLICY DECLARATION V.REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONSTRUCTIONCONTRACTS (FHWA 1273) VI. SPECIAL PROVISIONS Contract Documents Page 2 Rainier Ave S Corridor Improvements – Phase 4 August 2022 VOLUME 2 VII. APPENDICES APPENDIX A – Wage Rates 1. Davis-Bacon Act Wage Determination 2. Washington State Prevailing Wage Rates APPENDIX B - City of Renton Standard Plans APPENDIX C - WSDOT Standard Plans APPENDIX D – King County Metro Standard Plans APPENDIX E – Geotechnical Engineering Report APPENDIX F – Franchise Utility Standards APPENDIX G – Property Owner Commitments APPENDIX H – NPDES Permit APPENDIX I – Project Cross Sections APPENDIX J – Utility Conflict & Pothole Plans APPENDIX K – Groundwater Exhibit VOLUME 3 – PLANS Contract Documents Page 3 Rainier Ave S Corridor Improvements – Phase 4 August 2022 City of Renton Contract Provisions for Rainier Ave S Corridor Improvements – Phase 4 ______________________________________________________________________ I. CALL FOR BIDS CITY OF RENTON Rainier Ave S Corridor Improvements – Phase 4 (S 3rd St to NW 3rd Pl) Federal Aid # STPUL-1615(005) TIB # 8-1-102(038)-1 Project No. CAG-22-163 CALL FOR BIDS Sealed bids will be received until 1:00 p.m., Thursday, September 29, 2022, at the lobby of Renton City Hall, 1055 South Grady Way, Renton WA, 98057. Sealed bids will be opened and publicly read via the Zoom application video- conferencing web application at 2:00 p.m., Thursday, September 29, 2022 (60 minutes after published bid submittal time). Any bids received after the published bid submittal time cannot be considered and will not be accepted. •The bid opening meeting can be accessed via videoconference by: •Clicking this link to join the zoom meeting: •https://us02web.zoom.us/j/84003162615?pwd=MU9BYkdjcTlVWEtRaXRDK1dCb3c5UT09 •Using the Zoom app: Meeting ID: 84003162615; Passcode: 589618 •Via telephone by dialing 1-253-215-8782, followed by 84003162615; Passcode: 589618 •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. All Bid Proposals shall be accompanied by a Bid Proposal deposit (certified check or Surety bond) in an amount equal to five percent (5%) of the amount of such Bid Proposal. Should the successful Bidder fail to enter into such Contract and furnish satisfactory performance bond within the time stated in the Specifications, the Bid Proposal deposit shall be forfeited to the City of Renton. The recipient, in accordance with Title VI of the Civil Rights Act of 1964, (78 Stat. 252, 42 U.S.C. 2000d to 2000d- 4)and the Regulations, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. The improvement for which Bids will be received is described below: Construct the Rainier Ave S Corridor Improvements – Phase 4 project. The work includes but is not limited to: temporary erosion and water pollution control; traffic control; pavement removal; new traffic signal systems, illumination, storm drainage, curb, gutter, sidewalks, irrigation, planters, and urban design amenities. Also included are installation of sewer and water lines; joint utility trench and franchise utility coordination; pavement grinding and asphalt paving; property restoration; installation of new channelization and permanent signing; and all other Work necessary to complete the Work as specified and shown in the Contract Provisions. _________________________________________ Jason A. Seth, City Clerk Published: Daily Journal of Commerce: September 13, 2022, September 20, 2022, September 27, 2022 Renton Reporter: September 13, 2022, September 20, 2022, September 27, 2022 Contract Documents Page 5 Rainier Ave S Corridor Improvements – Phase 4 August 2022 City of Renton Contract Provisions for Rainier Ave S Corridor Improvements – Phase 4 ______________________________________________________________________ II. INFORMATION AND CHECKLIST FOR BIDDERS Contract Documents Page 6 Rainier Ave S Corridor Improvements – Phase 4 August 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. Wages. This project includes federal funding. The State Prevailing Wages and Federal Wage Rates 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 and Hours of Work. This project is in a busy, congested area. Traffic control and the safety of the traveling public will be paramount. The Contractor will be required to keep minimum lanes open to traffic during the day per the construction channelization plans, except when approved by the City during intersection closures. Night work may be required to meet the construction schedule; at night, additional lane closures will be permitted. 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: Michelle Faltaous, or • Submit questions via e-mail to: mfaltaous@rentonwa.gov. Put “Rainier Ave S Corridor Improvements – Phase 4” 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 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. 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. Contract Documents Page 7 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 bids are due. The following documents shall be submitted with the bid. a. Project Proposal Cover Sheet – The form included in these Bid Documents must be used; no substitute will be accepted. b. Proposal – 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. Local Agency Certification for Federal-Aid Contracts. e. Non-Collusion Declaration – The form included in these Bid Documents must be used; no substitute will be accepted. f. Local Agency Subcontractor List – This form is available at https://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. g. Proposal for Incorporating Recycled Materials into the Project - The form included in these Bid Documents must be used; no substitute will be accepted. h. Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contracts – This form is available at https://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 considered irregular and non-responsive and the Bid will be rejected. i. DBE Utilization Form – This form is available at https://wsdot.wa.gov/forms/pdfForms.html. The form included in these Bid Documents must be used; no substitute will be accepted. j. DBE Written Confirmation Form – This form is available at https://wsdot.wa.gov/forms/pdfForms.html. The form included in these Bid Documents must be used; no substitute will be accepted. k. DBE Trucking Credit Form – This form is available at https://wsdot.wa.gov/forms/pdfForms.html. The form included in these Bid Documents must be used; no substitute will be accepted. l. DBE Bid Item Breakdown Form – This form is available at https://wsdot.wa.gov/forms/pdfForms.html. The form included in these Bid Documents must be used; no substitute will be accepted. Contract Documents Page 8 Rainier Ave S Corridor Improvements – Phase 4 August 2022 m. 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 will be rejected. n. Proposal Bid Bond – 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 forms 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 Owner, 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 Insureds” on the insurance policies as well as the entities listed in Section 1-07.18(2) of the Special Provisions. Contract Documents Page 9 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Contract Documents Page 10 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Contract Documents Page 11 Rainier Ave S Corridor Improvements – Phase 4 August 2022 City of Renton Contract Provisions for Rainier Ave S Corridor Improvements – Phase 4 ______________________________________________________________________ III.PROJECT PROPOSAL Project: Rainier Ave S Corridor Improvements – Phase 4 Federal Aid No: City Contract Number: STPUL-1615(005) CAG-22-163 Company: Address: Phone Number: Fax Number: Total Bid Amount: $__________________________________________ (Total of Bid Schedules A + B + C + D) Contract Documents Page 12 Rainier Ave S Corridor Improvements – Phase 4 August 2022 PROPOSAL Rainier Ave S Corridor Improvements – Phase 4 TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction details of the proposed work and has read and thoroughly understands the Contract Documents governing the work, and the nature of the work, and the method by which payment will be made for said work. Bidder hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents, for the Total Bid Amount shown on the attached Schedule of prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of (check one)  bid bond, or  cashier's check (made payable to the City of Renton), or  postal money order (made payable to the City of Renton), in an amount equal to five percent (5%) of the Total Bid Price, is attached hereto. If a bid bond is signed by an attorney-in-fact, Bidder agrees that 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. Bidder understands that Contract Award or Bid rejection will occur within 45 calendar days after the opening of bids, as specified in Section 1-03.2 of the Standard Specifications. Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a contract bond within a period of ten (10) days from the date at which he or she is notified that he or she is the successful bidder, the Bid Proposal Deposit shall be forfeited to the City of Renton, as set forth in RCW 35A.40.200 and RCW 35.23.352. Bidder hereby agrees to complete the Physical Work in all respects within 500 working days. Contract time shall begin on the first working day following the Notice to Proceed date. Item No. Spec. Section Description Quantity Unit Unit Price*Amount A1 1-04 Minor Change 1 EST 200,000.00$ 200,000.00$ A2 1-05 Roadway Surveying 1 LS LUMP SUM $ A3 1-05 ADA Features Surveying 1 LS LUMP SUM $ A4 1-05 Record Drawings (Minimum Bid $25,000)1 LS LUMP SUM $ A5 1-07 SPCC Plan 1 LS LUMP SUM $ A6 1-07 Training 2400 HR $$ A7 1-08 Type B Progress Schedule (Minimum Bid $15,000)1 LS LUMP SUM $ A8 1-09 Mobilization 1 LS LUMP SUM $ A9 1-09 Field Office Building 1 LS LUMP SUM $ A10 1-10 Project Temporary Traffic Control 1 LS LUMP SUM $ A11 1-10 Business Access Signs 40 EA $$ A12 1-10 Project Identification Signs 2 EA $$ A13 1-10 Traffic Control Supervisor 1 LS LUMP SUM $ A14 1-10 Flaggers 17600 HR $$ A15 1-10 Other Traffic Control Labor 2000 HR $$ A16 1-10 Off-Duty Uniformed Police Officer 2300 HR $$ A17 2-01 Clearing and Grubbing 1 LS LUMP SUM $ A18 2-01 Roadside Cleanup 1 EST 30,000.00$ 30,000.00$ A19 2-02 Removal of Structures and Obstructions 1 LS LUMP SUM $ A20 2-03 Roadway Excavation Incl. Haul 14970 CY $$ A21 2-03 Unsuitable Foundation Excavation Incl. Haul 800 CY $$ A22 2-03 Gravel Borrow Inc. Haul 2350 CY $$ A23 2-05 Petroleum Contaminated Excavation and Disposal Incl. Haul 1 EST 172,000.00$ 172,000.00$ A24 2-05 Contaminated Groundwater Treatment and Disposal 1 EST 200,000.00$ 200,000.00$ A25 2-09 Controlled Density Fill 800 CY $$ Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. PROPOSAL (BID SCHEDULE A - ROADWAY IMPROVEMENTS) Rainier Ave S Phase 4 (S 3rd St to S Tobin St) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Contract Documents Rainier Ave S Corridor Improvements - Phase 4 Page 13 August 2022 Item No. Spec. Section Description Quantity Unit Unit Price*Amount Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. PROPOSAL (BID SCHEDULE A - ROADWAY IMPROVEMENTS) Rainier Ave S Phase 4 (S 3rd St to S Tobin St) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID A26 2-12 Construction Geotextile for Separation 16560 SY $$ A27 4-04 Crushed Surfacing Base Course 9070 TON $$ A28 5-04 Commercial HMA 960 TON $$ A29 5-04 Fiber Reinforced HMA Cl. 1/2" PG 64-22 9140 TON $$ A30 5-04 HMA for Shared-Use Path Cl. 1/2" PG 64-22 250 TON $$ A31 5-04 HMA Cl. 1/2" PG 70-22 7390 TON $$ A32 5-04 HMA for Preleveling Cl. 1/2" PG 70-22 1280 TON $$ A33 5-04 Planing Bituminous Pavement 24560 SY $$ A34 5-04 Temporary Pavement 2860 TON $$ A35 5-05 Reinforced Cement Concrete Pavement 110 CY $$ A36 5-05 Cement Concrete Pavement for Driveway 50 CY $$ A37 5-05 River Rock Treatment 360 SY $$ A38 6-02 Cement Conc. Switchback Ramp 1 LS $$ A39 6-11 Cement Concrete Fill Wall 10 CY $$ A40 6-11 Concrete Cast in Place Wall 10 CY $$ A41 6-13 Modular Block Wall 790 SF $$ A42 6-21 Pedestrian Railing 80 LF $$ A43 6-32 Handrail 100 LF $$ A44 7-01 Underdrain Pipe 8 In. Diam.140 LF $$ A45 7-04 Ductile Iron Storm Sewer Pipe 8 In. Diam.110 LF $$ A46 7-04 Ductile Iron Storm Sewer Pipe 12 In. Diam.680 LF $$ A47 7-04 PVC Storm Sewer Pipe 6 In. Diam.280 LF $$ A48 7-04 PVC Storm Sewer Pipe 8 In. Diam.150 LF $$ A49 7-04 Polypropylene Storm Sewer Pipe 12 In. Diam.3570 LF $$ Contract Documents Rainier Ave S Corridor Improvements - Phase 4 Page 14 August 2022 Item No. Spec. Section Description Quantity Unit Unit Price*Amount Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. PROPOSAL (BID SCHEDULE A - ROADWAY IMPROVEMENTS) Rainier Ave S Phase 4 (S 3rd St to S Tobin St) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID A50 7-04 Polypropylene Storm Sewer Pipe 18 In. Diam.1110 LF $$ A51 7-04 Polypropylene Storm Sewer Pipe 24 In. Diam.360 LF $$ A52 7-04 Bank Run Gravel for Trench Backfill Storm 7970 TON $$ A53 7-04 Temporary Stormwater Diversion 1 LS $$ A54 7-05 Catch Basin Type 1 40 EA $$ A55 7-05 Catch Basin Type 1 With Beehive Grate 2 EA $$ A56 7-05 Catch Basin Type 1L 9 EA $$ A57 7-05 Catch Basin Type 2 48 In. Diam.43 EA $$ A58 7-05 Catch Basin Type 2 54 In. Diam.2 EA $$ A59 7-05 Catch Basin Type 2 60 In. Diam.1 EA $$ A60 7-05 Catch Basin Type 2 72 In. Diam.2 EA $$ A61 7-05 Storm Round Frame and Cover 26 EA $$ A62 7-05 Storm Rectangular Solid Metal Cover 6 EA $$ A63 7-05 Adjust Storm Drainage Structure 21 EA $$ A64 7-05 Connect to Existing Drainage Structures 11 EA $$ A65 7-06 Filterra Unit 12 EA $$ A66 7-06 Filterra Unit with Internal Bypass 2 EA $$ A67 7-06 Filterra Unit with Peak Diversion 1 EA $$ A68 7-08 Shoring or Extra Excavation Class B for Storm 1 LS $$ A69 7-08 Dewatering 1 EST 800,000.00$ 800,000.00$ A70 7-08 Television Inspection 1 LS $$ A71 7-10 Bioretention Planter 800 SF $$ A72 8-01 Erosion/Water Pollution Control 1 EST 120,000.00$ 120,000.00$ A73 8-02 Topsoil Type A 1710 CY $$ A74 8-02 Bark or Wood Chip Mulch 340 CY $$ Contract Documents Rainier Ave S Corridor Improvements - Phase 4 Page 15 August 2022 Item No. Spec. Section Description Quantity Unit Unit Price*Amount Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. PROPOSAL (BID SCHEDULE A - ROADWAY IMPROVEMENTS) Rainier Ave S Phase 4 (S 3rd St to S Tobin St) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID A75 8-02 Coarse Compost 40 CY $$ A76 8-02 Bioretention Media 190 CY $$ A77 8-02 Seeded Lawn Installation 2310 SY $$ A78 8-02 PS Tilia tomentosa 'PNI 6051'/ Green Mountain Linden; 2.5" Cal., 12'-14' Ht.13 EA $$ A79 8-02 PS Quercus frainetto 'Schmidt'/ Forest Green Oak; 2.5" Cal., 12'-14' Ht.11 EA $$ A80 8-02 PS Parrotia persica 'Inge's Ruby Vase'/ Ruby Vase Persian Ironwood; 2.5" Cal., 12'-14' Ht.11 EA $$ A81 8-02 PS Nyssa sylvatica 'David Odom'/ Afterburner Tupelo; 2.5" Cal., 12'-14' Ht.21 EA $$ A82 8-02 PS Cercidiphyllum japonicum/ Katsura Tree; 2.5" Cal., 12'-14' Ht.2 EA $$ A83 8-02 PS Acer Triflorum/ Foughbark Maple; 2" Cal., 10'- 12' Ht. 1 EA $$ A84 8-02 PS Malus 'Golden Raindrops'/ Golden Raindrops Crabapple; 2" Cal., 10'-12' Ht. 6 EA $$ A85 8-02 PS Calocedrus decurrens/ Incense Cedar; 7'-8' Ht.3 EA $$ A86 8-02 PS Cornus kousa x nuttallii ' KN4-43'/ Starlight Dogwood; 2" Cal., 10'-12' Ht. 11 EA $$ A87 8-02 PS Berberis thunbergii 'Royal Cloak'/ Royal Cloak Japanese Barberry; 2 Gal, Cont. 188 EA $$ A88 8-02 PS Cistus hybridus/ White Rockrose; 2 Gal. Cont. 176 EA $$ A89 8-02 PS Spiraea betulifolia 'Tor'/ Tor Birchleaf Spirea; 2 Gal. Cont. 138 EA $$ A90 8-02 PS Euonymus japonicus 'Microphyllus'/ Boxleaf Euonymus; 2 Gal. Cont. 435 EA $$ A91 8-02 PS Ilex crenata 'Helleri''/ Helleri Holly; 2 Gal. Cont. 147 EA $$ A92 8-02 PS Cornus sericea 'Kelseyii'/ Dwarf Redtwig Dogwood; 2 Gal. Cont. 539 EA $$ A93 8-02 PS Rosa x 'NOATRAUM'/ Flower Carpet Pink Groundcover Rose; 2 Gal. Cont. 26 EA $$ A94 8-02 PS Nassella tenuissima/ Mexican Feather Grass; 1 Gal Cont.554 EA $$ A95 8-02 PS Calamagrostis x acutiflora 'Karl Foerster'/ Karl Foerster Feather Reed Grass; 1 Gal. Cont. 39 EA $$ A96 8-02 PS Hemericalis 'Stella de Oro'/ Stella de Oro Daylily; 1 Gal. Cont. 341 EA $$ A97 8-02 PS Mahonia nervosa/ Dwarf Oregon Grape; 1 Gal. Cont. 413 EA $$ A98 8-02 PS Polystichum munitum/ Western Sword Fern; 1 Gal. Cont. 192 EA $$ A099 8-02 PS Cotoneaster dammeri 'Eichholz'/ Eichholz Coteoneater; 1 Gal. Cont. 35 EA $$ Contract Documents Rainier Ave S Corridor Improvements - Phase 4 Page 16 August 2022 Item No. Spec. Section Description Quantity Unit Unit Price*Amount Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. PROPOSAL (BID SCHEDULE A - ROADWAY IMPROVEMENTS) Rainier Ave S Phase 4 (S 3rd St to S Tobin St) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID A100 8-02 PS Epimedium x perralchicum 'Frohnleiten'/ Frohnleiten Barrenwort; 1 Gal. Con. 1285 EA $$ A101 8-02 PS Veronica peduncularis 'Georgia Blue'/ Georgia Blue Speedwell; 1 Gal. Cont. 380 EA $$ A102 8-02 PS Juncus ensifolius/ Dagger-Leaf Rush; 1 Gal. Cont. 210 EA $$ A103 8-02 PS Juncus 'Blue Dart'/ Blue Dart Rush; 1 Gal. Cont. 210 EA $$ A104 8-02 PS Iris douglasiana/ Douglas Iris; 1 Gal. Cont. 50 EA $$ A105 8-02 Protection of Private Property and Tree Protection 1 LS $$ A106 8-02 Root Barrier 950 LF $$ A107 8-02 Property Restoration 1 EST 50,000.00$ 50,000.00$ A108 8-02 Plant Establishment - 1 Year 1 LS LUMP SUM $ A109 8-03 Automatic Irrigation System, Complete 1 LS LUMP SUM $ A110 8-04 Cement Conc. Traffic Curb and Gutter 7550 LF $$ A111 8-04 Modified Cement Concrete Extruded Curb, Type 6 3980 LF $$ A112 8-04 Extruded Curb 2420 LF $$ A113 8-05 Wheel Stop 44 EA $$ A114 8-06 Cement Conc. Driveway Entrance 2060 SY $$ A115 8-07 Precast Dual Faced Sloped Mountable Curb 1220 LF $$ A116 8-09 Raised Pavement Marker Type 1 42 HUND $$ A117 8-09 Raised Pavement Marker Type 2 11 HUND $$ A118 8-10 Curb Mounted Delineator Post 330 LF $$ A119 8-13 Adjust Monument Case and Cover 6 EA $$ A120 8-14 Cement Conc. Sidewalk 5260 SY $$ A121 8-14 Thickened Edge Sidewalk 320 LF $$ A122 8-14 Cement Conc. Curb Ramp, Type Perpendicular A 17 EA $$ A123 8-14 Cement Conc. Curb Ramp, Type Perpendicular B 4 EA $$ A124 8-14 Cement Conc. Curb Ramp, Type Parallel A 2 EA $$ Contract Documents Rainier Ave S Corridor Improvements - Phase 4 Page 17 August 2022 Item No. Spec. Section Description Quantity Unit Unit Price*Amount Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. PROPOSAL (BID SCHEDULE A - ROADWAY IMPROVEMENTS) Rainier Ave S Phase 4 (S 3rd St to S Tobin St) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID A125 8-14 Cement Conc. Curb Ramp, Type Single Direction A 1 EA $$ A126 8-14 Cement Conc. Curb Ramp, Type Combination 1 EA $$ A127 8-14 Detectable Warning Surface 460 SF $$ A128 8-14 Decorative Concrete Finish 400 SY $$ A129 8-14 Smooth Cement Conc. Band 80 LF $$ A130 8-14 Bus Shelter Foundation 2 EA $$ A131 8-19 Adjust Gas Valve 11 EA $$ A132 8-20 Modification of Existing Traffic Signal and Illumination System at Rainier Avenue S & S 3rd Street Intersection, Complete 1 LS LUMP SUM $ A133 8-20 Replacement of Existing Traffic Signal and Illumination System at Rainier Avenue S & S 2nd Street Intersection, Complete 1 LS LUMP SUM $ A134 8-20 Portable Temporary Traffic Signal System with Mast Arm 1 LS LUMP SUM $ A135 8-20 Pedestrian Hybrid Beacon Traffic Signal and Illumination System at Rainier Avenue S & SW Victoria Street, Complete 1 LS LUMP SUM $ A136 8-20 Replacement of Existing Traffic Signal and Illumination System at Rainier Avenue S & Airport Way Intersection, Complete 1 LS LUMP SUM $ A137 8-20 Pedestrian Hybrid Beacon Traffic Signal and Illumination System at Rainier Avenue N & NW 3rd Place, Complete 1 LS LUMP SUM $ A138 8-20 Decorative Illumination System, Complete 1 LS LUMP SUM $ A139 8-20 Fiber Optic Interconnect System, Complete 1 LS LUMP SUM $ A140 8-20 5G Small Cell Network Conduit System, Complete 1 LS LUMP SUM $ A141 8-20 PTZ Camera Systems, Complete 1 LS LUMP SUM $ A142 8-21 Permanent Signing 1 LS LUMP SUM $ A143 8-22 Plastic Stop Line 90 LF $$ A144 8-22 Plastic Crosswalk Line 3250 SF $$ A145 8-22 Plastic Traffic Arrow 72 EA $$ A146 8-22 Plastic Traffic Letter 12 EA $$ Contract Documents Rainier Ave S Corridor Improvements - Phase 4 Page 18 August 2022 Item No. Spec. Section Description Quantity Unit Unit Price*Amount Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. PROPOSAL (BID SCHEDULE A - ROADWAY IMPROVEMENTS) Rainier Ave S Phase 4 (S 3rd St to S Tobin St) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID A147 8-22 Bicycle Lane Symbol 6 EA $$ A148 8-22 Plastic Line, 4 In.1250 LF $$ A149 8-22 Paint Line, 4 In.5680 LF $$ A150 8-22 Removing Existing Pavement Markings 1 LS LUMP SUM $ A151 8-23 Temporary Pavement Marking 0 0 $$ A152 8-24 Rock Wall 60 SF $$ A153 8-26 Resolution of Utility Conflicts for Storm Drainage 1 EST 145,000.00$ 145,000.00$ A154 8-26 Utility Potholing 220 EA $$ A155 8-27 Gateway Trellis Relocation 1 LS LUMP SUM $ A156 8-28 Tree Grate 3 EA $$ A157 8-30 Waste Receptacle 3 EA $$ A158 8-31 Bench 2 EA $$ A159 8-32 Gateway Wall A & B 1 LS $$ A160 8-33 Bollard 7 EA $$ Total Schedule A (Roadway Improvements)*$ * All applicable sales tax shall be included in the unit and lump sum Bid price per Section 1-07.2(1) and WAC 458-20-171. Contract Documents Rainier Ave S Corridor Improvements - Phase 4 Page 19 August 2022 Item No. Spec. Section Description Quantity Unit Unit Price*Amount B1 1-04 Minor Change for Water Trench 1 EST 68,000.00$ 68,000.00$ B2 2-05 Petroleum Contaminated Excavation and Disposal Including Haul 1 EST 54,000.00$ 54,000.00$ B3 2-09 Controlled Density Fill 10 CY $$ B4 7-08 Shoring or Extra Excavation Class B for Water 1 LS LUMP SUM $ B5 7-09 Abandon Existing Water System 1 LS LUMP SUM $ B6 7-09 Ductile Iron Pipe,Class 52, 6-inch Diam. Water Pipe and Restrained-Joint Fittings and Polyethylene Encasement 50 LF $$ B7 7-09 Ductile Iron Pipe,Class 52, 8-inch Diam. Water Pipe and Restrained-Joint Fittings and Polyethylene Encasement 350 LF $$ B8 7-09 Ductile Iron Pipe,Class 52, 10-inch Diam. Water Pipe and Restrained-Joint Fittings and Polyethylene Encasement 100 LF $$ B9 7-09 Ductile Iron Pipe,Class 52, 12-inch Diam. Water Pipe and Restrained-Joint Fittings and Polyethylene Encasement 5160 LF $$ B10 7-09 Bank Run Gravel for Trench Backfill Water 6140 TON $$ B11 7-09 Removal and Replacement of Unsuitable Foundation Material 770 TON $$ B12 7-09 Connection to Existing Water Main, 6 In.1 EA $$ B13 7-09 Connection to Existing Water Main, 8 In.5 EA $$ B14 7-09 Connection to Existing Water Main, 10 In.4 EA $$ B15 7-09 Connection to Existing Water Main, 12 In.5 EA $$ B16 7-09 Concrete for Thrust Blocking and Dead-Man Anchor Block 90 CY $$ B17 7-11 Corrosion Protection, Pipe Joint-Bonding, Anodes, Test Stations 1 LS LUMP SUM $ B18 7-12 Furnish and Install 6 In. Gate Valve Assembly 1 EA $$ B19 7-12 Furnish and Install 8 In. Gate Valve Assembly 8 EA $$ B20 7-12 Furnish and Install 10 In. Gate Valve Assembly 4 EA $$ B21 7-12 Furnish and Install 12 In. Gate Valve Assembly 22 EA $$ PROPOSAL (BID SCHEDULE B - WATER IMPROVEMENTS) Rainier Ave S Phase 4 (S 3rd St to S Tobin St) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Contract Documents Rainier Ave S Corridor Improvements - Phase 4 Page 20 August 2022 Item No. Spec. Section Description Quantity Unit Unit Price*Amount PROPOSAL (BID SCHEDULE B - WATER IMPROVEMENTS) Rainier Ave S Phase 4 (S 3rd St to S Tobin St) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. B22 7-12 Adjust Existing Water Valve Box 16 EA $$ B23 7-12 Adjust Existing Water Manhole 1 EA $$ B24 7-12 Furnish and Install Comb. Air/Vacuum Valve Assembly 2 In.2 EA $$ B25 7-14 Furnish and Install Fire Hydrant Assembly 25 EA $$ B26 7-14 Remove and Salvage Hydrant 21 EA $$ B27 7-15 Furnish and Install 1" Water Service Connection 25 EA $$ B28 7-15 Furnish and Install 1.5" Water Service Connection 4 EA $$ B29 7-15 Furnish and Install 2" Water Service Connection 2 EA $$ B30 7-16 Temporary Water Bypass System, Complete 1 LS LUMP SUM $ B31 8-26 Resolution of Utility Conflicts with New Water Mains 1 EST 45,000.00$ 45,000.00$ Schedule B Subtotal $ Schedule B Sales Tax (10.1%)$ Schedule B (Water Improvements)*$ * The Contractor shall collect from the Contracting Agency retail sales tax on the Schedule B Contract price per Section 1- 07.2(2) and WAC 458-20-170. Contract Documents Rainier Ave S Corridor Improvements - Phase 4 Page 21 August 2022 Item No. Spec. Section Description Quantity Unit Unit Price*Amount C1 1-04 Minor Change for Sewer Trench 1 EST 30,000.00$ 30,000.00$ C2 2-05 Petroleum Contaminated Excavation and Disposal Including Haul 1 EST 24,000.00$ 24,000.00$ C3 7-05 Sanitary Sewer Manhole 18 EA $$ C4 7-05 Drop Manhole Connection 1 EA $$ C5 7-05 Adjust Sewer Manhole 3 EA $$ C6 7-08 Shoring or Extra Excavation Class B for Sewer 1 LS LUMP SUM $ C7 7-17 PVC Sanitary Sewer Pipe 6 In. Diam.106 LF $$ C8 7-17 PVC Sanitary Sewer Pipe 8 In. Diam.1160 LF $$ C9 7-17 PVC Sanitary Sewer Pipe 12 In. Diam.70 LF $$ C10 7-17 Bank Run Gravel for Trench Backfill Sewer 4020 TON $$ C11 7-17 Removal and Replacement of Unsuitable Foundation 550 TON $$ C12 7-19 Sewer Cleanout 6 EA $$ C13 7-21 Furnish and Install 12 In. Diam. CIPP for Sanitary Se 1910 LF $$ C14 8-26 Resolution of Utility Conflicts for Sewer 1 EST 20,000.00$ 20,000.00$ Schedule C Subtotal $ Schedule C Sales Tax (10.1%)$ Schedule C (Sewer Improvements)*$ * The Contractor shall collect from the Contracting Agency retail sales tax on the Schedule C Contract price per Section 1- 07.2(2) and WAC 458-20-170. PROPOSAL (BID SCHEDULE C - SEWER IMPROVEMENTS) Rainier Ave S Phase 4 (S 3rd St to S Tobin St) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Contract Documents Rainier Ave S Corridor Improvements - Phase 4 Page 22 August 2022 Item No. Spec. Section Description Quantity Unit Unit Price*Amount D1 1-04 Minor Change for Joint Utility Trench 1 EST 64,000.00$ 64,000.00$ D2 1-05 Roadway Surveying 1 LS LUMP SUM $ D3 1-09 Mobilization 1 LS LUMP SUM $ D4 2-02 Remove/Abandon Existing Gas Main 960 LF $$ D5 2-03 Unsuitable Foundation Excavation Incl. Haul 110 CY $$ D6 2-03 Gravel Borrow Incl. Haul 2700 CY $$ D7 2-05 Petroleum Contaminated Excavation and Disposal Including Haul 1 EST 53,000.00$ 53,000.00$ D8 2-09 Structure Excavation Class B Incl. Haul for Joint Utility Trench 4110 CY $$ D9 7-08 Shoring or Extra Excavation Class B for Joint Utility Trench 1 LS LUMP SUM $ C10 8-26 Resolution of Utility Conflicts for Joint Utility Trench 1 EST 42,000.00$ 42,000.00$ D11 8-35 Removal of Structure and Obstruction 1 LS 56,000.00$ 56,000.00$ D12 8-35 Franchise Utility Coordination 1 LS LUMP SUM $ D13 8-35 Sand Bedding Incl. Haul for Joint Utility Trench 1900 TN $$ D14 8-35 Controlled Density Fill Incl. Haul, for Joint Utility Trench 290 CY $$ D15 8-35 Install 2" Diameter Conduit - PSE Power 210 LF $$ D16 8-35 Install 3" Diameter Conduit - PSE Power 1700 LF $$ D17 8-35 Install 4" Diameter Conduit - PSE Power 8000 LF $$ D18 8-35 Install 6" Diameter Conduit - PSE Power 5200 LF $$ D19 8-35 Install Handhole (32"x44") - PSE 6 EA $$ D20 8-35 Install Handhole (30"x30") - PSE 1 EA $$ D21 8-35 Install Handhole (23.25"X32.75") - PSE 4 EA $$ D22 8-35 Install Minipad Transformer (48"x42") - PSE 2 EA $$ PROPOSAL (BID SCHEDULE D - JOINT UTILITY TRENCH IMPROVEMENTS) Rainier Ave S Phase 4 (S 3rd St to S Tobin St) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Contract Documents Rainier Ave S Corridor Improvements - Phase 4 Page 23 August 2022 Item No. Spec. Section Description Quantity Unit Unit Price*Amount PROPOSAL (BID SCHEDULE D - JOINT UTILITY TRENCH IMPROVEMENTS) Rainier Ave S Phase 4 (S 3rd St to S Tobin St) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. D23 8-35 Install Three Phase Transformer (70"X136") - PSE 1 EA $$ D24 8-35 Install Three Phase Transformer (56"X66") - PSE 1 EA $$ D25 8-35 Install Three Phase Junction Box - PSE 9 EA $$ D26 8-35 Install Three Phase Underground Transformer 1 EA $$ D27 8-35 Install Pull Vault - PSE 7 EA $$ D28 8-35 Install Fiber Vault (27"X62.5") - PSE 3 EA $$ D29 8-35 Install 2" Diameter Conduit - Comcast 970 LF $$ D30 8-35 Install 4" Diameter Conduit - Comcast 8200 LF $$ D31 8-35 Install Handhole - Comcast 1 EA $$ D32 8-35 Install 14"x21" Vault - Comcast 1 EA $$ D33 8-35 Install 17"x30" Vault - Comcast 7 EA $$ D34 8-35 Install 24"x36" Vault - Comcast 15 EA $$ D35 8-35 Install 24"x24" Pedestal - Comcast 1 EA $$ D36 8-35 Install 4" Diameter Conduit - Century Link 24200 LF $$ D37 8-35 Install 3048 Handhole - Century Link 2 EA $$ D38 8-35 Install 25-TA Vault - Century Link 4 EA $$ D39 8-35 Install 264-TA Vault - Century Link 3 EA $$ D40 8-35 Install 467-TA Vault - Century Link 5 EA $$ D41 8-35 Install 38Y-612 Base-Military Vault - Century Link 5 EA $$ D42 8-35 Install 96-612-7-TA Vault - Century Link 1 EA $$ D43 8-35 Install Pro 6 Pedestal - Century Link 1 EA $$ Schedule D Subtotal $ Contract Documents Rainier Ave S Corridor Improvements - Phase 4 Page 24 August 2022 Item No. Spec. Section Description Quantity Unit Unit Price*Amount PROPOSAL (BID SCHEDULE D - JOINT UTILITY TRENCH IMPROVEMENTS) Rainier Ave S Phase 4 (S 3rd St to S Tobin St) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Schedule D Sales Tax (10.1%)$ Schedule D (Joint Utility Trench Improvements)*$ * The Contractor shall collect from the Contracting Agency retail sales tax on the Schedule D Contract price per Section 1- 07.2(2) and WAC 458-20-170. Contract Documents Rainier Ave S Corridor Improvements - Phase 4 Page 25 August 2022 Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: NOTICE TO ALL BIDDERS 1-800-424-9071 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. To report rigging activities call: The U.S. Department of Transportation (USDOT) operates the above toll-free “hotline” Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the “hotline” to report such activities. The “hotline” is part of USDOT’s continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. DOT Form 272-036I EF 07/2011 SR Local Agency Subcontractor List Prepared in compliance with RCW 39.30.060 as amended To Be Submitted with the Bid Proposal Project Name Failure to list subcontractors with whom the bidder, if awarded the contract, will directly subcontract for performance of the work of structural steel installation, rebar installation, heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical, as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non-responsive and therefore void. Subcontractor(s) with whom the bidder will directly subcontract that are proposed to perform the work of structural steel installation, rebar installation, heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. To the extent the Project includes one or more categories of work referenced in RCW 39.30.060, and no subcontractor is listed below to perform such work, the bidder certifies that the work will either (i) be performed by the bidder itself, or (ii) be performed by a lower tier subcontractor who will not contract directly with the bidder. Subcontractor Name Work to be performed Subcontractor Name Work to be performed Subcontractor Name Work to be performed Subcontractor Name Work to be performed Subcontractor Name Work to be performed * Bidder’s are notified that it is the opinion of the enforcement agency that PVC or metal conduit, junction boxes, etc, are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical current is connected during the project. DOT Form 271-015A Revised 06/2020 APWA-WA Division 1 Committee rev. 1/8/2016 Proposal for Incorporating Recycled Materials into the Project In compliance with a new law that went into effect January 1, 2016 (SHB1695), the Bidder shall propose below, the total percent of construction aggregate and concrete materials to be incorporated into the Project that are recycled materials. Calculated percentages must be within the amounts allowed in Section 9-03.21(1)E, Table on Maximum Allowable Percent (By Weight) of Recycled Material, of the Standard Specifications. Proposed total percentage: _____________________________ percent. Note: Use of recycled materials is highly encouraged within the limits shown above, but does not constitute a Bidder Preference, and will not affect the determination of award, unless two or more lowest responsive Bid totals are exactly equal, in which case proposed recycling percentages will be used as a tie-breaker, per the APWA GSP in Section 1-03.1 of the Special Provisions. Regardless, the Bidder’s stated proposed percentages will become a goal the Contractor should do its best to accomplish. Bidders will be required to report on recycled materials actually incorporated into the Project, in accordance with the APWA GSP in Section 1-06.6 of the Special Provisions. Bidder: Signature of Authorized Official: Date: Contractor Certification Wage Law Compliance - Responsibility Criteria Washington State Public Works Contracts FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.46, 49.48, or 49.52 within three (3) years prior to the date of the Call for Bids. Bidder Name: Name of Contractor/Bidder - Print full legal entity name of firm By: Signature of authorized person Print Name of person making certifications for firm Title: Title of person signing certificate Place: Print city and state where signed Date: Form 272-009 08/2017 DOT Form 272-058Revised 09/2020 Disadvantaged Business Enterprise (DBE)Trucking Credit Form PART A: TO BE COMPLETED BY THE BIDDER This form is in support of the trucking commitment identified on the DBE Utilization Certification Form submitted with the proposal. Please note that DBE’s must be certified prior to time of submittal. Federal Aid #Contract #Project Name If listing items by hours, or by lump sum amounts, please provide calculations to substantiate the quantities listed. Bid Item Item Description Use additional sheets as necessary. Bidder Name/Title (please print) Phone Fax Signature Address I certify that the above information is complete and accurate. Email Date PART B: TO BE COMPLETED BY THE DBE TRUCKING FIRM Note: DBE trucking firm participation may only be credited as DBE participation for the value of the hauling services, not for the materials being hauled unless the trucking firm is also recognized as a supplier of the materials used on the project and approved for this project as a regular dealer. Tractor/trailers: Dump trucks: Tractor/trailers: Dump trucks: 1.Type of Material expected to be hauled? 2.Number of fully operational trucks expected to be used on this project? 3.Number of trucks and trailers owned by the DBE that will be used on this project? 4.Number of trucks and trailers leased by the DBE that will be used on this project? Tractor/trailers: Dump trucks: DBE Firm Name Name/Title (please print) Certification Number Phone Fax Signature Address I certify that the above information is complete and accurate. Email Date Revised 09/2020 Submit this form to in accordance with section 1-02.9 of the Contract. Instruction to Bidder: The Bidder shall complete and submit the Disadvantaged Business Enterprise (DBE) Trucking Credit Form in accordance with Section 1-02.9 of the Contract. INSTRUCTIONS Please note – All Fields are required PART A: TO BE COMPLETED BY THE BIDDER Federal Aid: Include the project federal-aid number. County: Specify the County where the project will take place. Contract #: Specify the Project Contract Number which can be found in the Engineer’s estimate bid check report. Bid Item: Provide the Bid Item Number (as it appears in the engineer’s estimate bid check report) for which trucking services will be utilized. Item Description: Provide description of the bid item (as it appears in the engineer’s estimate bid check report) for which trucking will be utilized. Bidder: In this section, provide the bidder’s legal name, title, Business address, Phone and email. The bidder’s representative signature is required in addition to the date the form was signed. PART B: TO BE COMPLETED BY THE DBE TRUCKING FIRM Question 1: Specify type of material that will be hauled (i.e. Sand, HMA, gravel) Question 2: Specify the total number of operational trucks that will be used on the project. Question 3: Specify the total number of operational trucks and trailers owned by the DBE that will be used on the project. Question 4: Specify the total number of operational trucks and trailers leased by the DBE that will be used on the project. DBE Firm: In this section, provide the DBE Firm’s legal name, DBE Firm’s representative legal name and title, certification Number (Found in the firm’s OMWBE Profile page in the OMWBE directory), Business address, Phone, fax and email. The DBE Firm’s representative signature is required in addition to the date the form was signed. DOT Form 272-058 Revised 09/2020 Disadvantaged Business Enterprise (DBE) Bid Item Breakdown Form 1. Contract Number 2. Contract Name 3. Prime Contractor 4. Prime Contractor Representative Name 5. Prime Contractor Representative Phone Number 6. Prime Contractor Representative Email Column 1Name of UDBE (See Instructions) Column 2Bid Item # (See Instructions) Column 3Full/Partial (See Instructions) Column 4Quantity (See Instructions) Column 5Description (See Instructions) Column 6Unit Price (See Instructions) Column 7Total Unit Cost (See Instructions) Column 8Dollar Amount to be Applied Towards Goal (See Instructions) Subtotal: Name of UDBE Bid Item # Full/Partial Quantity Description Unit Price Total Unit Cost Dollar Amount to be Applied Towards Goal Subtotal: Name of UDBE Bid Item # Full/Partial Quantity Description Unit Price Total Unit Cost Dollar Amount to be Applied Towards Goal Subtotal: Name of UDBE Bid Item # Full/Partial Quantity Description Unit Price Total Unit Cost Dollar Amount to be Applied Towards Goal Subtotal: TOTAL UDBE Dollar Amount: DOT Form 272-054 Revised 09/2020 Instructions for Disadvantaged Business Enterprise (DBE) Bid Item Breakdown Form Box 1: Provide the Contract Number as stated in the project information webpage. Box 2: Provide the Name of the project as stated in the project information webpage. Box 3: Provide the Name of the bidder (Proposal holder) submitting Bid. Box 4: Provide the name of the prime contractor’s representative available to contact regarding this form. Box 5: Provide the phone number of the prime contractor’s representative available to contact regarding this form. Box 6: Provide the email of the prime contractor’s representative available to contact regarding this form. Column 1: Provide the Name of the Disadvantaged Business Enterprise (DBE) Firm. DBE Firms can be found using the search tools under the Firm Certification section of the Diversity Management and Compliance System (DMCS) webpage https://wsdot.diversitycompliance.com. Column 2: Provide the Bid Item Number (as it appears in the engineer’s estimate bid check report) available on the project information webpage. Column 3: If the DBE is performing only part of the bid item, mark “Partial”. If the DBE is performing the entire bid item, mark “Complete”. Column 4: Provide the estimated quantity for the specific bid item. For trucking firms, use hour or another unit of measure. Column 5: Provide a description of the work to be performed by the DBE. Column 6: Provide the price per unit and specify the type of unit used. For trucking firms, use hour or another unit of measure. Column 7: Provide the estimated total unit cost amount per bid item. Column 8: Provide the amount of the bid item being used to fulfil the DBE goal. The work to be performed must be consistent with the Certified Business Description of the DBE provided in the DMCS webpage https://wsdot. diversitycompliance.com. Mobilization up to 10% is acceptable. If mobilization is more than 10% additional information and/or justification may be requested. The total amount shown for each DBE shall match the amount shown on the DBE Utilization Certification Form. Use Additional Sheets if necessary. DOT Form 272-054 Contract Documents Page 39 Rainier Ave S Corridor Improvements – Phase 4 August 2022 PROPOSAL SIGNATURE PAGE By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt Addendum No. Date of Receipt 1 3 2 4 NOTE: A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged. The Bidder is hereby advised that by signature of this proposal, he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. _________________________________________ ____________________________________ [Signature of Authorized Official] * [Business Name] _________________________________________ ____________________________________ [Printed Name] [Address Line 1] _________________________________________ ____________________________________ [Title] [Address Line 2] _________________________________________ ____________________________________ [Date] [Telephone Number] *NOTE: Evidence of the 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 will be rejected. NOTE: The address and phone number listed will be used for all communications regarding this Proposal. Type of business entity (e.g. corporation, partnership, etc.): _________________________________________________________ State of Incorporation, or State where business entity was formed: _________________________________________________________ Contract Documents Page 40 Rainier Ave S Corridor Improvements – Phase 4 August 2022 WA State Contractor’s Registration # ____________________________________________ UBI # ____________________________________________ Industrial Insurance Account # ____________________________________________ Employment Security Department # ____________________________________________ State Excise Tax Registration # ____________________________________________ DUNS # ____________________________________________ The Surety Company which will furnish the required Contract Bond is: _________________________________________ ____________________________________ [Surety] [Address Line 1] _________________________________________ ____________________________________ [Telephone Number] [Address Line 2] Contract Documents Page 41 Rainier Ave S Corridor Improvements – Phase 4 August 2022 PROPOSAL BID BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder] ___________________________ of [address] _________________________________________________________________ as Principal, and [Surety] _______________________________________________________ a corporation organized and existing under the laws of the State of ________________________ 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 unto the City of Renton in the full sum of five (5) percent of the total amount of the proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves and our heirs, executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents. The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following public works construction project, to wit: Rainier Ave S Corridor Improvements – Phase 4 said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish contract bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN THE EVENT, the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a contract bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352. This Proposal Bid Bond shall be governed and construed by the State of Washington, and venue shall be in King County, Washington. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this ______ day of ____, 20______. Contract Documents Page 42 Rainier Ave S Corridor Improvements – Phase 4 August 2022 PRINCIPAL SURETY _____________________________________ __________________________________ [Principal] [Surety] By:__________________________________ By:_____________________________ [Signature of Authorized Official] [Signature of Authorized Official] _____________________________________ ___________________________________ [Printed Name] [Printed Name] _____________________________________ __________________________________ [Title] [Title] _____________________________________ __________________________________ [Date] [Date] Name, address, and phone number of ___________________________________ local office of Agent and/or Surety Company: ___________________________________ __________________________________ ___________________________________ Surety WAOIC # ___________________________________ Surety NAIC # ___________________________________ Contract Documents Page 43 Rainier Ave S Corridor Improvements – Phase 4 August 2022 City of Renton Contract Provisions for Rainier Ave S Corridor Improvements – Phase 4 ______________________________________________________________________ IV. AGREEMENT FORMS Contract Documents Page 44 Rainier Ave S Corridor Improvements – Phase 4 August 2022 AGREEMENT CONTRACT NO. CAG-22-163 THIS AGREEMENT, made and entered into this ________ day of _______________________, 20______ by and between THE CITY OF RENTON, Washington, 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: RainierAve S Corridor Improvements – Phase 4 in accordance with and as described in theattached 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 WorksAssociation (APWA) which are by this reference incorporated herein and made part ofhereof and, shall perform any changes in the work in accord with the Contract Documents. The Contractor shall provide and bear the expense of all equipment, work and labor, of anysort whatsoever that may be required for the transfer of materials and for constructing andcompleting the work provided for in these Contract Documents except those itemsmentioned therein to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ theContractor 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 andspecifications and the terms and conditions herein contained and hereby contracts to payfor the same according to the attached specifications and the schedule of unit or itemizedprices 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 theSchedule of Prices incorporated into this contract, unless the Total Bid Amount is amendedby 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. 4.It is further provided that no liability shall attach to the City by reason of entering into thiscontract, except as provided herein. 5.In the event litigation is commenced to enforce this contract, the prevailing party shall beentitled to recover its costs, including reasonable attorney’s and expert witness fees. Contract Documents Page 45 Rainier Ave S Corridor Improvements – Phase 4 August 2022 6. This Contract is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. IN 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 CITY OF RENTON [Signature of Authorized Official] * Armando Pavone, Mayor _______________________________________ ATTEST [Title] [Business Name] Jason Seth, City Clerk ___________________________________ [Date] *NOTE: Evidence of the signatory’s authority to sign the Agreement on behalf of the business entity shall be submitted. CONTRACTOR ADDRESS FOR GIVING NOTICES CITY OF RENTON ADDRESS FOR GIVING NOTICES Transportation Systems Division Renton City Hall – 5th Floor 1055 South Grady Way Renton, WA 98057 Contract Documents Page 46 Rainier Ave S Corridor Improvements – Phase 4 August 2022 CONTRACT BOND TO THE CITY OF RENTON Bond No. ________________ KNOW ALL MEN BY THESE PRESENTS, That we, (CONTRACTOR/PRINCIPAL) ______________________ of [address]________________________________________________ as PRINCIPAL , and (SURETY)_________________________________________ a corporation organized and existing under the laws of the State of ________________________ 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________________________________________________ US Dollars ($________________________) 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______. NOW, THEREFORE THE CONDITIONS OF THE ABOVE OBLIGATION ARE AS FOLLOWS: WHEREAS, under and pursuant to Contract No. CAG-22-163 providing for construction of the Rainier Ave S Corridor Improvements Phase 4 ; 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 Contract Documents Page 47 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 [PRINCIPAL] [SURETY] [Signature of Authorized Official] [Signature of Authorized Official] [Printed Name] [Printed Name] [Title] [Title] [Date] [Date] Name and address of local office of Agent and/or SURETY Company: Telephone: Contract Documents Page 48 Rainier Ave S Corridor Improvements – Phase 4 August 2022 FAIR PRACTICES AND NON-DISCRIMINATION POLICY DECLARATION I, by signing the Agreement, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation affirms and subscribes to the Fair Practices and Non-discrimination policies set forth by the law and by City of Renton policy, adopted by Resolution No. 4085. 2. That by signing the signature page of this Agreement, I am deemed to have signed and to have agreed to the provisions of this declaration. City of Renton Contract Provisions for Rainier Ave S Corridor Improvements – Phase 4 ______________________________________________________________________ V. REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONSTRUCTION CONTRACTS 1 FHWA-1273 -- Revised July 5, 2022 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS I.GeneralII.NondiscriminationIII.Non-segregated FacilitiesIV.Davis-Bacon and Related Act ProvisionsV.Contract Work Hours and Safety Standards ActProvisionsVI.Subletting or Assigning the ContractVII.Safety: Accident PreventionVIII.False Statements Concerning Highway ProjectsIX.Implementation of Clean Air Act and Federal WaterPollution Control ActX.Certification Regarding Debarment, Suspension,Ineligibility and Voluntary ExclusionXI.Certification Regarding Use of Contract Funds forLobbyingXII. Use of United States-Flag Vessels: ATTACHMENTS A. Employment and Materials Preference for AppalachianDevelopment Highway System or Appalachian Local AccessRoad Contracts (included in Appalachian contracts only) I. GENERAL 1.Form FHWA-1273 must be physically incorporated in eachconstruction contract funded under title 23, United StatesCode, as required in 23 CFR 633.102(b) (excludingemergency contracts solely intended for debris removal). Thecontractor (or subcontractor) must insert this form in eachsubcontract and further require its inclusion in all lower tiersubcontracts (excluding purchase orders, rental agreementsand other agreements for supplies or services). 23 CFR633.102(e). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. 23 CFR 633.102(e). Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services) in accordance with 23 CFR 633.102. The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in solicitation-for-bids or request-for-proposals documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 23 CFR 633.102(b). 2. Subject to the applicability criteria noted in the followingsections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 23 CFR 633.102(d). 3. A breach of any of the stipulations contained in theseRequired Contract Provisions may be sufficient grounds forwithholding of progress payments, withholding of finalpayment, termination of the contract, suspension / debarmentor any other action determined to be appropriate by thecontracting agency and FHWA. 4. Selection of Labor: During the performance of this contract,the contractor shall not use convict labor for any purposewithin the limits of a construction project on a Federal-aidhighway unless it is labor performed by convicts who are onparole, supervised release, or probation. 23 U.S.C. 114(b).The term Federal-aid highway does not include roadwaysfunctionally classified as local roads or rural minor collectors.23 U.S.C. 101(a). II. NONDISCRIMINATION (23 CFR 230.107(a); 23 CFR Part230, Subpart A, Appendix A; EO 11246) The provisions of this section related to 23 CFR Part 230, Subpart A, Appendix A are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR Part 60, 29 CFR Parts 1625-1627, 23 U.S.C. 140, Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794), Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d et seq.), and related regulations including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR Part 60, and 29 CFR Parts 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with 23 U.S.C. 140, Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794), and Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d et seq.), and related regulations including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR Part 230, Subpart A, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 2 1. Equal Employment Opportunity: Equal Employment Opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (see 28 CFR Part 35, 29 CFR Part 1630, 29 CFR Parts 1625-1627, 41 CFR Part 60 and 49 CFR Part 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140, shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR Part 35 and 29 CFR Part 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. 23 CFR 230.409 (g)(4) & (5). b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, sexual orientation, gender identity, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action or are substantially involved in such action, will be made fully cognizant of and will implement the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to ensure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action 3 within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs (i.e., apprenticeship and on-the-job training programs for the geographical area of contract performance). In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. 23 CFR 230.409. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established thereunder. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors, suppliers, and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurances Required: a. The requirements of 49 CFR Part 26 and the State DOT’s FHWA-approved Disadvantaged Business Enterprise (DBE) program are incorporated by reference. b. The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the contractor from future bidding as non-responsible. c. The Title VI and nondiscrimination provisions of U.S. DOT Order 1050.2A at Appendixes A and E are incorporated by reference. 49 CFR Part 21. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: 4 (1) The number and work hours of minority and non-minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women. b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of more than $10,000. 41 CFR 60-1.5. As prescribed by 41 CFR 60-1.8, the contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, sexual orientation, gender identity, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location under the contractor's control where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size), in accordance with 29 CFR 5.5. The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. 23 U.S.C. 113. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. 23 U.S.C. 101. Where applicable law requires that projects be treated as a project on a Federal-aid highway, the provisions of this subpart will apply regardless of the location of the project. Examples include: Surface Transportation Block Grant Program projects funded under 23 U.S.C. 133 [excluding recreational trails projects], the Nationally Significant Freight and Highway Projects funded under 23 U.S.C. 117, and National Highway Freight Program projects funded under 23 U.S.C. 167. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA-1273 format and FHWA program requirements. 1. Minimum wages (29 CFR 5.5) a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and 5 (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding (29 CFR 5.5) The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records (29 CFR 5.5) a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency. (2) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or 6 subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under 29 CFR 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR 5.5(a)(3)(i), and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees (29 CFR 5.5) a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the 7 corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. 23 CFR 230.111(e)(2). The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract as provided in 29 CFR 5.5. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract as provided in 29 CFR 5.5. 9. Disputes concerning labor standards. As provided in 29 CFR 5.5, disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility (29 CFR 5.5) a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT Pursuant to 29 CFR 5.5(b), the following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 29 CFR 5.5. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph 1 of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 1 of this section, in the sum currently provided in 29 CFR 5.5(b)(2)* for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 of this section. 29 CFR 5.5. * $27 as of January 23, 2019 (See 84 FR 213-01, 218) as may be adjusted annually by the Department of Labor; pursuant to the Federal Civil Penalties Inflation Adjustment Act of 1990). 8 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 of this section. 29 CFR 5.5. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 4 of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1 through 4 of this section. 29 CFR 5.5. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System pursuant to 23 CFR 635.116. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term “perform work with its own organization” in paragraph 1 of Section VI refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (based on longstanding interpretation) (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 23 CFR 635.102. 2. Pursuant to 23 CFR 635.116(a), the contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. Pursuant to 23 CFR 635.116(c), the contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. (based on long-standing interpretation of 23 CFR 635.116). 5. The 30-percent self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements. 23 CFR 635.116(d). VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR Part 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 23 CFR 635.108. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR Part 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 29 CFR 1926.10. 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance 9 with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR Part 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 11, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (42 U.S.C. 7606; 2 CFR 200.88; EO 11738) This provision is applicable to all Federal-aid construction contracts in excess of $150,000 and to all related subcontracts. 48 CFR 2.101; 2 CFR 200.326. By submission of this bid/proposal or the execution of this contract or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, subcontractor, supplier, or vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal Highway Administration and the Regional Office of the Environmental Protection Agency. 2 CFR Part 200, Appendix II. The contractor agrees to include or cause to be included the requirements of this Section in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. 2 CFR 200.326. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200. 2 CFR 180.220 and 1200.220. 1. Instructions for Certification – First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. 2 CFR 180.320. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. 2 CFR 180.325. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 2 CFR 180.345 and 180.350. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180, Subpart I, 180.900-180.1020, and 1200. “First Tier Covered Transactions” refers to any covered transaction between a recipient or subrecipient of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant 10 who has entered into a covered transaction with a recipient or subrecipient of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 2 CFR 180.330. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. 2 CFR 180.220 and 180.300. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. 2 CFR 180.300; 180.320, and 180.325. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. 2 CFR 180.335. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the System for Award Management website (https://www.sam.gov/). 2 CFR 180.300, 180.320, and 180.325. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2 CFR 180.325. * * * * * 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency, 2 CFR 180.335;. (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property, 2 CFR 180.800; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification, 2 CFR 180.700 and 180.800; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2 CFR 180.335(d). (5) Are not a corporation that has been convicted of a felony violation under any Federal law within the two-year period preceding this proposal (USDOT Order 4200.6 implementing appropriations act requirements); and (6) Are not a corporation with any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability (USDOT Order 4200.6 implementing appropriations act requirements). b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant should attach an explanation to this proposal. 2 CFR 180.335 and 180.340. 3. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders, and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200). 2 CFR 180.220 and 1200.220. a. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. 2 CFR 180.365. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180, Subpart I, 180.900 – 180.1020, and 1200. You may contact the person to which this proposal is 11 submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a recipient or subrecipient of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a recipient or subrecipient of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 2 CFR 1200.220 and 1200.332. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. 2 CFR 180.220 and 1200.220. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the System for Award Management website (https://www.sam.gov/), which is compiled by the General Services Administration. 2 CFR 180.300, 180.320, 180.330, and 180.335. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 2 CFR 180.325. * * * * * Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals: (a) is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency, 2 CFR 180.355; (b) is a corporation that has been convicted of a felony violation under any Federal law within the two-year period preceding this proposal (USDOT Order 4200.6 implementing appropriations act requirements); and (c) is a corporation with any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (USDOT Order 4200.6 implementing appropriations act requirements) 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant should attach an explanation to this proposal. * * * * * XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000. 49 CFR Part 20, App. A. 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier 12 subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. XII. USE OF UNITED STATES-FLAG VESSELS: This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, or any other covered transaction. 46 CFR Part 381. This requirement applies to material or equipment that is acquired for a specific Federal-aid highway project. 46 CFR 381.7. It is not applicable to goods or materials that come into inventories independent of an FHWA funded-contract. When oceanic shipments (or shipments across the Great Lakes) are necessary for materials or equipment acquired for a specific Federal-aid construction project, the bidder, proposer, contractor, subcontractor, or vendor agrees: 1. To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels. 46 CFR 381.7. 2. To furnish within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, ‘on-board’ commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (b)(1) of this section to both the Contracting Officer (through the prime contractor in the case of subcontractor bills-of-lading) and to the Office of Cargo and Commercial Sealift (MAR-620), Maritime Administration, Washington, DC 20590. (MARAD requires copies of the ocean carrier's (master) bills of lading, certified onboard, dated, with rates and charges. These bills of lading may contain business sensitive information and therefore may be submitted directly to MARAD by the Ocean Transportation Intermediary on behalf of the contractor). 46 CFR 381.7. 13 ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS (23 CFR 633, Subpart B, Appendix B) This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. City of Renton Contract Provisions for Rainier Ave S Corridor Improvements – Phase 4 ______________________________________________________________________ VI. SPECIAL PROVISIONS Special Provisions – Bid Documents i Rainier Ave S Corridor Improvements – Phase 4 August 2022 Table of Contents INTRODUCTION TO THE SPECIAL PROVISIONS ................................................................................... 1 DESCRIPTION OF WORK .......................................................................................................................... 3 1-01 DEFINITIONS AND TERMS ........................................................................................................... 3 1-01.3 Definitions ............................................................................................................................ 3 1-02 BID PROCEDURES AND CONDITIONS ....................................................................................... 5 1-02.1 Prequalification of Bidders ................................................................................................... 5 1-02.1 Qualifications of Bidder ........................................................................................................ 5 1-02.2 Plans and Specifications ..................................................................................................... 5 1-02.4 Examination of Plans, Specifications and Site of Work ....................................................... 6 1-02.4(1) General ................................................................................................................................ 6 1-02.5 Proposal Forms ................................................................................................................... 6 1-02.6 Preparation of Proposal ....................................................................................................... 6 1-02.6(1) Recycled Materials Proposal ............................................................................................... 8 1-02.7 Bid Deposit .......................................................................................................................... 8 1-02.9 Delivery of Proposal............................................................................................................. 8 1-02.10 Withdrawing, Revising, or Supplementing Proposal ........................................................... 9 1-02.13 Irregular Proposals ............................................................................................................10 1-02.14 Disqualification of Bidders ................................................................................................. 11 1-02.15 Pre Award Information .......................................................................................................14 1-03 AWARD AND EXECUTION OF CONTRACT .............................................................................15 1-03.1 Consideration of Bids.........................................................................................................15 1-03.1(1) Identical Bid Totals .............................................................................................................15 1-03.3 Execution of Contract ........................................................................................................15 1-03.4 Contract Bond ....................................................................................................................16 1-03.7 Judicial Review ..................................................................................................................17 1-04 SCOPE OF WORK ......................................................................................................................17 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda ............................................................................................................................17 1-05 CONTROL OF WORK .................................................................................................................17 1-05.4 Conformity With and Deviations From Plans and Stakes..................................................17 1-05.7 Removal of Defective and Unauthorized Work..................................................................21 1-05.11 Final Inspection ..................................................................................................................21 1-05.11 Final Inspections and Operational Testing .........................................................................21 1-05.11(1) Substantial Completion Date .............................................................................................22 1-05.11(2) Final Inspection and Physical Completion Date ................................................................22 1-05.11(3) Operational Testing ............................................................................................................23 1-05.13 Superintendents, Labor and Equipment of Contractor ......................................................23 1-05.14 Cooperation with Other Contractors ..................................................................................23 1-05.15 Method of Serving Notices ................................................................................................24 1-05.16 Water and Power ...............................................................................................................24 1-05.18 Record Drawings ...............................................................................................................24 1-06 CONTROL OF MATERIAL ...........................................................................................................26 1-06.1 Approval of Materials Prior to Use .....................................................................................27 1-06.6 Recycled Materials ............................................................................................................28 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ............................................28 1-07.1 Laws to be Observed .........................................................................................................28 1-07.2 State Sales Tax ..................................................................................................................29 1-07.2 State Sales Tax ..................................................................................................................29 1-07.2(1) State Sales Tax — Rule 171 ..............................................................................................30 1-07.2(2) State Sales Tax — Rule 170 ..............................................................................................30 1-07.2(3) Services .............................................................................................................................30 1-07.6 Permits and Licenses ........................................................................................................30 1-07.9 Wages ................................................................................................................................31 Special Provisions – Bid Documents ii Rainier Ave S Corridor Improvements – Phase 4 August 2022 1-07.9(1) General ..............................................................................................................................31 1-07.9(5) Required Documents .........................................................................................................32 1-07.11 Requirements for Nondiscrimination .................................................................................33 1-07.12 Federal Agency Inspection ................................................................................................58 1-07.17 Utilities and Similar Facilities .............................................................................................59 1-07.18 Public Liability and Property Damage Insurance ...............................................................62 1-07.18 Insurance ...........................................................................................................................62 1-07.18(1) General Requirements.......................................................................................................62 1-07.18(2) Additional Insured ..............................................................................................................63 1-07.18(3) Subcontractors ...................................................................................................................63 1-07.18(4) Verification of Coverage ....................................................................................................64 1-07.18(5) Coverages and Limits ........................................................................................................64 1-07.18(5)A Commercial General Liability .............................................................................................64 1-07.18(5)B Automobile Liability ............................................................................................................65 1-07.18(5)C Workers’ Compensation ....................................................................................................65 1-07.18(5)K Professional Liability ..........................................................................................................65 1-07.23 Public Convenience and Safety .........................................................................................66 1-07.23(1) Construction Under Traffic .................................................................................................66 1-07.24 Rights of Way.....................................................................................................................68 1-08 PROSECUTION AND PROGRESS .............................................................................................69 1-08.0 Preliminary Matters ............................................................................................................69 1-08.0(1) Preconstruction Conference ..............................................................................................69 1-08.0(2) Hours of Work ....................................................................................................................70 1-08.1 Subcontracting ...................................................................................................................71 1-08.3 Progress Schedule ............................................................................................................71 1-08.3(2)B Type B Progress Schedule ................................................................................................71 1-08.3(2) C Pre-Activity Meeting ...........................................................................................................72 1-08.3(5) Payment .............................................................................................................................72 1-08.4 Prosecution of Work ..........................................................................................................73 1-08.5 Time for Completion ..........................................................................................................73 1-08.9 Liquidated Damages ..........................................................................................................74 1-09 MEASUREMENT AND PAYMENT ..............................................................................................75 1-09.2(1) General Requirements for Weighing Equipment ...............................................................75 1-09.2(5) Measurement .....................................................................................................................75 1-09.6 Force Account ....................................................................................................................75 1-09.7(1) Field Office Building ...........................................................................................................76 1-09.8 Payment for Material on Hand ...........................................................................................78 1-09.9 Payments ...........................................................................................................................78 1-09.9(1) Retainage ..........................................................................................................................79 1-09.11(3) Time Limitation and Jurisdiction ........................................................................................79 1-09.13(3)A Arbitration General .............................................................................................................80 1-10 TEMPORARY TRAFFIC CONTROL ............................................................................................80 1-10.2 Traffic Control Management ..............................................................................................80 1-10.2(1) General ..............................................................................................................................80 1-10.3 Traffic Control Labor Procedures, and Devices .................................................................81 1-10.3(1)D Off-Duty Uniformed Police Officer .....................................................................................81 1-10.3(3)A Construction Signs .............................................................................................................82 1-10.4 Measurement .....................................................................................................................82 1-10.4(3) Reinstating Unit Items with Lump Sum Traffic Control ......................................................82 1-10.5 Payment .............................................................................................................................83 1-10.5(2) Item Bids With Lump Sum for Incidentals .........................................................................83 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP .............................................................84 2-01.5 Payment .............................................................................................................................84 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ..............................................................84 2-02.1 Description .........................................................................................................................84 2-02.3(2) Removal of Bridges, Box Culverts, and other Drainage Structures ..................................87 Special Provisions – Bid Documents iii Rainier Ave S Corridor Improvements – Phase 4 August 2022 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters ....................................................88 2-02.3(4) Removal of Traffic Island ...................................................................................................88 2-02.3(6) Remove Joint Trench Ducts and Vaults; Remove/Abandon Gas Main .............................89 2-02.3(7) Salvage ..............................................................................................................................89 2-02.4 Measurement .....................................................................................................................90 2-02.5 Payment .............................................................................................................................90 2-03 ROADWAY EXCAVATION AND EMBANKMENT ......................................................................90 2-03.1 Description .........................................................................................................................90 2-03.3(14)E Unsuitable Foundation Excavation ....................................................................................90 2-03.4 Measurement ....................................................................................................................91 2-03.5 Payment ............................................................................................................................92 2-04 HAUL ............................................................................................................................................92 2-04.1 Description .........................................................................................................................92 2-05 IDENTIFICATION, HANDLING, TRANSPORTING AND DISPOSING OF PETROLEUM CONTAMINATED SOIL and groundwater (NEW SECTION) ....................................................92 2-05.1 Description .........................................................................................................................92 2-05.3 Construction Requirements ...............................................................................................93 2-05.4 Measurement .....................................................................................................................94 2-05.5 Payment .............................................................................................................................94 2-09 STRUCTURE EXCAVATION .......................................................................................................95 2-09.1 Description .........................................................................................................................95 2-09.3(1)D Disposal of Excavated Material .........................................................................................95 2-09.4 Measurement .....................................................................................................................95 2-09.5 Payment .............................................................................................................................96 5-04 HOT MIX ASPHALT .....................................................................................................................97 5-04 Hot Mix Asphalt ..................................................................................................................97 5-04.1 Description .........................................................................................................................97 5-04.2 Materials ............................................................................................................................97 5-04.2(1) How to Get an HMA Mix Design on the QPL .....................................................................98 5-04.2(1)A Vacant ................................................................................................................................99 5-04.2(2) Mix Design – Obtaining Project Approval ..........................................................................99 5-04.2(2)B Using Warm Mix Asphalt Processes ................................................................................100 5-04.3 Construction Requirements .............................................................................................100 5-04.3(1) Weather Limitations .........................................................................................................100 5-04.3(2) Paving Under Traffic ........................................................................................................101 5-04.3(3) Equipment ........................................................................................................................101 5-04.3(3)A Mixing Plant .....................................................................................................................101 5-04.3(3)B Hauling Equipment ..........................................................................................................103 5-04.3(3)C Pavers ..............................................................................................................................103 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle .....................................................104 5-04.3(3)E Rollers ..............................................................................................................................104 5-04.3(4) Preparation of Existing Paved Surfaces ..........................................................................105 5-04.3(4)A Crack Sealing ..................................................................................................................106 5-04.3(4)A1 General ............................................................................................................................106 5-04.3(4)A2 Crack Sealing Areas Prior to Paving ...............................................................................106 5-04.3(4)A3 Crack Sealing Areas Not to be Paved .............................................................................107 5-04.3(4)B Vacant ..............................................................................................................................107 5-04.3(4)C Pavement Repair .............................................................................................................107 5-04.3(5) Producing/Stockpiling Aggregates and RAP ...................................................................107 5-04.3(5)A Vacant ..............................................................................................................................107 5-04.3(6) Mixing ..............................................................................................................................107 5-04.3(7) Spreading and Finishing ..................................................................................................108 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA .....................................................109 5-04.3(9) HMA Mixture Acceptance ................................................................................................109 5-04.3(9)A FRAC Mix Design ............................................................................................................ 110 5-04.3(9)B Vacant .............................................................................................................................. 110 Special Provisions – Bid Documents iv Rainier Ave S Corridor Improvements – Phase 4 August 2022 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation .............................................................. 110 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots ...................................................... 111 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling .................................................................... 111 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing ................................................. 111 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors ............................................................. 112 5-04.3(9)C5 Vacant .............................................................................................................................. 112 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments .................................................... 112 5-04.3(9)C7 Mixture Nonstatistical Evaluation – Retests .................................................................... 112 5-04.3(9)D Mixture Acceptance – Commercial Evaluation ................................................................ 113 5-04.3(10) HMA Compaction Acceptance ......................................................................................... 113 5-04.3(10)A HMA Compaction – General Compaction Requirements ................................................ 114 5-04.3(10)B HMA Compaction – Cyclic Density .................................................................................. 115 5-04.3(10)C Vacant .............................................................................................................................. 115 5-04.3(10)D HMA Nonstatistical Compaction ...................................................................................... 115 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots ....................................................... 115 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing ................................. 115 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments ..................................................... 115 5-04.3(11) Reject Work ..................................................................................................................... 116 5-04.3(11)A Reject Work General ....................................................................................................... 116 5-04.3(11)B Rejection by Contractor ................................................................................................... 116 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) ........................................................ 116 5-04.3(11)D Rejection - A Partial Sublot .............................................................................................. 117 5-04.3(11)E Rejection - An Entire Sublot ............................................................................................. 117 5-04.3(11)F Rejection - A Lot in Progress ........................................................................................... 117 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) .......................................................... 117 5-04.3(12) Joints ............................................................................................................................... 117 5-04.3(12)A HMA Joints ....................................................................................................................... 117 5-04.3(12)A1 Transverse Joints ............................................................................................................ 117 5-04.3(12)A2 Longitudinal Joints ........................................................................................................... 118 5-04.3(12)B Bridge Paving Joint Seals ................................................................................................ 118 5-04.3(12)B1 HMA Sawcut and Seal ..................................................................................................... 118 5-04.3(12)B2 Paved Panel Joint Seal ................................................................................................... 118 5-04.3(13) Surface Smoothness ....................................................................................................... 118 5-04.3(14) Planing (Milling) Bituminous Pavement ........................................................................... 119 5-04.3(14)A Pre-Planing Metal Detection Check .................................................................................120 5-04.3(14)B Paving and Planing Under Traffic ....................................................................................120 5-04.3(14)B1 General ............................................................................................................................120 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan ...........................................................121 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing ...............................................................................122 5-04.3(15) Sealing Pavement Surfaces ............................................................................................123 5-04.3(16) HMA Road Approaches ...................................................................................................123 5-04.3(17) Construction Joint Sealing ...............................................................................................123 5-04.3(18) Incidental Uses for HMA ..................................................................................................123 5-04.3(19) Vacant ..............................................................................................................................124 5-04.3(20) Vacant ..............................................................................................................................124 5-04.3(21) Temporary Pavement.......................................................................................................124 5-04.4 Measurement ...................................................................................................................124 5-04.5 Payment ...........................................................................................................................125 5-05 CEMENT CONCRETE PAVEMENT ...........................................................................................127 5-05.1 Description .......................................................................................................................127 5-05.2 Materials ..........................................................................................................................127 5-05.3 Construction Requirements .............................................................................................127 5-05.3(8) Joints ...............................................................................................................................128 5-05.3(8)D Isolation Joints ................................................................................................................128 5-05.3(8)E Sealing Through Joints ....................................................................................................129 5-05.3(11) Finishing ..........................................................................................................................129 Special Provisions – Bid Documents v Rainier Ave S Corridor Improvements – Phase 4 August 2022 5-05.4 Measurement ...................................................................................................................129 5-05.5 Payment ...........................................................................................................................130 6-02 CONCRETE STRUCTURES ......................................................................................................131 6-02.1 Description .......................................................................................................................131 6-02.3 Construction Requirements .............................................................................................131 6-02.4 Measurement ...................................................................................................................131 6-02.5 Payment ...........................................................................................................................131 6-07 PAINTING ...................................................................................................................................131 6-07.1 Description .......................................................................................................................131 6-07.2 Materials ..........................................................................................................................132 6-07.2(1) Materials for Signal and Luminaire Poles, Luminaires, Signs, Banding, Cameras and Terminal Cabinets ............................................................................................................137 6-07.3 Construction Requirements .............................................................................................137 6-07.3(14) Painting of Aluminum Surfaces ........................................................................................138 6-07.5 Payment ...........................................................................................................................138 6-11 REINFORCED CONCRETE WALLS .........................................................................................138 6-11.1 Description .......................................................................................................................138 6-11.2 Materials ..........................................................................................................................138 6-11.3 Construction Requirements .............................................................................................139 6-11.4 Measurement ...................................................................................................................140 6-11.5 Payment ...........................................................................................................................140 6-13 STRUCTURAL EARTH WALLS ................................................................................................140 6-13.1 Description .......................................................................................................................140 6-13.2 Materials ..........................................................................................................................140 6-13.3 Construction Requirements .............................................................................................144 6-13.3(5) Precast Concrete Facing Panel and Concrete Block Erection ........................................145 6-13.4 Measurement ...................................................................................................................146 6-13.5 Payment ...........................................................................................................................146 6-21 PEDESTRIAN RAILING (NEW SECTION) ................................................................................147 6-21.1 Description .......................................................................................................................147 6-21.2 Materials ..........................................................................................................................147 6-21.3 Construction Requirements .............................................................................................147 6-21.4 Measurement ...................................................................................................................149 6-21.5 Payment ...........................................................................................................................149 6-32 HANDRAIL (NEW SECTION) ....................................................................................................149 6-32.1 Description .......................................................................................................................149 6-32.2 Materials ..........................................................................................................................149 6-32.3 Construction Requirements .............................................................................................150 6-32.4 Measurement ...................................................................................................................151 6-32.5 Payment ...........................................................................................................................151 7-01 DRAINS .....................................................................................................................................152 7-01.2 Materials ..........................................................................................................................152 7-01.3 Construction Requirements .............................................................................................152 7-01.4 Measurement ...................................................................................................................152 7-01.5 Payment ...........................................................................................................................152 7-04 STORM SEWERS .......................................................................................................................153 7-04.2 Materials ..........................................................................................................................153 7-04.02(2) Temporary Stormwater Diversion ....................................................................................154 7-04.3(1) Cleaning and Testing .......................................................................................................154 7-04.3(3) Direct Pipe Connections ..................................................................................................156 7-04.3(4) Polyethylene Encasement for Ductile Iron Pipe ..............................................................156 7-04.3(5) Dewatering of Trench.......................................................................................................156 7-04.4 Measurement ...................................................................................................................157 7-04.5 Payment ...........................................................................................................................157 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ....................................................157 7-05.3 Construction Requirements .............................................................................................157 Special Provisions – Bid Documents vi Rainier Ave S Corridor Improvements – Phase 4 August 2022 7-05.3(1) Adjusting Manholes and Catch Basins to Grade .............................................................158 7-05.3(2) Abandon Existing Manholes ............................................................................................159 7-05.3(2)A Abandon Existing Storm Sewer Pipes .............................................................................159 7-05.3(3) Connections to Existing Structures ..................................................................................159 7-05.3(5) Manhole Coatings ............................................................................................................160 7-05.4 Measurement ...................................................................................................................160 7-05.5 Payment ...........................................................................................................................161 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS ................................................................165 7-08.3 Construction Requirements .............................................................................................165 7-08.3(1)A Trenches ..........................................................................................................................165 7-08.3(1)B Shoring ............................................................................................................................166 7-08.3(1)C Bedding the Pipe .............................................................................................................166 7-08.3(1)D Pipe Foundation ...............................................................................................................167 7-08.3(2)A Survey Line and Grade ....................................................................................................167 7-08.3(2)B Pipe Laying – General .....................................................................................................167 7-08.3(2)E Rubber Gasketed Joints ..................................................................................................168 7-08.3(2)G Jointing of Dissimilar Pipe ...............................................................................................168 7-08.3(2)H Sewer Line Connections ..................................................................................................169 7-08.3(2)J Placing PVC Pipe ............................................................................................................169 7-08.3(3)A Backfilling Pipe Trenches ................................................................................................169 7-08.3(5) Television Inspection........................................................................................................170 7-08.4 Measurement ..................................................................................................................171 7-08.5 Payment ...........................................................................................................................171 7-09 WATER MAINS ..........................................................................................................................172 7-09.3(5) Grade and Alignment .......................................................................................................172 7-09.3(7)A Dewatering of Trench.......................................................................................................172 7-09.3(15)A Ductile Iron Pipe ..............................................................................................................173 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 Inches and Over) ........................................................173 7-09.3(19) Connections .....................................................................................................................174 7-09.3(19)A Connections to Existing Mains ........................................................................................174 7-09.3(19)B Maintaining Service .........................................................................................................176 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block .............................................................176 7-09.3(23) Hydrostatic Pressure Test ................................................................................................177 7-09.3(24)A Flushing and "Poly-pigging" .............................................................................................179 7-09.3(24)D Dry Calcium Hypochlorite ................................................................................................180 7-09.3(24)K Retention Period ..............................................................................................................180 7-09.3(24)N Final Flushing and Testing ...............................................................................................180 7-09.3(25) Joint Restraint Systems ...................................................................................................181 7-09.3(26) Abandonment of Existing Water Pipe ..............................................................................183 7-09.4 Measurement ...................................................................................................................183 7-09.5 Payment ...........................................................................................................................184 7-10 BIORETENTION PLANTER ..........................................................................................................187 7-10.1 Description .......................................................................................................................187 7-10.2 Materials ..........................................................................................................................187 710.3 Construction Requirements .............................................................................................187 7-10.3(1) General ............................................................................................................................187 7-10.3(2) Grading and Placement for Bioretention Cells ................................................................189 7-10.3(3) Bioretention Media Placement .........................................................................................190 7-10.3(4) Bioretention Media Acceptance .......................................................................................191 7-10.3(5) Streambed Cobbles .........................................................................................................191 7-10.4 Measurement ...................................................................................................................191 7-10.5 Payment ...........................................................................................................................191 7-11 CORROSION MONITORING TEST STATIONS AND JOINT BONDING REQUIREMENTS ...192 7-11.1 Description .......................................................................................................................192 7-11.2 Materials ..........................................................................................................................192 7-11.3(1) Construction Requirements .............................................................................................192 Special Provisions – Bid Documents vii Rainier Ave S Corridor Improvements – Phase 4 August 2022 7-11.3(2) Electrical Bonding ............................................................................................................193 7-11.3(3) Test Lead Installation .......................................................................................................194 7-11.3(4) Test Station Installation (Type FF and FI) ........................................................................194 7-11.3(5) Stationary Reference Electrode Installation ....................................................................194 7-11.3(6) Magnesium Anodes .........................................................................................................195 7-11.3(6) Drain Anodes ...................................................................................................................195 7-11.3(7) Commissioning ................................................................................................................195 7-11.3(8) Submittals ........................................................................................................................196 7-11.4 Measurement ..................................................................................................................196 7-11.5 Payment ..........................................................................................................................196 7-12 VALVES FOR WATER MAINS ..................................................................................................197 7-12.3(1) Installation of Valve Marker Post .....................................................................................197 7-12.3(2) Adjust Existing Valve Box to Grade .................................................................................197 7-12.4 Measurement ...................................................................................................................197 7-12.5 Payment ...........................................................................................................................198 7-14 HYDRANTS ................................................................................................................................199 7-14.3(1) Setting Hydrants ..............................................................................................................199 7-14.3(3) Resetting Existing Hydrants ............................................................................................200 7 14.3(4) Moving Existing Hydrants ................................................................................................200 7-14.3(7) Remove and Salvage Hydrant (New Section) .................................................................201 7-14.4 Measurement ...................................................................................................................201 7-14.5 Payment ...........................................................................................................................201 7-15 SERVICE CONNECTIONS .........................................................................................................202 7-15.3 Construction Requirements .............................................................................................202 7-15.4 Measurement ...................................................................................................................203 7-15.5 Payment ...........................................................................................................................203 7-16 TEMPORARY WATER BYPASS SYSTEM ..................................................................................205 7-16.1 Description .......................................................................................................................205 7-16.2 Materials ..........................................................................................................................205 7-16.3 Construction Requirements .............................................................................................206 7-16.4 Measurement ...................................................................................................................206 7-16.5 Payment ...........................................................................................................................206 7-17 SANITARY SEWERS ....................................................................................................................207 7-17.2 Materials ..........................................................................................................................207 7-17.3 Construction Requirements .............................................................................................207 7-17.3(1) Protection of Existing Sewerage Facilities.......................................................................207 7-17.3(1)A Maintaining Service .........................................................................................................207 7-17.3(2)H Television Inspection........................................................................................................208 7-17.4 Measurement ...................................................................................................................209 7-17.5 Payment ...........................................................................................................................209 7-19 SEWER CLEANOUTS ...................................................................................................................210 7-19.3 Construction Requirements .............................................................................................210 7-19.4 Measurement ...................................................................................................................210 7-20 PRE-INSTALLATION CLEANING AND INSPECTION OF SEWER LINES FOR CIPP (NEW SECTION) ...................................................................................................................................211 7-20.1 Description ....................................................................................................................... 211 7-20.2 Materials .......................................................................................................................... 211 7-20.2(1) Equipment ........................................................................................................................ 211 7-20.3 Construction Requirements ............................................................................................. 211 7-20.3(1) Notification ....................................................................................................................... 211 7-20.3(2) Cleaning ........................................................................................................................... 211 7-20.3(3) Waste Material Disposal ..................................................................................................212 7-20.3(4) CCTV Inspection ..............................................................................................................212 7-20.3(5) Lining Feasibility ..............................................................................................................213 7-20.3(6) Active/Inactive Lateral Assessments ...............................................................................214 7-20.4 Measurement ...................................................................................................................215 Special Provisions – Bid Documents viii Rainier Ave S Corridor Improvements – Phase 4 August 2022 7-20.5 Payment ...........................................................................................................................215 7-21 CURED-IN-PLACE PIPE (CIPP) (NEW SECTION) ......................................................................215 7-21.1 Description .......................................................................................................................215 7-21.1(1) Related Work Specified Elsewhere .................................................................................215 7-21.1(2) Licensing ..........................................................................................................................215 7-21.1(3) Contractor and Manufacturer Qualifications ....................................................................216 7-21.1(4) Contractor Submittals ......................................................................................................216 7-21.1(5) Quality Assurance ............................................................................................................218 7-21.1(6) Warranty ..........................................................................................................................218 7-21.2 Materials ..........................................................................................................................219 7-21.2(1) Cured in Place Resin Impregnated Material in General ..................................................219 7-21.2(2) Resin ................................................................................................................................221 7-21.2(3) Physical Properties ..........................................................................................................221 7-21.2(4) End Seals ........................................................................................................................221 7-21.3 Construction Requirements .............................................................................................222 7-21.3(1) Preparation ......................................................................................................................222 7-21.3(1)A Flow Management ...........................................................................................................222 7-21.3(1)B Cleaning ...........................................................................................................................222 7-21.3(1)C Point Repairs ...................................................................................................................222 7-21.3(1)D Manholes .........................................................................................................................223 7-21.3(2) Liner Installation ...............................................................................................................223 7-21.3(2)A Inversion Method .............................................................................................................223 7-21.3(2)B Pull/Winch Method ...........................................................................................................223 7-21.3(2)C Finished Pipe Liner ..........................................................................................................223 7-21.3(3) Service Connection Restoration ......................................................................................224 7-21.3(4) Testing .............................................................................................................................224 7-21.3(4) Field Testing .....................................................................................................................224 7-21.3(4)B Post Installation CCTV Inspection ..................................................................................224 7-21.4 Measurement ...................................................................................................................225 7-21.5 Payment ...........................................................................................................................225 7-22 RESIN IMPREGNATED FABRIC CIPP (NEW SECTION) ........................................................226 7-22.1 Description .......................................................................................................................226 7-22.1(1) Related Work Specified Elsewhere .................................................................................226 7-22.2 Materials ..........................................................................................................................226 7-22.2(1) Cured in Place Pipe Liner ................................................................................................226 7-22.2(2) Resin ................................................................................................................................226 7-22.2(3) Physical Properties ..........................................................................................................226 7-22.3(4) Material Testing ................................................................................................................226 7-22.3 Construction Requirements .............................................................................................227 7-22.3(1) Preparation ......................................................................................................................227 7-22.3(1)A Cleaning ...........................................................................................................................227 7-22.3(2) Installation ........................................................................................................................227 7-22.3(2)A Resin Impregnation..........................................................................................................227 7-22.3(2)B Water, Air or Steam Curing ..............................................................................................228 7-22.3(2)C Cool Down .......................................................................................................................228 7-22.4 Measurement ...................................................................................................................228 7-22.5 Payment ...........................................................................................................................228 7-23 RESIN IMPREGNATED FIBERGLASS CIPP (NEW SECTION) .................................................229 7-23.1 Description .......................................................................................................................229 7-23.1(1) Related Work Specified Elsewhere .................................................................................229 7-23.1(2) Reference Specifications, Codes, and Standards ...........................................................229 7-23.1(3) CIPP Liner Samples ........................................................................................................229 7-23.1(4) CIPP Liner Handling ........................................................................................................230 7-23.2 Materials ..........................................................................................................................230 7-23.2(1) General Specifications .....................................................................................................230 7-23.2(2) Chemical Resistance .......................................................................................................230 Special Provisions – Bid Documents ix Rainier Ave S Corridor Improvements – Phase 4 August 2022 7-23.2(3) Component Properties .....................................................................................................231 7-23.2(4) Finished and Cured CIPP Liner Properties .....................................................................231 7-23.2(5) Dimensions ......................................................................................................................231 7-23.3 Construction Requirements .............................................................................................231 7-23.3(1) Installation Procedures ....................................................................................................231 7-23.3(1)A Installation Process..........................................................................................................231 7-23.3(1)B Curing ..............................................................................................................................232 7-23.3(2) Finished Product ..............................................................................................................232 7-23.4 Measurement ...................................................................................................................232 7-23.5 Payment ...........................................................................................................................232 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL .................................................233 8-01.1 Description .......................................................................................................................233 8-01.3 Construction Requirements .............................................................................................234 8-01.3(1) General ............................................................................................................................234 8-01.3(8) Street Cleaning ................................................................................................................234 8-01.3(9)D Inlet Protection .................................................................................................................234 8-01.3(16) Removal ...........................................................................................................................235 8-01.3(17) Protection of Existing Trees and Shrubs .........................................................................235 8-01.5 Payment ...........................................................................................................................236 8-02 ROADSIDE RESTORATION ......................................................................................................236 8-02.2 Materials ..........................................................................................................................236 8-02.3(1) Responsibility During Construction ..................................................................................236 8-02.3(2)A Roadside Work Plan ........................................................................................................236 8-02.3(4) Topsoil ..............................................................................................................................236 8-02.3(4)A Topsoil Type A ..................................................................................................................237 8-02.3(6)B Fertilizers .........................................................................................................................237 8-02.3(8)B Plant Installation ..............................................................................................................238 8-02.3(11)B Bark or Wood Chip Mulch ................................................................................................238 8-02.3(13) Plant Establishment .........................................................................................................238 8-02.3(17) Protection of Private Property and Property Restoration ................................................240 8-02.4 Measurement ...................................................................................................................241 8-02.5 Payment ...........................................................................................................................241 8-03 IRRIGATION SYSTEM ...............................................................................................................242 8-03.1 Description .......................................................................................................................242 8-03.3 Construction Requirements .............................................................................................242 8-03.3(3) Piping ...............................................................................................................................243 8-03.3(7) Flushing and Testing ........................................................................................................243 8-03.3(11) System Operation ............................................................................................................244 8-03.3(14) Irrigation Electrical Service ..............................................................................................245 8-03.5 Payment ...........................................................................................................................245 8-04 CURBS, GUTTERS, AND SPILLWAYS ....................................................................................245 8-04.1 Description .......................................................................................................................245 8-04.3 Construction Requirements .............................................................................................246 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways ............................................................246 8-04.4 Measurement ...................................................................................................................246 8-04.5 Payment ...........................................................................................................................246 8-05 WHEEL STOP (NEW SECTION) ...............................................................................................246 8-05.1 Description .......................................................................................................................246 8-05.4 Measurement ...................................................................................................................246 8-05.5 Payment ...........................................................................................................................246 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES ....................................................................247 8-06.3 Construction Requirements .............................................................................................247 8-06.4 Measurement ...................................................................................................................247 8-06.5 Payment ...........................................................................................................................247 8-10 GUIDE POSTS ............................................................................................................................247 8-10.1 Description .......................................................................................................................247 Special Provisions – Bid Documents x Rainier Ave S Corridor Improvements – Phase 4 August 2022 8-10.2 Materials ..........................................................................................................................247 8-10.4 Measurement ...................................................................................................................247 8-10.5 Payment ...........................................................................................................................247 8-13 MONUMENT CASES ..................................................................................................................248 8-13.3 Construction Requirements .............................................................................................248 8-13.5 Payment ...........................................................................................................................248 8-14 CEMENT CONCRETE SIDEWALKS .........................................................................................248 8-14.1 Description .......................................................................................................................248 8-14.2 Materials ..........................................................................................................................248 8-14.3 Construction Requirements .............................................................................................249 8-14.3(4) Curing ..............................................................................................................................252 8-14.4 Measurement ...................................................................................................................252 8-14.5 Payment ...........................................................................................................................252 8-19 ADJUST UTILITY APPURTENANCES (NEW SECTION) .........................................................253 8-19.1 Description .......................................................................................................................253 8-19.3 Construction Requirements .............................................................................................253 8-19.3(1) Valve Boxes .....................................................................................................................253 8-19.5 Payment ...........................................................................................................................253 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL .....................................................................................................................253 8-20.1 Description .......................................................................................................................253 8-20.1(1) Regulations and Code .....................................................................................................255 8-20.1(2) Industry Codes and Standards ........................................................................................255 8-20.1(3) Permitting and Inspection ................................................................................................255 8-20.1(4) Restrictions on the Schedule of Work .............................................................................256 8-20.1(5) Traffic Control During Construction .................................................................................257 8-20.1(6) Errors and Omissions ......................................................................................................257 8-20.2 Materials ..........................................................................................................................257 8-20.2(2) Equipment List and Drawings ..........................................................................................258 8-20.3 Construction Requirements .............................................................................................258 8-20.3(1)A Signalization Requirements During Construction ............................................................259 8-20.3(2) Excavation and Backfilling ...............................................................................................259 8-20.3(2)A Trench and Backfill ..........................................................................................................260 8-20.3(3) Removing and Replacing Improvements.........................................................................262 8-20.3(4) Foundations .....................................................................................................................263 8-20.3(5) Conduit ............................................................................................................................268 8-20.3(5)A General ............................................................................................................................268 8-20.3(5)A3 Damaged or Blocked Conduits ........................................................................................268 8-20.3(5)B Conduit Type ....................................................................................................................269 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes ................................................................269 8-20.3(8) Wiring ...............................................................................................................................271 8-20.3(9) Bonding, Grounding .........................................................................................................272 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets .................273 8-20.3(11) Testing .............................................................................................................................273 8-20.3(13) Illumination Systems ........................................................................................................274 8-20.3(13)A Light Standards ................................................................................................................275 8-20.3(14)B Signal Heads ...................................................................................................................276 8-20.3(14)E Signal Standards .............................................................................................................276 8-20.3(14)F Opticom Priority Control Systems ....................................................................................277 8-20.3(14)G Terminal Cabinets ............................................................................................................278 8-20.3(14)H Pedestrian Push Button Assembly ..................................................................................278 8-20.3(14)I Portable Temporary Signal System with Mast Arm .........................................................278 8-20.3(15) Grout ................................................................................................................................279 8-20.3(17) “As Built” Plans ................................................................................................................279 8-20.3(18) Video Detection System ..................................................................................................279 8-20.3(19) Fiber Optic Networks .......................................................................................................280 Special Provisions – Bid Documents xi Rainier Ave S Corridor Improvements – Phase 4 August 2022 8-20.3(19)A Fiber Optic Patch Panels .................................................................................................280 8-20.3(19)B Fiber Optic Cable Splicing ...............................................................................................280 8-20.3(19)C Fiber Optic Terminations ..................................................................................................281 8-20.3(19)D Fiber Optic Cable Labeling ..............................................................................................281 8-20.3(19)E Fiber Optic SC Connector ...............................................................................................281 8-20.3(19)F Fiber Optic Cable Pre-Installation Testing .......................................................................281 8-20.3(19)G Qualifications ...................................................................................................................282 8-20.3(20) System Acceptance Testing for Fiber Optic Networks .....................................................282 8-20.3(20)A Testing and Commissioning .............................................................................................282 8-20.3(20)B Test Plans ........................................................................................................................282 8-20.3(20)C Final Inspection ................................................................................................................283 8-20.3(20)D OTDR Testing ..................................................................................................................283 8-20.3(20)E OTDR Testing of Spliced Fiber Links ...............................................................................284 8-20.3(20)F Attenuation Testing ..........................................................................................................284 8-20.3(20)G Submittals .......................................................................................................................285 8-20.3(21) PTZ Camera Systems .....................................................................................................285 8-20.4 Measurement ...................................................................................................................285 8-20.5 Payment ...........................................................................................................................286 8-22 PAVEMENT MARKING ..............................................................................................................290 8-22.3 Construction Requirements .............................................................................................290 8-22.3(6) Removing Pavement Markings ........................................................................................290 8-22.4 Measurement ...................................................................................................................290 8-22.5 Payment ...........................................................................................................................290 8-23 TEMPORARY PAVEMENT MARKINGS ...................................................................................291 8-23.4 Measurement ...................................................................................................................291 8-23.5 Payment ...........................................................................................................................291 8-24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING ...........................................291 8-24.4 Measurement ...................................................................................................................291 8-24.5 Payment ...........................................................................................................................291 8-26 RESOLUTION OF UTILITY CONFLICTS (NEW SECTION) .....................................................291 8-26.1 Description .......................................................................................................................291 8-26.3 Construction Requirements .............................................................................................292 8-26.5 Payment ...........................................................................................................................292 8-27 GATEWAY TRELLIS RELOCATION (NEW SECTION) ............................................................293 8-27.1 Description .......................................................................................................................293 8-27.2 Materials ..........................................................................................................................293 8-27.3 Construction Requirements .............................................................................................294 8-27.4 Measurement ...................................................................................................................295 8-27.5 Payment ...........................................................................................................................295 8-28 TREE GRATE (NEW SECTION) ................................................................................................296 8-28.1 Description .......................................................................................................................296 8-28.2 Materials ..........................................................................................................................296 8-28.3 Construction Requirements .............................................................................................296 8-28.4 Measurements .................................................................................................................297 8-28.5 Payment ...........................................................................................................................297 8-30 WASTE RECEPTACLE (NEW SECTION) .................................................................................297 8-30.1 Description .......................................................................................................................297 8-30.2 Materials ..........................................................................................................................297 8-30.3 Construction Requirements .............................................................................................298 8-30.4 Measurement ...................................................................................................................298 8-30.5 Payment ...........................................................................................................................298 8-31 BENCH (NEW SECTION)...........................................................................................................298 8-31.1 Description .......................................................................................................................298 8-31.2 Materials ..........................................................................................................................298 8-31.3 Construction Requirements .............................................................................................299 8-31.4 Measurement ...................................................................................................................299 Special Provisions – Bid Documents xii Rainier Ave S Corridor Improvements – Phase 4 August 2022 8-31.5 Payment ...........................................................................................................................299 8-32 GATEWAY WALL A & B (NEW SECTION)...............................................................................299 8-32.1 Description .......................................................................................................................299 8-32.2 Materials ..........................................................................................................................300 8-32.3 Construction Requirements .............................................................................................301 8-32.4 Measurement ...................................................................................................................302 8-32.5 Payment ...........................................................................................................................302 8-33 BOLLARD ...................................................................................................................................303 8-33.1 Description .......................................................................................................................303 8-33.2 Materials ..........................................................................................................................303 8-33.3 Construction Requirements .............................................................................................303 8-33.4 Measurement ...................................................................................................................303 8-33.5 Payment ...........................................................................................................................303 8-35 JOINT UTILITY TRENCH (NEW SECTION) .................................................................................303 8-35.1 Description .......................................................................................................................303 8-35.1(1) Regulations and Code .....................................................................................................304 8-35.2 Materials ..........................................................................................................................305 8-35.3 Construction Requirements .............................................................................................306 8-35.3(1) Excavating and Backfilling ...............................................................................................306 8-35.3(2) Shoring or Extra Excavation Class B...............................................................................308 8-35.3(3) Placing Structures and Conduit Furnished by Others .....................................................308 8-35.3(4) Conduit ............................................................................................................................308 8-35.3(5) Vaults, Handholes and Appurtenances ............................................................................309 8-35.3(6) Existing Utilities ................................................................................................................309 8-35.3(7) Existing Underground Services .......................................................................................310 8-35.3(8) Inspection, Proofing and Approval of CenturyLink Conduit and Structures ....................310 8-35.3(9) Inspection, Proofing and Approval of Comcast Conduit and Structures .........................310 8-35.3(10) Franchise Utility Coordination ..........................................................................................310 8-35.4 Measurement ...................................................................................................................312 8-35.5 Payment ...........................................................................................................................313 9-03 AGGREGATES ...........................................................................................................................314 9-03.15 Native Material for Trench Backfill ...................................................................................314 9-03.22 Cement-based Grout for Abandoning Existing Utilities ...................................................314 9-14 EROSION CONTROL AND ROADSIDE PLANTING ................................................................314 9-14.2(1) Topsoil Type A ..................................................................................................................314 9-14.2(4) Bioretention Media ...........................................................................................................315 9-14.2(4)A Mineral Aggregate for Bioretention Media .......................................................................315 9-14.2(4)B Compost for Bioretention Media ......................................................................................316 9-14.3 Seed ................................................................................................................................317 9-14.4 Fertilizer ...........................................................................................................................317 9-14.5(3) Bark or Wood Chips .........................................................................................................317 9-14.7(2) Quality ..............................................................................................................................318 9-14.7(3) Handling and Shipping ....................................................................................................318 9-14.9 Root Barrier .....................................................................................................................319 9-15 IRRIGATION SYSTEM ...............................................................................................................319 9-15.1 Pipe Tube and Fittings .....................................................................................................319 9-15.1(2) Polyvinyl Chloride Pipe and Fittings ................................................................................319 9-15.3 Automatic Controller .......................................................................................................319 9-15.4 Irrigation Heads ...............................................................................................................319 9-15.5 Valve Boxes .....................................................................................................................319 9-15.17 Electrical Wire and Splices ..............................................................................................320 9-19 PAVEMENT REINFORCING FIBERS (NEW SECTION) ...........................................................320 9-19.1 General Requirements.....................................................................................................320 9-28 SIGNING MATERIALS AND FABRICATION .............................................................................320 9-28.7 Process Colors ................................................................................................................320 9-29 ILLUMINATION, SIGNAL, ELECTRICAL...................................................................................320 Special Provisions – Bid Documents xiii Rainier Ave S Corridor Improvements – Phase 4 August 2022 9-29.1 Conduit, Innerduct, and Outerduct ..................................................................................320 9-29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings ......................................321 9-29.1(10) Directional Boring ............................................................................................................321 9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes ................................................................322 9-29.2(1)A Standard Duty Junction Boxes ........................................................................................322 9-29.2(2) Small Cable Vaults and Pull Boxes .................................................................................322 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable ......................................................322 9-29.3(1) Fiber Optic Cable .............................................................................................................322 9-29.3(1)A Fiber Optic Cable Connectors .........................................................................................323 9-29.3(1)B Fiber Optic Patch Cords ..................................................................................................324 9-29.3(2) Electrical Conductors and Cable .....................................................................................324 9-29.3(2)H Three-Conductor Shielded Cable ....................................................................................324 9-29.3(2)J Cable for Vehicle Video Detection and PTZ Cameras ....................................................324 9-29.6 Light and Signal Standards .............................................................................................325 9-29.6(1) Steel Light and Signal Standards ....................................................................................325 9-29.6(1)A Decorative Signal Poles Types II, III and SD ...................................................................325 9-29.6(1)B Signal Poles Type PPB ....................................................................................................325 9-29.6(1)C Signal Poles Type PS ......................................................................................................325 9-29.6(1)D Signal Poles Type I ..........................................................................................................326 9-29.6(1)E Signal Poles Type FB ......................................................................................................326 9-29.6(1)F Decorative Luminaire Poles .............................................................................................326 9-29.10(2) Decorative Luminaires .....................................................................................................326 9-29.11(2) Photoelectric Controls......................................................................................................327 9-29.13 Control Cabinet Assemblies ............................................................................................328 9-29.13(1) Environmental Performance, and Test Standards for Solid-State Traffic Controller Assemblies ......................................................................................................................328 9-29.13(2) Traffic Signal Controller Assembly Testing ......................................................................328 9-29.13(3) Traffic Signal Controller ...................................................................................................329 9-29.13(4) Traffic Signal Controller Software ....................................................................................332 9-29.13(5) Flashing Operations.........................................................................................................333 9-29.13(6) Emergency Pre-emption ..................................................................................................334 9-29.13(7) Wiring Diagrams ..............................................................................................................335 9-29.13(9) Radio Interference Suppressors ......................................................................................335 9-29.13(10)A Auxiliary Equipment for NEMA Controllers ......................................................................336 9-29.13(10)C NEMA Controller Cabinets ...............................................................................................351 9-29.16 Vehicular Signal Heads, Displays, and Housing .............................................................369 9-29.16(2) Conventional Traffic Signal Heads ..................................................................................369 9-29.16(2)A Optical Units ....................................................................................................................369 9-29.16(2)B Signal Housing .................................................................................................................369 9-29.16(2)C Louvered Visors ...............................................................................................................370 9-29.16(2)D Back Plates ......................................................................................................................371 9-29.16(2)E Painting Signal Heads .....................................................................................................371 9-29.16(2)F Painting Back of Signal Pole Mounted Signs ..................................................................371 9-29.16(2)G Painting Signal Pole Banding ..........................................................................................371 9-29.17 Signal Head Mounting Brackets and Fittings ..................................................................371 9-29.18 Vehicle Detector ...............................................................................................................372 9-29.18(3) Video Detection System ..................................................................................................372 9-29.19 Pedestrian Push Buttons .................................................................................................378 9-29.20 Pedestrian Signals ...........................................................................................................381 9-29.24 Service Cabinets ..............................................................................................................381 9-29.24(1) Painting ............................................................................................................................382 9-29.24(2) Electrical Circuit Breakers and Contactors ......................................................................382 9-29.25 Amplifier, Transformer, and Terminal Cabinets ................................................................382 9-29.26 PTZ Cameras ..................................................................................................................383 9-30 WATER DISTRIBUTION MATERIALS ......................................................................................388 9-30.1 Pipe ..................................................................................................................................388 Special Provisions – Bid Documents xiv Rainier Ave S Corridor Improvements – Phase 4 August 2022 9-30.1(1) Ductile Iron Pipe ..............................................................................................................389 9-30.1(2) Polyethylene Encasement ...............................................................................................389 9-30.2 Fittings .............................................................................................................................389 9-30.2(1) Ductile Iron Pipe ..............................................................................................................389 9-30.2(2) Galvanized Iron Pipe .......................................................................................................390 9-30.2(3) Steel Casing Pipe ............................................................................................................390 9-30.2(4) Steel Pipe ........................................................................................................................391 9-30.2(4) Spacers and Seals for Steel Casing Pipe .......................................................................391 9-30.2(6) Restrained Joint ...............................................................................................................391 9-30.2(6) Restrained Joint Pipe and Fittings ...................................................................................391 9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe .........................................................394 9-30.3 Valves ..............................................................................................................................394 9-30.3(1) Gate Valves (3 inches to 16 inches) ................................................................................394 9-30.3(3) Butterfly Valves ................................................................................................................395 9-30.3(4) Valve Boxes .....................................................................................................................395 9-30.3(5) Valve Marker Posts ..........................................................................................................395 9-30.3(6) Valve Stem Extensions ....................................................................................................395 9-30.3(7) Combination Air Release/ Air Vacuum Valves .................................................................396 9-30.3(8) Tapping Sleeve and Valve Assembly ...............................................................................396 9-30.3(9) Blow-Off Assembly ...........................................................................................................396 9-30.5 Hydrants ..........................................................................................................................396 9-30.5(1) End Connections .............................................................................................................397 9-30.5(2) Hydrant Dimensions ........................................................................................................397 9-30.5(4) Hydrant Restraints ...........................................................................................................397 9-30.6 Water Service Connections (2 Inches and Smaller) ........................................................397 9-30.6(1) Saddles ............................................................................................................................397 9-30.6(2) Corporation Stops ............................................................................................................397 9-30.6(3) Service Pipes ...................................................................................................................398 9-30.6(3)B Polyethylene Pipe ............................................................................................................398 9-30.6(3)C PEX-a Tubing ...................................................................................................................398 9-30.6(4) Service Fittings ................................................................................................................398 9-30.6(5) Meter Setters ...................................................................................................................398 9-30.7 Corrosion Protection ........................................................................................................398 9-30.7(1) Definitions ........................................................................................................................398 9-30.7(2) Test Stations ....................................................................................................................398 9-30.7(3) Jumper Bond Cable and Test Lead Wires .......................................................................399 9-30.7(4) Wire Connectors ..............................................................................................................399 9-30.7(5) Copper-Copper Sulfate Reference Electrode ..................................................................399 9-30.7(6) Thermite Welding Material ..............................................................................................400 9-30.7(7) Drain Anode .....................................................................................................................400 9-30.7(7) Cathodic Protection Anodes ............................................................................................400 Special Provisions – BID DOCUMENT SP-1 Rainier Ave S Corridor Improvements – Phase 4 August 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) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • City of Renton Standard Details, City of Renton Public Works Department, current edition • Revised Draft Guidelines for Accessible Public Rights-of-Way, November 23, 2005 (commonly referred to as the 2005 PROWAG) Contractor shall obtain copies of these publications, at Contractor’s own expense. Special Provisions – BID DOCUMENT SP-2 Rainier Ave S Corridor Improvements – Phase 4 August 2022 (This Page Intentionally Left Blank) Special Provisions – BID DOCUMENT SP-3 Rainier Ave S Corridor Improvements – Phase 4 August 2022 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WDOT GSP) This Contract provides for the improvement of ** Rainer Ave from S 3rd Street to NW 3rd Place. The work includes but is not limited to: temporary erosion and water pollution control; traffic control; pavement removal; new traffic signal systems, illumination, storm drainage, curb, gutter, sidewalks, irrigation, planters, and urban design amenities. Also included are installation of sewer and water lines; joint utility trench and franchise utility coordination; pavement grinding and asphalt paving; property restoration; installation of new channelization and permanent signing ** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (January 19, 2022 APWA GSP) 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, plant establishment periods, 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. Special Provisions – BID DOCUMENT SP-4 Rainier Ave S Corridor Improvements – Phase 4 August 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 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”. Special Provisions – BID DOCUMENT SP-5 Rainier Ave S Corridor Improvements – Phase 4 August 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. 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 will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 5 Furnished automatically upon award. Contract Provisions 5 Furnished automatically upon award. Special Provisions – BID DOCUMENT SP-6 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Large plans (e.g., 22" x 34") 1 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 (September 3, 2019 WSDOT GSP) Section 1-02.4(1) is supplemented with the following: The Reference information for this project is available for review by the bidder at the following location: *** Appendix E *** The Reference Information includes the following: *** Geotechnical Engineer Report *** 1-02.5 Proposal Forms (July 31, 2017 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address, telephone number, and signature; the bidder’s UDBE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor’s Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (December 10, 2020 APWA GSP, Option A) Supplement this section with the following: The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprise (DBE) Utilization Certification, when required by the Special Provisions. For each and every DBE firm listed on the Bidder’s completed Disadvantaged Business Enterprise Utilization Special Provisions – BID DOCUMENT SP-7 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Certification, the Bidder shall submit written confirmation from that DBE firm that the DBE is in agreement with the DBE participation commitment that the Bidder has made in the Bidder’s completed Disadvantaged Business Enterprise Utilization Certification. WSDOT Form 422 031 (Disadvantaged Business Enterprise Written Confirmation Document) is to be used for this purpose. Bidder must submit good faith effort documentation only in the event the bidder’s efforts to solicit sufficient DBE participation have been unsuccessful. The Bidder shall submit a DBE Bid Item Breakdown form defining the scope of work to be performed by each DBE listed on the DBE Utilization Certification. If the Bidder lists a DBE Trucking firm on the DBE Utilization Certification, then the Bidder must also submit a DBE Trucking Credit Form (WSDOT Form 272-058) documenting how the DBE Trucking firm will be able to perform the scope of work subcontracted to them. Directions for delivery of the Disadvantaged Business Enterprise Written Confirmation Documents, Disadvantaged Business Enterprise Good Faith Effort documentation, DBE Bid Item Breakdown Form and the DBE Trucking Credit Form are included in Section 1-02.9. (December 10, 2020 APWA GSP, Option B) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last two paragraphs, and replace them with the following: The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. Special Provisions – BID DOCUMENT SP-8 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Add the following new section: 1-02.6(1) Recycled Materials Proposal (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. 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 said signature; 6. The signature of the surety’s officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (January 19, 2022 APWA GSP, Option A) Delete this section and replace it with the following: Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. To be considered responsive on a FHWA-funded project, the Bidder may be required to submit the following items, as required by Section 1-02.6: • DBE Utilization Certification (WSDOT 272-056) • DBE Written Confirmation Document (WSDOT 422-031) from each DBE firm listed on the Bidder’s completed DBE Utilization Certification • Good Faith Effort (GFE) Documentation Special Provisions – BID DOCUMENT SP-9 Rainier Ave S Corridor Improvements – Phase 4 August 2022 • DBE Bid Item Breakdown (WSDOT 272-054) • DBE Trucking Credit Form (WSDOT 272-058) DBE Utilization Certification The DBE Utilization Certification shall be received at the same location and no later than the time required for delivery of the Proposal. The Contracting Agency will not open or consider any Proposal when the DBE Utilization Certification is received after the time specified for receipt of Proposals or received in a location other than that specified for receipt of Proposals. The DBE Utilization Certification may be submitted in the same envelope as the Bid deposit. DBE Written Confirmation and/or GFE Documentation The DBE Written Confirmation Documents and/or GFE Documents are not required to be submitted with the Proposal. The DBE Written Confirmation Document(s) and/or GFE (if any) shall be received either with the Bid Proposal or as a Supplement to the Bid. The documents shall be received no later than 48 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Proposal. To be considered responsive, Bidders shall submit Written Confirmation Documentation from each DBE firm listed on the Bidder’s completed DBE Utilization Certification and/or the GFE as required by Section 1-02.6. DBE Bid Item Breakdown and DBE Trucking Credit Form The DBE Bid Item Breakdown and the DBE Trucking Credit Forms (if applicable) shall be received either with the Bid Proposal or as a Supplement to the Bid. The documents shall be received no later than 48 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Proposal. To be considered responsive, Bidders shall submit a completed DBE Bid Item Breakdown and a DBE Trucking Credit Form for each DBE Trucking firm listed on the DBE Utilization Certification, however, minor errors and corrections to DBE Bid Item Breakdown or DBE Trucking Credit Forms will be returned for correction for a period up to five calendar days (not including Saturdays, Sundays and Holidays) after the time for delivery of the Proposal. A DBE Bid Item Breakdown or DBE Trucking Credit Forms that are still incorrect after the correction period will be determined to be non-responsive. Proposals that are received as required will be publicly opened and read as specified in Section 1-02.12. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. The Contracting Agency will not open or consider any “Supplemental Information” (DBE confirmations, or GFE documentation) that is received after the time specified above, or received in a location other than that specified in the Call for Bids. If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received at the office designated for receipt of bids as specified in Section 1-02.12 the time specified for receipt of the Proposal will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which the normal work processes of the Contracting Agency resume. 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: Special Provisions – BID DOCUMENT SP-10 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. 1-02.13 Irregular Proposals (October 1, 2020 APWA GSP) Delete this section and replace it with the following: 1. A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered; c. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder’s completed DBE Utilization Certification that they are in agreement with the bidder’s DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; Special Provisions – BID DOCUMENT SP-11 Rainier Ave S Corridor Improvements – Phase 4 August 2022 k. The Bidder fails to submit a DBE Bid Item Breakdown form, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; l. The Bidder fails to submit DBE Trucking Credit Forms, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; 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. 1-02.14 Disqualification of Bidders (May 17, 2018 APWA GSP, Option B) 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; or does not meet Supplemental Criteria 1-7 listed in this Section. The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this Section. 1. Delinquent State Taxes A Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder does not owe delinquent taxes to the Washington State Department of Revenue, or if delinquent taxes are owed to the Washington State Department of Revenue, the Bidder must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. Special Provisions – BID DOCUMENT SP-12 Rainier Ave S Corridor Improvements – Phase 4 August 2022 2. Federal Debarment A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B. Documentation: The Bidder shall not be listed as having an “active exclusion” on the U.S. government’s “System for Award Management” database (www.sam.gov). 3. Subcontractor Responsibility A. Criterion: The Bidder’s standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder’s subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub-tier subcontractors with whom it contracts are also “responsible” subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Claims Against Retainage and Bonds A. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project • The owner and contact information for the owner; • A list of claims filed against the retainage and/or payment bond for any of the projects listed; • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 5. Public Bidding Crime A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. Special Provisions – BID DOCUMENT SP-13 Rainier Ave S Corridor Improvements – Phase 4 August 2022 B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 6. Termination for Cause / Termination for Default A. Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. . 7. Lawsuits A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets the supplemental criteria together with supporting documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with the Supplemental Criteria. The Contracting Agency reserves the right to request further documentation as needed from the low Bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The Contracting Agency also reserves the right to obtain information from third-parties and independent sources of information concerning a Bidder’s compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. Special Provisions – BID DOCUMENT SP-14 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within 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. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 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, 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. Special Provisions – BID DOCUMENT SP-15 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 (January 19, 2022 APWA GSP) Revise this section to read: Within 3 calendar days of Award date (not including Saturdays, Sundays and Holidays), the successful Bidder shall provide the information necessary to execute the Contract to the Contracting Agency. The Bidder shall send the contact information, including the full name, email address, and phone number, for the authorized signer and bonding agent to the Contracting Agency. Special Provisions – BID DOCUMENT SP-16 Rainier Ave S Corridor Improvements – Phase 4 August 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 20 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, a satisfactory bond as required by law and Section 1-03.4, the Transfer of Coverage form for the Construction Stormwater General Permit with sections I, III, and VIII completed when provided. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 2 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 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 persons, 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; Special Provisions – BID DOCUMENT SP-17 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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, 6. Contracting Agency’s Standard Plans or Details (if any), and 7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 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: Contractor Surveying - Roadway (January 13, 2021 WSDOT GSP) The Contracting Agency has provided primary survey control in the Plans. Special Provisions – BID DOCUMENT SP-18 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, 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 clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor 5. 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. 6. 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 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-foot intervals in intersection radii with a radius less than 10 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 Special Provisions – BID DOCUMENT SP-19 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25-foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 10. Contractor shall determine if changes are needed to the profiles or roadway sections shown in the Contract Plans in order to achieve proper smoothness and drainage where matching into existing features, such as a smooth transition from new pavement to existing pavement. The Contractor shall submit these changes to the 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. 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 N/A ±0.1 feet Alignment on roadway N/A ±0.04 feet Surfacing grade stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Roadway paving pins for surfacing or paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) 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 Special Provisions – BID DOCUMENT SP-20 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 A10.10. 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. Payment Payment will be made for the following bid item when included in the proposal: "Roadway Surveying", lump sum. The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the Work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. (April 2, 2018 WSDOT GSP) 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 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. Special Provisions – BID DOCUMENT SP-21 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Payment Payment will be made for the following bid item that is included in the Proposal: “ADA Features Surveying”, lump sum. The unit Contract price per lump sum for “ADA Features Surveying” shall be full pay for all the Work as specified. 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) Special Provisions – BID DOCUMENT SP-22 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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. Special Provisions – BID DOCUMENT SP-23 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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 (March 13, 1995 WSDOT GSP) Section 1-05.14 is supplemented with the following: 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) City Contractors for the “Renton Downtown Utility Improvements Project”. *** Special Provisions – BID DOCUMENT SP-24 Rainier Ave S Corridor Improvements – Phase 4 August 2022 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power (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. Add the following new section: 1-05.18 Record Drawings (March 8, 2013 APWA GSP) The Contractor shall maintain one set of full size plans for Record Drawings, updated with clear and accurate red-lined field revisions on a daily basis, and within 2 business days after receipt of information that a change in Work has occurred. The Contractor shall not conceal any work until the required information is recorded. This Record Drawing set shall be used for this purpose alone, shall be kept separate from other Plan sheets, and shall be clearly marked as Record Drawings. These Record Drawings shall be kept on site at the Contractor’s field office, and shall be available for review by the Contracting Agency at all times. The Contractor shall bring the Record Drawings to each progress meeting for review. The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single experienced and qualified individual. The quality of the Record Drawings, in terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to modify the computer-aided drafting (CAD) Contract Drawings to produce a complete set of Record Drawings for the Contracting Agency without further investigative effort by the Contracting Agency. The Record Drawing markups shall document all changes in the Work, both concealed and visible. Items that must be shown on the markups include but are not limited to: Special Provisions – BID DOCUMENT SP-25 Rainier Ave S Corridor Improvements – Phase 4 August 2022 • Actual dimensions, arrangement, and materials used when different than shown in the Plans. • Changes made by Change Order or Field Order. • Changes made by the Contractor. • Accurate locations of storm sewer, sanitary sewer, water mains and other water appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping areas, building footprints, channelization and pavement markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, etc.). If the Contract calls for the Contracting Agency to do all surveying and staking, the Contracting Agency will provide the elevations at the tolerances the Contracting Agency requires for the Record Drawings. When the Contract calls for the Contractor to do the surveying/staking, the applicable tolerance limits include, but are not limited to the following: Vertical Horizontal As-built sanitary & storm invert and grate elevations ± 0.01 foot ± 0.01 foot As-built monumentation ± .001 foot ± 0.001 foot As-built waterlines, inverts, valves, hydrants ± 0.10 foot ± 0.10 foot As-built ponds / swales / water features ± 0.10 foot ± 0.10 foot As-built buildings (fin. Floor elev.) ± 0.01 foot ± 0.10 foot As-built gas lines, power, TV, Tel, Com ± 0.10 foot ± 0.10 foot As-built signs, signals, etc. N/A ± 0.10 foot Making Entries on the Record Drawings: • Use erasable colored pencil (not ink) for all markings on the Record Drawings, conforming to the following color code: • Additions - Red • Deletions - Green • Comments - Blue • Dimensions - Graphite • Provide the applicable reference for all entries, such as the change order number, the request for information (RFI) number, or the approved shop drawing number. • Date all entries. • Clearly identify all items in the entry with notes similar to those in the Contract Drawings (such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.). The Contractor shall certify on the Record Drawings that said drawings are an accurate depiction of built conditions, and in conformance with the requirements detailed above. The Contractor shall submit final Record Drawings to the Contracting Agency. Contracting Agency acceptance of the Record Drawings is one of the requirements for achieving Physical Completion. Special Provisions – BID DOCUMENT SP-26 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Payment Payment will be made for the following bid item: Schedule A Record Drawings (Minimum Bid $ 25,000) Lump Sum Payment for this item will be made on a prorated monthly basis for work completed in accordance with this section up to 75% of the lump sum bid. The final 25% of the lump sum item will be paid upon submittal and approval of the completed Record Drawings set prepared in conformance with these Special Provisions. A minimum bid amount has been entered in the Bid Proposal for this item. The Contractor must bid at least that amount. 1-06 CONTROL OF MATERIAL Section 1-06 is supplemented with the following: Buy America (August 6, 2012 WSDOT GSP) In accordance with Buy America requirements contained in 23 CFR 635.410, the major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American-made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to Special Provisions – BID DOCUMENT SP-27 Rainier Ave S Corridor Improvements – Phase 4 August 2022 the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. 1-06.1 Approval of Materials Prior to Use (April 3, 2017 WSDOT GSP) Section 1-06.1 is supplemented with the following: 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 material sources or manufacturers per material type at no cost. Additional material sources or manufacturers may be submitted for approval and will be processed at a cost of $125.00 per material source or manufacturer submitted by QPL submittal and $400.00 per material submitted by RAM. All costs for processing additional material sources or manufacturers 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. Special Provisions – BID DOCUMENT SP-28 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees procedures for ensuring immediate removal to a hospital or doctor’s care, for all 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. Special Provisions – BID DOCUMENT SP-29 Rainier Ave S Corridor Improvements – Phase 4 August 2022 (April 2, 3006 WSDOT GSP) Section 1-07.1 is supplemented with the following: Confined Space Confined spaces are known to exist at the following locations: *** Existing storm drainage, sanitary sewer, and other utility systems, vaults, and structures, along with all new similar new construction items that meet the requirements of WAC 296-809-100. *** 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. 1-07.2 State Sales Tax 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. Special Provisions – BID DOCUMENT SP-30 Rainier Ave S Corridor Improvements – Phase 4 August 2022 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 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). 1-07.6 Permits and Licenses Section 1-07.6 is supplemented with the following: (January 2, 2018 WSDOT GSP) The Contracting Agency has obtained the below-listed permit(s) for this project. A copy of the permit(s) is attached as an appendix for informational purposes. Copies of these permits, Special Provisions – BID DOCUMENT SP-31 Rainier Ave S Corridor Improvements – Phase 4 August 2022 including a copy of the Transfer of Coverage form, when applicable, are required to be onsite at all times. Contact with the permitting agencies, concerning the below-listed permit(s), shall be made through the Engineer with the exception of when the Construction Stormwater General Permit coverage is transferred to the Contractor, direct communication with the Department of Ecology is allowed. The Contractor shall be responsible for obtaining Ecology’s approval for any Work requiring additional approvals (e.g. Request for Chemical Treatment Form). 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. *** 1) National Pollutant Discharge Elimination System (NPDES) *** Section 1-07.6 is supplemented with the following: Industrial Waste Discharge Permit The Contractor shall complete application and obtain an Industrial Waste Discharge Permit from King County to allow discharge of contaminated groundwater and/or temporary construction dewatering to the sanitary sewer. Information regarding permitting for temporary construction dewatering can be found at the following link: http://www.kingcounty.gov/environment/wastewater/IndustrialWaste/GettingDischargeApproval/Construction.aspx Information regarding permitting for contaminated groundwater can be found at the following link: http://www.kingcounty.gov/environment/wastewater/IndustrialWaste/GettingDischargeApproval/Groundwater.aspx No payment will be made for acquiring the necessary discharge permits, which shall be considered incidental to the various items in the Contract. Payment for required storage, testing, reporting, and agency fees associated with the contaminated groundwater discharge activities will be by the force account item for ‘Contaminated Groundwater Treatment’ as described in Section 2-05. Payment for required storage, testing, reporting, and agency fees associated with temporary construction dewatering will be included in the force account bid item ‘Dewatering’ as described in Section 7-08 and no additional payment will be made. 1-07.9 Wages 1-07.9(1) General Section 1-07.9(1) is supplemented with the following: Special Provisions – BID DOCUMENT SP-32 Rainier Ave S Corridor Improvements – Phase 4 August 2022 (January 10, 2022 WSDOT GSP Option 1) The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA20220001. The State rates incorporated in this contract are applicable to all construction activities associated with this contract. 1-07.9(5) Required Documents (January 3, 2020 APWA GSP) Delete this section and replace it with the following: General All “Statements of Intent to Pay Prevailing Wages”, “Affidavits of Wages Paid” and Certified Payrolls, including a signed Statement of Compliance for Federal-aid projects, shall be submitted to the Engineer and the State L&I online Prevailing Wage Intent & Affidavit (PWIA) system. Intents and Affidavits On forms provided by the Industrial Statistician of State L&I, the Contractor shall submit to the Engineer the following for themselves and for each firm covered under RCW 39.12 that will or has provided Work and materials for the Contract: 1. The approved “Statement of Intent to Pay Prevailing Wages” State L&I’s form number F700-029-000. The Contracting Agency will make no payment under this Contract until this statement has been approved by State L&I and reviewed by the Engineer. 2. The approved “Affidavit of Prevailing Wages Paid”, State L&I’s form number F700-007-000. The Contracting Agency will not grant Completion until all approved Affidavit of Wages paid for the Contractor and all Subcontractors have been received by the Engineer. The Contracting Agency will not release to the Contractor any funds retained under RCW 60.28.011 until “Affidavit of Prevailing Wages Paid” forms have been approved by State L&I and all of the approved forms have been submitted to the Engineer for every firm that worked on the Contract. The Contractor is responsible for requesting these forms from State L&I and for paying any fees required by State L&I. Certified Payrolls Certified payrolls are required to be submitted by the Contractor for themselves, all Subcontractors and all lower tier subcontractors. The payrolls shall be submitted weekly on all Federal-aid projects and no less than monthly on State funded projects. Special Provisions – BID DOCUMENT SP-33 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Penalties for Noncompliance The Contractor is advised, if these payrolls are not supplied within the prescribed deadlines, any or all payments may be withheld until compliance is achieved. In addition, failure to provide these payrolls may result in other sanctions as provided by State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5.12). 1-07.11 Requirements for Nondiscrimination Section 1-07.11 is supplemented with the following: (September 3, 2019 WSDOT GSP) Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non-SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non-SMSA Counties 3.6 WA Walla Walla. Special Provisions – BID DOCUMENT SP-34 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non-SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non-SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR-WA 4.5 WA Clark. Non-SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor’s total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the Subcontractor; employer identification number of the Subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. The notification shall be sent to: Special Provisions – BID DOCUMENT SP-35 Rainier Ave S Corridor Improvements – Phase 4 August 2022 U.S. Department of Labor Office of Federal Contract Compliance Programs Pacific Region Attn: Regional Director San Francisco Federal Building 90 – 7th Street, Suite 18-300 San Francisco, CA 94103 (415) 625-7800 Phone (415) 625-7799 Fax 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades Special Provisions – BID DOCUMENT SP-36 Rainier Ave S Corridor Improvements – Phase 4 August 2022 which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. Special Provisions – BID DOCUMENT SP-37 Rainier Ave S Corridor Improvements – Phase 4 August 2022 c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written Special Provisions – BID DOCUMENT SP-38 Rainier Ave S Corridor Improvements – Phase 4 August 2022 notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. l. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work-force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for Special Provisions – BID DOCUMENT SP-39 Rainier Ave S Corridor Improvements – Phase 4 August 2022 example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 16. Additional assistance for Federal Construction Contractors on contracts administered by Washington State Department of Transportation or by Local Agencies may be found at: Washington State Dept. of Transportation Office of Equal Opportunity PO Box 47314 310 Maple Park Ave. SE Olympia WA 98504-7314 Special Provisions – BID DOCUMENT SP-40 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Ph: 360-705-7090 Fax: 360-705-6801 http://www.wsdot.wa.gov/equalopportunity/default.htm (October 1, 2020 APWA GSP, Option B) Supplement this section with the following: Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and USDOT’s official interpretations (i.e., Questions & Answers) apply to this Contract. Demonstrating compliance with these Specifications is a Condition of Award (COA) of this Contract. Failure to comply with the requirements of this Specification may result in your Bid being found to be nonresponsive resulting in rejection or other sanctions as provided by Contract. DBE Abbreviations and Definitions Broker – A business firm that provides a bona fide service, such as professional, technical, consultant or managerial services and assistance in the procurement of essential personnel, facilities, equipment, materials, or supplies required for the performance of the Contract; or, persons/companies who arrange or expedite transactions. Certified Business Description – Specific descriptions of work the DBE is certified to perform, as identified in the Certified Firm Directory, under the Vendor Information page. Certified Firm Directory – A database of all Minority, Women, and Disadvantaged Business Enterprises currently certified by Washington State. The on-line Directory is available to Bidders for their use in identifying and soliciting interest from DBE firms. The database is located under the Firm Certification section of the Diversity Management and Compliance System web page at: https://omwbe.diversitycompliance.com. Commercially Useful Function (CUF) – 49 CFR 26.55(c)(1) defines commercially useful function as: “A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. To determine whether a DBE is performing a commercially useful function, you must evaluate the amount of work subcontracted, industry practices, whether the amount the firm is to be paid under the contract is commensurate with the work it is actually performing and the DBE credit claimed for its performance of the work, and other relevant factors.” Disadvantaged Business Enterprise (DBE) – A business firm certified by the Washington State Office of Minority and Women’s Business Enterprises, as meeting the criteria outlined in 49 CFR 26 regarding DBE certification. Special Provisions – BID DOCUMENT SP-41 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Force Account Work – Work measured and paid in accordance with Section 1-09.6. Good Faith Efforts – Efforts to achieve the DBE COA Goal or other requirements of this part which, by their scope, intensity, and appropriateness to the objective, can reasonably be expected to fulfill the program requirement. Manufacturer (DBE) – A DBE firm that operates or maintains a factory or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract. A DBE Manufacturer shall produce finished goods or products from raw or unfinished material or purchase and substantially alters goods and materials to make them suitable for construction use before reselling them. Reasonable Fee (DBE) – For purposes of Brokers or service providers a reasonable fee shall not exceed 5% of the total cost of the goods or services brokered. Regular Dealer (DBE) – A DBE firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of a Contract are bought, kept in stock, and regularly sold to the public in the usual course of business. To be a Regular Dealer, the DBE firm must be an established regular business that engages in as its principal business and in its own name the purchase and sale of the products in question. A Regular Dealer in such items as steel, cement, gravel, stone, and petroleum products need not own, operate or maintain a place of business if it both owns and operates distribution equipment for the products. Any supplementing of regular dealers’ own distribution equipment shall be by long-term formal lease agreements and not on an ad-hoc basis. Brokers, packagers, manufacturers’ representatives, or other persons who arrange or expedite transactions shall not be regarded as Regular Dealers within the meaning of this definition. DBE Commitment – The scope of work and dollar amount the Bidder indicates they will be subcontracting to be applied towards the DBE Condition of Award Goal as shown on the DBE Utilization Certification Form for each DBE Subcontractor. This DBE Commitment amount will be incorporated into the Contract and shall be considered a Contract requirement. The Contractor shall utilize the COA DBEs to perform the work and supply the materials for which they are committed. Any changes to the DBE Commitment require the Engineer’s prior written approval. DBE Condition of Award (COA) Goal – An assigned numerical amount specified as a percentage of the Contract. Initially, this is the minimum amount that the Bidder must commit to by submission of the Utilization Certification Form and/or by Good Faith Effort (GFE). DBE COA Goal The Contracting Agency has established a DBE COA Goal for this Contract in the amount of: *** 18% *** Special Provisions – BID DOCUMENT SP-42 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Crediting DBE Participation Subcontractors proposed as COA must be certified prior to the due date for bids on the Contract. All non-COA DBE Subcontractors shall be certified before the subcontract on which they are participating is executed. DBE participation is only credited upon payment to the DBE. The following are some definitions of what may be counted as DBE participation. DBE Prime Contractor Only take credit for that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE Prime Contractor performs with its own forces and is certified to perform. DBE Subcontractor Only take credit for that portion of the total dollar value of the subcontract that is equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces and is certified to perform. The value of work performed by the DBE includes the cost of supplies and materials purchased by the DBE and equipment leased by the DBE, for its work on the contract. Supplies, materials or equipment obtained by a DBE that are not utilized or incorporated in the contract work by the DBE will not be eligible for DBE credit. The supplies, materials, and equipment purchased or leased from the Contractor or its affiliate, including any Contractor’s resources available to DBE subcontractors at no cost, shall not be credited. DBE credit will not be given in instances where the equipment lease includes the operator. The DBE is expected to operate the equipment used in the performance of its work under the contract with its own forces. Situations where equipment is leased and used by the DBE, but payment is deducted from the Contractor’s payment to the DBE is not allowed. When the subcontractor is part of a DBE Commitment, the following apply: 1. If a DBE subcontracts a portion of the Work of its contract to another firm, the value of the subcontracted Work may be counted toward the DBE COA Goal only if the Lower-Tier Subcontractor is also a DBE. 2. Work subcontracted to a Lower-Tier Subcontractor that is a DBE, may be counted toward the DBE COA Goal. 3. Work subcontracted to a non-DBE does not count towards the DBE COA Goal. DBE Subcontract and Lower Tier Subcontract Documents There must be a subcontract agreement that complies with 49 CFR Part 26 and fully describes the distinct elements of Work committed to be performed by the DBE. Special Provisions – BID DOCUMENT SP-43 Rainier Ave S Corridor Improvements – Phase 4 August 2022 DBE Service Provider The value of fees or commissions charged by a DBE firm behaving in a manner of a Broker, or another service provider for providing a bona fide service, such as professional, technical, consultant, managerial services, or for providing bonds or insurance specifically required for the performance of the contract will only be credited as DBE participation, if the fee/commission is determined by the Contracting Agency to be reasonable and the firm has performed a CUF. Force Account Work When the Bidder elects to utilize force account Work to meet the DBE COA Goal, as demonstrated by listing this force account Work on the DBE Utilization Certification Form, for the purposes of meeting the DBE COA Goal, only 50% of the Proposal amount shall be credited toward the Bidder’s Commitment to meet the DBE COA Goal. One hundred percent of the actual amounts paid to the DBE for the force account Work shall be credited towards the DBE COA Goal or DBE participation. Temporary Traffic Control If the DBE firm only provides “Flagging”, the DBE firm must provide a Traffic Control Supervisor (TCS) and flagger, which are under the direct control of the DBE. The DBE firm shall also provide all flagging equipment for it’s employees (e.g. paddles, hard hats, and vests). If the DBE firm provides “Traffic Control Services”, the DBE firm must provide a TCS, flaggers, and traffic control items (e.g., cones, barrels, signs, etc.) and be in total control of all items in implementing the traffic control for the project. Trucking DBE trucking firm participation may only be credited as DBE participation for the value of the hauling services, not for the materials being hauled unless the trucking firm is also certified as a supplier of those materials. In situations where the DBE’s work is priced per ton, the value of the hauling service must be calculated separately from the value of the materials in order to determine DBE credit for hauling The DBE trucking firm must own and operate at least one licensed, insured and operational truck on the contract. The truck must be of the type that is necessary to perform the hauling duties required under the contract. The DBE receives credit for the value of the transportation services it provides on the Contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. The DBE may lease additional trucks from another DBE firm. The DBE who leases additional trucks from another DBE firm receives credit for the value of the transportation services the lessee DBE provides on the Contract. The trucking Work subcontracted to any non-DBE trucking firm will not receive credit for Work done on the project. The DBE may lease trucks from a truck leasing company (recognized truck rental center), but can only receive credit towards DBE participation if the DBE uses its own employees as drivers. Special Provisions – BID DOCUMENT SP-44 Rainier Ave S Corridor Improvements – Phase 4 August 2022 DBE Manufacturer and DBE Regular Dealer One hundred percent (100%) of the cost of the manufactured product obtained from a DBE manufacturer may count towards the DBE COA Goal. Sixty percent (60%) of the cost of materials or supplies purchased from a DBE Regular Dealer may be credited towards the DBE Goal. If the role of the DBE Regular Dealer is determined to be that of a Broker, then DBE credit shall be limited to the fee or commission it receives for its services. Regular Dealer status and the amount of credit is determined on a Contract-by-Contract basis. DBE firms proposed to be used as a Regular Dealer must be approved before being listed as a COA/used on a project. The WSDOT Approved Regular Dealer list published on WSDOT’s Office of Equal Opportunity (OEO) web site must include the specific project for which approval is being requested. For purposes of the DBE COA Goal participation, the Regular Dealer must submit the Regular Dealer Status Request form a minimum of five calendar days prior to bid opening. Purchase of materials or supplies from a DBE which is neither a manufacturer nor a regular dealer, (i.e. Broker) only the fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on the job site, may count towards the DBE COA Goal provided the fees are not excessive as compared with fees customarily allowed for similar services. Documentation will be required to support the fee/commission charged by the DBE. The cost of the materials and supplies themselves cannot be counted toward the DBE COA Goal. Note: Requests to be listed as a Regular Dealer will only be processed if the requesting firm is a material supplier certified by the Office of Minority and Women’s Business Enterprises in a NAICS code that falls within the 42XXXX NAICS Wholesale code section. Disadvantaged Business Enterprise Utilization To be eligible for award of the Contract, the Bidder shall properly complete and submit a Disadvantaged Business Enterprise (DBE) Utilization Certification with the Bidder’s sealed Bid Proposal, as specified in Section 1-02.9 Delivery of Proposal. The Bidder’s DBE Utilization Certification must clearly demonstrate how the Bidder intends to meet the DBE COA Goal. A DBE Utilization Certification (WSDOT Form 272-056) is included in the Proposal package for this purpose as well as instructions on how to properly fill out the form. The Bidder is advised that the items listed below when listed in the Utilization Certification must have their amounts reduced to the percentages shown and those reduced amounts will be the amount applied towards meeting the DBE COA Goal. • Force account at 50% • Regular dealer at 60% In the event of arithmetic errors in completing the DBE Utilization Certification, the amount listed to be applied towards the DBE COA Goal for each DBE shall govern and the DBE total amount shall be adjusted accordingly. Special Provisions – BID DOCUMENT SP-45 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Note: The Contracting Agency shall consider as non-responsive and shall reject any Bid Proposal submitted that does not contain a DBE Utilization Certification Form that accurately demonstrates how the Bidder intends to meet the DBE COA Goal. Disadvantaged Business Enterprise Written Confirmation Document(s) The Bidder shall submit an Disadvantaged Business Enterprise (DBE) Written Confirmation Document (completed and signed by the DBE) for each DBE firm listed in the Bidder’s completed DBE Utilization Certification submitted with the Bid. Failure to do so will result in the associated participation being disallowed, which may cause the Bid to be determined to be nonresponsive resulting in Bid rejection. The Confirmation Documents provide confirmation from the DBEs that they are participating in the Contract as provided in the Bidder’s Commitment. The Confirmation Documents must be consistent with the Utilization Certification. A DBE Written Confirmation Document (WSDOT Form 422-031) is included in the Proposal package for this purpose. The form(s) shall be received as specified in the special provisions for Section 1-02.9 Delivery of Proposal. It is prohibited for the Bidder to require a DBE to submit a Written Confirmation Document with any part of the form left blank. Should the Contracting Agency determine that an incomplete Written Confirmation Document was signed by a DBE, the validity of the document comes into question. The associated DBE participation may not receive credit. Selection of Successful Bidder/Good Faith Efforts (GFE) The successful Bidder shall be selected on the basis of having submitted the lowest responsive Bid, which demonstrates a good faith effort to achieve the DBE COA Goal. The Contracting Agency, at any time during the selection process, may request a breakdown of the bid items and amounts that are counted towards the overall contract goal for any of the DBEs listed on the DBE Utilization Certification. Achieving the DBE COA Goal may be accomplished in one of two ways: 1. By meeting the DBE COA Goal Submission of the DBE Utilization Certification, supporting DBE Written Confirmation Document(s) showing the Bidder has obtained enough DBE participation to meet or exceed the DBE COA Goal, the DBE Bid Item Breakdown and the DBE Trucking Credit Form, if applicable. 2. By documentation that the Bidder made adequate GFE to meet the DBE COA Goal The Bidder may demonstrate a GFE in whole or part through GFE documentation ONLY IN THE EVENT a Bidder’s efforts to solicit sufficient DBE participation have been unsuccessful. The Bidder must supply GFE documentation in addition to the DBE Utilization Certification, supporting DBE Written Confirmation Document(s), the DBE Bid Item Breakdown form and the DBE Trucking Credit Form, if applicable. Special Provisions – BID DOCUMENT SP-46 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Note: In the case where a Bidder is awarded the contract based on demonstrating adequate GFE, the advertised DBE COA Goal will not be reduced. The Bidder shall demonstrate a GFE during the life of the Contract to attain the advertised DBE COA Goal. GFE documentation, the DBE Bid Item Breakdown form, and the DBE Trucking Credit Form, if applicable, shall be submitted as specified in Section 1-02.9. The Contracting Agency will review the GFE documentation and will determine if the Bidder made an adequate good faith effort. Good Faith Effort (GFE) Documentation GFE is evaluated when: 1. Determining award of a Contract that has COA goal, 2. When a COA DBE is terminated and substitution is required, and 3. Prior to Physical Completion when determining whether the Contractor has satisfied its DBE commitments. 49 CFR Part 26, Appendix A is intended as general guidance and does not, in itself, demonstrate adequate good faith efforts. The following is a list of types of actions, which would be considered as part of the Bidder’s GFE to achieve DBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases. 1. Soliciting through all reasonable and available means (e.g. attendance at pre-bid meetings, advertising and/or written notices) the interest of all certified DBEs who have the capability to perform the Work of the Contract. The Bidder must solicit this interest within sufficient time to allow the DBEs to respond to the solicitation. The Bidder must determine with certainty if the DBEs are interested by taking appropriate steps to follow up initial solicitations. 2. Selecting portions of the Work to be performed by DBEs in order to increase the likelihood that the DBE COA Goal will be achieved. This includes, where appropriate, breaking out contract Work items into economically feasible units to facilitate DBE participation, even when the Bidder might otherwise prefer to perform these Work items with its own forces. 3. Providing interested DBEs with adequate information about the Plans, Specifications, and requirements of the Contract in a timely manner to assist them in responding to a solicitation. a. Negotiating in good faith with interested DBEs. It is the Bidder’s responsibility to make a portion of the Work available to DBE subcontractors and suppliers and to select those portions of the Work or material needs consistent with the available DBE subcontractors and suppliers, so as to facilitate DBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of DBEs that were considered; a description of the information provided regarding the Plans and Specifications for the Work selected for subcontracting; and evidence as to why additional agreements could not be reached for DBEs to perform the Work. Special Provisions – BID DOCUMENT SP-47 Rainier Ave S Corridor Improvements – Phase 4 August 2022 b. A Bidder using good business judgment would consider a number of factors in negotiating with subcontractors, including DBE subcontractors, and would take a firm’s price and capabilities as well as the DBE COA Goal into consideration. However, the fact that there may be some additional costs involved in finding and using DBEs is not in itself sufficient reason for a Bidder’s failure to meet the DBE COA Goal, as long as such costs are reasonable. Also, the ability or desire of a Bidder to perform the Work of a Contract with its own organization does not relieve the Bidder of the responsibility to make Good Faith Efforts. Bidders are not, however, required to accept higher quotes from DBEs if the price difference is excessive or unreasonable. 4. Not rejecting DBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The Bidder’s standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non-union employee status) are not legitimate causes for the rejection or non-solicitation of bids in the Bidder’s efforts to meet the DBE COA Goal. 5. Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance as required by the recipient or Bidder. 6. Making efforts to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. 7. Effectively using the services of available minority/women community organizations; minority/women contractors’ groups; local, State, and Federal minority/women business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of DBEs. 8. Documentation of GFE must include copies of each DBE and non-DBE subcontractor quotes submitted to the Bidder when a non-DBE subcontractor is selected over a DBE for Work on the Contract. (ref. updated DBE regulations – 26.53(b)(2)(vi) & App. A) Administrative Reconsideration of GFE Documentation A Bidder has the right to request reconsideration if the GFE documentation submitted with their Bid was determined to be inadequate. • The Bidder must request within 48 hours of notification of being nonresponsive or forfeit the right to reconsideration. • The reconsideration decision on the adequacy of the Bidder’s GFE documentation shall be made by an official who did not take part in the original determination. • Only original GFE documentation submitted as a supplement to the Bid shall be considered. The Bidder shall not introduce new documentation at the reconsideration hearing. • The Bidder shall have the opportunity to meet in person with the official for the purpose of setting forth the Bidder’s position as to why the GFE documentation demonstrates a sufficient effort. Special Provisions – BID DOCUMENT SP-48 Rainier Ave S Corridor Improvements – Phase 4 August 2022 • The reconsideration official shall provide the Bidder with a written decision on reconsideration within five working days of the hearing explaining the basis for their finding. DBE Bid Item Breakdown The Bidder shall submit a DBE Bid Item Breakdown Form (WSDOT Form 272-054) as specified in the Special Provisions for Section 1-02.9, Delivery of Proposal. DBE Trucking Credit Form The Bidder shall submit a DBE Trucking Credit Form (WSDOT Form 272-058), as specified in the Special Provisions for Section 1-02.9, Delivery of Proposal. Note: The DBE Trucking Credit Form is only required for a DBE Firm listed on the DBE Utilization Certification as a subcontractor for “Trucking” or “Hauling” and are performing a part of a bid item. For example, if the item of Work is Structure Excavation including Haul, and another firm is doing the excavation and the DBE Trucking firm is doing the haul, the form is required. For a DBE subcontractor that is responsible for an entire item of work that may require some use of trucks, the form is not required. Procedures between Award and Execution After Award and prior to Execution, the Contractor shall provide the additional information described below. Failure to comply shall result in the forfeiture of the Bidder’s Proposal bond or deposit. 1. A list of all firms who submitted a bid or quote in attempt to participate in this project whether they were successful or not. Include the business name and mailing address. Note: The firms identified by the Contractor may be contacted by the Contracting Agency to solicit general information as follows: age of the firm and average of its gross annual receipts over the past three years. Procedures after Execution Commercially Useful Function (CUF) The Contractor may only take credit for the payments made for Work performed by a DBE that is determined to be performing a CUF. Payment must be commensurate with the work actually performed by the DBE. This applies to all DBEs performing Work on a project, whether or not the DBEs are COA, if the Contractor wants to receive credit for their participation. The Engineer will conduct CUF reviews to ascertain whether DBEs are performing a CUF. A DBE performs a CUF when it is carrying out its responsibilities of its contract by actually performing, managing, and supervising the Work involved. The DBE must be responsible for negotiating price; determining quality and quantity; ordering the material, installing (where applicable); and paying for the material itself. If a DBE does not perform “all” of these functions on a furnish-and-install contract, it has not performed a CUF and the cost of materials cannot be counted toward DBE COA Goal. Leasing of equipment from a leasing company is allowed. However, leasing/purchasing equipment from the Contractor is not allowed. Lease agreements shall be provided prior to the Special Provisions – BID DOCUMENT SP-49 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Subcontractor beginning Work. Any use of the Contractor’s equipment by a DBE may not be credited as countable participation. The DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, contract, or project through which the funds are passed in order to obtain the appearance of DBE participation. In order for a DBE traffic control company to be considered to be performing a CUF, the DBE must be in control of its work inclusive of supervision. The DBE shall employ a Traffic Control Supervisor who is directly involved in the management and supervision of the traffic control employees and services. The following are some of the factors that the Engineer will use in determining whether a DBE trucking company is performing a CUF: • The DBE shall be responsible for the management and supervision of the entire trucking operation for which it is responsible on the contract. The owner demonstrates business related knowledge, shows up on site and is determined to be actively running the business. • The DBE itself shall own and operate at least one fully licensed, insured, and operational truck used on the Contract. The drivers of the trucks owned and leased by the DBE must be exclusively employed by the DBE and reflected on the DBE’s payroll. • Lease agreements for trucks shall indicate that the DBE has exclusive use of and control over the truck(s). This does not preclude the leased truck from working for others provided it is with the consent of the DBE and the lease provides the DBE absolute priority for use of the leased truck. • Leased trucks shall display the name and identification number of the DBE. UDBE/DBE/FSBE Truck Unit Listing Log In addition to the subcontracting requirements of Section 1-08.1, each DBE trucking firm shall submit supplemental information consisting of a completed Primary UDBE/DBE/FSBE Truck Unit Listing Log (WSDOT Form 350-077), copy of vehicle registrations, and all Rental/Lease agreements (if applicable). The supplemental information shall be submitted to the Engineer prior to any trucking services being performed for DBE credit. Incomplete or incorrect supplemental information will be returned for correction. The corrected Primary UDBE/DBE/FSBE Truck Unit Listing Log and any Updated Primary UDBE/DBE/FSBE Truck Unit Listing Logs shall be submitted and accepted by the Engineer no later than ten calendar days of utilizing applicable trucks. Failure to submit or update the DBE Truck Unit Listing Log may result in trucks not being credited as DBE participation. Each DBE trucking firm shall complete a Daily UDBE/DBE/FSBE Trucking Unit Listing Log for each day that the DBE performs trucking services for DBE credit. The Daily UDBE/DBE/FSBE Trucking Unit Listing Log forms shall be submitted to the Engineer by Friday of the week after the work was performed. Special Provisions – BID DOCUMENT SP-50 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Joint Checking A joint check is a check between a Subcontractor and the Contractor to the supplier of materials/supplies. The check is issued by the Contractor as payer to the Subcontractor and the material supplier jointly for items to be incorporated into the project. The DBE must release the check to the supplier, while the Contractor acts solely as the guarantor. A joint check agreement must be approved by the Engineer and requested by the DBE involved using the DBE Joint Check Request Form (form # 272-053) prior to its use. The form must accompany the DBE Joint Check Agreement between the parties involved, including the conditions of the arrangement and expected use of the joint checks. The approval to use joint checks and the use will be closely monitored by the Engineer. To receive DBE credit for performing a CUF with respect to obtaining materials and supplies, a DBE must “be responsible for negotiating price, determining quality and quantity, ordering the material, installing and paying for the material itself.” The Contractor shall submit DBE Joint Check Request Form tothe Engineer and be in receipt of written approval prior to using a joint check. Material costs paid by the Contractor directly to the material supplier are not allowed. If proper procedures are not followed or the Engineer determines that the arrangement results in lack of independence for the DBE involved, no DBE credit will be given for the DBE’s participation as it relates to the material cost. Prompt Payment Prompt payment to all subcontractors shall be in accordance with Section 1-08.1. Prompt payment requirements apply to progress payments as well as return of retainage. Subcontracts Prior to a DBE performing Work on the Contract, an executed subcontract between the DBE and the Contractor shall be submitted to the Engineer. The executed subcontracts shall be submitted by email to the following email address NWRegionOEO@wsdot.wa.gov The prime contractor shall notify the Engineer in writing within five calendar days of subcontract submittal. Reporting The Contractor and all subcontractors/suppliers/service providers that utilize DBEs to perform work on the project, shall maintain appropriate records that will enable the Engineer to verify DBE participation throughout the life of the project. Refer to Section 1-08.1 for additional reporting requirements associated with this contract. Special Provisions – BID DOCUMENT SP-51 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Changes in COA Work Committed to DBE The Contractor shall utilize the COA DBEs to perform the work and supply the materials for which each is committed unless prior written approval by the Engineer is received by the Contractor. The Contractor shall not be entitled to any payment for work or material completed by the Contractor or subcontractors that was committed to be completed by the COA DBEs in the DBE Utilization Certification form. Owner Initiated Changes In instances where the Engineer makes changes that result in changes to Work that was committed to a COA DBE the Contractor may be directed to substitute for the Work. Contractor Initiated Changes The Contractor cannot change the scope or reduce the amount of work committed to a COA DBE without good cause. Reducing DBE Commitment is viewed as partial DBE termination, and therefore subject to the termination procedures below. Original Quantity Underruns In the event that Work committed to a DBE firm as part of the COA underruns the original planned quantities the Contractor may be required to substitute other remaining Work to another DBE. Contractor Proposed DBE Substitutions Requests to substitute a COA DBE must be for good cause (see DBE termination process below), and requires prior written approval of the Engineer. After receiving a termination with good cause approval, the Contractor may only replace a DBE with another certified DBE. When any changes between Contract Award and Execution result in a substitution of COA DBE, the substitute DBE shall have been certified prior to the bid opening on the Contract. DBE Termination Termination of a COA DBE (or an approved substitute DBE) is only allowed in whole or in part for good cause and with prior written approval of the Engineer. If the Contractor terminates a COA DBE without the prior written approval of the Engineer, the Contractor shall not be entitled to payment for work or material committed to, but not performed/supplied by the COA DBE. In addition, sanctions may apply as described elsewhere in this specification. Prior to requesting approval to terminate a COA DBE, the Contractor shall give notice in writing to the DBE with a copy to the Engineer of its intent to request to terminate DBE Work and the reasons for doing so. The DBE shall have five (5) days to respond to the Contractor’s notice. The DBE’s response shall either support the termination or advise the Engineer and the Contractor of the reasons it objects to the termination of its subcontract. If the request for termination is approved, the Contractor is required to substitute with another DBE to perform at least the same amount of work as the DBE that was terminated (or provide documentation of GFE). A plan to replace the COA DBE Commitment amount shall be submitted to the Engineer within 2 days of the approval of termination. The plan to replace the Commitment shall provide the same detail as that required in the DBE Utilization Certification. Special Provisions – BID DOCUMENT SP-52 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The Contractor must have good cause to terminate a COA DBE. Good cause typically includes situations where the DBE Subcontractor is unable or unwilling to perform the work of its subcontract. Good cause may exist if: • The DBE fails or refuses to execute a written contract. • The DBE fails or refuses to perform the Work of its subcontract in a way consistent with normal industry standards. • The DBE fails or refuses to meet the Contractor’s reasonable nondiscriminatory bond requirements. • The DBE becomes bankrupt, insolvent, or exhibits credit unworthiness. • The DBE is ineligible to work on public works projects because of suspension and debarment proceedings pursuant to federal law or applicable State law. • The DBE is ineligible to receive DBE credit for the type of work involved. • The DBE voluntarily withdraws from the project and provides written notice of its withdrawal. • The DBE’s work is deemed unsatisfactory by the Engineer and not in compliance with the Contract. • The DBE’s owner dies or becomes disabled with the result that the DBE is unable to complete its Work on the Contract. Good cause does not exist if: • The Contractor seeks to terminate a COA DBE so that the Contractor can self-perform the Work. • The Contractor seeks to terminate a COA DBE so the Contractor can substitute another DBE contractor or non-DBE contractor after Contract Award. • The failure or refusal of the COA DBE to perform its Work on the subcontract results from the bad faith or discriminatory action of the Contractor (e.g., the failure of the Contractor to make timely payments or the unnecessary placing of obstacles in the path of the DBE’s Work). Decertification When a DBE is “decertified” from the DBE program during the course of the Contract, the participation of that DBE shall continue to count as DBE participation as long as the subcontract with the DBE was executed prior to the decertification notice. The Contractor is obligated to substitute when a DBE does not have an executed subcontract agreement at the time of decertification. Special Provisions – BID DOCUMENT SP-53 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Consequences of Non-Compliance Breach of Contract Each contract with a Contractor (and each subcontract the Contractor signs with a Subcontractor) must include the following assurance clause: The Contractor, subrecipient, or Subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the Contractor from future bidding as non-responsible. Notice If the Contractor or any Subcontractor, Consultant, Regular Dealer, or service provider is deemed to be in non-compliance, the Contractor will be informed in writing, by certified mail by the Engineer that sanctions will be imposed for failure to meet the DBE COA Commitment and/or submit documentation of good faith efforts. The notice will state the specific sanctions to be imposed which may include impacting a Contractor or other entity’s ability to participate in future contracts. Sanctions If it is determined that the Contractor’s failure to meet all or part of the DBE COA Commitment is due to the Contractor’s inadequate good faith efforts throughout the life of the Contract, including failure to submit timely, required Good Faith Efforts information and documentation, the Contractor may be required to pay DBE penalty equal to the amount of the unmet Commitment, in addition to the sanctions outlined in Section 1- 07.11(5). Payment Compensation for all costs involved with complying with the conditions of this Specification and any other associated DBE requirements is included in payment for the associated Contract items of Work, except otherwise provided in the Specifications. (January 13, 2021 WSDOT GSP Option 4) Special Training Provisions General Requirements The Contractor’s equal employment opportunity, affirmative action program shall include the requirements set forth below. The Contractor shall provide on-the-job training aimed at developing trainees to journey-level status in the trades involved. The number of training hours shall be *** 2400 hours ***. Trainees shall not be assigned less than 400 Special Provisions – BID DOCUMENT SP-54 Rainier Ave S Corridor Improvements – Phase 4 August 2022 hours per individual per Contract. The Contractor may elect to accomplish training as part of the work of a subcontractor, however, the Prime Contractor shall retain the responsibility for complying with these Special Provisions (achieving the training goal). When the Contractor’s training plan includes trainees for Subcontractors or lower-tier Subcontractors, this special provision shall be included in the subcontract. Trainee Approval The Contractor shall make every effort to employ/enroll minority and women trainees to the extent such persons are available within a reasonable recruitment area. This training provision is not intended and shall not be used to discriminate against any applicant for training, whether that person is a minority, woman or otherwise. A non-minority male trainee or apprentice may be approved provided the following requirements are met: 1. The Contractor is otherwise in compliance with the contract’s Equal Employment Opportunity (EEO) and On-the-Job Training (OJT) requirements and provides documentation of the efforts taken to fill the specific training position with either minorities or females 2. or, if not otherwise in compliance, furnishes evidence of his/her systematic and direct recruitment efforts in regard to the position in question and in promoting the enrollment and/or employment of minorities and females in the craft which the proposed trainee is to be trained 3. and the Contractor has made a good faith effort towards recruiting of minorities and women. As a minimum good faith efforts shall consist of the following: a. Distribution of written notices of available employment opportunities with the Contractor and enrollment opportunities with its unions. Distribution should include but not be limited to; minority and female recruitment sources, WSDOT’s OJT Support Services Coordinator, and minority and female community organizations. b. Records documenting the Contractor’s efforts and the outcome of those efforts, to employ minority and female applicants and/or refer them to unions. c. Records reflecting the Contractor’s efforts in participating in developing minority and female on-the-job training opportunities, including upgrading programs and apprenticeship opportunities. d. Distribution of written notices to unions and training programs disseminating the Contractor’s EEO policy and requesting cooperation in achieving EEO and OJT obligations (and their written responses). For assistance in locating trainee candidates, the Contractor may call WSDOT's OJT Support Services Coordinator at (360) 704-6314 or email ojtssinfo@wsdot.wa.gov. No employee shall be employed as a trainee in any classification in which the employee has successfully completed a training course leading to journey-level worker status or in which the employee has been employed as a journey-level worker. The Contractor’s records shall document the methods for determining the trainee’s status and findings in Special Provisions – BID DOCUMENT SP-55 Rainier Ave S Corridor Improvements – Phase 4 August 2022 each case. When feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. For the purpose of this specification, acceptable training programs are those employing trainees/apprentices registered with the following: 1. Washington State Department of Labor & Industries — State Apprenticeship Training Council (SATC) approved apprenticeship agreement: a. Pursuant to RCW 49.04.060, an apprenticeship agreement shall be; i. an individual written agreement between an employer and apprentice ii. a written agreement between (an employer or an association of employers) and an organization of employees describing conditions of employment for apprentices iii. a written statement describing conditions of employment for apprentices in a plant where there is no bona fide employee organization. All such agreements shall conform to the basic standards and other provisions of RCW Chapter 49.04. 2. Apprentices must be registered with U.S. Department of Labor — Apprenticeship Training, Employer, and Labor Services (ATELS) approved program. Or 3. Non-ATELS/SATC programs that have been submitted to the Contracting Agency for approval by the FHWA for the specific project. Obligation to Provide Information Upon starting a new trainee, the Contractor shall furnish the trainee a copy of the approved program the Contractor will follow in providing the training. Upon completion of the training, the Contractor shall provide the Contracting Agency with a certification showing the type and length of training satisfactorily completed by each trainee. Training Program Approval The Training Program shall meet the following requirements: 1. The Training Program (DOT Form 272-049) must be submitted to the Engineer for approval prior to commencing contract work and shall be resubmitted when modifications to the program occur. 2. The minimum length and type of training for each classification will be as established in the training program as approved by the Contracting Agency. 3. The Training Program shall contain the trades proposed for training, the number of trainees, the hours assigned to the trade and the estimated beginning work date for each trainee. Special Provisions – BID DOCUMENT SP-56 Rainier Ave S Corridor Improvements – Phase 4 August 2022 4. Unless otherwise specified, Training Programs will be approved if the proposed number of training hours equals the training hours required by contract and the trainees are not assigned less than 400 hours each. 5. After approval of the training program, information concerning each individual trainee and good faith effort documentation shall be submitted on (DOT Form 272-050.) 6. In King County, laborer trainees or apprentices will not be approved on contracts containing less than 2000 training hours as specified in this Section. In King County, no more than twenty percent (20%) of hours proposed for trainees or apprentices shall be in the laborer classification when the contract contains 2000 or more hours of training as specified in this Section. Trainees shall not be assigned less than 400 hours per contract. 7. Flagging programs will not be approved. Other programs that include flagging training will only be approved if the flagging portion is limited to an orientation of not more than 20 hours. 8. It is the intention of these provisions that training is to be provided in the construction crafts rather than clerk-typists or secretarial-type positions. Training is permissible in lower level management positions such as office engineers, estimators, timekeepers, etc., where the training is oriented toward construction applications. Some off-site training is permissible as long as the training is an integral part of an approved training program. 9. It is normally expected that a trainee will begin training on the project as soon as feasible after start of work, utilizing the skill involved and remain on the project as long as training opportunities exist in the work classification or the trainee reaches journey-level status. It is not required that all trainees be on board for the entire length of the contract. The number trained shall be determined on the basis of the total number enrolled on the contract for a significant period. 10. Wage Progressions: Trainees will be paid at least the applicable ratios or wage progressions shown in the apprenticeship standards published by the Washington State Department of Labor and Industries. In the event that no training program has been established by the Department of Labor and Industries, the trainee shall be paid in accordance with the provisions of RCW 39.12.021, which reads as follows: Apprentice workers employed upon public works projects for whom an apprenticeship agreement has been registered and approved with the State Apprenticeship Council pursuant to RCW 49.04, must be paid at least the prevailing hourly rate for an apprentice of that trade. Any worker for whom an apprenticeship agreement has not been registered and approved by the State Apprenticeship Council shall be considered to be a fully qualified journey-level worker, and, therefore, shall be paid at the prevailing hourly rate for journey-level worker. Compliance In the event that the Contractor is unable to accomplish the required training hours but can demonstrate a good faith effort to meet the requirements as specified, then the Contracting Agency will adjust the training goals accordingly. Special Provisions – BID DOCUMENT SP-57 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Noncompliance and Sanctions When a contractor violates EEO provisions of the contract, the Contracting Agency may impose damages in accordance with WSDOT’s Equal Opportunity Compliance Program and the FHWA 1273. These damages consist of additional administrative costs including, but not limited to, the inspection, supervision, engineering, compliance, and legal staff time and expenses necessary for investigating, reporting, and correcting violations, as well as loss of federal funding, if any. Damages attributable to a contractor’s violations of the EEO provisions may be deducted from progress payments due the Contractor. Before any money is withheld, the Contractor will be provided with a notice of the basis of the violations, the amount to be withheld and provided an opportunity to respond. The monetary value of the sanction will be calculated on a case-by-case basis and based on the damages incurred by the Contracting Agency. The Contracting Agency’s decision to recover damages for an EEO violation does not limit its ability to suspend or revoke the contractor’s pre-qualification status or seek other remedies as allowed by federal or state law. In appropriate circumstances, the Contracting Agency may also refer the Contractor to other state or federal authorities for additional sanctions. Requirements for Non ATELS/SATC Approved Training Programs Contractors who are not affiliated with a program approved by ATELS or SATC may have their training program approved (by FHWA) provided that the program is submitted for approval on DOT Form 272-049, and the following standards are addressed and incorporated in the Contractor’s program: 1.The program establishes minimum qualifications for persons entering thetraining program. 2.The program shall outline the work processes in which the trainee will receivesupervised work experience and training on-the-job and the allocation of theapproximate time to be spent in each major process. The program shall includethe method for recording and reporting the training completed shall be stated. 3.The program shall include a numeric ratio of trainees to journey-level workerconsistent with proper supervision, training, safety, and continuity ofemployment. The ratio language shall be specific and clear as to application interms of job site and workforce during normal operations (normally consideredto fall between 1:10 and 1:4). 4.The terms of training shall be stated in hours. The number of hours required forcompletion to journey-level worker status shall be comparable to theapprenticeship hours established for that craft by the SATC. The following are examples of programs that are currently approved: CRAFT HOURS Laborer 4,000 Ironworker 6,000 Carpenter 5,200-8,000 Construction Electrician 8,000 Operating Engineer 6,000-8,000 Cement Mason 5,400 Special Provisions – BID DOCUMENT SP-58 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Teamster 2,100 5.The method to be used for recording and reporting the training completed shall be stated. Measurement The Contractor may request that the total number of “training” hours for the contract be increased subject to approval by the Contracting Agency. This reimbursement will be made even though the Contractor receives additional training program funds from other sources, provided such other sources do not prohibit other reimbursement. Reimbursement to the Contractor for off-site training as indicated previously may only be made when the Contractor does one or more of the following and the trainees are concurrently employed on a Federal-aid project: 1. contributes to the cost of the training, 2.provides the instruction to the trainee, 3.pays the trainee’s wages during the off- site training period. Reimbursement will be made upon receipt of a certified invoice that shows the related payroll number, the name of trainee, total hours trained under the program, previously paid hours under the contract, hours due this estimate, and dollar amount due this estimate. The certified invoice shall show a statement indicating the Contractor’s effort to enroll minorities and women when a new enrollment occurs. If a trainee is participating in a SATC/ATELS approved apprenticeship program, a copy of the certificate showing apprenticeship registration must accompany the first invoice on which the individual appears. Reimbursement for training occurring prior to approval of the training program will be allowed if the Contractor verbally notifies the Engineer of this occurrence at the time the apprentice/trainee commences work. A trainee/apprentice, regardless of craft, must have worked on the contract for at least 20 hours to be eligible for reimbursement. Training hours that are not in compliance with the approved training plan will not be measured. Payment The Contractor will be reimbursed under the item “Training” per hour for each hour of approved training provided under the Contract. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: (July 25, 2022 WSDOT GSP) Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) Revised July 5, 2022 and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this Contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. Special Provisions – BID DOCUMENT SP-59 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The provisions of FHWA 1273, as amended, included in this Contract require that the Contractor insert the FHWA 1273 and amendments thereto in each Subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each Subcontract requiring the Subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier Subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each Subcontract for Subcontractors and lower tier Subcontractors. For this purpose, upon request to the Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: (April 2, 2007 WSDOT GSP) 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. It is anticipated that utility adjustment, relocation, replacement or construction within the project limits will be completed as follows: Puget Sound Energy (PSE) – Power PSE will supply the conduits and vaults for the relocation of the power system for the project. The Contractor shall install the conduits and vaults per the plans and specifications. For Joint Utility Trench requirements, PSE material delivery lead times, etc. See Section 8-35 of these Special Provisions. Once the conduits and vaults have been installed for the entire length of the project and the installation approved by PSE, PSE will pull new wires, energize the entire new system, cut-over the new services and de-energize the old system. Puget Sound Energy (PSE) – Gas PSE will supply and install all pipe and appurtenances for the relocation of the gas line(s) for the project. The Contractor shall perform excavation per the plans and specifications and coordinate with PSE for installation of gas facilities by their crews. For Joint Utility Trench requirements, PSE material delivery lead times, etc. See Section 8-35 of these Special Provisions. Once the conduits have been installed for each completed section of Joint Utility Trench and the installation approved by PSE, PSE will install the gas line(s), pressurize the system and cut-over the new services within that segment of completed Joint Utility Trench. CenturyLink Centurylink’s name was recently changed to Lumen, where “Centurylink” is referred to in the plans and specifications, consider name interchangeable with “Lumen”. CenturyLink will supply the conduits and vaults for relocation of their telecommunications for the project. The Contractor shall install the conduits per the plans and specifications. For Joint Special Provisions – BID DOCUMENT SP-60 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Utility Trench requirements, CenturyLink material delivery lead times, etc. See Section 8-35 of these Special Provisions. Once the conduits have been installed for the Joint Utility Trench and PSE has completed the installation of their cables and energized them, with the installation approved by CenturyLink, CenturyLink will pull new wires and cut-over the new services within that segment of completed Joint Utility Trench. Comcast Cable Comcast will supply the conduits and vaults for relocation of their telecommunications for the project. The Contractor shall install the conduits per the plans and specifications. For Joint Utility Trench requirements, Comcast material delivery lead times, etc. See Section 8-35 of these Special Provisions. Once the conduits have been installed for each completed section of Joint Utility Trench and the installation approved by Comcast, Comcast will pull new wires and cut-over the new services within that segment of completed Joint Utility Trench. Renton Water Department City of Renton Water Maintenance Department will perform final connections to existing water mains with assistance from the Contractor in accordance with Section 7-09. All preparations, materials, and work zone safety controls shall be provided by the Contractor as shown on the Plans and specified herein. The Contractor shall provide a 10 working day advance notice for each connection which requires cutting of the existing water main or a shut-down of the existing water main. The City reserves the right to re-schedule the connection if the work area is not ready at the scheduled time for connection. Renton Transportation Operations (Signal Shop) Signal controllers and cabinets shall be tested by City of Renton Transportation Maintenance Department at their shop located at 3555 NE 2nd Street Renton, WA 98056. Contact Eric Cutshall at (425) 430-7423 and provide at least one week lead time prior to delivery. The contractor shall deliver the controller and cabinet to the shop and shall pick up the units at the end of the test period, deliver to the job site, and install. Allow three weeks for testing by the City. King County Metro Transit Any construction or installation activities affecting Transit Operations or Facilities must be coordinated through Metro Transit Construction Information Center. The Contractor shall provide five business days notification for bus reroutes and for bus stop impacts. For notification information and guidelines, please visit: http://www.kingcounty.gov/transportation/kcdot/MetroTransit/Construction.aspx or contact Construction Coordinators at telephone number 206-477-1140. To schedule shelter removal, please contact plansreview@kingcounty.gov to schedule removal. Please note that Metro requires 3 weeks prior notification for removal. Seattle Public Utilities (Water) The Contractor is alerted of the presence of large water pipes crossing Rainier Ave S, just south of S 2nd Street. There are two (2) 66” diameter pipe and one (1) 52” diameter pipe, also referred to as the “Cedar River Pipelines”. The Contractor shall take care when Special Provisions – BID DOCUMENT SP-61 Rainier Ave S Corridor Improvements – Phase 4 August 2022 excavating near the Cedar River Pipelines and ensure that the pipes are always preserved and protected. • The Cedar River Pipelines are likely to be set in a bed of pea gravel. Construction must be performed in a manner that will not allow the pea gravel to spill from under the pipelines. • Any “trenchless” construction methods in the vicinity of the Cedar River Pipelines shall be reviewed and approved by the Engineer. • Heavy loads may damage the Cedar River Pipelines. If heavy equipment crosses the Cedar River Pipelines, pipe protection, including bridging may be necessary to provide protection. Typical protection would include temporary bridging or steel plates. Do not stage materials on top of the pipelines. • Any work in close proximity to the pipelines, including potholing, must be supervised by Seattle Public Utilities (SPU). Call SPU’s Lake Youngs Headquarters at 206-684-3933 or SPU Water Operations Center at 206-733-9300. The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected subcontractors, and all utility owners and their contractors prior to beginning onsite work. The following addresses and telephone numbers of utility companies known 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) Contact: Jason Airey (206) 348-9637 Jason.Airey@pse.com Puget Sound Energy (gas) Contact: Glenn Helton (425) 559-4647 Glenn.Helton@pse.com Comcast Contact: Todd Zimny Todd_Zimny@comcast.com CenturyLink Contact: Jesse Patjens (425) 429-5722 Jesse.Patjens@centurylink.com Seattle Public Utilities (water) Contact: Ryan Manning (206) 684-0127 Ryan.Manning@Seattle.gov City of Renton - Surface Water Contact: Jared McDonald (425) 430-7293 JMcDonald@Rentonwa.gov City of Renton - Water Contact: Abdoul Gafour (425) 430-7210 AGafour@Rentonwa.gov City of Renton - Sewer David Christensen (425) 430-7212 DChristensen@Rentonwa.gov Special Provisions – BID DOCUMENT SP-62 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Minor secondary or unexpected relocations or adjustments by the franchise utilities or by Others, shall be performed concurrent with the Contractor’s activities. The Contractor is responsible for coordination of this Work by Others and integration of the timelines into the progress schedule and sequencing. All costs associated with activity-specific scheduling and sequencing shall be included in the lump sum Contract price for ‘Franchise Utility Coordination’ as described in Section 8-35. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 4, 2016 APWA GSP) 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 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. Special Provisions – BID DOCUMENT SP-63 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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. 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. 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 insureds, 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. Special Provisions – BID DOCUMENT SP-64 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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. Special Provisions – BID DOCUMENT SP-65 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 1-07.18(5)C Workers’ Compensation The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.18(5)K Professional Liability (January 4, 2016 APWA GSP) The Contractor and/or its Subcontractor(s) and/or its design consultant providing construction management, value engineering, or any other design-related non-construction professional services shall provide evidence of Professional Liability insurance covering professional errors and omissions. Such policy shall provide the following minimum limits: $1,000,000 per claim and annual aggregate If the scope of such design-related professional services includes work related to pollution conditions, the Professional Liability insurance shall include coverage for Environmental Professional Liability. If insurance is on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. Special Provisions – BID DOCUMENT SP-66 Rainier Ave S Corridor Improvements – Phase 4 August 2022 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Section 1-07.23(1) is supplemented with the following: (June 9, 2022 City of Renton GSP) (Special Provisions) Lane closures are subject to the following restrictions: The Contractor shall prepare and submit a project specific Traffic Control Plan (TCP) to the Engineer for approval. Review, revision of the TCP may take up to 3 weeks. The Contractor is alerted that no work affecting traffic operations 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. Traffic Control Plans and Phasing and Sequencing Plans are the sole responsibility of the Contractor. The following minimum Traffic Control requirements shall be maintained during the construction of the project: 1. Lane closures will only be permitted as identified under ‘Special Conditions’ of this Section. 2. The Contractor shall be responsible for notifying all affected property owners prior to commencing the barricading of streets, sidewalks and driveways. 3. All driveways shall remain open except as necessary to permit curing of construction materials or for short periods of time as required for excavations. However, at least one (1) driveway per parcel shall remain open to vehicular traffic at all times unless otherwise approved by the Engineer and affected property owner in writing. If a parcel has only one driveway, then that driveway must be constructed one‐half at a time to allow the passage of vehicles. The amount of time that a driveway can be closed will be limited. Business owners and/or residents shall be notified in writing at least 48 hours in advance of any planned driveway closures. 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 or in the Plans. However, if the Contractor wants to propose alternate staging and detours, the Contractor shall Special Provisions – BID DOCUMENT SP-67 Rainier Ave S Corridor Improvements – Phase 4 August 2022 prepare the appropriate Traffic Control Plans and Detour Routes to be reviewed and approved by the City. 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 requirements of Section 8‐23. 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. Special Conditions The Construction Channelization Plans indicate minimum number of lanes required for each phase of work. Additional lane closures will be permitted on Rainier Ave as follows: 1) Single lane closure on Rainier Avenue S in either direction will be permitted during the following hours: Sunday to Thursday 8:00pm to 5:00am 2) Two lane closures in the same direction of Rainier Avenue that shifts traffic to the opposing lane maintaining one lane of traffic in each direction will be permitted during the following hours: Sunday to Thursday 8:00pm to 5:00am 3) Center (two-way left turn lane) closure on Rainier Avenue will be permitted during the following hours: Sunday to Friday 8:00pm to 5:00am 4) Contractor may be permitted to close additional lanes between the hours of 8:00 pm and 5:00 am by request. 5) Periodic, non-consecutive, night time, full closures of Rainier Ave between the hours of 8:00 pm and 5:00 am may be permitted by request. Additional Requirements • The Contractor shall provide a minimum of ten days’ notice of closures utilizing Portable Changeable Message Sign (PCMS) at the closure location. Special Provisions – BID DOCUMENT SP-68 Rainier Ave S Corridor Improvements – Phase 4 August 2022 • 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. • A left turn lane at all signalized intersections shall always remain open. • The existing lighting system shall remain operational until the new illumination system is functioning. The Engineer may approve partial interruptions required because of staging. • 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. (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. 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. Special Provisions – BID DOCUMENT SP-69 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (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; 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: Special Provisions – BID DOCUMENT SP-70 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. Add the following new section: 1-08.0(2) Hours of Work (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 are being requested, and why. Requests shall be submitted for review no later than noon on the working day 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. Special Provisions – BID DOCUMENT SP-71 Rainier Ave S Corridor Improvements – Phase 4 August 2022 1-08.1 Subcontracting (December 19, 2019 APWA GSP, Option A) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (WSDOT Form 421-012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal- aid Projects (WSDOT Form 420-004). The Contractor shall submit to the Engineer a completed Monthly Retainage Report (WSDOT Form 272-065) within 15 calendar days after receipt of every monthly progress payment until every Subcontractor and lower tier Subcontractor’s retainage has been released. The ninth paragraph, beginning with “On all projects, …” is revised to read: The Contractor shall certify to the actual amount received from the Contracting Agency and amounts paid to all firms that were used as Subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the Contract. This includes all Disadvantaged, Minority, Small, Veteran or Women’s Business Enterprise firms. This Certification shall be submitted to the Engineer on a monthly basis each month between Execution of the Contract and Physical Completion of the Contract using the application available at: https://wsdot.diversitycompliance.com. A monthly report shall be submitted for every month between Execution of the Contract and Physical Completion regardless of whether payments were made or work occurred. 1-08.3 Progress Schedule 1-08.3(2)B Type B Progress Schedule (March 13, 2012 APWA GSP) Revise the first paragraph to read: The Contractor shall submit a preliminary Type B Progress Schedule at or prior to the preconstruction conference. The preliminary Type B Progress Schedule shall comply with all of these requirements and the requirements of Section 1-08.3(1), except that it may be limited to only those activities occurring within the first 60-working days of the project. Revise the first sentence of the second paragraph to read: Special Provisions – BID DOCUMENT SP-72 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The Contractor shall submit 5 copies of a Type B Progress Schedule depicting the entire project no later than 21-calendar days after the preconstruction conference. Add the following new section: 1-08.3(2) C Pre-Activity Meeting The Contractor shall request a pre-activity meeting with the Engineer to be held 5 working days before any work can start on major definable features of work. This includes excavation for roadway or structures, cement concrete pavement, HMA paving, concrete structures, reinforced conc walls, structural earth walls, storm sewer, water main, and sanitary sewer. Pre-activity meetings for joint utility trench work shall be per franchise utility coordination 8-35.3(9). Those attending the pre-activity meeting shall include: 1. The Contractor and Subcontractor in charge of the work. 2. Engineer (or representative) and Project Inspectors for the work. 3. Franchise Utility representative when work requires. The purpose of the pre-activity meeting will be: 1. To establish a working understanding among the various parties associated or affected by the work; 2. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 3. To review Submittals for all materials related per task. These submittals shall be submitted and approved or agreed upon by all meeting attendees to be approved, prior to start of work. 4. To review traffic control. 5. To coordinate and discuss issues between franchise utilities. 1-08.3(5) Payment Section 1-08.3(5) is supplemented with the following: (June 9, 2022 City of Renton GSP) Payment will be made for the following bid item when included in the Proposal: “Type B Progress Schedule (Minimum Bid $15,000), lump sum. Special Provisions – BID DOCUMENT SP-73 Rainier Ave S Corridor Improvements – Phase 4 August 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. 1-08.5 Time for Completion Section 1-08.5 is supplemented with the following: (March 13, 1995 WSDOT GSP) This project shall be physically completed within 500 working days. (January 19, 2022 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 non-working days and any partial or whole day the Engineer declares as unworkable The statement will be identified as a Written Determination by the Engineer. If the Contractor does not agree with the Written Determination of working days, the Contractor shall pursue the protest procedures in accordance with Section 1-04.5. By failing to follow the procedures of Section 1-04.5, 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 Special Provisions – BID DOCUMENT SP-74 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 1-08.9 Liquidated Damages (March 3, 2021 APWA GSP, Option A) Replace Section 1-08.9 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. Accordingly, the Contractor agrees: 1. To pay liquidated damages in the amount t of $6800.00 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. When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine the Contract Work is Substantially Complete. The Engineer will Special Provisions – BID DOCUMENT SP-75 Rainier Ave S Corridor Improvements – Phase 4 August 2022 notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, liquidated damages identified 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 Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. LIQUIDATED DAMAGES WILL NOT BE ASSESSED FOR ANY DAY 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(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. 1-09.6 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. Special Provisions – BID DOCUMENT SP-76 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Add new section 1-09.7(1) as follows: 1-09.7(1) Field Office Building (June 9, 2022 City of Renton GSP) Description This work shall consist of furnishing and setting-up a temporary office building for the sole use of the Contracting Agency. Obtaining a site for the Contractor’s mobilization, field office(s), storage of materials, and other general operations shall be the responsibility of the Contractor. The Contractor will provide City with copy(s) of agreement(s). Construction Requirements The building shall be set-up, at the location designated by the Engineer, within the first 10 working days, unless the Engineer has approved a different schedule. The Contractor shall provide a secure minimum 400 square foot office suitable for use by the Engineer and resident inspection staff for the duration of the project. This office shall be separate from the Contractor’s field office and be for the exclusive use of the Engineer and inspection staff. Prior to commencing physical construction, the Contractor shall provide the following minimum items: Field Office 400 square feet office space Above ground floor Parking for four vehicles on crushed gravel or equivalent surface Stairs shall have handrails Weekly janitorial service Heating and air conditioning Electric lights, including two desk lamps Operable windows with security bars Two, 6 sf. shelving units One 4-drawer filing cabinet Cork bulletin board (24 sf min.) Dry erase white board (24 sf min.) Plan layout table (3 ft x 6 ft min.) Drafting table (3 ft x 6 ft min.) with adjustable tilting top Copy machine with extra toner and service as required Two conference tables (4 ft x 8 ft each) Twenty stackable chairs Special Provisions – BID DOCUMENT SP-77 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Two desks (3 ft x 6 ft min) with drawers along one side and pencil drawer Two desk chairs and one drafting chair with adjustable heights and backs Front door deadbolt or padlock with six keys Five-gallon bottled water dispenser with full service Sanitary facilities within 25 ft of office Hand washing facilities Communications Broadband communication line with minimum 50mbps upload/download connection. Two separate phone lines Two touch tone telephones with one digital answering machine Plain paper FAX machine with extra toner cartridges and maintenance as required Copy machine / scanner with automatic feed, and capacity to copy/scan 11x17 sheets with extra toner and service as required The Contractor shall include costs for office. The building and contents shall remain the property of the Contractor and shall be removed from the site upon physical completion of the contract, or when designated by the Engineer. The Contractor shall arrange and provide the construction equipment staging area. This area must be approved by the City of Renton. Sites chosen near residential properties can expect severe restrictions on noise and allowable work hours. Payment Payment will be made in accordance with Section 1-04.1, for the following bid item: "Field Office Building", lump sum. The lump sum contract price for "Field Office Building" shall be full pay for furnishing, installing, maintaining, and removing the facility, including all costs associated with all required utility hook-ups and disconnects, and monthly utility charges for all utilities except telephone. The monthly telephone costs will be paid by the Contracting Agency. No payment will be made for the movement of the Contractor's personnel, equipment, supplies and incidentals to the project site; the establishment of the Contractor’s office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for the Contractor's personnel; obtaining permits or licenses required to complete the project not furnished by the Owner; and other work and operations which must be performed or costs that must be incurred. Special Provisions – BID DOCUMENT SP-78 Rainier Ave S Corridor Improvements – Phase 4 August 2022 1-09.8 Payment for Material on Hand (August 3, 2009 WSDOT GSP) The last paragraph of Section 1-09.8 is revised to read: 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) 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. 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. Special Provisions – BID DOCUMENT SP-79 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. 1-09.9(1) Retainage Section 1-09.9(1) content and title is deleted and replaced with the following: (June 27, 2011 WSDOT GSP) Vacant 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 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. Special Provisions – BID DOCUMENT SP-80 Rainier Ave S Corridor Improvements – Phase 4 August 2022 1-09.13(3)A Arbitration General (January 19, 2022 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 1-10.2 Traffic Control Management 1-10.2(1) General Section 1-10.2(1) is supplemented with the following: (January 10, 2022 WSDOT GSP) 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 https://www.nwlett.edu Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 https://www.esc.org 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 https://altssa.com/training Integrity Safety 13912 NE 20th Ave. Vancouver, WA 98686 (360) 574-6071 https://www.integritysafety.com Special Provisions – BID DOCUMENT SP-81 Rainier Ave S Corridor Improvements – Phase 4 August 2022 US Safety Alliance (904) 705-5660 https://www.ussafetyalliance.com K&D Services Inc. 2719 Rockefeller Ave. Everett, WA 98201 (800) 343-4049 https://www.kndservices.net 1-10.3 Traffic Control Labor Procedures, and Devices Add new section 1-10.3(1)D: 1-10.3(1)D Off-Duty Uniformed Police Officer (July 1, 2022 City of Renton GSP) Definitions: Uniformed Police Officer as used in this specification is a “General Authority Washington Peace Officer” as defined by RCW 10.93.020 (3), or a “Specially Commissioned Washington Peace Officer” as defined by RCW 10.93.020(5). Law Enforcement Agency as used in this specification is a “General Authority Washington Law Enforcement Agency” as defined by RCW 10.93.020 (1). The Contractor shall arrange for off-duty Uniformed Police Officers to be present for the following activities: 1. At the commissioning of a new traffic signal, or the recommissioning of an existing traffic signal which has been upgraded. 2. Countermanding a traffic signal indication at a signalized intersection. 3. Directing vehicle and pedestrian traffic when a traffic signal indication is turned off or is inoperative. 4. Where the Engineer deems it necessary for safety, including work during hours of darkness. It shall be the Contractor’s responsibility to secure the off duty Uniformed Police Officer as required by the contract, including the costs to arrange, coordinate, and supervise. The following contact information is supplied for the Contractor’s convenience: Agency Police Officer Contact: Renton Police Department Phone: (425) 430-7500 County Deputy Sheriff Contact: King County Sheriff’s Officers Phone: (206) 957-0935 ext. 1 Washington State Patrol Contact: Washington State Patrol Officers Special Provisions – BID DOCUMENT SP-82 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Phone: (425) 401-7788 The services provided under the bid item “Uniformed Police Officer” shall be considered a subcontractor with the attendant requirements and responsibilities. The Contractor must obtain prior approval for use of off-duty Uniformed Police Officers through an Approved Traffic Control Plan and approved amendments to the contract traffic control Plans. The off-duty Uniformed Police Officer shall be in addition to all other personnel required for flagging according to the approved traffic control plan. A Uniformed Police Officer shall be provided in the event of accidental power outages or disruption of a signalized intersection as a result of Contractor’s Work and remain in place until the intersection becomes satisfactorily operational as determined by Agency Engineer or his/her representative. 1-10.3(3)A Construction Signs Section 1-10.3(3)A is supplemented with the following: (June 9, 2022 City of Renton GSP) The Work shall also consist of furnishing and installing the following construction signs: Business Access Signs The Contractor shall fabricate and install Business Access Signs during construction for the project as shown in the Plans. Project Identification Signs The Contractor shall fabricate and install two (2) project signs with the City of Renton and the funding sources identified. The Contractor shall submit a sample to the Contracting Agency for approval prior to fabrication. The signs shall be erected on 4”x4” wooden posts and maintained by the Contractor in a neat and presentable condition throughout the life of the project. Business Access and Project Identification Signs shall be measured and paid per each sign provided and installed. 1-10.4 Measurement 1-10.4(3) Reinstating Unit Items with Lump Sum Traffic Control Section 1-10.4(3) is supplemented with the following: (August 2, 2004 WSDOT GSP) The Bid Proposal contains the item “Project Temporary Traffic Control,” lump sum and the additional temporary traffic control items listed below. The provisions of Section 1-10.4(1), Section 1-10.4(3), and Section 1-10.5(3) shall apply. “Business Access Signs”, per each. Special Provisions – BID DOCUMENT SP-83 Rainier Ave S Corridor Improvements – Phase 4 August 2022 “Project Identification Signs”, per each. “Flaggers”, per hour. “Other Traffic Control Labor”, per hour. “Traffic Control Supervisor”, per lump sum. “Off-Duty Uniformed Police Officer”, per hour. Off-Duty Uniformed Police Officer will be measured by the hour. Hours will be measured for each fully equipped Uniformed Police Officer, including vehicle, if required, directing or monitoring traffic, as shown on an approved Traffic Control Plan in accordance with Section 1-10.3(1)D of these Special provisions. Contractor is responsible for timely scheduling and cancellations per the respective police office resource office. Portable Temporary Traffic Control Signal will be measured by lump sum in accordance with section 8-20 of these Special Provisions. 1-10.5 Payment 1-10.5(2) Item Bids With Lump Sum for Incidentals Section 1-10.5(2) is supplemented with the following: “Business Access Signs”, per each. “Project Identification Signs”, per each. “Flaggers”, per hour. “Other Traffic Control Labor”, per hour. “Traffic Control Supervisor”, per lump sum. “Off-Duty Uniformed Police Officer”, per hour. The unit Contract price for “Off-Duty Uniformed Police Officer”, when applied to the number of units measured for this item in accordance with Section 1-10.4(3), shall be full compensation for all costs incurred by the Contractor in performing the Contract Work defined in Section 1-10.3(1)D of these Special Provisions, including all costs for arrangement for and supervision of uniformed law enforcement personnel and vehicles to participate in the Contractor’s traffic control activities. Portable Temporary Traffic Control Signal will be paid for in accordance with section 8-20 of these Special Provisions. Special Provisions – BID DOCUMENT SP-84 Rainier Ave S Corridor Improvements – Phase 4 August 2022 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.5 Payment Section 2-01.5 is supplemented with the following: “Clearing and Grubbing”, lump sum. The lump sum Bid item for “Clearing and Grubbing” shall include, but is not limited to, removing, hauling, disposing of trees, tree stumps, shrubs, and other plant materials where noted in the Plans and in accordance with the Standard Specifications. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Section 2-02.1 is supplemented with the following: For the purpose of this Contract, “Removal of Structures and Obstructions” shall include the removing, abandoning, protecting, storing, and salvaging, of miscellaneous objects required to complete the new construction. The lump sum contract price for “Removal of Structures and Obstructions” shall be full compensation for furnishing all labor, tools, materials, and equipment necessary to: • Satisfactorily remove and dispose of the items specified, backfill and compact the resulting void. • Satisfactorily abandon the items specified, including plugging, capping, and backfilling with CDF or other materials that are required by the Plans or Specifications. • Satisfactorily salvage the items specified for re-use or to be returned to the property owner or the City. The items tabulated below shall be removed, abandoned, reset, or salvaged and shall be included in the Schedule A lump sum contract price for ‘Removal of Structures and Obstructions’. See Section 2-02.3(6) for Schedule D removal requirements associated with the joint trench and gas main. Special Provisions – BID DOCUMENT SP-85 Rainier Ave S Corridor Improvements – Phase 4 August 2022 RAINER AVE PHASE 4 ITEM ACTION APPROX. LOCATION APPROX. QUANTITY Fence Remove and Relocate ~STA 201+15, LT ~STA 201+75, LT ~STA 202+15, LT ~STA 15+25, RT ~STA 15+50, RT ~STA 24+25, RT ~STA 37+70, LT 618 LF Fence Remove and Reinstall ~STA 37+00, LT ~STA 24+00, RT 191 LF Fence Remove Varies, See Site Preparation Plans 46 LF Handrail Remove and Reset ~STA 29+30, RT 42 LF Swing Gate Remove and Relocate ~STA 202+00, LT 2 EA Bench Remove and Relocate ~STA 201+10, RT ~STA 200+50, LT 2 EA Waste Receptacle Remove and Relocate ~STA 201+10, RT ~STA 200+50, LT 2 EA Tree Grate Salvage to City ~STA 201+50, LT ~STA 202+85, LT ~STA 203+60, LT 4 EA Special Provisions – BID DOCUMENT SP-86 Rainier Ave S Corridor Improvements – Phase 4 August 2022 ~STA 204+20, LT Drainage Structure Remove Varies, See Drainage Plans 40 EA Drainage Pipe Remove or Abandon Varies, See Drainage Plans 2830 LF Concrete Wall Remove ~STA 24+75, LT 80 LF Rock Wall Remove ~STA 25+40, LT 325 LF Guard Post Remove ~STA 15+30, RT ~STA 18+35, RT & LT ~STA 19+40, LT ~STA 19+80, LT ~STA 202+00, LT 26 EA Wheel Stop Remove ~STA 21+65, LT ~STA 22+80, LT ~STA 35+80, LT 60 LF Business Sign: “Safeway" Remove ~STA 15+70, RT 1 EA Business Sign: “Wendy’s” Remove ~STA 16+50, RT 1 EA Business Sign: “Sansonina” Remove ~STA 17+70, LT 1 EA Business Sign: “Taco Time” Remove ~STA 18+30, RT 1 EA Business Sign: “Metro/PCS” Remove ~STA 19+80, LT 1 EA Special Provisions – BID DOCUMENT SP-87 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Business Sign: “McDonalds” Remove ~STA 29+40, LT ~STA 30+45, LT 2 EA Business Sign: “Matthewson’s Automotive” Remove ~STA 39+00, LT 1 EA Monitoring Well Adjust to Grade Varies, See Roadway Plans 3 EA Quantities shown are approximate. Quantities are for the Contractor’s convenience and should be verified prior to bidding. If requested by a specific property owner, existing features (such as fencing, etc.) shall be protected, salvaged, and returned to the property owner. 2-02.3(2) Removal of Bridges, Box Culverts, and other Drainage Structures Section 2-02.3(2) is supplemented with the following: Abandoning of Existing Drainage and Sanitary Sewer Pipe Where shown in the Plans or at other locations as determined by the Engineer, the Contractor shall abandon pipes per Section 7-08.3(4) of the Standard Specifications and these Special Provisions. Removal of Existing Drainage and Sanitary Sewer Pipe Where shown in the Plans or at other locations as determined by the Engineer, the Contractor shall remove pipe regardless of the size or type. Pipe shall be removed either in its entirety or a portion of pipe, as called for in the Plans. Any pipe that is to remain when a portion of the pipe is to be removed, but is damaged during the removal operation, shall be repaired or replaced by the Contractor at no expense to the Contracting Agency. Voids left by drainage pipe removal shall be backfilled with a granular material and compacted in accordance with Section 2-03.3(14)C. All materials removed shall become the property of the Contractor and shall be disposed of outside the project limits. Removal of Structures Where shown in the Plans, or at other locations as determined by the Engineer, the Contractor shall remove catch basins, manholes, or inlets regardless of the size or type. Each Structure shall be removed in its entirety. Prior to backfilling the resultant void, the Contractor shall plug and abandon the existing pipe(s) with commercial concrete in accordance with Section 7-08.3(4). Voids left by Structure removal shall be backfilled and compacted in accordance with Section 2-03.3(14)C. Special Provisions – BID DOCUMENT SP-88 Rainier Ave S Corridor Improvements – Phase 4 August 2022 All materials removed shall become the property of the Contractor and shall be disposed of outside the project limits. 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters Section 2-02.3(3) is supplemented with the following: The Contractor shall remove existing asphalt concrete pavement, cement concrete pavement, curb and gutter, extruded curb, sidewalk, and other associated roadside elements as shown on the Plans and approved by the Engineer. Removal shall include excavation of the underlying soil as required to achieve the subgrade elevations shown on the Plans. Existing roadside elements to remain that are damaged shall be replaced by the Contractor to City of Renton standards and at the Contractor’s own expense. At locations marked by the Engineer, transitions to existing asphalt or cement concrete driveways, curb and gutter, and walkways shall be vertically saw cut full depth with straight uniform edges. The Contractor shall be responsible for ensuring that special precautions are undertaken so that no concrete or concrete by-products, or products and by-products used in the saw cut of asphalt or concrete, are discharged into any storm drain or surface water system. In accordance with the Department of Ecology guidelines, wastewater from Portland Cement Concrete, masonry, and asphalt concrete cutting operations shall not be discharged to storm drainage systems or surface waters. Cutting operations increase the pH of wastewater, therefore, filtering prior to discharge is NOT acceptable. To thoroughly clean saw cuts where necessary, the Contractor shall use high pressure water (high pressure water is considered greater than 1400 p.s.i.). All wastewater shall be collected using a wet-dry vacuum or pumped into drums for disposal. Disposal of the waste liquid may be to soil or other porous surfaces away from storm drains and surface water, only if the Contractor collects and disposes of remaining sediment after water has filtered into soil or evaporated. Impervious surfaces contaminated with sediment and grit from cutting, planing, or pulverizing operations shall be cleaned by sweepers to prevent contaminants from entering the storm drainage system or surface waters when it rains. Flushing saw cuts with high-pressure water and collection of wasted water with vacuum system, and pollution control shall be included in the unit contract price for associated removal bid items, which require saw cutting. Add New Section 2-02.3(4) as follows: 2-02.3(4) Removal of Traffic Island Removing traffic islands includes removal of curbs, cement concrete or asphalt concrete pavement and crushed rock between the curbs. The curbs, and all materials removed between, shall be excavated to the level of the existing pavement. The existing pavement surface shall be cleaned and prepared for HMA paving. All voids created by removal of the Special Provisions – BID DOCUMENT SP-89 Rainier Ave S Corridor Improvements – Phase 4 August 2022 traffic island and curbs shall be backfilled by the end of the work shift with commercial HMA and compacted to the level of the adjacent pavement. Curb or pavement that is scheduled to remain that is damaged due to Contractor operations shall be replaced by the Contractor, to the satisfaction of the Engineer, at the Contractor’s expense. Add New Section 2-02.3(6) as follows: 2-02.3(6) Remove Joint Trench Ducts and Vaults; Remove/Abandon Gas Main Existing franchise utility vaults, pedestals, and risers shall be removed by the Contractor and hauled to disposal upon energization of the new joint utility trench. Voids resulting from vault removal shall be backfilled with gravel borrow. Gas main shall be removed/abandoned where shown in the Plan. Contractor shall remove/abandon PSE gas main of the size and type indicated and to the specific limits identified by Puget Sound Energy. Removal and backfill of resulting void shall be as described for drainage and sewer pipes in Section 2-02.3(2). Following energization of the new power and telecommunication systems, portions of existing duct banks and conduits that are in conflict with other items of work shall be removed completely and/or sawcut and capped with a solvent weld PVC cap at the limits of interference. Removal and disposal of vaults, handholes, pedestals, pipe segments and capping of ducts to be abandoned shall be considered incidental and included in the Schedule D lump sum contract prices for “Removal of Structures and Obstructions” and no additional payment will be made. Refer to the Contract Plans and Section 8-35 for Removal of Structure and Obstruction associated with work in Schedule D. See Section 8-35 for Measurement and Payment. Add New Section 2-02.3(7) as follows: 2-02.3(7) Salvage When salvageable material is to remain Contracting Agency property, the Specifications, Plans, or Contracting Agency will identify the material and describe how the Contractor shall remove it. Such material shall be stockpiled and/or delivered to the following location after first contacting the Contracting Agency representative at Eric Cutshall at (425) 430-7400. The Contractor shall provide the agency a minimum of two (2) working days’ notice prior to delivering the equipment to: City of Renton Public Works Yard 3555 NE 2nd Street Renton, WA 98056 Special Provisions – BID DOCUMENT SP-90 Rainier Ave S Corridor Improvements – Phase 4 August 2022 2-02.4 Measurement Section 2-02.4 is supplemented with the following: No specific unit of measurement shall be applied to the lump sum bid item “Removal of Structures and Obstructions”. No measurement for payment shall be made for saw cutting of any kind. Saw cutting shall be incidental to the other associated Bid items in the Proposal. No measurement for payment shall be made for filling voids left after removals and demolition. Remove/Abandon Existing Gas Main will be measured by linear foot regardless of the type and size of gas main. 2-02.5 Payment Section 2-02.5 is supplemented with the following: “Removal of Structures and Obstructions”, lump sum. All items noted for removal, abandonment, relocation, or salvage to which other Bid items do not apply shall be considered included in the lump sum Bid item for “Removal of Structures and Obstructions” including, but not limited to, the items shown on the Plans and those specified herein. Saw cutting, demolition, haul, and disposal/salvage of materials to which this Bid item applies shall also be considered incidental. See Section 8-35 for Removal of Structure and Obstruction associated with the Work in Schedule D. “Remove/Abandon Existing Gas Main”, per linear foot. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.1 Description The second paragraph is supplemented as follows: 4. Removal items being separately paid for under Section 2-02 of these contract documents. 2-03.3(14)E Unsuitable Foundation Excavation Section 2-03.3(14)E is supplemented with the following: Excavation required and approved by the Engineer to remove unsuitable subgrade materials shall be measured and paid under “Unsuitable Foundation Excavation Incl. Haul” for which a unit price bid item has been provided in the Proposal. This unit bid price is applicable for removal of unsuitable subgrade within the roadway, beneath retaining wall footings and reinforcement zones, beneath utility trenches, and beneath sidewalks, curbs, and private driveways and parking lots. Special Provisions – BID DOCUMENT SP-91 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The provisions of 2-03.3(14)E of the Standard Specifications shall apply except that Sub Excavation below grade described in 2-03.3(3) of the Standard Specifications and Removal of Unstable Base Material per 2-09.3(1)C of the Standard Specifications shall also be included in the “Unsuitable Foundation Excavation Incl. Haul” bid item. All excavated unsuitable foundation materials shall be disposed of by the Contractor. Measurement and payment for “Unsuitable Foundation Excavation Including Haul” shall be limited to a depth of one (1) foot beneath proposed subgrade surface. Backfill of unsuitable foundation shall be with materials meeting the requirements for gravel borrow in accordance with Section 9-03.14(1) of the Standard Specifications. If excessive unsuitable foundation is encountered, and at the direction of the Engineer, the Contractor shall furnish and install Construction Geotextile for Separation per 2-12 of the Standard Specifications. Construction Geotextile for Separation shall be measured and paid, per square yard of material placed, under its respective bid item. The Contractor is advised that “Unsuitable Foundation Excavation Incl. Haul” is contingent on the presence of unsuitable foundation materials. A quantity has been provided in the Bid Proposal solely to provide a common basis for bidders. The quantity may be greatly increased, decreased or reduced to zero. Payment shall be only for actual work performed based upon the unit contract price and shall be considered full compensation for the Work. 2-03.4 Measurement Section 2-03.4 is supplemented with the following: (March 13, 1995 WSDOT GSP) Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract. If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. Copies of the ground cross-section notes will be available for the bidder's inspection, before the opening of bids, at the Project Engineer's office and at the Region office. Upon award of the contract, copies of the original ground cross-sections will be furnished to the successful bidder on request to the Project Engineer. Section 2-03.4 is supplemented with the following: Excavation that is not included under other bid items shall be measured and paid at the unit contract price per cubic yard for “Roadway Excavation Incl. Haul” and shall include removal of such items as asphalt, cement concrete pavement, cement concrete roadway panels, sidewalks, curbs, and gutters. Special Provisions – BID DOCUMENT SP-92 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Roadway Excavation shall not be measured for payment for the removal of “Temporary Pavement” to required subgrade depth per the provisions of 5-04.3(21) herein. Existing cement concrete pavement underlying asphalt concrete pavement shall be removed as required for installation of new pavement sections, utilities, and as designated by the Engineer; and shall be measured and paid at the unit contract price per cubic yard for “Roadway Excavation Incl. Haul”. Excavated material unsuitable for roadway embankment, such as broken pavement, curbs, sidewalks, etc., shall be disposed of. All cost associated with hauling and disposal of the excavated material shall be considered incidental to the unit contract price for “Roadway Excavation Incl. Haul.” Any excavation beyond the set limits, unless ordered by the Engineer in writing, shall not be paid for. The Contractor, at Contractor expense, shall provide all work and material required to return these over excavated areas to their set limits or original conditions. 2-03.5 Payment Section 2-03.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: “Gravel Borrow Incl. Haul”, per cubic yard. “Roadway Excavation Incl. Haul”, per cubic yard. “Unsuitable Foundation Excavation Incl. Haul”, per cubic yard. 2-04 HAUL 2-04.1 Description Section 2-04.1 is supplemented with the following: In reference to the term “haul” as used in Section 2-04 and Section 2-09.3(1)D of the Standard Specifications, all costs and expenses involved in haul will be considered incidental to the unit contract prices of the bid items and no additional compensation will be made. New Section 2-05 is added as follows: 2-05 IDENTIFICATION, HANDLING, TRANSPORTING AND DISPOSING OF PETROLEUM CONTAMINATED SOIL AND GROUNDWATER (NEW SECTION) 2-05.1 Description These Specifications direct the Contractor regarding the identification, notification, handling, transport and disposal requirements for petroleum contaminated soil and groundwater in Special Provisions – BID DOCUMENT SP-93 Rainier Ave S Corridor Improvements – Phase 4 August 2022 connection with road and utility construction activities including dewatering well installation that may be required for this Project. 2-05.3 Construction Requirements Contaminated Soil Contaminated materials may exist on this project. The site history, results indicate a potential for encountering petroleum hydrocarbons and petroleum-related constituents, petroleum fuels (gasoline, diesel, etc.) and other waste oil-related contaminants in soil. Only material testing above MTCA Method A Soil Cleanup Levels for Unrestricted Land Uses will be evaluated for payment under this section. All other excavated material will be under the general excavation pay item Copies of the FHWA hazmat memo is available for review at the Engineer’s office. All necessary permits for this work will be furnished by the Contracting Agency. The Contractor is responsible for all work, records, and reports required to perform the work described in this section. Prior to the start of work, the Contractor shall provide a written Petroleum Contaminated Soil and Management Plan presenting a detailed description of the Contractor’s proposed method for containment, loading and hauling of contaminated media that is in accordance with these Contract Documents. The Contractor shall not undertake direct communication with regulatory agencies regarding waste designation and shall route all such communications through the City. The Contracting Agency will perform all testing of suspected contaminated material and water discharges. The Contractor shall notify the Engineer immediately if contamination is discovered or is suspected through observations such as an oily sheen or discolored soils that may or may not emit strong chemical odors. The Engineer will determine the limits of excavation required. All material that is designated by the Engineer to be removed shall be handled and stored in a manner that prevents the spread of contamination to adjacent soil or water or other surfaces. The Contractor shall submit equipment and personnel decontamination procedures, as part of the Contractor’s Health and Safety Plan, prior to mobilization for the City’s review. Separate stockpiles shall be maintained for known contaminated material and for suspected contaminated material. Stockpile locations to be proposed by the Contractor and approved by the Engineer. The Contractor shall transport contaminated material and dispose of it at a permitted facility. The Contractor shall provide the City with a copy of the shipping manifest or bill of lading indicating the amount of material hauled to disposal and bearing the disposal site operator’s confirmation for receipt of the material. Manifests shall be provided within one (1) working day of disposal. Contaminated Groundwater Special Provisions – BID DOCUMENT SP-94 Rainier Ave S Corridor Improvements – Phase 4 August 2022 All water that is removed from the areas of contamination, including free water that leaches from contaminated soil stockpiles or water that is suspected of being contaminated, shall be collected, handled and stored in a manner that prevents the spread of contamination to adjacent soil or water or other surfaces. The Contractor is responsible for all contaminated water sampling required to determine appropriate treatment, discharge, or disposal. The Contractor shall transport contaminated water and dispose of it at a permitted facility or obtain a permit for sanitary sewer discharge and treat the water to meet permit criteria before discharge to the sanitary sewer. If the Contractor elects sewer discharge, the Contractor shall secure, at the Contractor’s expense, all necessary discharge authorizations and permits from the City and from King County per http://www.kingcounty.gov/environment/wastewater/IndustrialWaste/GettingDischargeApproval/Construction.aspx and all other regulatory agencies with appropriate jurisdiction. The Contractor shall provide a copy of all authorizations and Permits to Engineer. The Contractor is responsible for permit compliance, monitoring and sampling. Sampling documentation shall be provided to the City. Note that King County does not typically approve sewer discharge between November and April. For water transported off-site for treatment/disposal, the Contractor shall provide the City with a copy of the shipping manifest or bill of lading indicating the amount of material hauled to treatment or disposal, and bearing the treatment/disposal site operator’s confirmation for receipt of the material. 2-05.4 Measurement No specific unit of measurement shall apply to the force account item of “Petroleum Contaminated Excavation and Disposal Incl. Haul”. No specific unit of measurement shall apply to the force account item of “Contaminated Groundwater Treatment and Disposal”. 2-05.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid item: “Petroleum Contaminated Excavation and Disposal Incl. Haul”, per force account. For the sole purpose of providing a common proposal, the Contracting agency has estimated the cost of this Work and has arbitrarily entered an amount in the bid proposal to become part of the total bid by the Contractor. A force account estimate is included in each Bid Schedule for the purpose of budget tracking. Schedule A will include all work associated with roadway, sidewalks, retaining walls, and storm drainage installation; Schedule B will include all work associated with water system installation; Schedule C will include all work associated with sewer system installation; and Special Provisions – BID DOCUMENT SP-95 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Schedule D will include all work associated with the joint utility trench installation. Distribution between the bid schedules will be on a pro-rata basis as determined by the Engineer. Method of treatment and/or disposal shall be proposed by the Contractor and approved by the Engineer. “Contaminated Groundwater Treatment and Disposal”, per force account. For the purpose of providing a common proposal, and for that purpose only, the Contracting Agency has estimated the cost of treatment for this item of work and has arbitrarily entered that amount in the bid proposal to become part of the total bid by the Contractor. A force account estimate for “Contaminated Water Treatment and Disposal” is included in Bid Schedules A, B, C, and D for the purpose of budget tracking. Schedule A will include all work associated with roadway, sidewalks, retaining walls, and storm drainage installation; Schedule B will include all work associated with water system installation; Schedule C will include all work associated with sewer system installation; and Schedule D will include all work associated with the joint trench installation. Distribution between the bid schedules will be on a pro-rata basis as determined by the Engineer. Method of treatment and/or disposal shall be proposed by the Contractor and approved by the Engineer. 2-09 STRUCTURE EXCAVATION 2-09.1 Description Section 2-09.1 is supplemented by adding the following: This Work also includes the excavation, haul, and disposal of all unsuitable materials within the plan limits of excavation such as peat, muck, swampy or unsuitable materials including buried logs and stumps. 2-09.3(1)D Disposal of Excavated Material Section 2-09.3(1)D is revised as follows: The second paragraph is replaced with: All costs for disposing of excavated material within or external to the project limits shall be included in the various bid items in the Contract. The third paragraph is replaced with: If the contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the Contract. 2-09.4 Measurement Section 2-09.4 is supplemented with the following: Special Provisions – BID DOCUMENT SP-96 Rainier Ave S Corridor Improvements – Phase 4 August 2022 “Structure Excavation Class B Incl. Haul for Joint Utility Trench” shall be measured by the cubic yard. No measurement of material excavated beyond the limits indicated below will be made. For underground utility conduits the limits shall be as follows: Horizontal: Duct Bank Width + Minimum Separation + 6 inches Lower: Three inches below the bottom of the lowest duct bank within the trench. Upper: The top surface of the ground when the structure excavation work begins. A duct bank shall be defined as an array of closely spaced conduits. For vaults and handholes the limits shall be as follows: Horizontal: 18 inches outside the perimeter of the vault or handhole. Lower: 6 inches below the bottom of the vault Upper: The top surface of the ground when the structure excavation begins. “Controlled density fill (CDF)” will be measured by the cubic yard for the volume installed in placed. When used as pipe zone bedding and backfill, as trench backfill, or to fill abandoned water pipes measurement will be as shown in the contract documents and plans. 2-09.5 Payment Section 2-09.5 is supplemented as follows: Payment will be made in accordance with Section 1-04.1 for the following Bid item included in the Proposal: “Structure Excavation Class B Incl. Haul for Joint Utility Trench”, per cubic yard. Also included is the cost to haul and dispose of surplus or unsuitable excavated materials. “Controlled Density Fill”, per cubic yard The contract price per cubic yard for controlled density fill shall be for full compensation for all labor, materials, incidentals, tools and equipment necessary to satisfactorily complete the work as defined in the contract specifications and shown on the contract plans. Controlled density fill incl. haul for joint utility trench payment will be made in accordance with Section 8-35.4. Special Provisions – BID DOCUMENT SP-97 Rainier Ave S Corridor Improvements – Phase 4 August 2022 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT 5-04 Hot Mix Asphalt (Special Provision) Delete Section 5-04, Hot Mix Asphalt and replace it with the following: 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. This Work shall also consist of mixing and installation of fiber reinforced asphalt concrete pavement (FRAC). 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. Special Provisions – BID DOCUMENT SP-98 Rainier Ave S Corridor Improvements – Phase 4 August 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. Section 5-04.2 is supplemented with the following: Pavement Reinforcing Fibers 9-19 Tack coat shall be emulsified asphalt grade CRS-1 as specified in Section 9-02.1(6) Cationic Emulsified Asphalt, of the Standard Specifications and will be used at the locations specified or as directed by the Engineer. All costs for tack coat shall be considered incidental to and included in other unit Contract prices. 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 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. Special Provisions – BID DOCUMENT SP-99 Rainier Ave S Corridor Improvements – Phase 4 August 2022 • 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. 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 & sig-nature) 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 shall be performed by a lab accredited by a national authority such as Laboratory Accredita-tion 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 Special Provisions – BID DOCUMENT SP-100 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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, 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 .20 45◦F 35◦F Special Provisions – BID DOCUMENT SP-101 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. 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 Special Provisions – BID DOCUMENT SP-102 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. Section 5-04.3(3)A is supplemented with the following: 6. Fiber Supply System • Add reinforcing fibers through specialized equipment that can accurately portion and/or meter, by weight (mass), the proper amount per batch for batch plants, or continuously and in a steady uniform manner for drum plants. If approved by the manufacturer’s representative, pre-weighted dissolvable bags can add fiber manually. • Provide proportioning devices that are interlocked with the plant system and controlled to ±10% of the mass (weight) of the fibers required. Perform equipment calibration to the satisfaction of the manufacturer’s representative to show that the fiber is being accurately metered and uniformly distributed into the mix, or use pre-weighed bags through a feeder system equipped with electronic counting devices capable of date and time stamp print outs. • Include the following on the fiber supply system: o Low-level indicators (loose fiber feeders only) o No-flow indicators (loose fiber feeders only) o A printout of feed rate status in pounds per minute, or a date and time stamp each bag by print out o A section of transparent pipe in the fiber supply line for observing consistency of the flow or feed (loose fiber feeder only. • Have a manufacturer’s representative approve all fiber addition systems. • When a batch plant is used, add the fiber to the aggregate in the weigh hopper and increase the dry batch, a minimum of five seconds, and wet mixing time by a few seconds, to ensure the fiber bags dissolve and are uniformly distributed. If clumping is present, increase wet mixing time. • When a drum plant is used, examine the system so the fibers do not become entangled in the exhaust system. If there is any evidence of fiber in the bag- Special Provisions – BID DOCUMENT SP-103 Rainier Ave S Corridor Improvements – Phase 4 August 2022 house or wet washer fines, relocate the liquid asphalt binder line and/or the fiber line so that the fiber is captured by the liquid asphalt spray and incorporated into the mix. If there is any evidence of clumps of fibers at the discharge chute, increase the dry mixing time and/or intensity. Store the fibers in a dry environment. 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 Special Provisions – BID DOCUMENT SP-104 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. 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: 7. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 8. Shall not be connected to the hauling vehicle or paver. 9. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 10. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 11. 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, oscilatory, 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 Special Provisions – BID DOCUMENT SP-105 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. 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. Special Provisions – BID DOCUMENT SP-106 Rainier Ave S Corridor Improvements – Phase 4 August 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. Special Provisions – BID DOCUMENT SP-107 Rainier Ave S Corridor Improvements – Phase 4 August 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 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 Special Provisions – BID DOCUMENT SP-108 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. 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. Special Provisions – BID DOCUMENT SP-109 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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 3/8” sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% Special Provisions – BID DOCUMENT SP-110 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 Add New Section 5-04.3(9)A as follows: 5-04.3(9)A FRAC Mix Design The Contractor shall submit mix design submittals for Fiber Reinforced HMA which includes the following information: 1. FRAC technology and/or additives information. 2. FRAC technology manufacturer’s established recommendations for usage. 3. FRAC technology manufacturer’s target dosage rate, the acceptable for production, and documentation showing the impact of excessive production variation. 4. Fiber technology material safety data sheets (MSDS) 5. Documentation of past Fiber technology field applications including project type, project owner, tonnage, location, mix design, mixture volumetrics, field density, and performance. 6. Temperature range for mixing 7. Temperature range for compacting. 8. Asphalt binder performance grade test data and asphalt binder viscosity-temperature relationships. 9. Fiber mixture performance test results. 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. Special Provisions – BID DOCUMENT SP-111 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. 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. Special Provisions – BID DOCUMENT SP-112 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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: 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. Special Provisions – BID DOCUMENT SP-113 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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. Special Provisions – BID DOCUMENT SP-114 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. 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. Special Provisions – BID DOCUMENT SP-115 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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.). 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 Special Provisions – BID DOCUMENT SP-116 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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. Special Provisions – BID DOCUMENT SP-117 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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 Special Provisions – BID DOCUMENT SP-118 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. 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. Con-struct 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 Special Provisions – BID DOCUMENT SP-119 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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 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 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 planing plan must be approved by the Engineer and a pre planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on 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 Special Provisions – BID DOCUMENT SP-120 Rainier Ave S Corridor Improvements – Phase 4 August 2022 roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the sur-face 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 deter-mined by the Engineer. 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 planing of pavements, and before any additional depth 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). Special Provisions – BID DOCUMENT SP-121 Rainier Ave S Corridor Improvements – Phase 4 August 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 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 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 peace officers will be stationed when signalization is or may be, countermanded, and show ar-eas where flaggers are proposed. At a minimum, the 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 planing and paving. Briefly describe the se-quencing of traffic control consistent with the proposed planing Special Provisions – BID DOCUMENT SP-122 Rainier Ave S Corridor Improvements – Phase 4 August 2022 and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day’s 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. 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 planing and of paving, and intended area of planing and of paving for each day’s work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection 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 con-tractors 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. Special Provisions – BID DOCUMENT SP-123 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. 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 equip-ment 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 “Fiber Reinforced HMA CL. ½” PG 64-22”. 5-04.3(18) Incidental Uses for HMA Special Provisions – BID DOCUMENT SP-124 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Incidental uses for HMA shall consist of restoration and adjustment to paved areas and ther such uses as directed by the Engineer. Incidental uses for HMA shall be measured and paid under the “HMA CL. ½” PG 70-22” bid item. 5-04.3(19) Vacant 5-04.3(20) Vacant 5-04.3(21) Temporary Pavement Temporary Pavement is required to open areas to traffic during construction. These areas include paving over excavated roadway and utility trenches, to provide paved access to private properties, and ramps for pedestrian access. All temporary paving shall be placed with a minimum thickness of 2 inches. All temporary paving shall be approved by the Engineer before placement. Any areas of temporary pavement to be removed and replaced shall also be approved by the Engineer before placement. This work shall also include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. Temporary Pavement, hot mix asphalt, will be used for any trench restoration within the traveled way. Whether temporary or permanent, sawcut and treat edges with CSS-1 asphalt emulsion. Temporary Pavement, cold mix asphalt is allowed for any temporary paving outside the traveled way. The cold mix shall be approved by the Engineer and placed with a minimum thickness of 2 inches. Placement of temporary pavement without prior approval of the Engineer shall be considered as a benefit of the Contractor and no cost to the owner. Any areas of temporary pavement to be removed and replaced require prior approval by the Engineer. This work shall include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. The Contractor shall excavate and remove temporary pavement to the required subgrade depth to construct and install the proposed pavement section. Excavation and removal of temporary pavement, to subgrade depth, shall be considered included in the unit cost for “Temporary Pavement”. 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 “Temporary Pavement Marking”. 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. Planing bituminous pavement will be measured by the square yard. Special Provisions – BID DOCUMENT SP-125 Rainier Ave S Corridor Improvements – Phase 4 August 2022 HMA and Temporary Pavement will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, blending sand, mineral filler, or any other component of the HMA. The quantity of “Temporary Pavement” necessary for this project is unknown. As such, the quantity entered in the Proposal is arbitrary and intended solely to provide a common basis for bidders. “Fiber Reinforced HMA Cl ½” PG 64-22” will be measured per ton. “HMA Cl. ½” PG 64-22 for Shared-Use Path”, will be measured per ton No specific unit of measurement will apply to the calculated item of asphalt cost price adjustment. 5-04.5 Payment Section 5-04.5 is supplemented with the following: Payment will be made for each of the following Bid items that are included in the Proposal: 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. “HMA for Shared-Use Path Cl. ___ PG ___”, per ton. “HMA Cl. ___ PG ___”, per ton. “HMA for Preleveling Cl. ___ PG ___”, per ton. “Fiber Reinforced HMA Cl. ½” PG 64-22”, per ton “Temporary Pavement”, per ton. “Commercial HMA”, per ton. “Planing Bituminous Pavement”, per ton. 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). 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: Special Provisions – BID DOCUMENT SP-126 Rainier Ave S Corridor Improvements – Phase 4 August 2022 “HMA Cl. ___ PG ___” “HMA for Shared-Use Path Cl. ___ PG ___” "Fiber Reinforced HMA Cl. ___ PG ___” “HMA for Preleveling 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. 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. Special Provisions – BID DOCUMENT SP-127 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. 5-05 CEMENT CONCRETE PAVEMENT 5-05.1 Description Section 5-05.1 is supplemented with the following: This Work shall also consist of constructing Reinforced Cement Concrete Pavement, Cement Concrete Pavement for Driveway, and installing River Rock Treatment at pedestrian islands and center median ends. 5-05.2 Materials Section 5-05.2 is supplemented with the following: River Rock Treatment River rock treatment shall be round river rock inlayed into mortar. River rocks shall be in color mix of grays, browns, tans and blacks. Gradation of river rock shall be 50% 2”-3” and 50% 4”-8” with even gradation across the mix. Mortar for river rock treatment shall conform to ASTM C 270, Type S, with an integral water repellent admixture as approved by the Engineer. The amount of admixture shall be as recommended by the admixture manufacturer. To ensure uniform color, texture, and quality, all mortar mix components shall be obtained from one manufacturer for each component, and from one source and producer for each aggregate. Grout for river rock treatment area shall be a tri-poly fortified sanded grout, combined with a latex or acrylic admixture. Grout shall conform to ANSI A118.7-1999. Color shall be “Warm Beige” or approved equal. 5-05.3 Construction Requirements Section 5-05.3 is supplemented with the following: Reinforced Cement Concrete Pavement Submittal The Contractor shall submit for approval to the Engineer a Placing and Jointing Plan at least three (3) working days prior to the commencement of any pavement construction. Transverse and longitudinal joints shall be contraction or through joints (including construction joints). Joints shall be constructed in accordance with the details shown in the Contract Plans. The Special Provisions – BID DOCUMENT SP-128 Rainier Ave S Corridor Improvements – Phase 4 August 2022 faces of all joints shall be constructed perpendicular to the surface of the cement concrete pavement. Full depth expansion joints shall be constructed with a maximum spacing of 10 feet, and as detailed on the Plans. Asphalt mastic joint fillers shall be 3/8” x 4” and of the same material as that used in the curb with matching expansion joint locations. Expansion joints shall be provided as shown on the Plans, or in locations to be approved by the Engineer for best appearance. River Rock Treatment Submittal Contractor shall submit material sample of river rock (8 to 9 pieces), grout and mortar for Engineer’s approval prior to installation. River Rock Treatment shall be installed as shown on the Plans. River Rock Treatment Mock-Up Sample Contractor shall provide mockup a 4’x4’ section of river rock treatment per Plans for Engineer’s approval. Mock-up for River Rock Treatment sample shall be protected from damage until final Engineer’s acceptance and approval. Mock-up shall also remain intact to represent the standard for the balance of the rest of the work installed. Engineer approved mock-up sample of River Rock Treatment shall be the standard for the balance of the rest of the work installed river rock treatment. Completed work not meeting the visual quality of the approved sample shall be removed and replaced by the Contractor at no additional cost to the City. 5-05.3(8) Joints Section 5-05.3(8) is supplemented with the following: When new pavement abuts an existing pavement, the locations of the joints in the new pavement shall match with the joints in the existing pavement unless otherwise shown on the plans. 5-05.3(8)D Isolation Joints Section 5-05.3(8)D is supplemented with the following: The joint alignment shall be at right angles to the pavement structure centerline unless otherwise specified in the Contract. Isolation joints shall be constructed with premolded material, 3/8-inch in thickness and conform to Section 9-04.1(2) Premolded Joint Filler for Expansion Joints and as shown on the Standard Details in these Specifications. The joint material and backer rod shall be held accurately in place during the placing and finishing of the concrete by a bulkhead, a holder, metal cap or other approved method. The Special Provisions – BID DOCUMENT SP-129 Rainier Ave S Corridor Improvements – Phase 4 August 2022 joint shall be perpendicular to the paved surface and the holder shall be in place long enough to prevent sagging of the joint material. A wood filler strip or metal cap shall be placed on the top of the backer rod and premolded joint filler to form the groove, and shall remain in place until after the finishing and the concrete is sufficiently set to resist sloughing in the groove. The joint filler shall be stapled together at the ends to preserve continuity. Immediately after removal of side forms, the edges of the pavement shall be carefully inspected and wherever the joint filler is not fully exposed, the concrete shall be chipped down until the edge of the filler is fully exposed for the entire depth. Add New Section 5-05.3(8)E: 5-05.3(8)E Sealing Through Joints After the pavement is cured and before carrying any traffic, the space left by the removal of the wood filler strip, the metal cap, above the top of the backer rod and expansion joint filler strip, or construction joint shall be thoroughly cleaned of all loose material. The groove shall be completely free of any projecting concrete from the sides and the groove shall be continuous across the slab to each edge. It shall then be filled level with the pavement surface with joint sealant meeting the requirements of Section 9-04.2 Joint Sealants. The joint sealant material shall be heated and placed in accordance with the manufacturer’s instructions. Burned material will be rejected. The through joint groove shall be dry at the time of pouring the sealing compound. 5-05.3(11) Finishing Section 5-05.3(11) is supplemented as follows: Cement concrete pavement at median ends and pedestrian islands shall be finished as shown and detailed in Plans as “River Rock Treatment”. 5-05.4 Measurement Section 5-05.4 is supplemented with the following: “Reinforced Cement Concrete Pavement” shall be measured per cubic yard of completed roadway pavement, including dowels. No deduction will be made for castings in the pavement. “Cement Concrete Pavement for Driveway” shall be measured per cubic yard of completed driveway or parking lot, located behind cement conc. sidewalks or cement conc. driveway entrance areas. “River Rock Treatment” shall be measured per square yard of installed and finished River Rock Treatment area. Special Provisions – BID DOCUMENT SP-130 Rainier Ave S Corridor Improvements – Phase 4 August 2022 5-05.5 Payment Section 5-05.5 is supplemented with the following: “Reinforced Cement Concrete Pavement”, per cubic yard. The unit contract price per cubic yard for “Reinforced Cement Concrete Pavement” shall be full compensation for all costs incurred to carry out the requirements of Section 5-05 (Cement Concrete Pavement), including scored cement concrete road pavement, furnishing and installing epoxy coated dowel bars and tie bars, block outs, joints and thickened edges in accordance to the Contract Plans. “Cement Concrete Pavement for Driveway”, per cubic yard. “River Rock Treatment”, per square yard. Included in the cost per square yard for “River Rock Treatment” shall be all labor, materials, mock-up sample(s), costs and equipment necessary to satisfactorily complete the work as defined in the Contract Documents. Special Provisions – BID DOCUMENT SP-131 Rainier Ave S Corridor Improvements – Phase 4 August 2022 DIVISION 6 STRUCTURES 6-02 CONCRETE STRUCTURES 6-02.1 Description Section 6-02.1 is supplemented with the following: This Work shall also consist of constructing Cement Conc. Switchback Ramp as shown in the Plans. 6-02.3 Construction Requirements Section 6-02.3 is supplemented with the following: The “Cement Conc. Switchback Ramp” shall be constructed per details in the Plans. 6-02.4 Measurement Section 6-02.4 is supplemented with the following: No unit of measurement will be used for the lump sum price for “Cement Conc. Switchback Ramp”, but payment will be for all work associated with construction of the switchback ramps including steps and landings. Handrail associated with the ramp will be paid under its respective bid item in Section 6-32. 6-02.5 Payment Section 6-02.5 is supplemented with the following: “Cement Conc. Switchback Ramp”, per lump sum. Included in the lump sum cost for “Cement Conc. Switchback Ramp” shall be all labor, materials, grading, forming, finishing, costs and equipment necessary to satisfactorily complete the work as detailed on the Plans and specified herein. 6-07 PAINTING 6-07.1 Description 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. Special Provisions – BID DOCUMENT SP-132 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 Spec Section Item Paint Color Paint System 6-21 Switchback Ramp Handrail RAL 9005 “Jet Black” Powder Coating Paint System 6-21 Pedestrian Railing RAL 9005 “Jet Black” Powder Coating Paint System 8-27 Gateway Trellis Column – Aluminum Sheath – Finish A “Aluminum” Metallic Paint System 8-27 Gateway Trellis Column – Decorative Aluminum Cutouts – Finish B “Bright Copper Penny” Metallic Paint System 8-27 Gateway Trellis Column – Cap & Bottom Band – Finish C “Dark Copper Metallic” Metallic Paint System 8-27 Gateway Trellis Column HSS Post – Finish D RAL 7024 “Graphite Gray” Powder Coating Paint System 8-30 Waste Receptacle “Black” Powder Coat, paint system shall be per manufacturer 8-31 Bench “Black” Powder Coat, paint system shall be per manufacturer Special Provisions – BID DOCUMENT SP-133 Rainier Ave S Corridor Improvements – Phase 4 August 2022 8-32 Wall Decorative Wall End Sheath – Finish A “Bright Copper Penny” Metallic Paint System 8-32 Wall Decorative Cutouts – Finish B “Aluminum” Metallic Paint System 9-29.6(1)A Decorative Signal Poles Types II, III and SD, Arms, and associated sub-assemblies RAL 9005TX “Jet Black” Per Section 6-07.2(1) of these Special Provisions 9-29.6(1)B Decorative Signal Poles Type PPB and associated sub-assemblies RAL 9005TX “Jet Black” Per Section 6-07.2(1) of these Special Provisions 9-29.6(1)C Decorative Signal Poles Type PS and associated sub-assemblies RAL 9005TX “Jet Black” Per Section 6-07.2(1) of these Special Provisions 9-29.6(1)D Decorative Signal Poles Type I and associated sub-assemblies RAL 9005TX “Jet Black” Per Section 6-07.2(1) of these Special Provisions 9-29.6(1)E Decorative Signal Poles Type FB and associated sub-assemblies RAL 9005TX “Jet Black” Per Section 6-07.2(1) of these Special Provisions 9-29.6(1)F Decorative Roadway and Pedestrian Luminaire Poles, Arms, and associated sub-assemblies RAL 9005TX “Jet Black” Per Section 6-07.2(1) of these Special Provisions 9-29.10(2) Decorative Roadway and Pedestrian Luminaires RAL 9005TX “Jet Black” Per Section 6-07.2(1) of these Special Provisions Special Provisions – BID DOCUMENT SP-134 Rainier Ave S Corridor Improvements – Phase 4 August 2022 9-29.16(2)F Back of Signal Pole and Luminaire Pole Mounted Signs RAL 9005TX “Jet Black” Per Section 6-07.2(1) of these Special Provisions 9-29.16(2)G Signal Pole and Luminaire Pole Banding and Sign Mounting Hardware “Black” Per Section 6-07.2(1) of these Special Provisions 9-29.18(3) Video Detection Cameras and Mountings RAL 9005TX “Jet Black” Per Section 6-07.2(1) of these Special Provisions 9-29.25 Terminal Cabinets and Mountings RAL 9005TX “Jet Black” Per Section 6-07.2(1) of these Special Provisions 9-29.26 PTZ Cameras and Mountings “Black” Per Section 6-07.2(1) of these Special Provisions 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. Metallic Paint System Metallic paint system shall be of aliphatic acrylic polyurethane or acrylic polyurethane finish coat that contains a sparkle aluminum pigment creating a metallic aesthetic finish. It shall be a highly durable coating, resistant to abrasion, wet conditions and exterior weathering. Finish shall contain UV absorbers for extended color and gloss retention. Finish shall be semi-gloss finish. Paint shall be provided as follows: Steel Surface Preparation: Shop sandblast using SSPC-SP6 Commercial Blast, using non-metallic abrasive. Prime Coat: Advance two-component, moisture-cured, zinc-rich primer providing extraordinary performance. Is rapid curing so chemical- and corrosion-resistant topcoats can be applied the “same-day.” Also can be used for field touch-up of inorganic zinc coating. Applied at 2.5 - 3.5 mils DFT (falls under the CARB Metallic pigmented category) Special Provisions – BID DOCUMENT SP-135 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Intermediate: Polyamide Epoxy at 4.0 - 6.0 mils DFT (less than 100 grams/Liter VOC), meet performance requirements of AWWA C 210. Low VOC, excellent resistance to abrasion and suitable for chemical contact exposure. Finish: Advanced Thermoset Solution Fluoropolymer, high-solids fluoropolymer coating that provides an ultra-durable finish with user friendly brush. Outstanding color and gloss retention even in most severe exposures. Semi-gloss finish. Galvanized & Aluminum Metals Surface Preparation: Abrade 100% of area using a metal finishing pad designed for removing light rust and for cleaning and brightening metal to degloss and create profile. Prime Coat: Polyamide epoxy shall be a versatile low-temperature coating ideally suited for steel fabrication and OEM applications, widely used as a field tiecoat, provides fast curing, rapid handling capabilities and conforms with air pollution regulations limiting Volatile Organic Compounds (VOC) to a maximum of 340 grams/liter (2.8 lbs/gal). Applied at 3.0 mils DFT. Finish: An Acrylic Polyurethane finish coat that contains sparkle aluminum pigment creating a metallic finish. Highly durable coating, resistant to abrasion, wet conditions and exterior weathering. High performance finish shall contain UV absorbers for extended color and gloss retention. Semi-gloss finish. Applied at 2.0 mills DFT. Quality Assurance Materials specified are those that have been evaluated for the specific service. The paint and paint products used for this project shall be approved by Engineer. Requirements for an Approved Equal: Bidder shall provide to the Owner in writing a detailed side-by-side comparison of the proposed equal Products Characteristics, Performance Characteristics, and Application Conditions for each coating specified in this specification. For consideration for approval this written comparison shall be certified and notarized by an officer of the proposed manufacturer as true and correct. For Products Characteristics this detailed side-by-side comparison shall include for example, but not limited to, Volume Solids, Weight Solids, VOC, Mix Ratio, Zinc Content in Dry Film (by Weight), Spreading Rate per coat, Drying Schedule, Shelf Life and Flash Point. For Performance Characteristics this detailed side-by-side comparison shall include for example, but not limited to, Abrasion Resistance, Tensile Strength, Humidity, Graffiti Resistance, Adhesion, Salt Fog Resistance and Slip Coefficient. The Contractor shall submit (3) samples of each custom color, textures, and gloss for approval. Appropriate metal coupon samples (steel and aluminum) shall be three (3) inches by five (5) inches. Paint colors and paint systems shall be as shown in the Paint Color/Paint System Table for the various items as included in this Section. Special Provisions – BID DOCUMENT SP-136 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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 D 523. (2) Cross Hatch Adhesion, ASTM D 3359, Method B. (3) Mandrel Bending Test, ASTM D 522. (4) Impression hardness, ASTM B 3363. (5) Impact Test, ASTM D 2794; (0.1) inch distortion. (6) Pencil Hardness, ASTM B 3363. Special Provisions – BID DOCUMENT SP-137 Rainier Ave S Corridor Improvements – Phase 4 August 2022 (7) Salt spray Resistance Test, ASTM B 117. (8) Humidity Resistance Test, ASTM D 2247. Add new Section 6-07.2(1): 6-07.2(1) Materials for Signal and Luminaire Poles, Luminaires, Signs, Banding, Cameras and Terminal Cabinets The Contractor shall provide a swatch paint sample from the pole manufacturer for use as a color match for the Engineer’s approval prior to factory finish coating. Contractor shall also provide two gallons of touch-up paint to the City. Painting plan submittals shall be per Standard Specifications Section 6-07 Painting. Steel Poles and Steel Sub-Assemblies Paint Specifications: Steel poles and sub-assemblies shall be factory galvanized, primed and finished with polyester powder coating per Section 6-07 and Section 9-08 of the Standard Specifications. Aluminum Poles, Aluminum Sub-Assemblies and Aluminum Luminaire Housings Specifications: Aluminum poles, luminaires, signs, banding, camera housings, terminal cabinets and other aluminum components shall be factory primed and painted with polyester powder coating to recommended industry standards and shall meet AAMA 2604 performance requirements and test procedures. 6-07.3 Construction Requirements Section 6-07.3 is supplemented with the following: 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. 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. Add New Section 6-07.3(14): Special Provisions – BID DOCUMENT SP-138 Rainier Ave S Corridor Improvements – Phase 4 August 2022 6-07.3(14) Painting of Aluminum Surfaces All aluminum items specified herein to be powder coated shall be factory primed and powder coated in accordance with the manufacturer’s recommendations and 2021 WSDOT Standard Specifications. The paint color of aluminum surfaces shall be per 6-07.2 6-07.5 Payment Section 6-07.5 is supplemented with the following: Measurement and payment for all painting and finishes shall be incidental to the related bid items that receive the painting and finishes including all labor, equipment, materials, and tools necessary to complete the work as shown on the Plans and required by the Specifications. 6-11 REINFORCED CONCRETE WALLS 6-11.1 Description Section 6-11.1 is supplemented with the following: This work consists of the construction of Cement Concrete Fill Wall and Concrete Cast in Place Wall including skate deterrent, nosing and cast-in-place base/footings as shown on the Plans. 6-11.2 Materials Section 6-11.2 is supplemented with the following: Cement Concrete Fill Wall and Concrete Cast in Place Wall shall be Class 4000A unless noted otherwise on the Plans. • ¾” maximum size aggregate • Air – 6% +- 1 air • Water/Cement = .45 Reinforcing Steel for Cement Concrete Fill Wall and Concrete Cast in Place Wall shall conform to ASTM A615, Grade 60. Skate deterrent shall be of 316 marine grade stainless steel, as detailed on the Plans. Anti-graffiti coating for concrete surfaces on Cement Concrete Fill Wall and Concrete Cast in Place Wall shall be a non-sacrificial, clear, UV stable, anti-graffiti sealer suitable for vertical and horizontal concrete surfaces and shall have the following characteristics: • Meet or exceeding ASTM D6578 Graffiti test • Non-reactive, zero VOC, AQMD and CARB compliant • Allow moisture vapor to escape while not allowing moisture to penetrate Special Provisions – BID DOCUMENT SP-139 Rainier Ave S Corridor Improvements – Phase 4 August 2022 6-11.3 Construction Requirements Section 6-11.3 is supplemented with the following: Submittals Shop drawings of Cement Concrete Fill Wall shall be submitted for Engineer’s approval prior to construction. Submittals shall include the following: a. Contractor shall submit catalog cut sheet of skate deterrent including dimensions, material callouts, finishes and technical material specifications. b. Contractor shall submit catalog cut sheet for anti-graffiti coating. c. Contractor shall submit for approval all methods of concrete form as required under Section 6-02.3(25)A. d. Contractor shall submit for approval methods for concrete curing. e. Concrete Mix Design: Mix Design, Procedures for placement, and method of curing. Cement Concrete Fill Wall and Concrete Cast in Place Wall shall be constructed and installed as detailed per plans. Layout and location of the various concrete wall types shall be approved prior to construction by the Engineer. The Contractor shall check for underground utilities such as electrical conduit or other obstructions that could affect the placement of the concrete base. If any underground utilities are located the Contractor shall notify the Engineer immediately. The Engineer, prior to excavation, shall approve location of all concrete foundations. See Section 2-01 of these Special Provisions and details on the Plans regarding special requirements for excavation of foundations near existing trees designated for protection. All excess materials shall be removed from the construction site and disposed of at the Contractor’s expense. Concrete foundations shall be placed against undisturbed earth if possible. CDF shall be used to backfill around post foundations that are not placed against undisturbed earth. Before placing the concrete, the Contractor shall block out around any other underground utilities that lie in the excavated base so that the concrete will not adhere to the utility line. Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit after placement. Concrete and steel rebar shall be furnished and placed as shown in the Contract. All exposed concrete surfaces of Cement Concrete Fill Wall and Concrete Cast in Place Wall shall receive a light-medium sandblast finish. Anti-Graffiti Coating The concrete surface of Cement Concrete Fill Wall shall be free of foreign substances (such as curing compound, dirt, etc.) that might interfere with the absorption of the coating. Special Provisions – BID DOCUMENT SP-140 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Application shall be performed by an experienced and manufacturer approved applicator in strict accordance with the manufacturer’s recommendations. At no time shall the number of coats and coverage rates be less than recommended in manufacturer’s data sheet. New cement concrete shall be cured for a minimum of thirty (30) days prior to application. Moisture content shall be no greater than 15%. Do not apply to surfaces below 45 degrees F or above 90 degrees F. Do not apply in direct sun. Protect pieces from damage and weather until installation. Comply with all traffic control and safety requirements during installation. 6-11.4 Measurement Section 6-11.4 is supplemented with the following: “Cement Concrete Fill Wall” and “Concrete Cast in Place Wall” will be measured by the cubic yard of concrete placed and accepted. 6-11.5 Payment Section 6-11.5 is supplemented with the following: “Cement Concrete Fill Wall”, per cubic yard. “Concrete Cast in Place Wall” per cubic yard. Included in the cost per cubic yard shall be all labor, materials, costs and equipment necessary, including steel reinforcing bars and epoxy-coated steel reinforcing bars, wall reveal, wall finishes, skate deterrent and anti-graffiti coating to satisfactorily complete the work as detailed in the Plans and specified herein. 6-13 STRUCTURAL EARTH WALLS 6-13.1 Description Section 6-13.1 is supplemented with the following: This work consists of Modular Block Walls at the locations shown on the Plans. Modular Block Walls are defined as structural earth walls constructed of standard unit blocks, less than 4’ in height, without geogrid reinforcing. Construction and installation of Modular Block Walls must conform to the manufacturer’s specific requirements. 6-13.2 Materials Section 6-13.2 is supplemented with the following: Modular Block wall facing shall be straight face standard blocks with a maximum depth of 18-inches, maximum width of 18-inches, and maximum height of 8-inches. Special Provisions – BID DOCUMENT SP-141 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Modular Block wall facing shall be warm beige/brown in color. Contractor shall provide Modular Block sample in specified color for Engineer’s approval. Wall backfill shall be per Section 9-03.12(2) Gravel Backfill for Walls. (January 2, 2018 WSDOT GSP) Concrete Block Faced Structural Earth Wall Materials General Materials Concrete Block Acceptability of the blocks will be determined based on the following: 1. Visual inspection. 2. Compressive strength tests, conforming to Section 6-13.3(4). 3. Water absorption tests, conforming to Section 6-13.3(4). 4. Manufacturer’s Certificate of Compliance in accordance with Section 1-06.3. 5. Freeze-thaw tests conducted on the lot of blocks produced for use in this project, as specified in Section 6-13.3(4). 6. Copies of results from tests conducted on the lot of blocks produced for this project by the concrete block fabricator in accordance with the quality control program required by the structural earth wall manufacturer. The blocks shall be considered acceptable regardless of curing age when compressive test results indicate that the compressive strength conforms to the 28-day requirements, and when all other acceptability requirements specified above are met. Testing and inspection of dry cast concrete blocks shall conform to ASTM C 140, and shall include block fabrication plant approval by WSDOT prior to the start of block production for this project. Mortar Mortar shall conform to ASTM C 270, Type S, with an integral water repellent admixture as accepted by the Engineer. The amount of admixture shall be as recommended by the admixture manufacturer. To ensure uniform color, texture, and quality, all mortar mix components shall be obtained from one manufacturer for each component, and from one source and producer for each aggregate. Geosynthetic Soil Reinforcement Geogrid reinforcement shall conform to Section 9-33.1, and shall be a product listed in Appendix D of the current WSDOT Qualified Products List (QPL). The values of Tal and Tult as listed in the QPL for the products used shall meet or exceed the values required for the wall manufacturer’s reinforcement design as specified in the structural earth wall design calculation and working drawing submittal. Special Provisions – BID DOCUMENT SP-142 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The minimum ultimate tensile strength of the geogrid shall be a minimum average roll value (the average test results for any sampled roll in a lot shall meet or exceed the values shown in Appendix D of the current WSDOT QPL). The strength shall be determined in accordance with ASTM D 6637, for multi-rib specimens. The ultraviolet (UV) radiation stability, in accordance with ASTM D 4355, shall be a minimum of 70 percent strength retained after 500 hours in the weatherometer. The longitudinal (i.e., in the direction of loading) and transverse (i.e., parallel to the wall or slope face) ribs that make up the geogrid shall be perpendicular to one another. The maximum deviation of the cross-rib from being perpendicular to the longitudinal rib (skew) shall be no more than 1 inch in 5 feet of geogrid width. The maximum deviation of the cross-rib at any point from a line perpendicular to the longitudinal ribs located at the cross-rib (bow) shall be 0.5 inches. The gap between the connector and the bearing surface of the connector tab cross-rib shall not exceed 0.5 inches. A maximum of 10 percent of connector tabs may have a gap between 0.3 inches and 0.5 inches. Gaps in the remaining connector tabs shall not exceed 0.3 inches. The Engineer will take random samples of the geogrid materials at the job site. Acceptance of the geogrid materials will be based on testing of samples from each lot. A “lot” shall be defined as all geogrid rolls sent to the project site produced by the same manufacturer during a continuous period of production at the same manufacturing plant having the same product name. The Contracting Agency will require 14 calendar days maximum for testing the samples after their arrival at the WSDOT Materials Laboratory in Tumwater, WA. The geogrid samples will be tested for conformance to the specified material properties. If the test results indicate that the geogrid lot does not meet the specified properties, the roll or rolls which were sampled will be rejected. Two additional rolls for each roll tested which failed from the lot previously tested will then be selected at random by the Engineer for sampling and retesting. If the retesting shows that any of the additional rolls tested do not meet the specified properties, the entire lot will be rejected. If the test results from all the rolls retested meet the specified properties, the entire lot minus the roll(s) which failed will be accepted. All geogrid materials which have defects, deterioration, or damage, as determined by the Engineer, will be rejected. All rejected geogrid materials shall be replaced at no expense to the Contracting Agency. Except as otherwise noted, geogrid identification, storage and handling shall conform to the requirements specified in Section 2-12.2. The geogrid materials shall not be exposed to temperatures less than –20F and greater than 122F. Drainage Geosynthetic Fabric Drainage geosynthetic fabric shall be a non-woven geosynthetic conforming to the requirements in Section 9-33.1, for Construction Geotextile for Underground Drainage, Moderate Survivability, Class B. Special Provisions – BID DOCUMENT SP-143 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Proprietary Materials Allan Block Wall Wall backfill material placed in the open cells of the precast concrete blocks and placed in the one to three foot zone immediately behind the precast concrete blocks shall be crushed granular material conforming to Section 9-03.9(3). GEOWALL Structural Earth Retaining Wall System Connection pins shall be fiberglass conforming to the requirements of Basalite Concrete Products, LLC. KeyGrid Wall KeyStone connection pins shall be fiberglass conforming to the requirements of Keystone Retaining Wall Systems, Inc. Landmark Retaining Wall Lock bars shall be made of a rigid polyvinyl chloride polymer conforming to the following requirements: Property Value Specification Specific Gravity 1.4 minimum ASTM D 792 Tensile Strength at yield 2,700 psi minimum ASTM D 638 Lock bars shall remain sealed in their shipping containers until placement into the wall. Lock bars exposed to direct sunlight for a period exceeding two months shall not be used for construction of the wall. Mesa Wall Block connectors for block courses with geogrid reinforcement shall be glass fiber reinforced high-density polypropylene conforming to the following minimum material specifications: Property Specification Value Polypropylene ASTM D 4101 Group 1 Class 1 Grade 2 73 ± 2 percent Fiberglass Content ASTM D 2584 25 ± 3 percent Carbon Black ASTM D 4218 2 percent minimum Specific Gravity ASTM D 792 1.08 ± 0.04 Tensile Strength ASTM D 638 at yield 8,700 ± 1,450 psi Melt Flow Rate ASTM D 1238 0.37 ± 0.16 ounces/10 min. Block connectors for block courses without geogrid reinforcement shall be glass fiber reinforced high-density polyethylene (HDPE) conforming to the following minimum material specifications: Property Specification Value HDPE ASTM D 1248 Type III Class A Grade 5 68 ± 3 percent Fiberglass Content ASTM D 2584 30 ± 3 percent Carbon Black ASTM D 4218 2 percent minimum Specific Gravity ASTM D 792 1.16 ± 0.06 Special Provisions – BID DOCUMENT SP-144 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Tensile Strength ASTM D 638 at yield 8,700 ± 725 psi Melt Flow Rate ASTM D 1238 0.11 ± 0.07 ounces/10 min. 6-13.3 Construction Requirements Section 6-13.3 is supplemented with the following: (January 2, 2018 WSDOT GSP) Concrete Block Faced Structural Earth Wall Concrete block faced structural earth walls shall be constructed of only one of the following wall systems. The Contractor shall make arrangements to purchase the concrete blocks, soil reinforcement, attachment devices, joint filler, and all necessary incidentals from the source identified with each wall system: Allan Block Wall Allan Block Wall is a registered trademark of the Allan Block Corporation Allan Block Corporation 7424 W 78th Street Bloomington, MN 55439 (800) 899-5309 FAX (952) 835-0013 www.allanblock.com GEOWALL Structural Earth Retaining Wall System GEOWALL is a registered trademark of Basalite Concrete Products, LLC Basalite Concrete Products LLC 3299 International Place Du Pont, WA 98327-7707 (800) 964-9424 FAX: (253) 964-5005 www.basalite.com Redi-Rock Positive Connection System Redi-Rock Positive Connection System is a registered trademark of Redi-Rock International, LLC Redi-Rock International, LLC 05481 US 31 South Charlevoix, MI 49720 (866) 222-8400 FAX (231) 237-9521 www.redi-rock.com Mesa Wall Mesa Wall is a registered trademark of Tensar Corporation Tensar Corporation Special Provisions – BID DOCUMENT SP-145 Rainier Ave S Corridor Improvements – Phase 4 August 2022 2500 Northwinds Parkway Suite 500 Atlanta, GA 30009 (770) 334-2090 FAX (678) 281-8546 www.tensarcorp.com Landmark Retaining Wall System Landmark Retaining Wall System is a registered trademark of Anchor Wall Systems, Inc. Anchor Wall Systems, Inc. 5959 Baker Road, Suite 390 Minnetonka, MN 55345-5996 (877) 295-5415 FAX (952) 979-8454 www.anchorwall.com KeyGrid Wall KeyGrid is a registered trademark of Keystone Retaining Wall Systems, Inc. Keystone Retaining Wall Systems, Inc. 4444 West 78th Street Minneapolis, MN 55435 (800) 747-8971 FAX (952) 897-3858 www.keystonewalls.com 6-13.3(5) Precast Concrete Facing Panel and Concrete Block Erection Section 6-13.3(5) is supplemented with the following: (April 2, 2012 WSDOT GSP) Specific Erection Requirements for Precast Concrete Block Faced Structural Earth Walls Landmark Retaining Wall When placing each course of concrete blocks, the Contractor shall pull the blocks towards the front face of the wall until the male key of the bottom face of the upper block contacts and fits into the female key of the top face of the supporting block below. A maximum gap of 1/8-inch is allowed between adjacent concrete blocks, except for the base course set of concrete blocks placed on the leveling pad. A maximum gap of 1-inch is allowed between adjacent base course concrete blocks, provided geosynthetic reinforcement for drains is in place over the gap at the back face of the concrete blocks. Lock bars shall be installed in the female key of the top face of all concrete block courses receiving geogrid reinforcement. Gaps between adjacent lock bars in the key shall not exceed 3-inches. The lock bar shall be installed flat side up, with the angled side to the back of the concrete block, as shown in the shop drawings. Special Provisions – BID DOCUMENT SP-146 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Geogrid reinforcement shall be placed and connected to concrete block courses specified to receive soil reinforcement. The leading edge of the geogrid reinforcement shall be maintained within 1-inch of the front face of the supporting concrete blocks below. Geogrid panels shall be abutted for 100 percent backfill coverage with less than a 4-inch gap between adjacent panels. Backfill shall be placed and compacted level with the top of each course of concrete blocks, and geogrid reinforcement placed and connected to concrete block courses specified to receive soil reinforcement, before the Contractor may continue placing the next course of concrete blocks. Mesa Wall For all concrete block courses receiving geogrid reinforcement, the fingers of the block connectors shall engage the geogrid reinforcement apertures, both in the connector slot in the block, and across the block core. For all concrete block courses with intermittent geogrid coverage, a #3 steel reinforcing bar shall be placed, butt end to butt end, in the top block groove, with the butt ends being placed at a center of a concrete block. 6-13.4 Measurement Section 6-13.4 is supplemented with the following: Modular Block Wall will be measured by the square foot of completed wall in place. The bottom limits for vertical measurement will be the top of leveling pad. The top limit foe vertical measurement will be the top of the wall as shown in the Plans. The horizontal limits for measurement are from the end of the wall to the end of the wall. 6-13.5 Payment Section 6-13.5 is supplemented with the following: Payment shall be made under the bid item: “Modular Block Wall”, per square foot. The unit contract price per square foot for Modular Block Wall shall be full compensation for the complete construction of the retaining walls as shown in the Plans. This includes, but is not necessarily limited to: structure excavation, haul, shoring, modular block units, cap units, gravel backfill for walls, shear connectors, compaction and other incidentals to complete a finished wall. CSBC base leveling pad shall be measured and paid under Crushed Surfacing Base Course. Add New Section 6-21 as follows: Special Provisions – BID DOCUMENT SP-147 Rainier Ave S Corridor Improvements – Phase 4 August 2022 6-21 PEDESTRIAN RAILING (NEW SECTION) 6-21.1 Description This Work shall consist of furnishing and installing the Pedestrian Railing on Wall 1, as shown and detailed on the Plans and in accordance with the applicable subsections of Section 6-06 Bridge Railings, of the Standard Specifications. 6-21.2 Materials Material requirements for pedestrian railing shall be as indicated on the Plans. Materials shall meet the requirements of the following applicable standards and WSDOT Standard Specifications unless noted: Painting 6-07 Structural Steel and Related Materials 9-06 Pedestrian Railing post, top rail, vertical rail, bottom rail and base plate shall be hot roll structural steel, per ASTM A36, and shall meet the requirements of the Standard Specifications, Sections 6-03 and 9-06. Post caps shall be steel per ASTM A36 as detailed per Plans. Anchor Bolts Anchor bolts shall be supplied by one the following manufacturers: • ITW Ramset/Red Head, Wood Dale, IL; Trubolt Wedge Anchor • Hilti, Inc., Tulsa, OK; Kwik-Bolt II Stud Anchor • The Rawlplug Company, New Rochelle, NY; Rawl-Stud Anchor • Wej-It Corporation, Tulsa, OK; ANKRtite Wedge Anchor • Approved Equal Pedestrian Railing shall be painted per Section 6-07 Painting. Touch up for scratches as recommended by coating manufacturer for field application. 6-21.3 Construction Requirements Pedestrian Railing shall be constructed as shown on the Plans and in accordance with these Special Provisions. The Pedestrian Railing, when completed, shall be in true alignment, on proper grade, with all posts and vertical rails plumb. Top rails, bottom rails and base plate shall be parallel to finished grade. Anchor bolts for surface mount installation shall be galvanized steel sized per Plans. Length shall be 4” minimum. Before fabricating the Pedestrian Railing components, the Contractor shall submit shop drawings of Pedestrian Railing including dimensions, layout, installation method, material and paint/finish specifications to the Engineer for approval. The approval of the shop drawings Special Provisions – BID DOCUMENT SP-148 Rainier Ave S Corridor Improvements – Phase 4 August 2022 shall be understood to be an acceptance of the character and sufficiency of the details and not a check of the dimensions. Contractor shall verify in field the slope required for framed sections of the Pedestrian Railing. Verify all dimensions on site prior to shop fabrication. Coordinate fabrication schedule with construction progress to avoid delay of work. All posts and vertical rails shall be structurally welded to top rail and bottom rails to assure fixed fastening for the life of the pedestrian railing. Top rail corners shall be fitted and welded as required to obtain maximum assurance of strength through the pedestrian railing's useful life. Fabricate components with joints tightly fitted and secured. Provide spigots and sleeves to accommodate site assembly and installation. Pedestrian Railing shall be shop custom fabricated and assembled per approved working drawings to the greatest extent possible. Assembly shall be in a neat, craftsmanship manner, using MIG Welding Processes as required, in accordance with the highest industry standards. All welding shall be in accordance with AISC and AWS Standards and shall be performed by a WABO certified welder. Welds shall be Section 6-03.3 (25) of the Standard Specifications. Prevent galvanic action and other forms of corrosion by isolating dissimilar materials from each other. Exposed mechanical fastenings shall be flush tamper-proof countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise. Allow for thermal action resulting from the maximum range (change) in ambient temperature in the design, fabrication, and installation of rail systems, to prevent opening of joints, buckling, and other detrimental effects, including over stressing of connections and components. Expansion joints and sleeving shall be provided as needed to allow for thermal expansion or contraction. Provide weep holes or other means to exit entrapped water from hollow sections of Pedestrian Railing members exposed to exterior condensation, or moisture from other sources. Anchor bolts shall be positioned with a template to ensure that bolts match the hole spacings of the bottom channels or anchorage plates. Pedestrian Railing shall be installed true to line and grade. After first setting the pedestrian railing, the Contractor shall readjust all or part of it, if necessary, to create an overall line and grade pleasing to the eye. Pedestrian Railing will require inspection upon delivery to the Project site. Any pieces damaged during shipping or having inconsistent color shall be removed from the Project site and rejected for construction. Touch up for scratches as recommended by coating manufacturer for field application. As installation is completed, clean pedestrian railing with plain water containing a mild detergent. Special Provisions – BID DOCUMENT SP-149 Rainier Ave S Corridor Improvements – Phase 4 August 2022 6-21.4 Measurement Pedestrian Railing will be measured by the linear foot along the line and slope of the top of the completed and accepted pedestrian railing in place. 6-21.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item: "Pedestrian Railing", per linear foot. The unit contract price per linear foot for “Pedestrian Railing” shall be full compensation for all materials, labor, tools, and equipment necessary to construct the pedestrian railing as shown in the Plans and as specified herein, including fastening, sleeves, anchoring, galvanizing, and painting as specified. Add New Section 6-32 as follows: 6-32 HANDRAIL (NEW SECTION) 6-32.1 Description This Work shall consist of furnishing and installing the Handrail located at cement concrete switchback ramp, as shown and detailed on the Plans and in accordance with the applicable subsections of Section 6-06 Bridge Railings, of the Standard Specifications. 6-32.2 Materials Material requirements for handrail shall be as indicated on the Plans. Materials shall meet the requirements of the following applicable standards and WSDOT Standard Specifications unless noted: Painting 6-07 Structural Steel and Related Materials 9-06 Handrail post, top rail and bottom rail shall be carbon steel pipe schedule 40, per structural ASTM A53 Grade B, and shall meet the requirements of the Standard Specifications, Sections 6-03 and 9-06. Base plate shall be carbon hot rolled plate per ASTM A36. Handrail shall be painted per Section 6-07 Painting. Touch up for scratches as recommended by coating manufacturer for field application. Anchor Bolts Anchor bolts shall be supplied by one the following manufacturers: • ITW Ramset/Red Head, Wood Dale, IL; Trubolt Wedge Anchor • Hilti, Inc., Tulsa, OK; Kwik-Bolt II Stud Anchor Special Provisions – BID DOCUMENT SP-150 Rainier Ave S Corridor Improvements – Phase 4 August 2022 • The Rawlplug Company, New Rochelle, NY; Rawl-Stud Anchor • Wej-It Corporation, Tulsa, OK; ANKRtite Wedge Anchor • Approved Equal 6-32.3 Construction Requirements Handrail shall be constructed as shown on the Plans and in accordance with these Special Provisions. The Handrail, when completed, shall be in true alignment, on proper grade, with all posts plumb. Top rails, bottom rails and base plate shall be parallel to finished grade. Anchor bolts for surface mount installation shall be galvanized steel sized per Plans. Length shall be 4” minimum. Before fabricating the Handrail components, the Contractor shall submit shop drawings of handrail including dimensions, layout, installation method, material and paint/finish specifications to the Engineer for approval. The approval of the shop drawings shall be understood to be an acceptance of the character and sufficiency of the details and not a check of the dimensions. Contractor shall verify in field the slope required for framed sections of the Handrail. Verify all dimensions on site prior to shop fabrication. Coordinate fabrication schedule with construction progress to avoid delay of work. All posts shall be structurally welded to top rail and bottom rail to assure fixed fastening for the life of the handrail. Top handrail corners shall be fitted and welded as required to obtain maximum assurance of strength through the handrail's useful life. Fabricate components with joints tightly fitted and secured. Provide spigots and sleeves to accommodate site assembly and installation. Handrail shall be shop custom fabricated and assembled per approved working drawings to the greatest extent possible. Assembly shall be in a neat, craftsmanship manner, using MIG Welding Processes as required, in accordance with the highest industry standards. All welding shall be in accordance with AISC and AWS Standards and shall be performed by a WABO certified welder. Welds shall be Section 6-03.3 (25) of the Standard Specifications. Prevent galvanic action and other forms of corrosion by isolating dissimilar materials from each other. Exposed mechanical fastenings shall be flush tamper-proof countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise. Allow for thermal action resulting from the maximum range (change) in ambient temperature in the design, fabrication, and installation of handrail system, to prevent opening of joints, buckling, and other detrimental effects, including over stressing of connections and components. Expansion joints and sleeving shall be provided as needed to allow for thermal expansion or contraction. Provide weep holes or other means to exit entrapped water from hollow sections of handrail members exposed to exterior condensation, or moisture from other sources. Special Provisions – BID DOCUMENT SP-151 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Anchor bolts shall be positioned with a template to ensure that bolts match the hole spacings of the bottom channels or anchorage plates. Handrail shall be installed true to line and grade. After first setting the handrail, the Contractor shall readjust all or part of it, if necessary, to create an overall line and grade pleasing to the eye. Handrail will require inspection upon delivery to the Project site. Any pieces damaged during shipping or having inconsistent color shall be removed from the Project site and rejected for construction. Touch up for scratches as recommended by coating manufacturer for field application. As installation is completed, clean handrail with plain water containing a mild detergent. 6-32.4 Measurement Handrail will be measured by the linear foot along the line and slope of the top of the completed and accepted handrail in place. 6-32.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item: "Handrail", per linear foot. The unit contract price per linear foot for “Handrail” shall be full compensation for all materials, labor, tools, and equipment necessary to construct the handrail as shown in the Plans and as specified herein, including fastening, sleeves, anchoring, galvanizing, and painting as specified. Special Provisions – BID DOCUMENT SP-152 Rainier Ave S Corridor Improvements – Phase 4 August 2022 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-01 DRAINS 7-01.2 Materials The second paragraph of Section 7-01.2 is revised as follows: Drainpipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I, aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated (galvanized) steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the option of the Contractor unless the Plans specify the type to be used. 7-01.3 Construction Requirements Section 7-01.3 is revised as follows: The second paragraph is revised as follows: PVC drainpipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drainpipe shall be jointed with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the tubing. The sixth paragraph is revised as follows: PVC under drain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing under drain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands, as recommended by the manufacturer of the tubing. 7-01.4 Measurement Section 7-01.4 is supplemented adding the following: When the Contract does not include "Structure Excavation Class B" or "Structure Excavation Class B Including Haul" as a pay item all costs associated with these items shall be included in other contract pay items. 7-01.5 Payment Section 7-01.5 is supplemented adding the following: Special Provisions – BID DOCUMENT SP-153 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Payment will be made in accordance with Section 1-04.1 for the following Bid item included in the Proposal: “Underdrain Pipe, 8 In. Diam.”, per linear foot. The unit Contract price per linear foot for storm sewer pipe of any kind and size specified shall be full pay for all labor, tools, materials, and equipment necessary to provide and install the item complete including removal, hauling, and disposing of pavement; Structure excavation including haul; backfilling with native material; bedding materials; compaction; and cleaning (flushing), connection to new or existing storm sewer or drainage structures, surface restoration. 7-04 STORM SEWERS 7-04.2 Materials Ductile Iron Storm Sewer Pipe shall conform to the requirements of Section 9-05.13 of the Standard Specifications. Ductile Iron Storm Sewer Pipe with Polywrap shall conform to the requirements of Section 9-05.13 shall conform to the requirements of Section 9-05.13 of the Standard Specification except the pipe shall be Special Thickness Class 52 and shall be wrapped with 8-mil black, tube-type, polyethylene plastic per AWWA C105 standards. PVC C900 Pipe for Storm Sewer shall conform to the requirements for PVC Pressure Pipe (4 inches and over) described in Section 9-30.1(5)A of the Standard Specifications. Where bends are specifically called out on the plans, they shall be of the same material and manufacturer as the main pipe and meet the manufacturer’s recommendations. The second paragraph of Section 7-04.2 is supplemented as follows: The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the specifications to which the materials or products were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and products, and such action by Engineer will not relieve Contractor of his/her responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor’s own expense. Section 7-04.2 is supplemented with the following: Dense foam shall be 6.0 pounds per cubic foot closed cell Polyethylene foam. Bank Run Gravel for Trench Backfill Storm shall conform to Section 9-03.19. Direct Pipe Tee Connections: Special Provisions – BID DOCUMENT SP-154 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Direct pipe tee connections for use in gravity-flow sewer and storm drainage direct connections to pipe shall be Inserta Tee service connections, as manufactured by Inserta Tee and shall meet ASTM F2946 and consist of a PVC hub, rubber sleeve, and stainless steel band. Connection shall be a compression fit into the cored wall of a mainline pipe. Hub shall be made from heavy-duty PVC material. Stainless steel clamping assembly shall be of SS #301 for the band and housing and SS #305 for screws. Rubber sleeve and gasket, when applicable, shall meet the requirements of ASTM F477. Gaskets shall be installed by the manufacturer. A water-based solution provided by the manufacturer shall be used during assembly. Inserta Tee product shall provide a water connection according to the requirements of ASTM D3212. Add New Section 7-04.02(2): 7-04.02(2) Temporary Stormwater Diversion It shall be the Contractor’s responsibility to maintain operation of the existing storm sewer system throughout the duration of the project without any disruption of service until the new storm drain has been accepted by the City to receive stormwater flows, and connections are made between the existing and new storm based on scheduling approved by the Engineer. A temporary stormwater diversion shall be capable of bypassing at least the 2-year peak flow during construction. All temporary storm diversion of offsite stormwater shall not be allow to mix with on site construction stormwater that is subject to section 402 of the NPDES permit attached in the appendix The Contractor shall submit proposed methods for providing the diversions to the Engineer for approval prior to construction. The diversions shall have the least impact on property owners and traffic flow through the site. The diversions shall be installed, operated, and maintained only when needed where the existing storm drain system must be demolished to allow construction of the new system. Where shown on the Plans, Contractor shall time work of bypasses during period of anticipated no or little rain. If bypass pumping is provided, it shall be scheduled for continuous operation with backup equipment available at all times for periods of maintenance and refueling or failure of the primary bypass pump(s) or diversion system. The Contractor’s bypass operation shall be sized to handle, at a minimum, the flow rates specified above, or can be reduced to a size determined by the Contractor if the temporary bypass can be timed to coincide with a period of little to no rain. The Contractor shall submit a Temporary Stormwater Diversion Plan in accordance with Section 1-05. The Contractor’s plan shall be reviewed by the City before the plan is implemented. The review of the flow diversion plan shall, as well as the Contractor’s proposed size of the bypass, in no way relieve the Contractor of his responsibility to provide a bypass system that conveys encountered flows without property damage or damage to the project or construction area. As risk associated with sizing the bypass and impacts to construction is born by the Contractor. 7-04.3(1) Cleaning and Testing Section 7-04.3(1) is supplemented with the following: Special Provisions – BID DOCUMENT SP-155 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Before testing begins and in adequate time to obtain approval through submittal process, prepare and submit test plan for approval by Engineer. Include testing procedures, methods, equipment, and tentative schedule. Obtain advance written approval for any deviations from Drawings and Specifications. Repair, correct, and retest sections of pipe which fail to meet specified requirements when tested. Perform testing as work progresses. Schedule testing so that no more than 1000 linear feet of installed pipeline remains untested at one time. Perform testing under observation of Engineer or Inspector. Schedule testing during no rain. Plug the lower end of the pipe if needed to test pipe. All pipe larger than 30-inch diameter shall have joints individually tested for Joint Tightness. Prior to final backfill, all joints shall be individually tested using low-pressure air per ASTM C1103. For the installation of any flexible pipe larger than 30-inches in diameter, the Contractor shall retain the services of a pipe manufacturer representative, knowledgeable in the installation methods and practices for the specific pipe product used on this project, as well as on the installation practices for flexible pipelines in general. The manufacturer’s representative shall be present full time on site during the construction of the first 300 feet of pipe installation, and part-time, as required, thereafter until the entire pipeline installation is complete. The manufacturer’s representative shall observe pipe foundation, pipe installation, placement and compaction of pipe zone bedding and backfill, and testing procedures. The manufacturer’s representative shall notify Engineer and Contractor of any non-conforming installation, identifying the manufacturer recommended corrective action(s), within 24 hours of such occurrence. All flexible pipe shall be tested for maximum pipe deflection by pulling a rigid mandrel through the entire (i.e., 100%) flexible pipe length installed. Maximum deflection shall not exceed 5%. Mandrel testing shall conform to ASTM D3034, and be performed no sooner than 30 days after backfilling and prior to final acceptance testing of the segment. Submit test results to the Engineer. 1. Rigid mandrel shall have outside diameter (O.D.) equal to 95 percent of inside diameter (I.D.) of pipe. Inside diameter of pipe, for purpose of determining outside diameter of mandrel, shall be average outside diameter minus two minimum wall thicknesses for O.D. controlled pipe and average inside diameter for I.D. controlled pipe, dimensions shall be per appropriate standard. Statistical or other "tolerance packages" shall not be considered in mandrel sizing. 2. Rigid mandrel shall be constructed of metal or rigid plastic material that can withstand 200 psi without being deformed. Mandrel shall have nine or more "runners" or "legs" as long as total number of legs is odd number. Barrel section of mandrel shall have length of at least 75 percent of inside diameter of pipe. Rigid mandrel shall not have adjustable or collapsible legs which would allow reduction in mandrel diameter during testing. Provide and use proving ring for modifying each size mandrel. 3. Furnish "proving ring" with each mandrel. Fabricate ring of 1/2-inch-thick, 3-inch-wide bar steel to diameter 0.02 inches larger than approved mandrel diameter. Special Provisions – BID DOCUMENT SP-156 Rainier Ave S Corridor Improvements – Phase 4 August 2022 4. If a rigid mandrel is not available, the Contractor may substitute a round steel bar meeting #3 above. “Testing Storm Sewer Pipe”, per linear foot shall be incidental to and included in storm sewer pipe bid items. Add new Section 7-04.3(3): 7-04.3(3) Direct Pipe Connections Section 7-04.3(3) is a new added section as follows: Field Pipe and Joint Performance: To assure water tightness, field performance verification may be accomplished by testing in accordance with ASTM F2487, ASTM F1417 or ASTM C1103. Appropriate safety precautions must be used when field-testing any pipe material. Contact the manufacturer for recommended leakage rates. Installation: Installation shall be accordance with the manufacturer’s recommended installation guidelines. Backfill around the Inserta Tee service connection shall be, at a minimum, of the same material type and compaction level as specified for the mainline pipe installation. 7-04.3(4) Polyethylene Encasement for Ductile Iron Pipe Section 7-04.3(4) is a new added section as follows: The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8-mil polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. 7-04.3(5) Dewatering of Trench Section 7-04.3(5) is a new added section as follows: Where water is encountered in the trench and other excavations for structures, it shall be removed during pipe-laying and backfilling operations and the trench and/or excavation so maintained until the ends of the pipe are sealed and provisions are made to prevent floating of the pipe, or the structure is placed or constructed, and provisions are made to prevent it from floating. Trench water or other deleterious materials shall not be allowed to enter the pipe at any time. The Contractor shall furnish all equipment necessary to dewater the excavation and shall dispose of the water in such a manner as not to cause a nuisance or menace to the public, or damage or cause deterioration of existing improvements or natural features. The dewatering system shall be installed and operated by the Contractor so that the groundwater level outside the excavation is not reduced to the extent that adjacent structures or property are endangered or damaged. The release of groundwater to its static level shall be performed in such a manner as to maintain the undisturbed state of the natural foundation soil, prevent disturbances of backfill and prevent movement of structures and pipelines. Discharge to Special Provisions – BID DOCUMENT SP-157 Rainier Ave S Corridor Improvements – Phase 4 August 2022 existing storm sewer facilities, storm drain system, or containment and discharge of such collected groundwater shall be in accordance with the TESC Plan as reviewed by the Engineer. Payment for required storage, testing, reporting, and agency fees associated with temporary construction dewatering will be included in the force account bid item ‘Dewatering’ as described in Section 7-08 and no additional payment will be made. 7-04.4 Measurement Section 7-04.4 is supplemented with the following: Measurement for "Bank Run Gravel for Trench Backfill Storm" will be per Ton and will be based on the weight of material installed into the Work. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for measurement and payment. Material placed outside of the pay limits shown on the Plans or as approved by the Engineer will be deducted from the certified tickets. 7-04.5 Payment Section 7-04.5 is supplemented with the following: “Ductile Iron Storm Sewer Pipe __ In. Diam.”, per linear foot. " PVC Storm Sewer Pipe __ In. Diam” The unit Contract price per linear foot for storm sewer pipe and PVC storm sewer pipe of any kind and size specified shall be full pay for all labor, tools, materials, and equipment necessary to provide and install the item complete including removal, hauling, and disposing of pavement; Structure excavation including haul; backfilling with native material; bedding materials; compaction; and cleaning (flushing), polyethylene encasement, and testing the pipe. “Bank Run Gravel for Trench Backfill Storm”, per ton. “Temporary Stormwater Diversion”, per lump sum. The lump sum contract price for Temporary Stormwater Diversion shall be full pay for furnishing, installing, and removing adequate pumps, pipes, hoses, and other equipment necessary to bypass stormwater to maintain uninterrupted storm sewer service during construction. Payment for this item will be prorated over the construction period. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.3 Construction Requirements Section 7-05.3 is supplemented by adding the following: Special Provisions – BID DOCUMENT SP-158 Rainier Ave S Corridor Improvements – Phase 4 August 2022 All manholes shall be in accordance with the Standard Plans. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1) is replaced with: Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be adjusted to the finished elevations per Standard Plan 106 prior to final acceptance of the Work. Manholes in unimproved areas shall be adjusted to 6” above grade. In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The Contractor shall carefully reference each manhole so that they may be easily found upon completion of the street Work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section and be thoroughly compacted. In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete grade rings and mortar. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of Special Provisions – BID DOCUMENT SP-159 Rainier Ave S Corridor Improvements – Phase 4 August 2022 the cast iron frame not embedded in the gutter section shall be solidly embedded in asphalt also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared. Monuments and cast iron frame and cover: monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: adjustments of valve box castings shall be made in the same manner as for manholes. The unit bid price per each shall be full compensation for all labor, materials and equipment required. 7-05.3(2) Abandon Existing Manholes Section 7-05.3(2) is revised as follows: Where it is required that an existing manhole be abandoned, the structure shall be broken down to a depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. Add New Section 7-05.3(2)A as follows: 7-05.3(2)A Abandon Existing Storm Sewer Pipes Where it is required that an existing storm sewer pipe be abandoned (or portions of pipe installed as part of this project which are to be abandoned as shown on the Plans), the structure shall be broken down to a depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. A cement-based grout shall be used to fill the void of the abandoned storm sewer pipe. The grouting material must have a strength of at least 100 psi and shall have flow characteristics appropriate for filling a storm sewer. The grout mix designed and method of installation shall be approved by the Engineer prior to beginning the operation (See Section 9-03.22). 7-05.3(3) Connections to Existing Structures Section 7-05.3(3) is supplemented by adding the following: Special Provisions – BID DOCUMENT SP-160 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Where shown on the Plans, new drain pipes shall be connected to existing line, catch basin, curb inlets and/or manholes. The Contractor shall be required to core drill into the structure, shape the new pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the Engineer or where shown on the Plans, additional structure channeling will be required. Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to “Kor-n-Seal” boots. Existing sanitary sewer manholes shall be cleaned, repaired, and re-channeled as necessary to match the new pipe configuration and as shown on the Construction Plans. A "connection to existing" item will be allowed at any connection of a new line to an existing structure, or the connection of a new structure to an existing line. No "connection to existing" will be accepted at the location of new installation, relocation and adjustment of line manholes, catch basins, or curb inlets. Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at her/his own expense. The unit bid price per each shall be full compensation for all labor, materials and equipment required. Add New Section 7-05.3(5) as follows: 7-05.3(5) Manhole Coatings All new sanitary sewer manholes shall be coated as specified below. The following coating system Specifications shall be used for coating (sealing) all interior concrete surfaces of sanitary sewer manholes. Coating System: C1 Coating Material: High Solids Urethane Surfaces: Concrete Surface Preparation: In accordance with SSPC SP-7(Sweep of brush off blast) Application: Shop/Field (The drying time between coats shall not exceed 24 hours in any case) System Thickness: 3.0 - 4.0 mils dry film Coatings: Primer: One coat of Wasser MC-Shieldcoat 100 high solids urethane (1.5 – 2.0 DFT) Finish: One coat of Wasser MC-Shieldcoat (1.5 – 2.0 DFT) Color: White 7-05.4 Measurement Section 7-05.4 is supplemented with the following: Measurement for “Adjust Storm Drainage Structure”, “Adjust Sewer Manhole” and “Adjust Area Drain to Grade” will be per each. The measurement will be made upon the final adjustment to finish grade. Measurement for “Catch Basin Type ___ With Beehive Grate” will be per each. Special Provisions – BID DOCUMENT SP-161 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Measurement for “Storm Round Frame and Cover” and “Storm Rectangular Frame and Cover” will be per each. 7-05.5 Payment Section 7-05.5 is supplemented with the following: The unit Contract price per each for manholes, inlets, overflow structures, beehive grates, and catch basins of any kind and size specified shall be full pay for all labor, tools, materials, and equipment necessary to provide and install the item complete including removal, hauling, and disposing of pavement; Structure excavation including haul; bedding and backfill materials; compaction; and seals; riser, conversion risers and frames and grates (open and solid). The unit Contract price per each for “Connection to Existing Drainage Structure” shall be full pay for all costs necessary to connect new drainage pipe to existing drainage structures such as catch basins, manholes, and inlets or to connect new drainage structures such as catch basins, manholes, and inlets to existing drainage pipe. “Adjust Storm Drainage Structure”, per each. “Adjust Sewer Manhole”, per each. The unit Contract price for each “Adjust Storm Drain Structure” and “Adjust Sewer Manhole” includes one lowering of castings for finish pavement, unit payment shall be full pay upon final adjustment to finish grade. “Adjust Area Drain to Grade”, per each. The unit Contract price per each for “Adjust Area Drain to Grade” shall be full pay for all costs necessary to connect new drainage pipe to sidewalk area drain, adjusting existing drain as required, and furnishing and installing new frame and cover flush with new sidewalk. “Catch Basin Type ___ With Beehive Grate”, per each. “Connection to Existing Drainage Structure,” per each. The unit contract price per each for “Connection to Existing Drainage Structure” shall be full compensation for all labor, materials and equipment required to complete the work, including excavation, removal and replacement of manhole top, core drilling, pipe connection, and ladder adjustment. “Storm Round Frame and Cover”, per each. “Storm Rectangular Frame and Cover”, per each. The unit contract price per each for “Storm Rectangular Frame and Cover” shall be full pay to complete the work of replacing existing catch basin grates with a new rectangular frame and cover for catch basin as detailed in the Renton Standard Details. If the existing catch basin frame is not compatible with the cover, the frame shall be replaced at no extra cost. Special Provisions – BID DOCUMENT SP-162 Rainier Ave S Corridor Improvements – Phase 4 August 2022 7-06 Filterra Unit (Special Provision) Section 7-06 is added: 7-06.1 Description This work shall consist of installing Contech Filterra® for water quality treatment as shown on the Plans. 7-06.1(1) Submittals A. Submittals for the stormwater filters shall include the following items in accordance with Division 1, GENERAL REQUIREMENTS. 1. Shop Drawings for each stormwater media filter system installation including size, location, inlet and outlet inverts, appurtenant piping; bedding, backfill, concrete top slab, lid details, and anchorage tiedown system details. The concrete top slab design shall provide H-20 loading for each system. 2. Complete materials list. 3. Manufacturer's recommended installation and maintenance procedures. 4. Manufacturer's certificate of satisfactory installation and warranty. 7-06.2 Materials 7-06.2(1) Filterra Units Filterra stormwater media filter units shall consist of Precast Filterra® units, as manufactured by Contech Engineered Solutions, 9025 Centre Pointe Dr. Suite 400, West Chester, Ohio 45069 (800) 338-1122. Filterra® units shall have a General Use Level Designation (GULD) for Enhanced treatment from the State of Washington Department of Ecology through the TAPE program. Each Filterra® unit consists of a precast concrete vault; underdrain system consisting of underdrain stone, perforated pipe, and cleanout; filter media; top slab with integrally-cast tree frame and grate, cleanout cover, and galvanized angle nosing; mulch; and plant material. Conduits shall be precast into the vault walls as detailed on the Plans to accommodate irrigation supply lines. Filterra® Top Slab: Standard Flat Top Supplied Filterra® units shall include inspection and maintenance by the supplier, or a supplier-approved contractor, for a minimum period of one year, consisting of two scheduled visits. The maintenance visits shall include the following tasks: 1. Filterra® unit inspection. 2. Foreign debris, silt, mulch & trash removal. Special Provisions – BID DOCUMENT SP-163 Rainier Ave S Corridor Improvements – Phase 4 August 2022 3. Filter media evaluation and recharge as necessary. 4. Plant health evaluation and pruning or replacement as necessary. 5. Replacement of mulch. 6. Disposal of all maintenance refuse items. 7. Maintenance records updated, stored, and submitted to the City of Renton Surface Water Management Division. Prior to each maintenance visit, the Renton Surface Water Utility shall be notified and allowed to inspect the facility and observe the maintenance of the Filterra® Bioretention System by the supplier or supplier-approved contractor. 7-06.2(3) Filterra Unit Bedding and Backfill A. Bedding and backfill materials for Filterra unit installation shall be in accordance with Section 7-05.3. 7-06.2(4) Warranties A. Manufacturer shall warrant all products to be free from defects in materials and workmanship for a minimum of 1 year from the date of installation. Manufacturer shall inspect and repair or replace defective parts during warranty period at no additional cost to Owner. 7-06.3 Construction Requirements 7-06.3(1) Filterra Unit Installation Filterra® units shall be constructed as detailed in the Plans and in accordance with these Special Provisions and the manufacturer’s installation instructions. Each unit shall be constructed at the locations and elevations according to the sizes shown on the approved Plans. Any modifications to the elevation or location shall be at the direction of and approved by the Engineer. If the Filterra® unit is stored before installation, the top slab shall be placed on the box using the 2x4 wood provided, to prevent any contamination from the site. All internal fittings supplied (if any), must be left in place as per the delivery. The unit shall be placed on a compacted sub-grade with a minimum 6-inch gravel base. The unit shall be placed such that the unit and top slab match the grade of the curb in the area of the unit. Compact undisturbed sub-grade materials to 95% of maximum density at +1- 2% of optimum moisture. Unsuitable material below sub-grade shall be replaced to the site Engineer’s approval. The 4-inch outlet pipe from each unit shall be connected to an adjacent catch basin as shown on the Plans, using 6-inch diameter drain pipe, as specified in Section 7-01 of these Special Provisions, with a maximum of two 45-degree bend fittings. Once the unit is set, the internal wooden forms and protective mesh cover shall be left intact. Remove only the temporary wooden shipping blocks between the box and top slab. The top Special Provisions – BID DOCUMENT SP-164 Rainier Ave S Corridor Improvements – Phase 4 August 2022 lid shall be sealed onto the box section before backfilling, using a non-shrink grout, butyl rubber or similar waterproof seal. The boards on top of the lid and boards sealed in the unit’s throat must NOT be removed. The Supplier (Contech or its authorized dealer) will remove these sections at the time of activation. Backfilling shall be performed in a careful manner, bringing the appropriate fill material up in 6-inch lifts on all sides. Precast sections shall be set in a manner that will result in a watertight joint. Installation of Filterra® unit shall conform to ASTM specification C891 “Standard Practice for Installation of Underground Precast Utility Structures”. The contractor is responsible for inlet protection/sediment control and cleaning around each Filterra unit. The curb and gutter adjacent to each Filterra unit shall be cast in place following installation of the Filterra unit, providing a depressed gutter section as detailed in the Plans. Dowel bars from the pre-cast Filterra unit shall be bent to extend into the cast-in-place depressed gutter as detailed on the Plans. Throat protection device provided with Filterra unit shall remain in place until the site is stabilized and the Filterra unit is activated by Filterra supplier. The contractor shall verify that the elevation of the next downstream catch basin is lower than the gutter elevation adjacent to the Filterra unit. 7-06.3(3) Installation Warranty Manufacturer's representative shall observe installation of the stormwater filters and shall provide a certificate of satisfactory installation to Owner prior to operation. 7-06.3(4) Operational Testing The manufacturer’s representative shall participate in and observe operational testing of the stormwater treatment systems for design performance. All observed problems shall be rectified prior to Owner acceptance. 7-06.4 Measurement All Filterra Units will be 4’ x 4’ standard size and will be measured per each. 7-06.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: “Filterra Unit” per each “Filterra Unit with Internal Bypass” per each “Filterra Unit with Peak Diversion” per each The unit contract price per each for the Filterra Unit shall be full pay for furnishing all labor, tools, equipment, and materials necessary to install a Filterra Unit of the size and type indicated on the Plans in accordance with the Plans and Specifications. Special Provisions – BID DOCUMENT SP-165 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The unit contract price per each for Filterra Unit shall also include excavation, plant material (where applicable), gravel base, grates and lids, backfill, compaction, adjustment to finished grade, depressed gutter (for Filterra Unit opening and hood), facility activation, and one year of inspection and maintenance by supplier. Shoring shall be paid as specified in 2-09.5. Drain Pipe or Storm Sewer Pipe used for outlet connection pipes shall be paid as specified in 7-01.5 and 7-04.5, as applicable. CSBC used for backfill when the engineer has determined that native material is not satisfactory for backfill shall be paid in accordance with 2-03.5. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements Section 7-08.3 is supplemented with the following: Dewatering The Contractor may encounter groundwater in trench excavation depending on trench depth. See Appendix K for Groundwater Exhibit. The Contractor shall keep the excavated trench free of water during pipe installation. This may be done with sheet piling and pumping within the excavation, well points or suction well system, or other methods approved by the Engineer. For work below the water table, the Contractor shall submit a dewatering plan stamped by a professional Engineer for approval. The City will review the plan for adequacy, but the method for lowering the water table, control of on-and off-site settlement, and discharge are solely the Contractor’s responsibility. See Appendix E for available soil information prepared for the project. The Contractor shall assess the situation and develop a plan to accommodate construction in groundwater. The Contractor shall be solely responsible for this groundwater/trench excavation control plan. All costs related to trench dewatering shall be included in the force account bid item “Dewatering”. For bidding purposes the Contractor shall assume that the basic trench dewatering method is to be by sheet piling and sump pumping from the excavation with portable pumps. If advanced methods become necessary, compensation for such work shall be per 1-04.4 of the Standard Specifications. Contractor shall provide testing and treatment of groundwater in accordance with the requirements of Section 2-05. 7-08.3(1)A Trenches Section 7-08.3(1)A is supplemented by adding the following: To minimize trench subgrade disturbance during excavation, all trench excavation for new storm drain shall done with a smooth-edge bucket rather than a toothed bucket. Special Provisions – BID DOCUMENT SP-166 Rainier Ave S Corridor Improvements – Phase 4 August 2022 All trench excavated materials shall be disposed of off-site at an approved Contractor-provided disposal site. Excavation outside the excavation limits shown on the plan drawings shall be at no additional expense to the City. Trench Excavation Incl. Haul includes the trench excavation for the storm sewer, sanitary sewer, and water main construction in accordance with the trench limits outlined on the plan drawings. All trench excavated materials shall be disposed of off-site at an approved Contractor-provided disposal site. Excavation outside the excavation limits shown on the plan drawings shall be at no additional expense to the City. Contaminated Trench Excavation includes the trench excavation of materials characterized as contaminated based on sampling results for the storm sewer, sanitary sewer, and water main construction and in accordance with the trench limits outlined on the plan drawings. This excavated soil shall be managed in accordance with applicable state and federal regulations outlined in the Contract Documents. Handling and disposal of materials shall adhere to all transportation requirements, receive pre-approval from a disposal facility, manifesting, and record keeping, etc., as outlined in the Contractor’s Contaminated Soil and Groundwater Handling and Management Plan . The excavations will require a shoring system to limit the volume of excavation. Excavation outside the trench limits shown on the plan drawings shall be at no additional expense to the City. 7-08.3(1)B Shoring Section 7-08.3(1)B is supplemented by adding the following: Temporary shoring shall be designed to resist the lateral earth pressure resulting from the soil and ground water as well as any traffic and /or construction surcharge loads. A shoring and excavation plan shall be submitted to the City prior to the Preconstruction Conference for review and approval. The plan shall outline the specific measure to be taken for temporary support and the protection of utilities and structures. The shoring plan shall be prepared by a Professional Engineer and shall cover shoring for all pipe and structures. The shoring plan shall identify precautions to be taken during removal of the shoring to minimize disturbances of the pipe and underlying bedding materials, and native soils. All new storm drain installed shall be shored. Minimum shoring technique shall be trench box. More extensive shoring may be needed in areas working in close proximity to other utilities. Contractor is responsible for using shoring system capable of protecting adjacent utilities. In areas of soft or loose soils with sloughing potential, a trench box shall not be used as it does not provide adequate sidewall support or protection for existing utilities. Alternative shoring systems for utility protection, trench support or to minimize the area affected by trench excavation include steel plates with adjustable or hydraulic bracing, or interlocking sheet piles with internal bracing. Precautions shall be taken during the removal of the shoring to minimize disturbance of the pipe, underlying bedding materials, and native soils. 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented by adding the following: Special Provisions – BID DOCUMENT SP-167 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Pipe bedding for PVC sewer pipe shall consist of Gravel Backfill for Pipe Zone Bedding per Section 9-03.12(3). It shall be placed to a depth of 12" over and 6" under the exterior walls of the pipe. For all pipe bedding, hand compaction of the bedding materials under the pipe haunches will be required. Pipe bedding should provide a firm uniform cradle for support of the pipes. Prior to installation of the pipe, the pipe bedding should be shaped to fit the lower part of the pipe exterior with reasonable closeness to provide uniform support along the pipe. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding material should be used as pipe zone backfill and placed in layers and tamped around the pipes to obtain complete contact. Bedding material shall meet the requirements of Gravel backfill for Pipe Zone Bedding in accordance with Standard Specification Section 9-03.12(3). Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. In areas where the subgrade soils in the trench excavation consist of fine-grained soils, such as silt/clay, or organic rich soils, the Engineer may direct the Contractor to use a geotextile separator fabric be placed over the native soils prior to placement of the pipe bedding. The geotextile shall meet the requirements of Section 9-33.2(1) Table 3 for Separation. Geotextile shall be paid for by other items. Add New Section 7-08.3(1)D as follows: 7-08.3(1)D Pipe Foundation Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer, will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be CSBC and conform to the requirements of Section 9-03.9(3) of the Standard Specifications. Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam. Any other procedure shall have the written approval of the Engineer. 7-08.3(2)B Pipe Laying – General Section 7-08.3(2)B is supplemented by adding the following: Special Provisions – BID DOCUMENT SP-168 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight-tenths) flow elevation, unless otherwise approved by the Engineer. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground but shall be supported in a manner, which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the Engineer. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. The Contractor shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipeline shall be closed with watertight expandable type sewer plugs at the end of each day's operation, or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may change the alignment and/or the grades. Except for short runs, which may be permitted by the Engineer, pipes shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a downhill grade, shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints have been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7-08.3(2)E Rubber Gasketed Joints Section 7-08.3(2)E is supplemented as follows: Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 7-08.3(2)G Jointing of Dissimilar Pipe Section 7-08.3(2)G is supplemented as follows: Storm Sewer repair couplings shall be Fernco, Inc. “Strong-Back” or approved equal. Sanitary Sewer repair couplings shall be Fernco, Inc. “Strong-Back” or approved equal. Special Provisions – BID DOCUMENT SP-169 Rainier Ave S Corridor Improvements – Phase 4 August 2022 7-08.3(2)H Sewer Line Connections Section 7-08.3(2)H is supplemented by adding the following: All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the existing main is constructed of PVC, plain or reinforced concrete, cast or ductile iron pipe, the existing main shall be core drilled. When the existing main is constructed of vitrified clay, the main shall be re-sectioned with flexible couplings, Fernco or approved equal. Connections (unless booted connections have been provided for) to existing concrete manholes shall be per Section 7-05.3(3). 7-08.3(2)J Placing PVC Pipe Section 7-08.3(2)J is an added new section: In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Gravel Backfill for Pipe Zone Bedding will be used as the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of connection. Add New Section 7-08.3(3)A as follows: 7-08.3(3)A Backfilling Pipe Trenches To the maximum extent available, suitable material obtained from trench or pond excavation shall be used for trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 6 inches in their greatest dimension, brush, stumps, logs, roots, debris, and organic or other deleterious materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones within the allowable size limit incorporated in the remainder of fills shall be distributed so that they do not congregate or interfere with proper compaction. The existing soils shall not be reused as trench backfill unless otherwise approved by the Engineer. Structural fill shall consist of Gravel Borrow, meeting the requirements of Section 9-03.14(1) of the Standard Specifications. It should be free of gravel, organics and other debris. The structural trench backfill should be moisture conditioned to within approximately 3 percent of optimum moisture content, placed in loose horizontal lifts less than 6 inches in thickness, and compacted to at least 95 percent of the maximum dry density (MDD) as determined by the Modified Proctor compaction test method ASTM D 1557. Trench backfill shall be densely compacted in a systematic manner using methods that consistently produce adequate compaction levels. During placement of the initial lifts, the trench backfill material shall not be bulldozed into the trench or dropped directly on the pipe. Special Provisions – BID DOCUMENT SP-170 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Heavy vibratory equipment shall not permitted to operate directly over the pipe until a minimum of 2 feet of backfill has been placed over the pipe bedding. Contactor shall take special care to obtain good compaction up to the edges of the excavation as the shoring is removed in accordance with the Shoring Plan. The Engineer may be on-site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replace and re-compacted at the Contractor’s expense. The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement that may occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made by the Contractor at his expense. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified proctor compaction test, ASTM D1557. The Contractor shall be responsible for the disposal of any excess excavated material. Special care must be taken to obtain good compaction up to the edges of the excavation as the shoring is removed. Moreover, attention must be paid to ensuring good compaction around manholes. Controlled density fill shall meet the requirements of Section 2-09.3(1)E of the Standard Specifications. Add New Section 7-08.3(5): 7-08.3(5) Television Inspection All storm drain main lines constructed as part of this project shall be inspected by the use of a television camera before substantial completion. The costs incurred in making the inspection shall be paid for under “Television Inspection.” In addition, the storm drains shall be free of water during TV inspection. The Contractor shall bear all costs incurred in correcting any deficiencies found during television inspection, including the cost of any additional television inspection that may be required by the Engineer to verify the correction of said deficiency. The Contractor shall be responsible for all costs incurred in any television inspection performed solely for the benefit of the Contractor. Once the “Television Inspection” has been completed, the Contractor shall submit to the Engineer the written reports of the inspection plus the inspection video recordings. Video recordings shall be in color and provided on a CD or DVD that is viewable in Moving Picture Experts Group (MPEG) format and compatible for viewing using Microsoft Windows Media Player, Apple QuickTime Player, and Adobe Flash Player. The video shall be compatible with GraniteXP, the City of Renton’s software for storing, viewing and managing inspection videos. The Contractor shall use television inspection report forms as considered industry standard and as approved by the Engineer, and provide completed forms and video recordings of the completed “Television Inspection” to the Engineer. Special Provisions – BID DOCUMENT SP-171 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The Contractor shall also: • Introduce water prior to starting the television inspection to allow any sags in the pipe to be seen in the video. • Mount a 1-inch ball in front of the camera head. The ball would be seen rolling in the video and give a visual reference for the depth of water. • Ensure that the video references each storm pipe segment to the upstream and downstream connecting structures. The Contractor shall correct all deficiencies found during the video inspection and demonstrate that the correction was made with an updated inspection PTZ video. Maximum allowable ponding depth detected by video inspection shall be 0.5 inches. For apparent water tightness deficiencies identified by the video inspection, the City may at its discretion accept the storm pipe line(s) for which the Contractor demonstrates meet standards per Section 7-04.3(1)E (Exfiltration Test – Storm Sewers) or 7-04.3(1)F (Low Pressure Air Test). 7-08.4 Measurement Measurement for Shoring or Extra Excavation Class B will be per the lump sum bid price based on a percentage defined as the amount of water pipe installed divided by the total length of water pipe shown to be installed in conformance with the Contract Documents. The contract price per cubic yard for controlled density fill shall be for full compensation for, but is not limited to, all labor, materials, incidentals, tools and equipment necessary to satisfactorily complete the work as defined in the contract specifications and shown on the contract plans. Also included is the cost to haul and dispose of surplus or unsuitable excavated materials. Measurement for Television Inspection will be per lump sum. 7-08.5 Payment Section 7-08.5 is supplemented with the following: "Shoring or Extra Excavation Class B for ______", lump sum. Payment for Shoring or Extra Excavation Class B will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all equipment, labor, materials, hauling, planning, design, engineering, submittals, furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17, etc., required to complete this item of Work in conformance with the Contract Documents. The work includes, but not limited to, preparing and submitting a shoring plan stamped by a professional engineer registered in the State of Washington by the preconstruction conference. Special Provisions – BID DOCUMENT SP-172 Rainier Ave S Corridor Improvements – Phase 4 August 2022 “Dewatering”, per force account. Payment for dewatering shall include dewatering measures as necessary to complete the work, including but not limited to, excavation, backfill, preparation of temporary dewatering plan, temporary piping, pumps, steel sheets, sediment treatment of discharge water and/or obtaining permit approval from King County Wastewater Treatment Division for discharge to sewer, or other methods deemed necessary to operate and maintain a system in accordance with the Contract Documents. If additional measures are necessary due to contaminated groundwater, these measures shall paid under ‘Contaminated Water Treatment’ in accordance with Section 2-05. “Television Inspection,” lump sum. The lump sum contract price for Television Inspection shall be full pay for complete video inspection of all installed storm sewer pipes and furnishing an acceptable videotape or DVD to the Engineer. Costs for additional Television Inspection required to verify corrections or replacement of pipe, or done solely for the Contractor’s convenience, shall be at the Contractor’s sole expense. Payment for plugging and abandoning existing drainage and sewer pipe shall be included in the lump sum Bid item for “Removal of Structures and Obstructions” per Section 2-02.5. Payment for plugging and abandoning existing water system shall be included in the lump sum Bid item for “Abandon Existing Water System” per Section 7-09.5. 7-09 WATER MAINS 7-09.3(5) Grade and Alignment Section 7-09.3(5) is revised as follows: The depth of trenching for water mains shall be such as to give a minimum cover of 48 inches over the top of the pipe unless otherwise specified in the Special Provisions. Maximum cover for all water mains shall be 60 inches. Any deviations must be approved by the City of Renton prior to construction. Deeper excavation may be required due to localized breaks in grade, or to install the new main under existing culverts or other utilities where necessary. Where the profile of the pipeline and the ground surface is shown on the Plans, the pipeline shall be laid to the elevation shown regardless of depth. The excavation shall be to such depth that the minimum cover over valve operating nuts shall be 1-foot. 7-09.3(7)A Dewatering of Trench Revise this subsection to read: Where water is encountered in the trench and other excavations for structures, it shall be removed during pipe-laying and backfilling operations and the trench and/or excavation so maintained until the ends of the pipe are sealed and provisions are made to prevent floating of the pipe, or the structure is placed or constructed, and provisions are made to prevent it from floating. Trench water or other deleterious materials shall not be allowed to enter the pipe at any time. Special Provisions – BID DOCUMENT SP-173 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The Contractor shall furnish all equipment necessary to dewater the excavation and shall dispose of the water in such a manner as not to cause a nuisance or menace to the public, or damage or cause deterioration of existing improvements or natural features. The dewatering system shall be installed and operated by the Contractor so that the groundwater level outside the excavation is not reduced to the extent that adjacent structures or property are endangered or damaged. The release of groundwater to its static level shall be performed in such a manner as to maintain the undisturbed state of the natural foundation soil, prevent disturbances of backfill and prevent movement of structures and pipelines. Discharge to existing storm sewer facilities, storm drain system, or containment and discharge of such collected groundwater shall be in accordance with the TESC Plan as reviewed by the Engineer. Payment for required storage, testing, reporting, and agency fees associated with temporary construction dewatering will be included in the force account bid item ‘Dewatering’ as described in Section 7-08 and no additional payment will be made. 7-09.3(15)A Ductile Iron Pipe Section 7-09.3(15)A is revised as follows: Long radius curves with radius of 400 feet or more, either horizontal or vertical, pipe may be laid with standard pipe lengths by deflecting the joints. If the pipe is shown curved on the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed one half (50%) of the manufacturer’s printed recommended deflections. The Contractor shall submit to the Engineer the pipe manufacturer's joint deflection recommendations prior to pipe installation indicating deflections are within allowable AWWA specification tolerances. Where field conditions require deflection or curves not anticipated by the Plans, the Engineer will determine the methods to be used. No additional payment will be made for laying pipe on curves as shown on the Plans, or for field changes involving standard lengths of pipe deflected at the joints. When additional and/or special fittings not shown on the Plans are required to meet field conditions, additional payment will be made for special fittings as provided in Section 1-09.6. When rubber gasketed pipe is laid on a curve, the pipe shall be jointed in a straight alignment and then deflected to the curved alignment. Trenches shall be made wider on curves for this purpose. Where pipe installation on curves requires the use of special fittings, concrete blocking shall be used per Section 7-09.3(21). Where restrained joint pipe is installed on a curve, the Contractor shall submit the pipe manufacturer’s recommendations to the Engineer for approval. 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 Inches and Over) Section 7-09.3(15)B is revised to read: Special Provisions – BID DOCUMENT SP-174 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Polyvinyl Chloride (PVC) Pipe shall not be used for water mains, water services and appurtenances. 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement Section 7-09.3(17), including title, is deleted and replaced with the following: The Contractor shall lay ductile iron pipe and fittings with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8-mil polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93. Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no additional payment shall be allowed. 7-09.3(19) Connections 7-09.3(19)A Connections to Existing Mains Section 7-09.3(19)A is revised to read: The Contractor shall not operate any valve on existing Water Main. The City of Renton Water Operations and Maintenance staff will make all connections to charged water mains and will operate all valves to accomplish shutdowns and subsequent reactivation. The draining of existing water mains will be done by City water maintenance staff. The Contractor shall provide pumping and disposal of the water from the draining of the existing water mains including de-chlorination of the water prior to disposal. Connections to the existing water main shall not be made without first making the necessary scheduling arrangements with the Engineer in advance. The Contractor shall request water main shut-offs for connections of new water mains to existing water mains at least ten (10) working days in advance for each connection. Approval of connections to existing water main is contingent on the Water Main and appurtenances being completely installed, tested, cleaned with polypig, disinfected and flushed per Contract requirements. City’s water operations and maintenance staff will notify in writing all water customers affected by the shut-offs of the water mains at least 48 hours in advance (not including weekends and holidays) of any water shut-offs. The Contractor may be required to perform the connection during times other than normal working hours. Water main shut-offs shall occur during non holiday weekdays unless otherwise specified in the contract documents. Water main shut-offs shall not occur in the five (5) weekdays preceding or the day after the major holidays listed below: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day. Special Provisions – BID DOCUMENT SP-175 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Due to the needs of various water customers in the project vicinity, water shut-off periods are limited to the times set forth below: Days Hours Monday to Thursday 9:00 AM TO 3:00 PM Friday to Sunday DO NOT SCHEDULE The City of Renton’s Water Maintenance Manager, at his/her sole discretion, may adjust the above shut-off periods in order to address specific project circumstances and customer needs. No water main shutoffs affecting public schools will be allowed during scheduled school hours. The City reserves the right to re-schedule the connection if the work area is not ready at the scheduled time for the connection. Points of connection to existing water mains shall be exposed by hydro excavation or potholing prior to trenching of the new water mains. Before the installation of the new water mains, the Contractor shall field verify, in the presence of the Engineer, the actual location and depth of the existing water mains where new connections will be made to assure proper fit. Care shall be taken not to disturb existing thrust blocks and soil bearing areas. After excavation, the Contractor shall verify the dimensions, type, condition, and roundness of the exposed water main. The Contractor shall immediately notify the Engineer if the connection cannot be made as specified by the Contract Plans in order that the connection detail may be revised. When necessary, the profile shall be adjusted as directed by the Engineer to prevent abrupt changes in grade and alignment of the water main and connection. The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and disposal of unsuitable materials, shoring, de-watering, foundation material, at the connection areas before the scheduled time for the connection by the City. The Contractor shall provide all materials necessary for the City Water Maintenance personnel to install all connections to existing water mains as indicated on the contract plans, including fittings, couplings, pipe spools, shackle materials to complete the connections. The City Water Operations and Maintenance staff will: a) Deactivate and dewater the existing and new water main to perform the connections. The Contractor shall provide pumping and disposal of the water from the draining of the water mains including de-chlorination. b) Cut, remove and dispose pipe sections as necessary to install the new Materials with Contractor’s assistance c) Swab all connecting pipe and fittings with 5-6% chlorine solution d) Perform the connection work e) Reactivate and flush the Water Main The Contractor shall install the polywrap on all pipe and fittings at the connection points and installed concrete thrust blocks per Contract standard plans and specifications. In addition to those connections shown on the Plans, segments of a new Water Main may be placed in service prior to completion of the new Water Main. All connection between the charged Special Provisions – BID DOCUMENT SP-176 Rainier Ave S Corridor Improvements – Phase 4 August 2022 and uncharged segments of the new Water Main, including connection to a new Tapping Tee and Valve will be done by the City of Renton Water Operations and Maintenance staff. Connections to existing water mains which include the cutting of the existing water main for the installation of new in-line tee and valves shall be done in two steps: Step 1: Cut-in of existing water main for installation of in-line tee, valves and appurtenances. The Contractor shall provide all materials necessary for the City Water Maintenance personnel to cut the existing water main as indicated on the contract plans for the installation of the in-line tee and valves, including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete the cut-in. After the cut-in of the in-line tee and valves by City personnel, the Contractor shall provide and install concrete blocking and polyethylene encasement behind the tee and other fittings. A minimum 3-day curing period is for all concrete blockings before a connection can be made to the new water mains or new tapping valve. Step 2: Connection of new water main to the above cut-in tee and valves, or to a new tapping valve on existing water mains. 7-09.3(19)B Maintaining Service Section 7-09.3(19)B is supplemented with the following: Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less than 48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block Section 7-09.3(21) is revised to read : Concrete thrust blocking shall be placed at bends, tees, dead ends, crosses and on other fittings in conformance to the City of Renton Standards Plans, latest revisions and Contract Plans. Concrete thrust collar and blocking and dead-man thrust blocking shall be installed at locations shown on the Plans and shall be in conformance with the Standard Plans and contract Plans. Reinforcement steel shall be Grade 40 or better. Blocking shall be poured in place Ready-Mix Concrete Class 3000 with a minimum compressive strength at 28 days of 3,000 psi. Job site mixing, hand-mixed concrete and mobile concrete mixers are not allowed. All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall bear against solid undisturbed earth at the sides and bottom of the trench excavation and shall be shaped and properly formed with plywood or other acceptable forming materials so as not to obstruct access to the joints of the pipe, bolts or fittings. The forms shall be removed prior to backfilling. Unacceptable concrete blocking shall be replaced at the Contractor’s expense. Special Provisions – BID DOCUMENT SP-177 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The Contractor shall provide the Engineer at least 1 Working Day advance notice before pouring concrete thrust blocking and 1 Working Day advance notice for inspection and approval of all concrete blocking prior to backfilling. 7-09.3(23) Hydrostatic Pressure Test Section 7-09.3(23) is revised to read: Water main and appurtenances including service connections to the meter setter shall be tested in sections of convenient length under a hydrostatic pressure equal to 150 psi in excess of that under which they will operate or in no case shall the test pressure be less than 225 psi at the highest point on the water main. Pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and measuring equipment necessary for performing the test shall be furnished and operated by the Contractor. The Contractor shall obtain a hydrant meter permit from the City by completing a permit application and making the required security deposits. The Contractor shall use the City’s issued hydrant meter with an attached backflow prevention assembly to draw water from the City’ water system to fill the water mains for poly-pigging, testing, cleaning, disinfection and for subsequent flushing purposes. There will be a charge for the water used for filling, testing, cleaning and disinfection of the water mains. Sections to be tested shall normally be limited to 1,500 feet or less. The Engineer may require that the first section of pipe, not less than 1,000 feet in length, installed by each of the Contractor’s crews, be tested in order to qualify the crew and the materials. Pipe laying shall not be continued more than an additional 1,000 feet until the first section has been tested successfully. The pipeline shall be backfilled sufficiently to prevent movement of the pipe under pressure. Thrust blocks shall be in place and time allowed for the concrete to cure before testing. Where permanent blocking is not required, the Contractor shall furnish and install temporary blocking and remove it after testing. Before applying the specified test pressure, the water main shall be slowly filled and air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. The Contractor shall perform a leakage test concurrently with the pressure test. The pressure test shall be conducted for a 2-hour period. The test shall be accomplished by pumping the main up to the required pressure, stopping the pump for 2 hours, and then pumping the main up to the test pressure again. During the test, the section being tested shall be observed to detect any visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup water shall be sterilized by the addition of chlorine to a concentration of 50 mg/l. Special Provisions – BID DOCUMENT SP-178 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The acceptability of the pressure test and leakage test will be determined by two factors as follows: 1. The loss in pressure shall not exceed 5 psi during the 2-hour test period. 2. The quantity of water lost from the main and appurtenances shall not exceed the number of gallons during the 2-hour test period as listed in the following table. Allowable leakage in gallons per 1,000 ft. of pipeline* for a 2-hour test period Nominal Pipe Diameter (inches) PSI 6" 8" 10" 12" 16" 20" 24" 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula: 𝐿𝐿=𝑆𝑆𝑆𝑆√𝑃𝑃266,400 where: L = Allowable leakage in gallons/hour S = Gross length of pipe tested, feet D = Nominal diameter of the pipe in inches P = Test pressure during the leakage test in psi The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping from an open container of suitable size such that accurate volume measurements Special Provisions – BID DOCUMENT SP-179 Rainier Ave S Corridor Improvements – Phase 4 August 2022 can be made by the Engineer or, 2) by pumping through a positive displacement water meter with a sweep unit hand registering one (1) gallon per revolution. The meter shall be approved by the Engineer. Pressure gauges used in the test shall be accompanied with certifications of accuracy from a testing Laboratory approved by the Engineer. Any visible leakage detected shall be corrected by the Contractor regardless of the allowable leakage specified above. Should the tested section fail to meet the pressure test successfully as specified, the Contractor shall, at no additional expense to the Contracting Agency, locate and repair the defects and then retest the pipeline. All tests shall be made with the hydrant auxiliary gate valves open and pressure against the hydrant inlet valve. After the test is completed, each valve shall be tested by closing each in turn and relieving the pressure beyond. This test of the valve will be acceptable if there is no immediate loss of pressure on the gauge when the pressure comes against the valve being checked. The Contractor shall verify that the pressure differential across the valve does not exceed the rated working pressure of the valve. Prior to calling out the Engineer to witness the pressure test, the Contractor shall have all equipment set up completely ready for operation and shall have successfully performed the test to ensure that the pipe is in satisfactory condition. Defective materials or workmanship, discovered as a result of hydrostatic field test, shall be replaced by the Contractor at no additional expense to the Contracting Agency. Whenever it is necessary to replace defective material or correct the workmanship, the hydrostatic test shall be re-run at the Contractor’s expense until a satisfactory test is obtained. 7-09.3(24)A Flushing and "Poly-pigging" Section 7-09.3(24)A including title, is deleted and replaced with the following : Prior to disinfection and prior to final flushing of the Water Mains for bacteriological sampling and testing, all Water Mains shall first be poly-pigged to remove any solids or contaminated materials that may have entered or become lodged in the pipes during installation. The “Poly-pig” shall be light density foam (1-2 pcf) with 90A durometer urethane rubber coating on the rear of the “Poly-pig” only. The “Poly-pig” shall be cylinder shaped with bullet nose or squared end. The “Poly-pigs” shall be inserted in the pipes and retrieved form the pipes through launching stations with vertical crosses and blow-off assemblies as shown and on the Contract Plans and Standard Plans. If the main cannot be poly-pigged, then a tap shall be provided large enough to develop a flow velocity of at least 2.5 fps in the water main. Taps required by the Contractor for temporary or permanent release of air, chlorination or flushing purposes shall be provided by the Contractor as part of the construction of water mains. The Contractor shall be responsible for disposal of treated water flushed from mains and shall Special Provisions – BID DOCUMENT SP-180 Rainier Ave S Corridor Improvements – Phase 4 August 2022 neutralize the wastewater for protection of aquatic life in the receiving water before disposal into any natural drainage channel, i.e., receiving water, waters of the State, including wetlands. The Contractor shall be responsible for disposing of disinfecting solution to the satisfaction of the Contracting Agency and local authorities. At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5 – 8.5 standard units before discharging to surface waters of the State or to a storm sewer system that drains to surface waters of the State. If approved by the Engineer and by the local authority responsible for the sanitary sewer system, disposal of treated water from mains may be made to an available sanitary sewer, provided the rate of disposal will not overload the sewer. 7-09.3(24)D Dry Calcium Hypochlorite Section 7-09.3(24)D has been replaced with the following: Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K Retention Period Section 7-09.3(24)K has been revised as follows: Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours. After this period, the chlorine residual at pipe extremities and at other representative points shall be at least 25 mg/l. If a measurement of less than 25 mg/L is obtained repeat disinfection is required. 7-09.3(24)N Final Flushing and Testing Section 7-09.3(24)N has been revised as follows: Following chlorination, treated water shall be flushed from the newly-laid pipe until the replacement water throughout its length shows, upon test, the absence of chlorine. In the event chlorine is normally used in the source of supply, then the tests shall show a residual not in excess of that carried in the water supply system. A sample tap shall be located ahead of the flushing hose for convenience and for sanitary sampling. Before placing the lines into service, a satisfactory report shall be received from the local or State Health Department or an approved testing lab on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. After the flushing of the chlorinated water from the new water mains, an additional 16-hour rest period is required before the first set of samples is taken from representative points. After a minimum 15 minutes rest period, a second set of samples , the installation of new mains requires that two sets of samples for coliform analysis are collected using the following method: AWWA C651-14 Option B Special Provisions – BID DOCUMENT SP-181 Rainier Ave S Corridor Improvements – Phase 4 August 2022 5. Provide rest period of at least 16 hours. 6. Collect first set of samples from representative points. 7. Provide wait period of at least 15 minutes. 8. Collect second set of samples from representative points. At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5 to 8.5 standard units, if necessary, before discharging to surface waters of the State or to a storm sewer system that drains to surface waters of the State. Add New Section 7-09.3(25): 7-09.3(25) Joint Restraint Systems General: Where shown on the plans or in the specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. All joint restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus Ohio 43216, unless an equal alternate is approved in writing by the Engineer. Materials: Steel types used shall be: High strength low-alloy steel (cor-ten), ASTM A242, heat-treated, superstar "SST" series. High strength low-alloy steel (cor-ten), ASTM A242, superstar "SS" series. Items to be galvanized are to meet the following requirements: ASTM A153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled, pressed and forged steel shapes. Joint restrainer system components: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufacturer’s reheat and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical joints. same ASTM specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8" rod. same ASTM specification as SST 7. Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc plated or hot-dip galvanized. Special Provisions – BID DOCUMENT SP-182 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Tiecoupling: used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, grade C3. S10: for 5/8" and 3/4" tierods, ASTM A563, grade A. Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter, ASTM A36, A307. Tiewasher: round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436. S17: ANSI B18.22.1. Installation: Install the joint restraint system in accordance with the manufacturer’s instructions so all joints are mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecouplings with both rods threaded equal distance into tiecouplings. Arrange tierods symmetrically around the pipe. pipe Diameter Number of 3/4" Tie Rods Required 4" ....................................................... 2 6" ....................................................... 2 8" ....................................................... 3 10" ...................................................... 4 12" ...................................................... 6 14" ...................................................... 8 16" ...................................................... 8 18" ...................................................... 8 20" ...................................................... 10 24" ...................................................... 14 30" ...................................................... (16-7/8"rods) 36" ...................................................... (24-7/8"rods) Where a manufacturer’s mechanical joint valve or fitting is supplied with slots for "T" bolts instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tiebolts. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the Inspector’s satisfaction, with koppers bitomastic no. 300-m, or approved equal. Where poly wrapping is not required all tiebolts, tienuts, tiecouplings, tierods and tiewashers Special Provisions – BID DOCUMENT SP-183 Rainier Ave S Corridor Improvements – Phase 4 August 2022 may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with koppers bitumastic no. 800-m, or approved equal. Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of the pipe and no additional payment shall be made. Add New Section 7-09.3(26): 7-09.3(26) Abandonment of Existing Water Pipe Where shown in the Plans or at other locations as determined by the Engineer, the Contractor shall abandon existing water lines per Section 7-08.3(4) of the Standard Specifications and these Special Provisions. Where the remaining portion of the existing water main is to remain in service following removal of the designated water main, hydrant assembly, or water service connection, the Contractor shall install a permanent cast iron or ductile iron cap or plug with associated fittings, and thrust block. 7-09.4 Measurement Section 7-09.4 is supplemented and revised as follows: Measurement for "Ductile Iron Pipe, Class 52, ____-inch Diam. Water Pipe and Restrained-Joint Fittings and Polyethylene Encasement”, will be per Linear Foot and will be based on the actual lineal footage measured horizontally over the centerline of the installed pipe and fittings. No deductions will be made for the linear length of fittings, valves, couplings, etc. contained within the measured length. At changes in pipe size connected by a reducer, the point of measurement will be taken as the midpoint of the reducer. Measurement for “Bank Run Gravel for Trench Backfill Water” will be measured in tons based on the weight of material installed into the Work in conformance with the Contract Documents. Certified weight tickets will accompany each load, a copy of tickets will be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the Plans or as approved by the Engineer will be deducted from the certified tickets. Measurement for “Connection to Existing Water Main, ___ In.” will be per each connection for completion in conformance with the Contract Documents. Measurement of “Concrete for Thrust Blocking and Dead-Man Anchor Block” will be per cubic yard for all concrete installed for thrust blocking and dead-man anchor blocks in conformance with the Contract Documents. Measurement for “Removal and Replacement of Unsuitable Foundation Material” will be measured in Tons based on the placed weight of material installed in conformance with the Contract Documents. Placement of foundation material will be measured only for the area(s) authorized by the Engineer. Certified tickets will accompany each load, a copy of tickets will be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Special Provisions – BID DOCUMENT SP-184 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Measurement for “Abandon Existing Water System” will be per the lump sum bid price performed in conformance with the Contract Documents. 7-09.5 Payment Section 7-09.5 is revised and supplemented as follows: “Abandon Existing Water System”, lump sum. Payment for Abandon Existing Water System shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Sawcutting existing asphalt, sidewalk, curb, and gutter up to approximately 12” in depth, • Excavation, removal, haul, and disposal of waste materials including but not limited to pavement, curbs, gutters, thrust blocks, sidewalks, existing pipes and structures, surplus and unsuitable excavated material, • Capping abandoned pipes, hydrant laterals, and fittings with mechanical joint caps or plugs, removal of valve boxes, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Replacing, protecting and/or maintaining existing utilities • Furnishing and placing temporary hot mix asphalt patching. "Connection to Existing Water Main, ___ In. ", per each. Payment for connection to existing water main shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical locations, • Sawcutting existing asphalt and concrete pavement up to approximately 12-inch thickness, sidewalk, curb, and gutter, • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus, and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Excavation, removal, haul, and disposal of waste materials including but not limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, and existing pipes and appurtenances, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Trench dewatering, including but not limited to sump pumps and hoses and sedimentation tank mobilization, assembly, maintenance, relocation, and removal, • Furnishing all required pipes, fittings, adapters, couplings, and incidentals as required for City’s water department’s personnel to perform the initial cut-in installation of valves, and fittings on the existing water main(s), • Furnishing all required pipes, fittings, adapters, couplings, sleeves, transition couplings, reducers of various diameters and incidentals as required for City’s Special Provisions – BID DOCUMENT SP-185 Rainier Ave S Corridor Improvements – Phase 4 August 2022 water department’s personnel to perform the second and final connection of the new water line to the existing water system and to the valves installed during the initial cut-in as described above. Ductile iron pipe spools, fittings, adapters, couplings, sleeves and reducers of various diameter sizes including 4”, 6”, 8”, 10”, 12” shall be considered as incidentals to this bid item and no further compensation shall be made. • Placing and compacting crushed surfacing rocks for bedding materials and for pipe zone materials for ductile iron pipes and fittings, • Placing and compacting trench backfill, • Replacing, protecting, and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt pavement patching. "Concrete for Thrust Blocking and Dead-Man Block", per each. Payment for connection to existing water main shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical locations, • Sawcutting existing asphalt and concrete pavement up to approximately 12-inch thickness, sidewalk, curb, and gutter, • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus, and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Excavation, removal, haul, and disposal of waste materials including but not limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, and existing pipes and appurtenances, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Trench dewatering, including but not limited to sump pumps and hoses and sedimentation tank mobilization, assembly, maintenance, relocation, and removal, • Furnishing all required pipes, fittings, adapters, couplings, and incidentals as required for City’s water department’s personnel to perform the initial cut-in installation of valves, and fittings on the existing water main(s), • Furnishing all required pipes, fittings, adapters, couplings, sleeves, transition couplings, reducers of various diameters and incidentals as required for City’s water department’s personnel to perform the second and final connection of the new water line to the existing water system and to the valves installed during the initial cut-in as described above. Ductile iron pipe spools, fittings, adapters, couplings, sleeves and reducers of various diameter sizes including 4”, 6”, 8”, 10”, 12” shall be considered as incidentals to this bid item and no further compensation shall be made. • Placing and compacting crushed surfacing rocks for bedding materials and for pipe zone materials for ductile iron pipes and fittings, • Placing and compacting trench backfill, • Replacing, protecting, and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt pavement patching. “Petroleum Contaminated Excavation and Disposal Incl. Haul”, per force account. See Special Provisions – BID DOCUMENT SP-186 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Section 2-05. "Removal and Replacement of Unsuitable Foundation Material", per ton. Payment for removal and replacement of unsuitable foundation material will be made at the unit bid price, which will be complete compensation for all labor, materials, tools, equipment, excavation, foundation materials, haul, placement, water, compaction, removal haul and disposal of waste material, etc., required to complete this item of Work in conformance with the Contract Documents. Payment for this item will be only for the removal and replacement of unsuitable material requested by the City. “CI. 52 DI Water Pipe with Restrained-Joint Fittings and Polyethylene Encasement” of the type and size specified shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: o Locating all existing utilities, water main and services and potholing in advance to determine their horizontal and vertical locations, o Sawcutting existing asphalt and concrete pavement up to approximately 12-inch thickness, sidewalk, curb, and gutter, o Removing and disposing pavement, curbs, gutters, sidewalks, and the like, o Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, o Trench dewatering, including but not limited to sump pumps and hoses and sedimentation tank mobilization, assembly, maintenance, relocation, and removal, o Excavation, removal, haul, and disposal of waste materials including but not limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, and existing pipes and appurtenances, o Installing mechanical joint end caps or plugs on all abandoned in-place water pipes, o Utility or light pole holding in conformance with the requirements of the applicable utility including, if necessary, arranging for the utility to hold poles and paying the associated fees, o Furnishing, installing, laying and jointing water pipes and restrained-joint fittings of the size, type and class as shown on the plans and as specified in Section 9-30.2(6) of the contract special provisions, polyethylene encasement, special fittings including wedge type restrained-joint follower glands at all fittings with mechanical-joint end, tees, crosses, reducers, sleeves, horizontal and vertical bends, vertical crosses for poly-pigging stations, o Deflecting the pipes and/or installing vertical bends as required to cross over or under buried utilities, o Furnishing, placing and compacting crushed surfacing rocks for bedding materials and for pipe zone materials for ductile iron pipes and fittings, o Placing and compacting trench backfill, o Furnishing and installing polyethylene foam plank (Dow Plastics Ethafoam 200 or approved equal) where necessary at utility crossings, o Temporary thrust blockings, temporary air-vacuum release assemblies, temporary blow-offs, o Polypigging, pressure-testing, disinfecting and flushing of new piping, purity testing in accordance to the contract specifications, Special Provisions – BID DOCUMENT SP-187 Rainier Ave S Corridor Improvements – Phase 4 August 2022 o Replacing, protecting, restoring and/or maintaining existing utilities, o Hand digging as required to complete construction and protect existing improvements (i.e.: rockeries, signs, mailboxes, decking, etc.) and utilities, o Furnishing and placing temporary hot mix asphalt pavement patching o Payment for 6-inch DI pipe for hydrant laterals up to 20 feet in length is included in the bid item for fire hydrant assembly. “Bank Run Gravel for Trench Backfill” Payment for bank run gravel for trench backfill will be made at the amount bid per ton, which payment will be complete compensation for all labor, materials, tools, equipment, incidentals necessary to furnish and install select import backfill, hauling, placement, compaction, removal, haul and disposal of unsuitable excavated materials, waste and surplus materials, etc., required to complete this item of Work in conformance with the Contract Documents. 7-10 BIORETENTION PLANTER The following is a new section with new subsections: 7-10.1 Description This work shall consist of constructing bioretention cells as shown on the Plans and as specified herein. This work typically includes: 1. Protection of subgrade from compaction or silt laden runoff during construction; 2. Excavation of swale to subgrade; 3. Placement of impermeable bioretention liner where specified on plans; 4. Placement of gravel backfill for drain, gravel backfill for sand drain, bioretention media, and compost. 5. Planting the plants; and 6. Protection of the bioretention swale while the Project Site is stabilized. 7-10.2 Materials Materials shall meet the requirements of the following sections: Coarse Compost 9-14.4(8) Bioretention Media Special Provision 9-14.2(4) Streambed Cobbles 9-03.11(2) See Section 7-01 for underdrains, underdrain aggregate, and cleanouts. 710.3 Construction Requirements 7-10.3(1) General Sediment laden water shall not be allowed to enter the bioretention cell until written authorization is given by the Engineer. Special Provisions – BID DOCUMENT SP-188 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Bioretention soil shall be protected from all sources of additional moisture at the supplier’s site, in covered conveyance, and at the Project Site as incorporated into the Work. Soil placement and compaction will not be allowed when the ground is frozen, or when the weather is too wet as determined by the Engineer The Contractor shall provide the testing laboratory for all bioretention soils and have all required tests completed, the laboratory shall be a Seal of Testing Assurance (STA), AASHTO, ASTM or other standards organization, as designated in the contract, accredited laboratory with current and maintained certification. The testing laboratory shall be capable of performing all tests to the standards specified,and shall provide test results with an accompanying Manufacturer's Certificate of Compliance. Bioretention Cells shall be constructed in conformance with the Low Impact Development Technical Guidance Manual for Puget Sound (December 2012). 7-10.3(1)A Submittals for Bioretention Media Design At least 10 Working Days prior to placement of Bioretention Media, the Contractor shall submit to the Engineer the following in accordance with Section 1-05.3: 1. Grain size analysis results of the Mineral Aggregate for bioretention media (Section 9-03.2(2)) performed by an independent laboratory in accordance with ASTM D 422, Standard Test Method for Particle Size Analysis of Soils; 2. Quality analysis results for the compost for bioretention media performed in accordance with STA standards, as specified in Section 9-14.4(9); 3. Organic content test results of the bioretention media. Organic content test shall be performed in accordance with Testing Methods for the Examination of Compost and Composting (TMECC) 05.07A, “Loss-On-Ignition Organic Matter Method”; 4. Cationic Exchange Capacity test results. 5. A five (5) gallon sample of the bioretention media, including the following information: a. The Manufacturer’s Certificate(s) of Compliance per Section 1-06.3 accompanying the test results from the Supplier of the bioretention media, and (if different) the Suppliers of the mineral aggregate and compost components, including their name(s) and address(es); b. A description of the equipment and methods to mix the mineral aggregate and compost to produce bioretention soil; 6. The following information about the testing laboratory(ies): a. name of laboratory(ies) including contact person(s), b. address(es), c. phone contact(s), d. e-mail address(es); e. Qualifications of laboratory and personnel including date of current certification by STA, ASTM, AASHTO, or approved equal. A second sample, with Supplier information, shall be collected by the Contractor from the material actually delivered to the site and delivered to the Engineer. Engineer may conduct testing on the samples to verify that the material delivered is the same material submitted on. Special Provisions – BID DOCUMENT SP-189 Rainier Ave S Corridor Improvements – Phase 4 August 2022 7-10.3(2) Grading and Placement for Bioretention Cells Grading and placement for bioretention cells shall be performed as follows: 1. The Contractor shall construct the bioretention cell during the dry months to make sure that the swale is in place and stabilized prior to the wet season. 2. No heavy equipment shall operate within the swale or earth berm perimeter once bioretention cell excavation has begun, including during excavation, backfilling, tree pit preparation, mulching, or planting. At the locations shown on the Drawings, bioretention cells shall be excavated to accommodate the placing of Bioretention Media and, if applicable, Gravel Reservoir as shown on the Drawings. There shall be no grading within the drip line of trees to be retained, unless otherwise specified in the Drawings. The Contractor shall review the site and notify the Engineer of conflicts with tree protection standards and/or other site conditions 24-hours prior to proceeding with the Work. The Contractor shall provide the Engineer the opportunity to inspect the excavation 24-hours prior to placement of any material or subgrade soil scarification. 3. After excavation to subgrade, if any sediment laden runoff has entered the cell, the sediment deposition shall be removed by over-excavating the cell in minimum 3-inch layers, and until approved by the Engineer. The excavated material shall be replaced with Bioretention Media, at the Contractor’s expense. 4. Where a bioretention liner is shown on the Plans, an impermeable liner meeting the material requirements found in Section 7-05 of these Special Provisions shall be installed in accordance with the manufacturer’s instructions prior to installation of the underdrain, drain rock, and bioretention media. 5. For cells where a bioretention liner will not be installed, the Contractor shall scarify the surface of the prepared subgrade to a minimum depth of 3-6 inches prior to placement of Bioretention Media or Construction Geotextile/Gravel Reservoir, if applicable. 6. If applicable, after placement of Gravel Reservoir, if any sediment laden runoff has entered the bioretention cell, the sediment deposition shall be removed by excavating Gravel Reservoir in the bioretention cell in minimum 3-inch layers (until approved by the Engineer) and replacing it with clean Gravel Reservoir, at the Contractor’s expense. 7. The Contractor shall place Bioretention Media loosely upon a prepared subgrade, or upon Construction Geotextile/Gravel Reservoir if an underdrain is specified in accordance with these Specifications and in conformity with the lines, grades, depth, and typical cross-section shown in the Drawings or as established by the Engineer. See Section 7-10.3(3) for additional information regarding placement of Bioretention Media. 8. Locations and grading requirements to support new trees as a component of the bioretention system shall be field marked by the Engineer when identified as “field locate by the Engineer” on the Drawings. Provide 24-hour advance notice for Engineer to locate plantings per Section 8 -02.3(7). 9. Prior to seeding or planting, the Contractor shall notify the Engineer to inspect the bioretention cell. If any sediment laden runoff has entered the swale, the Contractor shall remove the top 3 inches of Bioretention Media and replace with Bioretention Media per design, at the Contractor’s expense. Special Provisions – BID DOCUMENT SP-190 Rainier Ave S Corridor Improvements – Phase 4 August 2022 10. Contractor shall be responsible protecting the bioretention swale until the vegetation is stabilized. Contractor shall be responsible for protecting the stabilized bioretention cell from sedimentation until the remainder of the site is stabilized and cleaned up. 11. No Materials or substances shall be mixed or dumped within the bioretention landscape planting area that may be harmful to plant growth, or prove a hindrance to the planting or maintenance operations. 12. The finished elevation of the top of the bioretention cell shall be two (2) inch below walks, curbs, pavements and driveways, unless otherwise specified or detailed on the plans. Upon completion of finish grading work, all excess Material shall be removed from the Project Site and disposed of accordingly. 7-10.3(3) Bioretention Media Placement The Contractor shall not place Bioretention Media until the Project Site draining to the bioretention area has been stabilized and authorization is given by Engineer. Soil placement and consolidation shall not occur when the Bioretention Media is excessively wet. Mixing or placing Bioretention Media shall not be allowed if the area receiving Bioretention Media is frozen, excessively wet or saturated or has been subjected to more than 1/2-inch of precipitation within 48-hours prior to mixing or placement. The Contractor shall not place Bioretention Media until the Media delivery ticket(s) have been reviewed and accepted by the Engineer. At first delivery of Bioretention Media, and for deliveries thereafter as determined by the Engineer, the Contractor will make available to the Engineer: 1. The 5 gallon sample of Bioretention Media described in 7-22.3(1)A SUBMITTALS, for comparison with the delivered soil. 2. The Manufacturer’s Certificate(s) of Compliance and test results described in 7-22.3 (1)A SUBMITTALS, for comparison with the delivery tickets to verify the Suppliers. 3. Access to the delivered Bioretention Media, before placement, to verify that it is homogeneously mixed and matches the submitted sample. The Engineer may stop Bioretention Media delivery and placement if the Engineer determines that the delivered soil does not appear to match the submittals, and require sampling and testing of the delivered soil, before authorizing Bioretention Media placement. Place Bioretention Media specified for landscape areas loosely. Final soil depth shall be measured and verified only after the soil has been water consolidated, which requires filling the swale with water in a controlled manner, without creating any scour or erosion, to at least 4-inches of ponding. Do not allow uncontrolled runoff from adjacent impervious areas to enter swales. Repeat until final depth is achieved. After placement of Bioretention Media, and before planting or placing coarse compost, the Contractor shall notify the Engineer at least five (5) Working days in advance, so that the Engineer can perform compaction and final infiltration testing. Rake soil to final grade, swale shall be consolidated or compacted as specified above, and approved by Engineer prior to planting. Special Provisions – BID DOCUMENT SP-191 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Bioretention Media shall be protected from all sources of additional moisture at the Supplier’s site, in covered conveyance, and at the Project Site until incorporated into the Work. 7-10.3(4) Bioretention Media Acceptance Upon final placement of the Bioretention Media and prior to planting and placement of coarse compost, the owner will perform compaction and in-place infiltration testing to determine final acceptance of the BSM. Bioretention swale shall provide a minimum infiltration rate of 1.0 inches/hour. Three separate infiltration tests shall be conducted back-to-back on each facility. The swale will not be accepted if it exhibits an infiltration rate of less than 1.0 inches/hour on any of the three tests. Upon completion of the final testing no equipment will be allowed within the bioretention swale. All areas which fail the infiltration testing shall be retested at the Contractors expense after the Contractor addresses deficiencies in the construction methods or materials. Should equipment enter the swale after the owner provided infiltration testing the area shall be retested at the Contractor’s expense. 7-10.3(5) Streambed Cobbles Streambed cobbles, 6-inch minus, shall be hand-placed where specified on the Plans. Cobble depth shall be as specified on the Plans. 7-10.4 Measurement “Bioretention Planter” shall be measured per square foot of planter completed and accepted. No specific unit of measurement shall be made for trench excavation for bioretention planter and slope stabilization, Construction Geotextile for Separation, Quarry Spalls, streambed cobbles, or to maintain the bioretention planter during construction. 7-10.5 Payment “Bioretention Planter”, per square foot. The unit contract price for “Bioretention Planter” shall be full compensation for all labor, tools, equipment, and materials necessary to complete the work as shown on the Plans and as described herein, including but not limited to: trench excavation, subgrade treatment, slope stabilization, grading, raking, soil verification and reporting, soil testing and protection, maintaining the bioretention planter during construction, and materials necessary to furnishing and install Construction Geotextile for Separation, Streambed Cobbles, and Quarry Spalls. All materials, labor, tools, equipment and supplies necessary for weed control within the planting areas, planting area preparation, fine grading, planting, cultivation, plant storage and protection, fertilizer and root dip, staking, cleanup, water necessary to complete ALL planting operations as required by the Plans, Standard Specifications and these Special Provisions. for bioretention planter shall be measured and paid under Section 8-02 Special Provisions – BID DOCUMENT SP-192 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Bioretention Media for bioretention planter shall be measured and paid under the “Bioretention Media” bid item. Coarse Compost for bioretention planter shall be measured and paid under the “Coarse Compost” bid item. Top Soil A for bioretention planter shall be measured and paid under the “Top Soil A” bid item. Protecting the bioretention planter from sedimentation shall be included in “Erosion/Water Pollution Control” bid item. 7-11 CORROSION MONITORING TEST STATIONS AND JOINT BONDING REQUIREMENTS Section 7-11 is a new section: (******) 7-11.1 Description This section specifies the requirements for the installation of corrosion monitoring test stations and electrical bonding of the ductile iron pipeline joints for the new City of Renton ductile iron water pipeline. Specifically, the work will include the following: 1. Installation of corrosion monitoring test stations at locations of crossings with Seattle Public Utilities (SPU) water pipeline Installation of high potential magnesium anodes along select portions of the new piping alignment. Providing for electrical continuity of all new ductile iron pipeline components 50-feet on each side of each SPU crossing. Work shall be in accordance with the latest revision of the following documents. In case of conflict between the requirements of this Section and that of the listed document, the requirements of this Section shall prevail. • NACE SP0169 Control of External Corrosion on Underground or Submerged Metallic Piping Systems • NACE TM0497 Measurement Techniques Related to Criteria for Cathodic Protection on Underground or Submerged Metallic Piping Systems 7-11.2 Materials All material shall be in accordance with section 9-30.7 Corrosion Protection. 7-11.3(1) Construction Requirements Commissioning of the newly installed corrosion monitoring test stations and pipeline electrical continuity testing shall be completed by an individual who holds current certification by the NACE as, at a minimum, a Cathodic Protection Technician (CP2). Special Provisions – BID DOCUMENT SP-193 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Submittal and approval of the following items will be required prior to commencement of work: • Thermite weld materials including weld mold, size and type of shot, and weld coating materials. • Jumper bond cables. • Corrosion monitoring test stations. • Current drain anode. • Certification of individual who will conduct the test station commissioning and pipeline electrical continuity testing. • Submittal Requirements 7-11.3(2) Electrical Bonding All ductile iron bell and spigot pipeline joints, valves, tees, and other metallic pipeline equipment shall be made electrically continuous through the installation of a single jumper bond exothermically welded across each connection joint. Electrical continuity shall be provided on all ductile iron piping and fittings 50-feet on each side of each SPU crossing unless otherwise noted by the plans. Observe proper safety precautions, welding procedures, thermite weld material selection, and surface preparation recommended by the welder manufacture. Assure that the pipe wall thickness is of sufficient thickness that the exothermic weld process will not damage the integrity of the pipe wall. After the weld connection has cooled, remove the slag, visually inspect, and physically test cables by hitting with a hammer. Remove and replace defective connections. Coat all thermite welds using Royston Primer 747 followed by the installation of a Handy Cap as manufactured by Royston Laboratories. After installation has been completed, verify that the pipeline is electrically continuous. The NACE Cathodic Protection Technician shall use a calibrated digital low resistance ohmmeter (DLRO). Joint bond resistance shall be less than or equal to the maximum allowable bond resistance value shown in the table below: Joint Type Max. Allowable Resistance Bell and Spigot or Mechanical (#2 AWG) 0.00026 ohm Flexible Coupling (#10 AWG) 0.0017 ohm *The above resistance considers 18-inch long bond wires with a 10% allowance for resistance of the thermite weld. The Owner will provide independent verification that electrical continuity exists along the lengths of the pipelines. If a discontinuity is found, excavate the pipeline and repair the defective jumper bond installation. Backfill the pipeline using the described backfilling procedures outlined in the project specifications. Prior to backfilling operations, provide results of continuity testing to the Project Manager for review and approval. Should the piping be backfilled prior to submission and approval of electrical Special Provisions – BID DOCUMENT SP-194 Rainier Ave S Corridor Improvements – Phase 4 August 2022 continuity testing results, the Contract will be required to expose the piping such that the Owner can conduct their own testing. All costs associated with exposing the pipeline and electrical continuity testing will be the responsibility of the Contractor. 7-11.3(3) Test Lead Installation A single #12 AWG and a single #8 AWG stranded copper conductor shall be installed onto the surface of the City of Renton ductile iron pipeline as well as on the SPU water pipelines. The test leads attached to the City of Renton pipeline shall be blue in color. The Contractor shall make arrangements for SPU to attach the test leads to their pipeline. The test lead insulation on for the SPU piping shall be white in color. The Contractor shall not make connections to the SPU piping under this contract. Install test leads onto the surface of the pipelines using the exothermic weld process. Ensure that adequate slack exists in the wires such that backfilling operations will not cause the wire to become detached from the pipelines. Cover the connection using Royston Handy Caps and 747 Primer materials. Provide a minimum of 6-inches of separation between adjacent thermite welds. Route the test lead wires to the test station at a minimum depth of 24-inches below grade. Install warning tape 12-inches above the test leads on horizontal runs. 7-11.3(4) Test Station Installation (Type FF and FI) Install a polyethylene support post into the ground a minimum of 2-feet. The post shall then be incorporated into the flush mounted test station as a means of protecting the wires. Route the test leads and drain anode lead through the support post and land the leads on the test station head. Provide a minimum of 12-inches of slack in the test leads. Locate the test stations along the side of the road in an accessible area to facilitate future testing. 7-11.3(5) Stationary Reference Electrode Installation Install a stationary copper-copper sulfate reference electrode between the pipelines at the crossing locations. Surround the reference electrode with pipeline backfill material and soak with 5 gallons of fresh water. Ensure that the reference electrode is not watered until it has been surrounded with backfill material so as not to cause the prepackaged backfill material to separate from the reference electrode assembly. Measure the electrical potential of each stationary copper-copper sulfate reference electrode relative to a calibrated portable copper-copper sulfate reference electrode. Reject any stationary reference electrode that is not within 10 millivolts DC of the calibrated portable reference electrode. Special Provisions – BID DOCUMENT SP-195 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Route the reference electrode lead wire to the test station and terminate on the board. 7-11.3(6) Magnesium Anodes The prepackaged high potential magnesium anodes shall be installed along the electrically continuous portions of the new 12-inch ductile iron piping. A single anode shall be thermite welded to each individual pipe length, with spacing between anodes not to exceed 20-feet. The anodes shall be positioned as shown on the project drawings. Alternate anode placement on opposite sides of the pipe along the electrically continuous section. Leave the drain anode lead wire disconnected from the pipeline. The drain anode will be used should future testing indicate the presence of stray current. 7-11.3(6) Drain Anodes Position the prepackaged drain anode between the two pipelines at the crossing location. Provide a minimum 4-foot separate between the drain anode and the stationary reference electrode. Route the anode lead wire to the test station and terminate as shown on the project drawings. Leave the drain anode lead wire disconnected from the pipeline. The drain anode will be used should future testing indicate the presence of stray current. 7-11.3(7) Commissioning Commissioning of each test station will include measuring the electrical potential of each pipeline test lead and drain anode lead in reference to the installed stationary reference electrode and a calibrated copper-copper sulfate portable reference electrode. In addition, measure the electrical potential of each stationary reference electrode relative to the calibrated copper-copper sulfate portable reference electrode. Tabulate the test results and submit them to the Owner for their review. Use the following equipment when commissioning the newly installed test stations: 1. High impedance (minimum 10MΩ) digital multimeter. 2. Calibrated copper-copper sulfate portable reference electrode. 3. Test leads and alligator clips as required. Reference Standards: This Section incorporates by reference the latest revision of the following documents. In case of conflict between the requirements of this Section and that of the listed document, the requirements of this Section shall prevail. Reference-Title NACE SP0169-Control of External Corrosion on Underground or Submerged Metallic Piping Special Provisions – BID DOCUMENT SP-196 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Systems NACE TM0497-Measurement Techniques Related to Criteria for Cathodic Protection on Underground or Submerged Metallic Piping Systems Commissioning of the newly installed corrosion monitoring test stations and pipeline electrical continuity testing shall be completed by an individual who holds current certification by NACE as, at a minimum, a Cathodic Protection Technician (CP2). 7-11.3(8) Submittals Submittal and approval of the following items will be required prior to commencement of work: 1. High potential magnesium anodes. 2. Zinc drain anodes. 3. Thermite weld materials including weld mold, size and type of shot, and weld coating. 4. Jumper bond cables. 5. Corrosion monitoring test stations. 6. Stationary reference electrodes. 7-11.4 Measurement Measurement for Corrosion Protection, Pipe Joint-Bonding, Anodes, Test Stations shall be lump sum performed in conformance with Section 7-11 the Contract Documents and plans. 7-11.5 Payment “Corrosion Protection, Pipe Joint-Bonding, Anodes, Test Stations” per lump sum Payment for Corrosion Protection, Pipe Joint-Bonding, Anodes, Test Stations shall be full compensation for all labor, materials, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Furnishing and installing electrical joint bonding of the water mains, valves and fittings as shown on the contract plans, • Furnishing and installing magnesium anodes, zinc drain anodes, test stations of the number and types as specified on the plans and contract documents, insulating sleeves, and all incidentals, • Conducting electrical continuity tests and providing test records to the Engineer as specified the contract documents. Special Provisions – BID DOCUMENT SP-197 Rainier Ave S Corridor Improvements – Phase 4 August 2022 7-12 VALVES FOR WATER MAINS 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(1) has been revised as follows: Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. The rest of this section is deleted. Add New Section 7-12.3(2): 7-12.3(2) Adjust Existing Valve Box to Grade Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7-05.3(1) of the City of Renton Standard Details. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1/2") below finished grade. 7-12.4 Measurement Section 7-12.4 is supplemented by adding the following: Measurement for furnishing and installing 6”, 8", 10", and 12" gate valve assemblies will be per each for each type of valve installed in conformance with the Contract Documents. Water valve boxes shall be adjusted to final grade after final grading has been established or the asphalt concrete paving operations are complete. Adjustment of existing valve boxes to grade shall be measured per each, if included as a separate pay item in the Contract; if not a separate pay item but required to complete the Work, then value box adjustment shall be considered incidental. Measurement for adjust existing water valve manhole will be per each. Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not be included in this measurement item. Special Provisions – BID DOCUMENT SP-198 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Measurement for furnishing and installing combination air release/air vacuum assembly 2-inch will be per each. 7-12.5 Payment Section 7-12.5 is replaced with the following: "Furnish and Install ____In. Gate Valve Assembly”, per each. Payment for furnishing and installing 6”, 8", 10", and 12" gate valve assemblies shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities, water main and services and potholing in advance to determine their horizontal and vertical locations, • Sawcutting existing asphalt and concrete pavement up to approximately 12-inch thickness, sidewalk, curb, and gutter, • Removing and disposing pavement, curbs, gutters, sidewalks, and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Trench dewatering, including but not limited to sump pumps and hoses and sedimentation tank mobilization, assembly, maintenance, relocation, and removal, • Excavation, removal, haul, and disposal of waste materials including but not limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, and existing pipes and appurtenances, • Furnishing and installing valves, wedge type restrained-joint follower glands for valves with mechanical joint end(s), valve boxes and covers to grade, stem extensions, valve marker posts, polyethylene encasement, and all incidentals, • Furnishing and placing crushed surfacing rocks for bedding materials, compacting bedding materials, • Placing and compacting trench backfill, • Replacing, protecting and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt pavement patching. "Adjust Existing Water Valve Box," per each. The contract bid price for "Adjust Existing Water Valve Box", per each, shall be full compensation to perform the Work as specified in the Standards Specifications and Standard Plans including the furnishing, placing, resetting, adjustment of all accessories such as cast iron valve boxes and covers as required to match the new pavement elevation. Also included in the unit price are structure excavation, trench backfill and pavement restoration and restoration of adjacent area directly surrounding the water valve box. "Adjust Existing Water Manhole," per each. The contract bid price for “Adjust Existing Water Manhole”, per each, shall be full compensation to perform the Work as specified in the Standards Specifications and Standard Plans including resetting and adjustment of all accessories such as covers, as required to match the new pavement elevation. Also included in the unit price are structure excavation, Special Provisions – BID DOCUMENT SP-199 Rainier Ave S Corridor Improvements – Phase 4 August 2022 trench backfill and pavement restoration and restoration of adjacent area directly surrounding the water manhole. “Furnish and Install Comb. Air/Vacuum Valve Assembly 2-inch” Payment for air release and vacuum valve assembly shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting, trench excavation, shoring and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing and installing new corporation stop, valves, valve box and cover to grade, stem extension, valve marker post, pipe nipples, couplings, air and vacuum valve assembly, meter box and lid, gravel, copper pipe, galvanized iron pipe, and all other associated fittings and incidentals, • Connection to water main, • Placing and compacting trench backfill, • Testing, poly-pigging, disinfecting and flushing of new valves, • Replacing, protecting and/or maintaining existing utilities. • Restoration of public and private properties, • Replacing removed or damaged curb, gutter, and sidewalk, • Furnishing and placing temporary hot mix asphalt pavement patching 7-14 HYDRANTS 7-14.3(1) Setting Hydrants Section 7-14.3(1) is revised to read: Where shown on the Plans, hydrants shall be installed in accordance with the Standard Plans and Contract specifications. A minimum 3-foot radius unobstructed working area shall be provided around all hydrants. The bottom surface of the breakaway flange shall be set 2-inches minimum and 7-inches maximum above the concrete shear block finished grade. For each hydrant requiring vertical adjustment, see Section 7-14.3(6). Fire hydrants shall be of such length as to be suitable for installation with connections to 6", 8" and 10" piping in trenches 3-1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted in the Plans. Special Provisions – BID DOCUMENT SP-200 Rainier Ave S Corridor Improvements – Phase 4 August 2022 After installation hydrants shall be subjected to a hydrostatic test as specified in Section 7-09.3(23). The hydrant excavation shall be backfilled and compacted when installation and testing are complete and accepted by the Engineer. A concrete shear block as shown by the hydrant details on the Standard Plans shall be constructed for all hydrants. Construction, Materials, and finishing of the concrete shear block shall conform to Section 8-14, Cement Concrete Sidewalk. The shear block shall be set flush with the immediately surrounding finish grade. The Contractor shall flush, test and disinfect furnished hydrants and hydrant barrel extensions according to Section 7-14.3(6). Upon completion of the project, all fire hydrants shall be painted with two field coats of Kelly-Moore/Preservative paint No. 5780-563 DTM Acrylic Gloss Safety Yellow or approved equal. Any hydrants not in service shall be identified by covering with a burlap or plastic bag properly secured. Fire hydrant assembly shall include: main line cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), 6" DI spool (PE x PE) up to 20 feet in length, 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Storz adapter with stainless steel cable, cast iron valve box, cover, valve operating nut extension, 2-3/4" Cor-Ten shackle rods or wedge-type restrained retainer glands and accessories, concrete blocks, shear block and blue pavement marker. 7-14.3(3) Resetting Existing Hydrants Section 7-14.3(3) is supplemented with the following: All existing hydrants to be reset shall be rebuilt to the approval of the Engineer. All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. 7 14.3(4) Moving Existing Hydrants Section 7-14.3(4) is supplemented with the following: All existing hydrants to be moved shall be rebuilt to the approval of the Engineer. All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. Add the following new section: Special Provisions – BID DOCUMENT SP-201 Rainier Ave S Corridor Improvements – Phase 4 August 2022 7-14.3(7) Remove and Salvage Hydrant (New Section) Existing hydrants shall be removed where shown in the Plans. Removed hydrants shall be delivered to the City of Renton public works maintenance shops by the Contractor. Unless a specific bid item has been included in the Proposal/Contract Document, removing existing hydrants shall be incidental to and included in the various bid items. 7-14.4 Measurement Section 7-14.4 is supplemented by adding the following: Measurement for furnishing and installing fire hydrant assembly on new water main will be per each for each fire hydrant assembly installed in conformance with the Contract Documents. Measurement for remove and salvage fire hydrant will be per each for each hydrant removed and salvaged in conformance with the Contract Documents. 7-14.5 Payment Section 7-14.5 is revised as follows: Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: “Furnish and Install Fire Hydrant Assembly”, per each. Payment for furnishing and installing fire hydrant assembly on new water main shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing and installing new fire hydrant assembly, main line tee and 6-inch gate valve, and 6-inch DI piping up to 20 feet per hydrant run, Storz adapter, blue pavement marker, • Furnishing and installing valve box, valve extension, • Furnishing and installing shackles, tie-rods, concrete blocking, and wedge-type mechanical joint restraints, drain rocks, polyfilm, • Adjust hydrant to finish grade and install concrete shear block and retaining wall as shown on the standard plans, • Placing and compacting trench backfill, • Testing, disinfecting, and flushing of new hydrants, Special Provisions – BID DOCUMENT SP-202 Rainier Ave S Corridor Improvements – Phase 4 August 2022 • Replacing, protecting, and/or maintaining existing utilities, • Replacing removed or damaged curb, gutter, and sidewalk, • Furnishing and placing temporary hot mix asphalt pavement patching, • Painting the hydrants with two field coats as paint as specified in the Contract Documents • Moving, transplanting, potting, trimming, pruning shrubs and tree branches, and grading to create a clear-zone around the hydrant as specified in the Contract Documents. “Remove and Salvage Hydrant” per each. Payment for remove and salvage fire hydrant will be per each for each hydrant removed and salvaged in conformance with the Contract Documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Disconnecting the hydrant from the existing lateral pipe spool and removal of the hydrant and install 6” end cap, • Placing and compacting trench backfill, replacing removed or damaged curb, gutter, and sidewalk, • Furnishing and placing temporary hot mix asphalt pavement patching, • Deliver the hydrant to the city’s public works maintenance shops. 7-15 SERVICE CONNECTIONS 7-15.3 Construction Requirements 7-15.3 Construction Requirements Section 7-15.3 is revised to read: All pipe materials for new water service lines and for extension or replacement of existing water service lines shall be copper and lead free in accordance with the Federal Reduction of Lead in Drinking Water Act. Pipe materials for water service line installation for size 2-inch or less and connection to ductile iron water main shall be copper type “K” annealed tubing and seamless (ANSI H33.1). Ductile iron pipe Class 52 or stronger shall be direct-tapped with 1-inch corporation stops for 1-inch service lines. All meter setters for residential domestic use shall be 1-inch by 1-inch setters unless otherwise specified on the Contract Plans. For existing 3/4-inch meters, the Contractor shall furnish and install reducing couplings to adapt the 1-inch setter to the standard 3/4-inch domestic meter. Special Provisions – BID DOCUMENT SP-203 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Where installation of service lines is within existing paved streets, the service lines shall be installed by a trenchless percussion and impact method (hole-hogging). If the trenchless percussion and impact method fails, regular open trench methods may be used. Where shown in the Plans, the Contractor shall: • Furnish and install new water service lines from the new water main to the new meter setters and new meter boxes near the existing meters • Furnish and install adaptors for the relocation of the existing water meters to the new meter setters and re-install the existing meters in the new meter setters • Connect the new meter setters to the customers’ private service lines • Restore disturbed areas to their approximate original condition as directed by the Engineer. 7-15.4 Measurement Measurement for Furnish and Install 1” Water Service Connection shall be per each for each water service connection installed in conformance with the Contract Documents. Measurement for Furnish and Install 1.5” Water Service Connection shall be per each for each water service connection installed in conformance with the Contract Documents. Measurement for Furnish and Install 2” Water Service Connection shall be per each for each water service connection installed in conformance with the Contract Documents. 7-15.5 Payment “Furnish and Install 1” Water Service Connection” per each Payment for Furnish and Install 1” Water Service Connection of the size specified shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling, and disposal of pavement, curbs, gutters, sidewalks, surplus, and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Hole-hogging, boring, tunneling, mechanical, or hand trenching to install new water 1” copper water service lines, • Furnishing and installing new 1” ball valve corporation stops, direct tapping the main, laying and jointing the new 1” copper water service lines and fittings, new meter setter, new meter boxes and lids of the appropriate size and matching the Standard Plans as specified in the plans. • Pressure testing, disinfecting and flushing the new service line, Special Provisions – BID DOCUMENT SP-204 Rainier Ave S Corridor Improvements – Phase 4 August 2022 • Connecting the customer-side private service line to the new copper tailpiece behind the new meter setter and property lines, • Remove the existing water meter from the existing meter box and re-install the meter in the new meter setter and meter box, install brass reducing bushings for 3/4” x 5/8” meters, • Abandoning existing water service lines by cutting and crimping or capping, • Placing and compacting trench backfill, • Replacing, protecting, and/or maintaining existing utilities, • Restoration of public and private properties, • Replacing removed or damaged curb, gutter, and sidewalk, • Furnishing and placing temporary hot mix asphalt pavement patching. “Furnish and Install 1.5” Water Service Connection” per each Payment for Furnish and Install 1.5” Water Service Connection shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling, and disposal of pavement, curbs, gutters, sidewalks, surplus, and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Hole-hogging, boring, tunneling, mechanical, or hand trenching to install new 1.5” copper water service lines, • Furnishing and installing main line mechanical joint ductile iron tap-on-pipe reducing tee, 2” gate valve, 2”x1.5” brass coupling, laying and jointing the new 1.5” copper water service lines and fittings, new meter setter, new meter boxes and lids of the appropriate size and matching the Standard Plans as specified in the plans. • Pressure testing, disinfecting and flushing the new service line, • Connecting the customer-side private service line to the new copper tailpiece behind the new meter setter and property lines, • Remove the existing water meter from the existing meter box and re-install the meter in the new meter setter and meter box, • Abandoning existing water service lines by cutting and crimping or capping, • Placing and compacting trench backfill, • Replacing, protecting, and/or maintaining existing utilities, • Restoration of public and private properties, • Replacing removed or damaged curb, gutter, and sidewalk, • Furnishing and placing temporary hot mix asphalt pavement patching. “Furnish and Install 2” Water Service Connection” per each Payment for furnish and Install 2” Water Service Connection shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: Special Provisions – BID DOCUMENT SP-205 Rainier Ave S Corridor Improvements – Phase 4 August 2022 • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling, and disposal of pavement, curbs, gutters, sidewalks, surplus, and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Hole-hogging, boring, tunneling, mechanical, or hand trenching to install new 1.5” copper water service lines, • Furnishing and installing main line mechanical joint ductile iron tap-on-pipe reducing tee, 2” gate valve, laying and jointing the new 2” copper water service lines and fittings, new meter setter, new meter boxes and lids of the appropriate size and matching the Standard Plans as specified in the plans. • Pressure testing, disinfecting and flushing the new service line, • Connecting the customer-side private service line to the new copper tailpiece behind the new meter setter and property lines, • Remove the existing water meter from the existing meter box and re-install the meter in the new meter setter and meter box, • Abandoning existing water service lines by cutting and crimping or capping, • Placing and compacting trench backfill, • Replacing, protecting, and/or maintaining existing utilities, • Restoration of public and private properties, • Replacing removed or damaged curb, gutter, and sidewalk, • Furnishing and placing temporary hot mix asphalt pavement patching. 7-16 TEMPORARY WATER BYPASS SYSTEM Section 7-16 is a new section (******) 7-16.1 Description This work shall consist of installing, maintaining and removal of temporary water service lines to maintain continuity of water service to existing water meters and fire sprinkler supply lines, when the existing water mains are non-operational and /or are abandoned or removed for the construction of the new water lines and of other improvements. The work includes the temporary connections of the by-pass lines to the existing active water mains, the installation of temporary end-caps, concrete ecology blocks and related appurtenances. 7-16.2 Materials Materials shall meet Sections 7-09, 7-12, 7-14, 7-15 of the Standards Specifications and all applicable sections of the contract documents and contract plans. Special Provisions – BID DOCUMENT SP-206 Rainier Ave S Corridor Improvements – Phase 4 August 2022 7-16.3 Construction Requirements The contract plans include a schematic water by-pass plan layout of service connections for the contractor’s consideration. The contractor shall develop and submit a temporary domestic water service and sequencing plan to the Engineer for review and approval at least 10 calendar days prior to proceeding with the work. All temporary water service lines and connections shall be metered through the existing water meters. Existing fire hydrants shall remain in service as shown on the contract plans. Temporary by-pass water lines shall be pressure tested and disinfected after installation and prior to be put into service. 7-16.4 Measurement Measurement for Temporary Water Bypass shall be lump sum performed in conformance with Section 7-10 Temporary Water Bypass System of the Contract Documents and plans. 7-16.5 Payment “Temporary Water Bypass System” Lump Sum Payment for Temporary Water Bypass shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Development and submission of a Temporary Water Service Plan to the Engineer for review and approval, • Coordination with Renton Regional Fire Authority and provisions of required fire watch as needed, • Locating all existing utilities, water main and services and potholing in advance to determine their horizontal and vertical locations, • Sawcutting existing asphalt and concrete pavement up to approximately 12” in depth, sidewalk, curb, and gutter, • Excavation, removal, haul and disposal of structures or obstructions not specifically covered under other bid items, waste materials including but not limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, and existing pipes and appurtenances, capping of abandoned in-place water pipes with ductile iron caps. No extra payment shall be made for removing, loading, hauling, and disposing of displaced and unsuitable materials • Trench dewatering (if needed), including but not limited to sump pumps and hoses and sedimentation tank mobilization, assembly, maintenance, relocation, and removal, • Furnishing, installing temporary bypass water lines, tapping the water mains with saddles, corporation stops, gate valves, fittings, laying and jointing the bypass water lines, • Covering and burying temporary bypass pipe with a minimum of 30 inches of cover, • Installing temporary end caps on existing water mains, concrete ecology blocks, • Testing, disinfecting, and flushing the temporary bypass water lines, • Connecting the temporary by-pass water lines to the existing water mains, • Connecting the existing water service lines and water meters to the temporary bypass water lines, • Removing the temporary bypass water lines after the final connections of the water service lines and water meters to the new water mains, • Furnishing and placing temporary hot mix asphalt patching. • Restoration of public and private properties. Special Provisions – BID DOCUMENT SP-207 Rainier Ave S Corridor Improvements – Phase 4 August 2022 7-17 SANITARY SEWERS 7-17.2 Materials Section 7-17.2 is replaced with the following: Pipe Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide two copies of the pipe manufacturer’s technical literature and tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects, which prevent adequate joint seal or any other damage, shall be rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance of the respective pipe. Material for PVC sewer pipe shall meet the requirements of Section 9-05.12. Where C900 PVC sewer pipe is shown on the plans in areas with reduced separation from water mains, the pipe material shall conform to the requirements for PVC Pressure Pipe (4 inches and over) described in Section 9-30.1(5)A of the Standard Specifications. All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 7-17.3 Construction Requirements 7-17.3(1) Protection of Existing Sewerage Facilities Section 7-17.3(1) is supplemented by adding the following: When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the Contractor's responsibility to maintain this screen or trap until the new system is placed in service and then to remove it. Any construction debris, which enters the existing downstream system, shall be removed by the Contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, its outlet shall be plugged until acceptance by the Engineer. Add the following new section: 7-17.3(1)A Maintaining Service Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less than 48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Special Provisions – BID DOCUMENT SP-208 Rainier Ave S Corridor Improvements – Phase 4 August 2022 7-17.3(2)H Television Inspection Section 7-17.3(2)H is supplemented by adding the following: CCTV Inspection 1. All newly installed and newly rehabilitated (public and private) Sanitary Sewer and Storm Drain main lines shall be inspected by means of remote CCTV. CCTV inspections and reports shall be submitted to the City of Renton inspector assigned to the project prior to receiving approval to install project curbs, gutters and/or pavement. 2. The Contractor shall perform all CCTV inspections in accordance with the National Association of Sewer Service Companies (NASSCO) Pipeline Assessment Certification Program (PACP). 3. All CCTV operators shall have current NASSCO PACP certification. 4. CCTV inspections shall be recorded in a GraniteNet compatible format database using the latest software version and submitted with electronic links between the data and the video on an External HDD, DVD or Flash Drive. 5. All CCTV inspection reports shall be within +/- two (2) feet of the measured linear footage between manholes along the existing pipeline centerline from the start of pipe to end of pipe. 6. All Owner and PACP required header information must be fully and accurately entered on all CCTV reports. Work not following these specifications will be rejected and the Contractor shall be required to re-CCTV the work. 7. The documentation of the work shall consist of PACP CCTV Reports, PACP database which will have a .MDB or .MDF File extension, logs, electronic reports, etc. noting important features encountered during the inspection. The speed of travel shall be slow enough to inspect each pipe joint, tee connection, structural deterioration, infiltration and inflow sources, and deposits, but should not, at any time, be faster than 30 feet per minute, except as noted otherwise in this document. 8. The camera must be centered in the pipe to provide accurate distance measurements to provide locations of features in the sewer and these footage measurements shall be displayed and documented on the video. All PACP Observations shall be identified by audio and on a PACP log. All video must be continuously metered from manhole to manhole. All video recording shall be continuous from structure to structure with no “pausing” of the video recording during each pipeline inspection. The pipe shall be cleaned prior to the CCTV inspection to ensure all defects, features and observations are seen and logged. Special Provisions – BID DOCUMENT SP-209 Rainier Ave S Corridor Improvements – Phase 4 August 2022 9. Just prior to beginning the CCTV inspection, while the CCTV camera is in place and recording, water (containing dye) shall be introduced into the upstream manhole of each pipe segment until it is observed and recorded flowing past the camera’s field of vision in its entirety. 10. The CCTV camera shall have a water-level measuring device (ball, cylinder, etc.) attached that has ¼” markings to show the depth of water in the pipe during the CCTV inspection. 11. All manholes shall be channeled and coated prior to CCTV inspection. 12. Per City of Renton specification 7-08.3(2)B, sewer and storm drain pipeline shall have no more than ½” of ponding to be considered acceptable. 7-17.4 Measurement Section 7-17.4 is supplemented as follows: Measurement for “PVC Sanitary Sewer Pipe ____ In. Diam” will be based on linear footage measured horizontally over the centerline of the installed pipe. Measurement of “Bank Run Gravel for Trench Backfill Sewer” will be by the ton on truck tickets. 7-17.5 Payment Section 7-17.5 is revised and supplemented as follows: Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: “PVC Sanitary Sewer Pipe ____ In. Diam.”, per linear foot. The unit contract price per each for "PVC Sanitary Sewer Pipe ____ In. Diam.”, shall be full pay for all labor, materials, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, including potholing in advance for existing side sewers and television inspection of existing sanitary sewer to determine location of side sewer branches if necessary. • Saw cutting up to 12” in depth, trench excavation, and dewatering (if needed), • Bypass sewer pumping (if needed), • Removal, hauling and disposal of waste materials including but not limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, existing pipes and structures in the excavation • Furnishing, installing, laying and joining sewer pipes and fittings of the size and type shown, and all incidentals, • Ethafoam pads (when needed), Special Provisions – BID DOCUMENT SP-210 Rainier Ave S Corridor Improvements – Phase 4 August 2022 • Furnishing bedding materials, placing and compacting pipe bedding, as shown on the plans, • Placing and compacting trench backfill, • Air-Testing (if required) • Replacing, protecting and/or maintaining existing utilities, • Furnishing and Placing Temporary Pavement Patching. • Testing sewer pipe • Television inspection “Petroleum Contaminated Excavation and Disposal Incl. Haul”, per force account. See Section 2-05. “Removal and Replacement of Unsuitable Foundation Material”, per cubic yard. The unit contract price per cubic yard or ton for “Removal and Replacement of Unsuitable Foundation Material” shall be full pay for all Work to remove unsuitable material and replace and compact suitable material as specified in Section 7-08.3(1)A. “Bank Run Gravel for Trench Backfill Sewer”, per ton. The unit contract price per ton for “Bank Run Gravel for Trench Backfill Sewer” shall be full pay for all Work to furnish, place, and compact material in the trench. 7-19 SEWER CLEANOUTS 7-19.3 Construction Requirements Section 7-19.3 is deleted in its entirety and replaced as follows: Sewer cleanouts shall be installed per the associated City of Renton Standard Plan(s). 7-19.4 Measurement Section 7-19.4 is deleted in its entirety and replaced as follows: Sewer cleanouts that are installed on sewer main lines will be measured per each. Sewer cleanouts that are installed on side sewers shall be considered incidental to the side sewer pipe. 7-19.5 Payment Section 7-19.5 is deleted in its entirety and replaced as follows: “Sewer Cleanout” per each. Add new Section 7-20 as follows: Special Provisions – BID DOCUMENT SP-211 Rainier Ave S Corridor Improvements – Phase 4 August 2022 7-20 PRE-INSTALLATION CLEANING AND INSPECTION OF SEWER LINES FOR CIPP (NEW SECTION) 7-20.1 Description This work shall generally consist of cleaning, removing and disposing of waste materials including roots, and performing CCTV inspections of all sewer main segments included in or added to the project prior to installation of the liner pipes. 7-20.2 Materials 7-20.2(1) Equipment Cleaning Equipment Cleaning equipment shall be capable of removing dirt, grease, rocks, sand, roots, protruding laterals, exposed rubber gaskets, and other materials and obstructions from the sewer lines. Selection of equipment shall be based on field conditions such as access to manholes, quantity of debris, size of sewer main pipe, condition of sewer main pipe, and pipe lining activities. The equipment used to remove protruding laterals shall be capable of removing a minimum of 6-inch diameter non-reinforced concrete laterals. 7-20.3 Construction Requirements 7-20.3(1) Notification The Contractor shall provide notification of the project to the adjacent properties. Notification shall be by “door hanger” notice and where appropriate by direct contact. Notification shall include general information as to the type of construction, as well as specific information as to how the property may be affected and what steps should be taken to minimize impacts to the property and facilitate the Contractor’s work. 7-20.3(2) Cleaning Prior to conducting any CCTV inspection, the Contractor shall clean the sewer main segment, whereby the work “clean” in this specification is defined as the removal of all accumulations including sludge, dirt, sand, rocks, asphalt, concrete, grout, grease, roots, gaskets, and any other solid or semisolid material existing in the pipe with 100% debris removal. It will be the Contractor’s responsibility to make as many cleaning passes as necessary to meet the above definition of “clean”. Sludge, dirt, sand, rocks, grease, and other solids or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing materials from manhole to manhole section is not permitted. Roots, protruding laterals, and hanging gaskets shall be removed from the sewer lines. Special attention shall be used during the cleaning to assure removal of these items from the joints and side sewer connections. Procedures may include the use of mechanical equipment such as rodding machines, robotic cutters, porcupines, and high-velocity hydro-jet cleaners. Special Provisions – BID DOCUMENT SP-212 Rainier Ave S Corridor Improvements – Phase 4 August 2022 During sewer cleaning operations, precautions shall be taken by the Contractor in the use of cleaning equipment to avoid damage to the pipe. Any damage of the sewer main pipe resulting from the Contractor’s cleaning operations, regardless of the existing condition of the pipe, shall be the responsibility of the Contractor. 7-20.3(3) Waste Material Disposal Prior to commencing with any cleaning work, the Contractor shall be responsible for making arrangements to dispose of all waste materials removed from the sewers during the cleaning operation at an approved off-site location. Trucks hauling waste from the site shall be watertight so that no leakage or spillage will occur. Under no circumstances shall waste removed from a sewer main segment be dumped onto the ground surface or streets, or into catch basins, or storm drains. 7-20.3(4) CCTV Inspection The Contractor shall perform a CCTV inspection after cleaning the sewer lines to document the condition of the host pipe, verify the footages of side sewer connections, and verify the lines were cleaned in accordance with these specifications. In order to allow for an accurate analysis of the condition of the existing sewer main/host pipe, the Contractor shall ensure that the entire surface of the sewer main under inspection is clearly visible. When the depth of sewage, which may be caused by existing defects such as sags, offsets, voids, etc., obstructs the ability of the Engineer to clearly view the sewer main/host pipe surface, the Contractor shall halt the inspection and remove sewage from the main using high-velocity jetting machines, or other non-destructive methods acceptable to the Engineer. Once the main section under inspection is clear of sewage the inspection may resume. If incoming flows are sufficient to obstruct the ability of the Engineer to clearly view the entire surface of the sewer main/host pipe under inspection, the Contractor shall temporarily plug all incoming flows to the upstream manhole, and bypass pump around the plugged segment and the sewer main segment under inspection. Bypass pumping from the upstream manhole shall be utilized in accordance with Section 7-17.3 of these specifications and shall be incidental to the unit price for CCTV cleaning and inspection. Flows introduced by laterals are unavoidable and expected, however, should these flows introduce sufficient sewage to obscure the visibility of the pipe, the Contractor shall halt the inspection until the sewage has been removed. If the Contractor should find rocks and sediments, roots, grease, grout, protruding laterals, hanging gaskets, or other obstructions that would otherwise prevent the installation of the liner, they shall halt the inspection and remove said obstructions prior to completing the CCTV inspection. If internal cleaning, and or obstruction removal is not possible due to the type of materials causing the obstruction, or fragile condition of the existing sewer main/host pipe, the Contractor shall note this in his lining feasibility determination on the inspection report. The Contractor shall maintain a clean and clear lens for the duration of the CCTV inspection. Should the lens become soiled, fogged, or otherwise impaired to any degree that impedes the ability to clearly see the condition of the pipe, the Contractor shall halt the inspection and Special Provisions – BID DOCUMENT SP-213 Rainier Ave S Corridor Improvements – Phase 4 August 2022 clean/clear the lens of any foreign matter impeding the visual inspection. No additional compensation will be made for re-inspections required by the Engineer due to soiled, fogged, or otherwise impaired camera lenses. The Contractor shall maintain sufficient light levels within the main to allow for visual inspection of the pipe walls for a minimum distance of three (3) feet in front of the camera lens for all 8” to 10” pipe, and four (4) feet for all pipes sizes 12” and up. Additionally, the Contractor shall make certain that the light levels are not so bright the visual inspection is impeded. Should the camera get stuck in the sewer, the Contractor shall be responsible for all costs in extracting it. Costs related to difficulties encountered during internal video inspection are incidental to the contract, and claims will not be considered. CCTV inspections shall be performed in accordance with 7-17.3(2)H. 7-20.3(5) Lining Feasibility Prior to submitting a Pre-Installation Inspection DVD and associated inspection report, the Contractor shall review all information on the DVD and in the report. The CCTV inspection DVD for each sewer main segment shall be viewed in its entirety to ensure there were no missed service connections or pipe defects during the CCTV inspection, as well as to ensure the quality of the DVD. Based on the Contractor’s review he/she will make a lining feasibility determination. The Contractor’s review and lining feasibility determination shall be documented on both the inspection report and the Video Inspection Tracking Log. The Contractor, in cooperation with the Engineer, is responsible for determining whether or not a sewer main segment is suitable for CIPP lining. The Contractor shall not install a CIPP liner in any sewer main segment with existing defects that interfere with or cause a reduction in hydraulic capacity, or which may hinder in any way the quality of installation of the CIPP liner system. The Contractor’s assessment of whether or not a sewer main segment is suitable for lining shall be noted on each inspection report, as well as the Video Inspection Tracking Log, and presented to the Engineering with Pre-Installation inspection submittals. If the Engineer agrees with the assessment, the sewer main segment will be lined or removed from the contract accordingly. The following sewer main pipe defects and conditions shall be considered as guidelines when performing CCTV inspection review and making lining feasibility assessments: 13. Sags: Any section of a sewer main segment that has a sag which causes sewage levels to continuously reach one third (1/3) pipe or greater, and which is longer than ten (10) feet in length shall be noted on the Video Inspection Tracking Log and presented to the Engineer. The Engineer shall make the final determination of whether the sag is acceptable or needs repair prior to lining. In the event that a repair is necessary, the entire sewer main segment shall be removed from the contract. 14. Protruding Laterals: Any side sewer lateral that encroaches beyond the inside diameter of the sewer main host pipe shall be considered a protruding lateral. The Contractor shall take appropriate measures to internally remove that portion of the lateral that is protruding. The method used to remove the protrusion shall not be destructive to that portion of the side sewer lateral outside of the inside surface of the sewer main host pipe, and shall result in a smooth, non- Special Provisions – BID DOCUMENT SP-214 Rainier Ave S Corridor Improvements – Phase 4 August 2022 jagged edge which will not hinder in any way the quality of the installation of the CIPP liner system. If the Contractor is unable to remove the protruding lateral, it shall be noted on the inspection report and Video Inspection Tracking Log and presented to the Engineer. The Engineer shall make the final determination of whether the protruding lateral is acceptable or needs repair prior to lining. In the event that a repair is necessary, the entire sewer main segment may be removed from the contract by the Owner. Internal removal of protruding laterals shall be incidental to the bid item “Pre-Installation Cleaning and Inspection”. 15. Bends and Curves: If, in the opinion of the Contractor, there exists a section in the sewer main segment with bends or curves which may prevent lining operations, or future CCTV inspections after a liner has been installed, or which may hinder in any way the quality of installation of the CIPP liner system, it shall be noted on the inspection report and Video Inspection Tracking Log and presented to the Engineer. The Engineer shall review the defect and, if warranted, may remove the sewer main segment from the contract. 16. Offset Joints: Any joint that is offset by more than one half (1/2) on an inch in an 8-inch diameter pipe or one (1) inch in a 10-inch diameter or larger pipe shall be noted on the inspection report and Video Inspection Tracking Log and presented to the Engineer. The Engineer shall review the defect and make a final determination of whether the offset is acceptable or needs to be repaired prior to lining. 17. Roots and Hanging Gaskets: The Contractor is required to remove all roots and hanging gaskets within the sewer main pipe as a part of the cleaning operations. If there are any roots growing into the main from a side sewer lateral the Contractor shall take measures to cut them back to the point that they are no longer in the main. The Contractor shall note these occurrences on the inspection report and Video Inspection Tracking Log. 18. Other Defects: Any other defects in a sewer main segment that, in the Contractor’s opinion, will impede the Contractor’s ability to clean and/or line to the level of quality required within these contract provisions shall be noted on the inspection report and Video Inspection Tracking Log and presented to the Engineer. The Engineer shall review the defect and, if warranted, remove the sewer main segment from the contract. 7-20.3(6) Active/Inactive Lateral Assessments Based on existing information and the Pre-Installation Inspection DVD/Report, the Engineer shall determine the active/inactive status of all side sewer lateral connections to a sewer main segment. Every side sewer lateral shall be given a status of active or inactive and that status shall be recorded on the Main Segment Cut Sheet. Main Segment Cut Sheets will be provided to the Contractor within ten (10) working days after the receipt of the Pre-Installation submittal in printed format. The “Cut Sheets” will be developed after the Engineer has reviewed the Pre-Installation CCTV Inspection DVDs, and associated inspection reports. The Engineer will note the lateral footages (as determined in the CCTV inspection), active/inactive status of the side sewer lateral connection, and the clock position of the laterals on the cut sheet. The Contractor shall only reinstate laterals that are identified by the Engineer as being active. If the Contractor reinstates a lateral that is inactive, the Contractor has effectively introduced a point for inflow and infiltration (I/I) to enter the sewer main segment. In this circumstance the Contractor shall perform an appropriate internal or external spot repair to remove this potential source of I/I Special Provisions – BID DOCUMENT SP-215 Rainier Ave S Corridor Improvements – Phase 4 August 2022 at their own expense. Spot repair methods and materials shall be approved by the Engineer prior to implementation. If the Contractor fails to reinstate an active side sewer lateral, the Contractor shall reinstate the lateral at their expense. The Contractor shall be held financially liable for all claims for damages resulting from the missed reinstatement. 7-20.4 Measurement All costs associated with the pre installation cleaning and inspection of sewer lines for CIPP shall be incidental to sewer pipe CIPP rehabilitation and no separate measurement will be made. 7-20.5 Payment All costs associated with pre installation cleaning and inspection of sewer lines for CIPP shall be incidental to sewer pipe CIPP rehabilitation per Section 7-21.5. Add new Section 7-21 as follows: 7-21 CURED-IN-PLACE PIPE (CIPP) (NEW SECTION) 7-21.1 Description This Section specifies rehabilitation of pipelines by the installation of resin-impregnated liner cured-in-place piping. Service connections and manholes may be rehabilitated with products specified in other Sections. Contractor shall coordinate rehabilitation of manholes, mainlines, lateral interfaces, and laterals with product installers. Contractor shall ensure that resin systems are compatible with all rehabilitation products that they will contact. A portion of the pipeline rehabilitation work may be located outside of public rights-of-way in private parking lots. The Contractor shall be responsible to properly secure materials and equipment utilized to perform the work required for this project. The Contractor shall coordinate with property owner(s) and/or tenants to preserve access within the site and maintain the site in a safe manner. 7-21.1(1) Related Work Specified Elsewhere Resin Impregnated Fabric CIPP, Section 7-22. Resin Impregnated Fiberglass CIPP, Section 7-23. 7-21.1(2) Licensing The Contractor or sub-contractors shall be registered to work in the City of Renton. The Contractor or sub-contractor installing the CIPP shall have a current license agreement with the product Manufacturer or Assembler. Individuals installing the CIPP shall be certified by the product Manufacturer or Assembler. Special Provisions – BID DOCUMENT SP-216 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Lining installation shall be in accordance with the requirements of the product Manufacturer or Assembler and as directed by their Technical Representative. This includes the correction of defective work. Certification showing that the Installer is currently licensed by the appropriate licensor to perform CIPP installation shall be provided. 7-21.1(3) Contractor and Manufacturer Qualifications The Manufacturer of the CIPP liner shall have a minimum of 200,000 linear feet of CIPP successfully installed in accordance with these specifications. Manufacturer’s using standards other than those listed in these specifications shall demonstrate to the satisfaction of the Owner that the standards followed produce a product that is, at a minimum, equal to the quality of product developed using the listed standards. The CIPP lining Contractor shall have a minimum of five (5) successfully completed projects totaling a minimum of 50,000 lineal feet using the proposed CIPP rehabilitation technology. In addition, the Contractor’s project superintendent shall have a minimum of three (3) successfully completed projects totaling a minimum of 25,000 lineal feet using the proposed CIPP rehabilitation technology. The Contractor’s identified project superintendent shall be on the project for the duration of the project and shall be available at all times during the CIPP rehabilitation. At least one person on the Contractor’s installation crew shall have a minimum of one (1) year of CIPP installation experience, shall have installed a minimum of 25,000 lineal feet using the proposed CIPP rehabilitation technology, and shall be on the project site at all times. The Contractor’s identified Lateral Cutting Technician shall have minimum of one (1) year of experience reinstating laterals. Wastewater collection system rehabilitation products submitted for approval shall be provided with third party test results supporting long-term performance and structural strength of the product. Third party test result data shall be satisfactory to the Engineer. Test samples shall have been prepared so as to simulate the installation methods and trauma of project conditions. 7-21.1(4) Contractor Submittals All procedures or material descriptions requiring the Engineer's approval shall be submitted not less than 45 calendar days prior to mobilizing or commencing any CIPP activities at the site of the work and shall include the following information: 1. CIPP Lining Plan to include the following: • Work sequence organized by pipeline section with installation schedule. • Traffic control, construction staging and insertion locations. • Confirmation of liner length and diameter. • Locations of all service connections with disposition for each. • Anticipated cleaning and preparation requirements. Sewer Service Bypass, Interruption, and Notification Plan. This plan should include provisions for business Special Provisions – BID DOCUMENT SP-217 Rainier Ave S Corridor Improvements – Phase 4 August 2022 with extended operating hours and multi-family residences and be specific to the addresses affected by this project. 2. Manufacturer’s certificate(s) indicating that the installer is fully licensed and competent to perform the work, that the supplied lining materials meet the requirements of the Specifications and ASTM standards, and a certificate of compliance from an independent third-party lab. 3. Certification stating CIPP tube has been manufactured in accordance with ASTM F1216 or F2019 and resin is suitable for its intended use. 4. Details on all lining materials and resins, end seals, and grout. 5. Name of resin supplier and liner fabric supplier. 6. Manufacturer’s or Assembler’s certification that the liner materials and system are in compliance with the specifications, codes, and standards referenced in these specifications. 7. Test reports - Certified documentation that physical properties of the resin/liner combination meet the requirements for initial and long-term structural properties (performed in accordance with specifications, codes, and standards referenced in these specifications). 8. Manufacturer’s or Assembler’s recommendations for factory and field (whichever applies) wet out procedures including: volume of resin per unit of liner, mixing ratios and procedures for resin and catalyst/hardener, shelf life of resin, pot life of resin, required wet out procedure to ensure full saturation, and other criteria deemed necessary to ensure proper wet out of the liner. 9. Manufacturer’s or Assembler’s data sheets for factory wet out and/or Contractor’s data sheets for field wet out showing quantity of resin and catalyst used for each length of liner, at or prior to time of installation. 10. Manufacturer’s or Assembler’s certification that all Manufacturer’s or Assembler’s wet out recommendations have been followed on all lengths of CIPP which have factory wet out, at or prior to time of installation. 11. Manufacturer’s or Assembler’s recommendations for storage procedures and temperature control, handling and inserting the liner, curing details, service connection methods, trimming and finishing, and minimum equipment requirements to allow for an adequate installation. 12. Manufacturer’s or Assembler’s recommendations and procedures for minimum and maximum pressures, temperatures, and time durations to be used. 13. Data on Contractor’s equipment to be used on site including: type and tolerance of temperature gages and thermocouples used to monitor cure temperature; type and tolerance of equipment used to generate liner inversion pressure; make model, and technical data of all equipment used for the curing process; make, model and technical Special Provisions – BID DOCUMENT SP-218 Rainier Ave S Corridor Improvements – Phase 4 August 2022 data of backup equipment; rough size of vehicle(s) which carries the CIPP pipe and installation equipment. 14. Pipe sizing certified calculations demonstrating that the liner has been properly sized to avoid the creation of wrinkles or folds. 15. Manufacturer or Assembler onsite Representative’s Certification that the Contractor’s installation meets all requirements of the Manufacturer or Assembler and will not void the Owner’s warranty. 16. CIPP field samples from previous field installations of the same resin system and tube materials as proposed for the actual installation if requested by the Engineer. Field sampling procedure shall be in accordance with the latest version of ASTM F1216 or ASTM F1743 and in accordance with ASTM D5813. 17. Material Safety Data Sheets for resins, hardeners, catalysts, solvents, and all other compounds or chemicals to be used on the job site. 18. Data logger output in graphic format showing pipe section, time, pressure, and temperature during activation, heating, curing, and cool down. 19. Informational hand out that describes the materials, processes, and odors associated with the lining process. 20. Pre- and Post-Installation CCTV inspection videos. 7-21.1(5) Quality Assurance The Manufacturer or Assembler shall provide the following: 1. List of inspection items that should be observed and recorded. Inspection items include pre-installation activities, product identification, installation procedures, equipment operations, and post-installation activities. Review all post-installation CCTV tapes of the installed liner. Following this review the Manufacturer’s or Assembler’s representative shall provide certification to the Engineer ensuring that the Contractor’s installation meets the Manufacturer’s or Assembler’s requirements and will not void the warranty. 7-21.1(6) Warranty The Contractor shall warrant each mainline sewer lined with the specified product against defects in materials, surface preparation, lining application, and workmanship for a period of 12 months from the date of final acceptance of the project. The Contractor shall, within one month of written notice thereof, repair defects in materials or workmanship that may develop during said 12-month period. Defects shall be defined as: visible leakage of groundwater through the CIPP system, de-lamination of any portion of the CIPP system as visible from CCTV inspection, or separation of any part of the CIPP system from the host pipe to the extent that the CIPP system inside diameter in the separated area is 90 percent or less of the completed CIPP system inside diameter. The Contractor shall also repair any damage to other work; damage to sewer system Special Provisions – BID DOCUMENT SP-219 Rainier Ave S Corridor Improvements – Phase 4 August 2022 components (including pump stations) damages to buildings, houses or environmental damage caused by the backup of the sewer because of the failure of the lining system or repairing of the same at the expense of Contractor, and without cost to the Owner. Repairs shall include removal of the existing liner and re-lining if possible, or excavation and replacement of the section of pipe where the defect occurs. 7-21.2 Materials 7-21.2(1) Cured in Place Resin Impregnated Material in General The liner shall be designed for a “fully deteriorated” pipe condition in accordance with the procedures of the latest edition of ASTM F1216, Appendix XI and these specifications. All material properties used in design calculations shall be long-term (time-corrected) values. The Contractor shall be familiar with the existing site conditions when preparing the liner design. The CIPP will be continuous in length and the wall thickness shall be uniform. No overlapping sections shall be allowed in the circumference or the length of the liner. The CIPP will be capable of conforming to offset joints, bells, and disfigured pipe sections. It shall be able to stretch to fit irregular pipe sections and negotiate bends. The CIPP resin shall be compatible with the liner fabric, other rehabilitation systems it may contact, and the host pipe materials. The CIPP shall be marked at a distance of regular intervals along its entire length, not to exceed 5 feet. Markings shall include Manufacturer’s or Assembler’s name or identifying symbol. The CIPP liner shall be manufactured with materials from a consistent supplier. All materials of similar type shall be from a single source for the entire project. The composite materials of the liner tube and resin shall, upon installation inside the host pipe, exceed the following minimum test standards, based on restrained sample cured in host pipe and flat plate sample: Physical Properties Flexural Strength (ASTM D790) 4,500 psi Flexural Modulus (ASTM D790) Short Term 300,000 psi Flexural Modulus (ASTM D2990) Long Term 150,000 psi Tensile Strength (ASTM 1216 [pressure pipe only]) 3,000 psi The CIPP shall be fabricated to a size that, when installed, will tightly fit the internal circumference and length of the original pipe. 2. Allowance shall be made for circumferential and longitudinal stretching during the installation process. 3. Diametric shrinking during the curing process shall meet the requirements of ASTM D Special Provisions – BID DOCUMENT SP-220 Rainier Ave S Corridor Improvements – Phase 4 August 2022 5813, Section 6.3.1 or better. The liner thickness shall be designed based on the engineering formulas listed in ASTM D638 and F1216, and the design parameters below. The thickness shall be sufficient to prevent groundwater from entering the pipe, while maintaining the maximum cross-sectional pipe area possible. The wall thickness of the material tube shall be ordered to the next standard 1.0 mm incremental thickness above the minimum calculated design thickness. Unless otherwise specified to provide for excess resin migration, the gap thickness of the wetting-out equipment shall be sized to allow an excess of 5 to 10 percent resin to pass during impregnation. Contractor shall prepare design calculations for approval prior to performing the lining work. The submitted design calculations shall provide the following information as a minimum: 1. Manhole to Manhole designation SSMH#___ to SSMH#___ 2. Pipe Nominal Diameter (inches) 3. Minimum Liner thickness (inches) 4. Proposed Liner Thickness (inches) Design shall follow the requirements of ASTM F1216 and meet the following conditions and parameters: 1. Pipe Condition: Fully Deteriorated 2. Modulus of soil reaction, E’S = 700 psi 3. Unit weight of soil = 140 pcf 4. The minimum ovality for straight runs shall be 3.0 percent 5. AASHTO H20 traffic loads 6. Groundwater at the surface 7. Factor of Safety, N=2.0 For liners inserted by the inversion method, the CIPP shall be coated on one side with a translucent waterproof coating of: 1. Polyvinyl chloride (PVC) 2. Polyurethane For liners inserted by the pull/winch method, the CIPP shall be coated on one side with a translucent waterproof coating of: 1. Polyvinyl chloride (PVC) 2. Polyurethane Special Provisions – BID DOCUMENT SP-221 Rainier Ave S Corridor Improvements – Phase 4 August 2022 3. Polyethylene 4. Polypropylene 7-21.2(2) Resin The resin/liner system shall meet the 10,000 hour test per ASTM D 5813 and ASTM D 2990. If requested by the Engineer, the Contractor shall submit an infrared spectrum chemical fingerprint of the type of resin to be used for this project. 7-21.2(3) Physical Properties The CIPP shall be corrosion resistant to withstand exposure to sewage gases containing quantities of hydrogen sulfide, carbon monoxide, diluted sulfuric acid, and other chemical reagents typical of sewage conveyance. Chemical resistance of the installed CIPP shall meet the chemical resistance requirements of ASTM D543 when subjected to the following solutions: Chemical Solution Concentration, percent Tap Water (pH 6-9) Nitric Acid Phosphoric Acid Sulfuric Acid Gasoline Vegetable Oil Detergent Soap 100 5 10 10 100 100 0.1 0.1 The hydraulic profile of the installed CIPP shall be maintained as large as possible. The CIPP shall have at a minimum the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using commonly accepted roughness coefficients for the existing pipe material taking into consideration its age and condition. Physical properties shall be subject to ASTM D 2122. 7-21.2(4) End Seals The hydrophilic waterstop end seals completely seal the CIPP liner from any annular space leakage between the CIPP liner and the host pipe. Hydrophilic end seals must be one of the following: 1. Bands that are 20 mm wide and 5 mm high, with a double bump on one side and flat on the other side. Product shall be Hydrotite Style DS-0520-3.51 or approved equal. 2. Tubular hydrophilic sleeve, 2 mm in thickness and 3.5 inches in length, with a mechanical fastener with worm gear expander. Product shall be Insignia End Seal by LMK Technologies or approved equal. Special Provisions – BID DOCUMENT SP-222 Rainier Ave S Corridor Improvements – Phase 4 August 2022 7-21.3 Construction Requirements 7-21.3(1) Preparation The Contractor shall make all necessary provisions to ensure service conditions and structural conditions of host pipe are suitable for installation and warranty of the liner. The Contractor shall verify the lengths in the field prior to ordering and prior to impregnation of the tube with resin, to ensure that the tube will have sufficient length to extend the entire length of the run. The Contractor shall also measure the inside diameter of the existing pipelines in the field prior to ordering liner so that the liner can be installed in a tight-fitted condition. 7-21.3(1)A Flow Management It shall be the Contractor's responsibility to maintain operation of the existing sewer systems throughout the duration of the project without any interruption of sewer service. The Contractor shall divert all flows around each segment of the pipe designated for rehabilitation in accordance with Section 7-17.3(1)A. When there exist situations where impacted properties cannot be disconnected, plugged, or subjected to any other service interruption, i.e., hospitals, care facilities, restaurants, etc., bypass pumping of the side sewer to the downstream sanitary sewer system may be required prior to insertion of the liner system. The Contractor shall verify whether a property is able to be interrupted or if lining can be scheduled outside business hours prior to lining operations. Permission to work outside normal work hours is subject to the requirements of Section 1-08.0(2). If the subject property’s side sewer requires bypass pumping and it is not possible to interrupt flows or complete the work outside business hours, the costs for the bypass pumping shall be covered by Force Account. 7-21.3(1)B Cleaning Clean and prepare pipe per CIPP Manufacturer’s or Assembler’s requirements. 7-21.3(1)C Point Repairs Advise the Engineer of any point requiring repairs that can only be performed by excavating the defect and removing or repairing the obstruction. Grout defects in the host pipeline as follows: 1. Grout all defects as recommended by liner manufacturer or installer. 2. Grout all locations with excessive leaks. The determination of an excessive leak shall be made by the Owner’s representative and shall be based on PACP leak designations. Leaks categorized as a Runner(IR) – Severity 4 or Gusher(IG) – Severity 5 shall be considered as excessive and will be covered by Force Account. Leaks categorized as Weeper(IW) – Severity 2 or Dripper(ID) – Severity 3 shall be considered incidental to the unit price for CIPP rehabilitation. Special Provisions – BID DOCUMENT SP-223 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Make point repairs of any host pipe defect that can be removed by conventional sewer cleaning equipment or by remotely performed repair methods acceptable to the Engineer. Remove protruding laterals, rolled gaskets, roots, mineral deposits, and other objects protruding into the host pipe, internally with a remote-controlled cutter. Pipelines that cannot be rehabilitated due to excessive leakage may be deleted from the project at the Engineers discretion. 7-21.3(1)D Manholes Protect all manholes to withstand forces generated by the equipment while installing the liner. 7-21.3(2) Liner Installation 7-21.3(2)A Inversion Method The impregnated tube shall be inserted through an existing manhole or other access point by means of the Manufacturer’s or Assembler’s recommended installation process. The application of a hydrostatic head, compressed air, or other means shall fully extend the liner to the next designated manhole or termination point and inflate and firmly adhere the liner to the pipe wall. Liner installation shall be in accordance with ASTM F 1216, Section 7. When inversion is by hydrostatic head, the Contractor shall use methods that control the installation rate, accounting for the increase in hydrostatic head in pipes that have significant elevation change. The liner shall be installed at a rate less than 10 feet per minute at all times. 7-21.3(2)B Pull/Winch Method The impregnated tube shall be pulled into place within the host pipe with the aid of a power winch that is equipped with a device to monitor the force and prevent excessive tension and tube elongation. The maximum allowable longitudinal elongation, or stretch, of the material shall be one (1) percent. The longitudinal stretch of the tube shall be gauged by comparing marker on the fully inserted tube to the actual length of pipe being rehabilitated. Any hose materials remaining in the installation shall be compatible with the resin system used, shall bond permanently with the tube, and shall be translucent to facilitate post-installation inspection. Hose materials that are to be removed after curing shall be of non-bonding material. Liner installation shall be in accordance with ASTM 1743, Section 6. 7-21.3(2)C Finished Pipe Liner The finished lining shall be continuous over the entire length of an installation run and be free of visual defects such as foreign inclusions, dry spots, pinholes, wrinkles, and de-lamination. The lining shall be impervious and free of any leakage from the pipe to the surrounding ground or from the ground to inside the lined pipe. Special Provisions – BID DOCUMENT SP-224 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Any defect, which will or could affect the structural integrity, strength, capacity, or future maintenance of the installed liners, shall be repaired at the Contractor's expense, in a manner approved by the Engineer. Wrinkles in the finished CIPP which cause a backwater of one (1) inch or more or reduce the hydraulic capacity of the pipe (wrinkles which exceed five (5) percent of the pipe diameter) are unacceptable and shall be removed and repaired by the Contractor at the Contractor’s expense. Methods of repair shall be proposed by Contractor and submitted to the Engineer for review and approval. Where the liner is installed through intermediate manholes, the Contractor shall cut out the top half of the liner and leave the lower half in the manhole channel unless doing so would create a hydraulic restriction. The beginning and end of the CIPP liner shall be cut approximately 1-inch inside the manhole wall at the inlet and outlet points, and the ends sealed with a resin mixture compatible with the liner/resin system and shall provide a watertight seal. Sealing material and installation method shall be submitted to and approved by the Engineer prior to start of construction. Hydraulic cements and quick-set cement products are not acceptable. 7-21.3(3) Service Connection Restoration Internally restore by using a pivot-headed CCTV camera and a remote cutting tool to locate the service connections from inside the lined pipe and cutting a hole matching the service connection diameter. Provide a hole free from burrs or projections and with a smooth and crack-free edge. The hole shall be 95 percent minimum of the original service connection interior diameter. The invert of the reinstated service opening shall match the invert of the service connection. The Contractor shall ensure that no damage to services occurs during restoration and shall repair any services connections that are damaged at no additional cost to the City. Any and all shavings and debris from service connection restoration shall be captured, removed from the sewer system, and disposed of properly. Other methods may be used as approved by the Engineer. 7-21.3(4) Testing 7-21.3(4) Field Testing Low Pressure Air Test: Mainlines without service connections shall be low pressure air tested in accordance with Section 7-17 of these specifications. 7-21.3(4)B Post Installation CCTV Inspection Following installation of the CIPP liner, reinstatement of the existing side sewer laterals and final trimming of the liner at the manholes/end of culverts, the new liner shall be inspected for defects using CCTV cameras. The CCTV inspection shall meet the same requirements as the Pre-Installation Inspection as specified in Section 7-20 of these special provisions. Post installation CCTV shall include a pan and tilt view of the entirety of each reinstated lateral circumference. The post-installation CCTV inspection shall not be conducted until the side sewers have been reinstated and the cuttings from the reinstatement have been cleaned and removed. CCTV Special Provisions – BID DOCUMENT SP-225 Rainier Ave S Corridor Improvements – Phase 4 August 2022 inspections performed by the Contractor at the time of the side sewer reinstatements will not be accepted. 7-21.4 Measurement The length of sewer pipe CIPP rehabilitation will be the number of linear feet of completed installation measured horizontally over the centerline of the installed pipe and will include the length through elbows, tees and fittings. The number of linear feet will be measured from the center of manhole to center of manhole. 7-21.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: “Furnish and Install 12 In. Diam. CIPP for Sanitary Sewer”, per linear foot. Payment for furnishing and installing 12-inch CIPP for Sanitary Sewer will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Equipment and tools need to confirm size and suitability for lining of each sewer pipe as shown on the project plans • Bypass sewer pumping if needed. • Pre-installation cleaning and inspection • Root cutting and removal of obstructions. • Furnishing and installing 12” diameter CIPP sewer pipe. • Service connection restoration. • Removal and disposal of waste material. • Water. • Testing • Post-installation CCTV inspection in a PACP compatible format and provision of the CCTV record on an external HDD to the Engineer. Add new Section 7-22 as follows: Special Provisions – BID DOCUMENT SP-226 Rainier Ave S Corridor Improvements – Phase 4 August 2022 7-22 RESIN IMPREGNATED FABRIC CIPP (NEW SECTION) 7-22.1 Description This Section specifies rehabilitation of pipelines by the installation of resin-impregnated fabric liners. 7-22.1(1) Related Work Specified Elsewhere General Specifications for Cured In Place Pipe (CIPP), Section 7-21. 7-22.2 Materials 7-22.2(1) Cured in Place Pipe Liner The CIPP shall consist of one or more layers of flexible needled felt or an equivalent non-woven material, or a combination of non-woven and woven materials capable of carrying resin, withstanding installation and curing pressures, as required in ASTM F 1216, Section 5; ASTM F 1743, Section 5; and ASTM D 5813, Sections 5, 6, and 8. Seams in the CIPP shall be stronger than the non-seamed felt. 7-22.2(2) Resin The resin shall be a chemically resistant isopthalic based polyester thermoset resin and catalyst system, or epoxy resin and hardener that is compatible with the installation process. Vinyl Esters may be used however, they shall only be used when specifically called for by the Engineer. The resin should be able to cure both in the presence, and without the presence of water, and the initiation temperature for cure should be less than 180 degrees Fahrenheit. When properly cured the resin liner system shall meet the structural and chemical resistance requirements of ASTM F1216 and ASTM F1743. The activated resin shall contain a colorant compatible with the resin, organic peroxides and the installation and curing process, such as CreaNova® CHROMA CHEM 844-7260 Phthalo-Blue, or equivalent, at a level of 0.01-0.035 % by the weight of the resin. The colorant shall be added concurrently with the organic peroxide activator solution, or immediately after adding it to the resin, to serve as a multi-purpose visual quality assurance indicator. 7-22.2(3) Physical Properties The wall color of the interior pipe surface of the CIPP after installation shall be a light reflective color. 7-22.3(4) Material Testing Provide certified test results of the properties of the cured lining material from a restrained sample of the actual installed CIPP at a minimum of one location per each liner insertion setup. The Special Provisions – BID DOCUMENT SP-227 Rainier Ave S Corridor Improvements – Phase 4 August 2022 cured CIPP shall be sampled and tested for flexural strength and flexural modulus in accordance with the requirements of ASTM D790. Liner thickness shall be determined at a minimum of three (3) locations on the sample using a method of measurement accurate to the nearest 0.005 inch. Wall thickness of samples shall be determined as described in ASTM F1743, Section 8.1.6. The minimum wall thickness at any point shall not be less than 87-1/2 percent of the design thickness. 7-22.3 Construction Requirements 7-22.3(1) Preparation 7-22.3(1)A Cleaning Clean and prepare pipe per CIPP Manufacturer’s or Assembler’s requirements. 7-22.3(2) Installation 7-22.3(2)A Resin Impregnation The quantity of resin used for the fabric tube impregnation shall be sufficient to fill the volume of all voids in the fabric tube material with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the host pipe wall. A vacuum impregnation process shall be used. To insure thorough resin saturation throughout the length of the felt tube the level of the vacuum and the speed of the resin advance shall be coordinated so that white spots (dry areas) at the inside surface of the flexible membrane shall be small, shallow, less than 10% of the fabric tube wall thickness or 3-mm, whichever is less, and be less than 1% of the volume of the resin per unit length. A roller system shall be used to uniformly distribute the resin throughout the fabric tube. The roller gap dimension shall be calculated by a method that determines the correct volume of resin/felt per foot contained within the confining perimeter of the flexible membrane. The "wet-out" fabric tube shall meet ASTM F 1216, 7.2 or ASTM F 1743, 6.2 as applicable, and shall have a uniform thickness and excess resin distribution that when compressed at installation pressures will meet or exceed the design thickness after cure. No dry or unsaturated layers shall be acceptable upon visual inspection as evident by color contrast between the felt fabric and the activated resin containing a colorant. The person in charge of the "wet-out" process shall complete and sign a "wet-out" sheet for each liner to be delivered to the site. The certified "wet-out" sheet shall include, but is not limited to, "wet-out" date, resin identification, fabric tube length, diameter, and thickness. The Contractor must submit to the Engineer the signed "wet-out" sheet for each liner delivered to the site. Additionally, the Contractor shall submit a sample "wet-out" sheet from a previous job for the Engineer's review prior to the start of the "wet-out" process for the current project. Special Provisions – BID DOCUMENT SP-228 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The Owner reserves the right to inspect all phases of production and testing of materials, from manufacturing, shipping, "wet-out", installation, and cure, to finished product Liners installed in pipe segments that contain a vertical or horizontal curve shall utilize the inversion method only. 7-22.3(2)B Water, Air or Steam Curing After placement of the liner is complete, provide a suitable heat source and distribution equipment. The equipment shall be capable of circulating hot water, air, and/or steam throughout the lined section in accordance with the Manufacturer’s or Assembler’s recommendations to raise the temperature uniformly above the temperature required to affect a resin cure. This temperature shall be determined by the Manufacturer or Assembler based on the resin/hardener system employed. The heat source shall be fitted with continuous monitoring thermocouples to measure and record the temperature of the incoming and outgoing water, steam, and/or air supply. Water, steam, or air temperature during the cure period shall meet the requirements of the resin Manufacturer or Assembler as measured and recorded at the heat source inflow and outflow return lines. Provide standby equipment to maintain the heat source supply. The temperature during the cure shall not be less than 130 degrees Fahrenheit at the boundary between the pipe wall and the liner unless otherwise directed by the Manufacturer or Assembler to meet resin system requirements. Temperature shall be maintained during the curing period as recommended by the resin Manufacturer or Assembler and shall follow the heating schedule supplied by the Manufacturer or Assembler. A data logger shall record temperature, pressure, and time during activation, heating, and curing. 7-22.3(2)C Cool Down Cool the liner down to temperature specified by Manufacturer or Assembler following the cure period for duration specified by Manufacturer or Assembler, prior to relieving static head. Care shall be taken to ensure that a vacuum is not induced which could damage the new CIPP during the release of head on the new CIPP. A data logger shall record temperature, pressure, and time during cool down. 7-22.4 Measurement All costs associated with the installation of resin impregnated fabric shall be incidental to sewer pipe CIPP rehabilitation and no separate measurement will be made. 7-22.5 Payment All costs associated with the installation of resin impregnated fabric shall be incidental to sewer pipe CIPP rehabilitation per Section 7-21.5. Add New Section 7-23 as follows: Special Provisions – BID DOCUMENT SP-229 Rainier Ave S Corridor Improvements – Phase 4 August 2022 7-23 RESIN IMPREGNATED FIBERGLASS CIPP (NEW SECTION) 7-23.1 Description Contractor shall provide and install a resin impregnated fiberglass material tube with a plastic coated wearing surface in all sewers identified for CIPP lining in accordance with ASTM F 1216 and ASTM F 2019. 7-23.1(1) Related Work Specified Elsewhere General Specifications for Cured In Place Pipe (CIPP), Section 7-21. 7-23.1(2) Reference Specifications, Codes, and Standards The following documents form a part of this specification to the extent stated herein and shall be the latest editions thereof. Where differences exist between codes and standards, the one affording the greatest protection shall apply, as determined by the City. Reference Title ASTM D 543 Test Method for Resistance of Plastics to Chemical Reagents ASTM D 578 Standard Specification Glass Fiber Strands ASTM D 638 Test Method for Tensile Properties of Plastics ASTM D 790 Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials ASTM D 883 Definitions and Terms Relating to Plastics ASTM D 1600 Abbreviations, Acronyms, and Codes for Terms Relating to Plastics ASTM F 412 Definitions of Terms relating to Plastic Piping Systems ASTM F 1216 Rehabilitation of Existing Pipelines and Conduits by Inversion and Curing of a Resin Impregnated Tube ASTM F 2019 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled in Place Installation of Glass Reinforced Plastic (GRP) Cured-in-Place Thermosetting Resin Pipe (CIPP) 7-23.1(3) CIPP Liner Samples The Contractor shall prepare samples of the installed CIPP liner for subsequent testing of its physical properties. Samples shall be prepared and tested using the flat plate sampling method in accordance with the procedures in Section 8.1 of ASTM F 1216 or ASTM F 2019, as is applicable. The sample will be constructed on the same materials (tube and resin/catalyst) as is used for that given liner installation. The flat plate sample shall be large enough to provide five Special Provisions – BID DOCUMENT SP-230 Rainier Ave S Corridor Improvements – Phase 4 August 2022 sample specimens for each Short Term Flexural (Bending) properties as per ASTM D 790 and ASTM D 638 respectively. The cured sample shall be tested by an independent testing laboratory, as recommended by the CIPP liner manufacturer and approved by the Engineer, for the bending and tensile properties, as per ASTM D 790 and ASTM D 638 respectively. Final payment will not be made until test results are received. The Contractor shall be responsible for any deviation from the specified physical properties and those evaluated through testing. Failure to meet the specified physical properties will result in the CIPP liner being considered defective work which will be handled in accordance with Section 1-05 of the standard specifications. The Contractor shall be responsible for all costs associated with the testing of the liner physical properties. The above-stated sampling shall be performed for each separate installation of CIPP. For example: one flat plate sample from each individual pipeline liner installed. The wall thickness of the material tube shall be ordered to the next standard 1.0 mm incremental thickness above the minimum calculated design thickness. Unless otherwise specified to provide for excess resin migration, the gap thickness of the wetting-out equipment shall be sized to allow an excess of 5 to 10 percent resin to pass during impregnation. The minimum wall thickness shall be determined at a minimum of three locations on a cut section of the CIPP flat plate sample using a method of measurement accurate to the nearest 0.005 inch. 7-23.1(4) CIPP Liner Handling Contractor shall exercise adequate care during transportation, handling, and installing to ensure the CIPP material is not torn, cut, or otherwise damaged. If any parts of the CIPP materials becomes torn, cut, or otherwise damaged before or during insertion, it shall be repaired or replaced in accordance with the manufacturer’s recommendations and approval by the Engineer before proceeding further; and at the Contractor’s expense. 7-23.2 Materials 7-23.2(1) General Specifications All materials and installation procedures provided by the Contractor for use in the CIPP installation process shall be equal to or exceed the requirements of Sections 5 and 7 of ASTM F 1216 or ASTM F 2019 Section 5 and 6, as is applicable. Contractor shall be responsible for control of all material and process variables to provide a finished CIPP possessing the minimum properties specified in ASTM F 1216 or ASTM F 2019, as is applicable and supplemented herein. 7-23.2(2) Chemical Resistance The chemical resistance tests should be completed in accordance with Test Method ASTM D 543. Exposure should be for a minimum of one month at 73.4 degrees F. During this period, the CIPP test specimens should lose no more than 20 percent of their initial flexural strength and flexural modulus when tested in accordance with Section 8 of ASTM F 1216 or ASTM F 1743, whichever is applicable. Special Provisions – BID DOCUMENT SP-231 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The Contractor shall be responsible for all costs associated with the chemical resistance tests. Proof of meeting these requirements shall be provided to the Engineer for approval at least ten (10) days prior to commencement of work. 7-23.2(3) Component Properties The fiberglass tubing shall be made of non-corrosion material and shall be free from tears, holes, cuts, foreign materials and other surface defects. The physical properties apply to CIPP manufactured polyester or vinylester resin. Resins should be appropriate for conditions encountered. 7-23.2(4) Finished and Cured CIPP Liner Properties The physical properties of the cured CIPP shall have minimum initial test values as given in Section 17-21. Properties for these or any other enhanced resins shall be substantiated with test data. 7-23.2(5) Dimensions Contractor shall make allowances in determining the in-liner tube length and circumference for stretch during installation and shrinkage during curing. The minimum length shall be that which continuously spans the distance from the center of the inlet manhole to the center of the outlet manhole. The Contractor shall verify the lengths in the field before the in-liner tube is cut and impregnated. Individual installation runs may include one or more manhole-to-manhole sections as approved by the Engineer. Installation of the liner shall be through existing or new manholes. Excavation for liner insertion shall not be permitted except to replace the manhole cones, if necessary and/or required. The diameter of the existing pipes may be larger than the nominal inside diameter. It is the Contractor’s responsibility to determine the required diameter of the liner. The maximum wall thickness shall be at least the calculated design thickness, or the minimum specified, to increase the diameter only as much as necessary. 7-23.3 Construction Requirements 7-23.3(1) Installation Procedures It is forbidden to “wet-out” in-liner at the construction site because of external influences such as heat, no possibilities to control vacuum and correct mixture of resin. The Contractor shall ensure that the pressure inside of the CIPP tube exceeds the outside pressure due to groundwater. 7-23.3(1)A Installation Process The liner will be installed by the pull/winch method. Special Provisions – BID DOCUMENT SP-232 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The Contractor shall ensure that at no time resin can come in contact to the groundwater and cause environmental issues. Preparing the old pipe or inversion of a pre-liner is part of the installation and is included without any additional costs. Before pulling the in-liner in, a protective foil shall be installed. The in-liner tube shall be impregnated with resin and lowered into the manhole. The tube shall then be pulled into position within the existing pipe with the aid of a power winch that is equipped with a device to monitor the force and prevent excessive tension and tube elongation as determined by the liner manufacturer. The pipe shall then be inflated with air. The in-liner has to be inspected immediately before starting the curing process. 7-23.3(1)B Curing Pre-curing video inspection of the inflated liner must be recorded, and the entire length of the liner must be recorded including the liner section that the light chain occupies at any one time. Two cameras must be located on the light chain, one on the front and one on the rear of the light chain to ensure the entire length of the liner has been properly inflated. Curing must be done under UV – Light only. The curing process shall follow a step cure or similar approach recommended by the manufacturer and approved by the Engineer, and shall be held at the top step for an adequate length of time as determined by the liner manufacturer to ensure that the design physical properties are attained. Pressure, temperature and curing process shall be monitored by both, computer and video at any time as determined by the liner manufacturer. 7-23.3(2) Finished Product The finished CIPP shall be continuous over the entire length of an installation run. Defects such as foreign inclusions, dry spots, pinholes, de-lamination, and wrinkling beyond the specification allowances, determined by the Engineer as affecting the integrity or strength of the CIPP, or as adversely affecting the hydraulic capacity of the CIPP, shall be repaired or replaced at the Contractor’s expense. 7-23.4 Measurement All costs associated with the installation of resin impregnated fiberglass shall be incidental to sewer pipe CIPP rehabilitation and no separate measurement will be made. 7-23.5 Payment All costs associated with the installation of resin impregnated fiberglass CIPP shall be incidental to sewer pipe CIPP rehabilitation per Section 7-21.5. Special Provisions – BID DOCUMENT SP-233 Rainier Ave S Corridor Improvements – Phase 4 August 2022 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.1 Description Section 8-01.1 is supplemented with the following: The Contractor shall install and maintain all temporary and permanent erosion control measures and Best Management Practices (BMPs) in accordance with the Bid Documents, Standard Specifications, Permit Conditions and as directed by the City. Such measures shall include, but are not necessarily limited to: • Department of Ecology’s NPDES and State Waste Discharge General Permit for Stormwater Discharges requirements. • Erosion and water pollution control for stockpiled materials • Straw bale check dams • Straw much, netting and tackifier • Temporary Detention/Retention SWPPP Control Facilities Baker • Temporary construction entrance / exit • Inlet protection on existing and proposed drainage structures • Reinforced silt fencing • Plastic Covering • Temporary HMA Curb • Disposal of sediments and materials • Maintenance of BMPs including in the event of emergencies and as weather and field conditions dictate; and also including installation of additional BMPs which may become required as field and weather conditions evolve. • Street sweeping and Cleaning • ESC Lead per 8-01 of the Standard Specifications • Tree/shrub protection/high visibility fencing • All materials, tools and equipment necessary to meet these requirements • Utilize the Department of Ecology’s (DOE) Best Management Practices The Work includes but is not limited to weekly reporting to Department of Ecology on behalf of the Contracting Agency. Special Provisions – BID DOCUMENT SP-234 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Water The Contractor shall make, at the Contractor's expense, whatever arrangements may be necessary to ensure an adequate supply of water required for erosion control. The Contractor shall also furnish all necessary hose, equipment, attachments and accessories for the adequate irrigation of planted areas as may be required to complete the work as specified. All costs shall be incidental to and included in the bid items involved and no additional compensation shall be made. 8-01.3 Construction Requirements 8-01.3(1) General Section 8-01.3(1) is supplemented with the following: The Contractor shall be responsible for all Work required for compliance with the Construction Stormwater General Permit (CSWGP) including annual permit fees. 8-01.3(8) Street Cleaning Section 8-01.3(8) is supplemented with the following: The Contractor shall be responsible for controlling dust and mud within the project. The Contractor shall be prepared to use watering trucks equipped with high-velocity water jets and low-head sprinkling devices, power sweepers, and any other pieces of equipment necessary to avoid creating a nuisance. All streets used by the Contractor during the execution of the work under this contract shall be maintained in a clean condition. Any damage caused by dust and/or mud shall be the sole responsibility of the Contractor. In no case shall sediment-laden water be allowed to enter drainage facilities without prior filtration or sedimentation. The roadways shall be swept daily and as needed and kept in a clean condition. All costs associated with Street Cleaning and Sweeping shall be incidental to “Erosion/Water Pollution Control”. 8-01.3(9)D Inlet Protection Section 8-01.3(9)D is supplemented with the following: Inlet protection can be in the form of internal devices and shall be installed prior to clearing, grubbing, or earthwork activities. Catch Basin Inserts shall be installed on all new Catch Basins that are constructed as part of this contract. When the depth of accumulated sediment and debris reaches approximately one-half the height of an internal device or one-third the height of the external device (or less if so specified by the manufacturers), the deposits shall be removed and stabilized on site. Catch basin inserts shall be installed at all catch basins within project limits and those immediately downstream of the project site that could possibly receive sediment laden runoff from the site. They shall be installed and meet the requirement of the detail in the Plans. Simply placing a piece of geotextile under the catch basin grate is not acceptable. Special Provisions – BID DOCUMENT SP-235 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Catch basin inserts shall be installed, maintained, inspected, and removed by the Contractor per the Standard Specifications and as recommended by the manufacturer. Inlet protection devices shall be regularly cleaned at the discretion of the Engineer. The cost of this cleaning is incidental to other items of Work. All costs associated with Inlet Protection shall be incidental to “Erosion/Water Pollution Control” 8-01.3(16) Removal The first paragraph of Section 8-01.3(16) is revised to read: The Contractor shall remove all temporary BMP’s and all associated hardware from the project limits prior to Physical Completion unless otherwise approved by the Engineer. Physical Completion is at the sole discretion of the Engineer and will require the following: 1. All other Work required for Contract Completion has been completed. 2. All Work required for compliance with the CSWGP has been completed to the maximum extent possible. This includes removal of BMPs that are no longer needed and the site has undergone all stabilization identified for meeting the requirements of Final Stabilization in the CSWGP. 3. An Equitable Adjustment change order for the cost of Work that has not been completed by the Contractor. Add New Section 8-01.3(17) as follows: 8-01.3(17) Protection of Existing Trees and Shrubs The Contractor shall carefully protect existing trees and shrubs not specifically protected with high visibility fence during the course of construction against cutting, breaking or skinning of roots, skinning or bruising of bark. The Contractor shall plan all operations so as to avoid creating situations in which trees and shrubs may be damaged. Notify the Engineer if construction may damage trees and shrubs. The Contractor shall not proceed with Work until directed by the Engineer. Root Protection Cut exposed roots clearly and keep moist with straw mulch and burlap or equivalent during the time trenches are open. Hand dig trenches in areas with extensive roots. Roots larger than 3" in diameter shall be left intact and the Engineer notified for instructions on how to proceed. Damages for Loss or Injury to Existing Trees and Shrubs to Remain The Contractor shall be liable for damage to trees and shrubs. In the event of injuries to the crown, trunk or root system of existing trees and shrubs resulting from the Contractor's failure to protect them (the just value of which is determined by the Valuation of Landscape Trees, Shrubs, and Other Plants, (Current Edition) damages shall be deducted from the total amount due the Contractor. Special Provisions – BID DOCUMENT SP-236 Rainier Ave S Corridor Improvements – Phase 4 August 2022 8-01.5 Payment Section 8-01.5 is supplemented with the following: "Erosion/Water Pollution Control", paid by force account as provided in Section 1-09.6, shall also be full pay for all Work and materials necessary to implement the SWPPP and achieve the runoff turbidity and pH levels compliant with the identified benchmarks and permit requirements, as approved by the Engineer. All erosion control measures are included in "Erosion/Water Pollution Control", except as otherwise noted in the Contract Documents. 8-02 ROADSIDE RESTORATION 8-02.2 Materials Section 8-02.2 is supplemented with the following: Topsoil Type A Section 9-14.2(1) Bioretention Media Section 9-14.2(4) Seed Section 9-14.3 Fertilizer Section 9-14.4 Bark or Wood Chip Mulch Section 9.14.5(3) Root Barrier Section 9-14.9 8-02.3(1) Responsibility During Construction Section 8-02.3(1) is supplemented with the following: Dumping or stockpiling of topsoil or bark mulch shall not be allowed on roadway surfaces. The Contractor shall locate all underground utilities (both new and existing) prior to starting work and shall not disturb or damage them. Promptly notify the Engineer of any conflict between the proposed work and any obstructions. The Contractor shall be responsible for making any and all repairs for damage caused by his or her activities. 8-02.3(2)A Roadside Work Plan Section 8-02.3(2)A is supplemented with the following: The Contractor shall submit to the Contracting Agency a Roadside Work Plan meeting the requirements of the Standard Specifications a minimum of 30 calendar days prior to commencing the installation of topsoil, bark mulch, irrigation systems, and / or landscape materials. 8-02.3(4) Topsoil Section 8-02.3(4) is supplemented with the following: Thoroughly scarify subgrade in all areas to be planted or seeded, including Roadway and Median planter areas, back-of-walk restoration areas and Tree Grate areas, to a minimum depth of eight inches (8”), unless otherwise noted on the plans. Scarified subgrade shall be Special Provisions – BID DOCUMENT SP-237 Rainier Ave S Corridor Improvements – Phase 4 August 2022 inspected and approved by the Engineer prior to the placement of topsoil. Remove all construction debris and rocks over two-inches (2”) in diameter prior to placing topsoil. Areas within 6” of curbs and sidewalk shall not be cultivated and care shall be taken to avoid undermining base materials. In addition, areas around existing trees to remain shall not be cultivated within the dripline of the tree or any other areas which appear to have a significant number of existing tree roots. Topsoil Type A shall be used in any areas requiring additional soil to bring subgrade up to grade, prior to the placement of required depth of Topsoil Type A as noted on the plans. Upon approval of the subgrade, Topsoil Type A shall be installed in two lifts. The first six-inch (6”) lift shall be incorporated into the top eight inches (8”) of the subgrade by rototilling. Then the remaining topsoil shall be installed to achieve the minimum compacted depth detailed on the Plans. No incorporation into subgrade required in back-of-walk restoration areas. Finish grade in Roadway and Median planter areas and back-of-walk restoration areas shall be one inch (1”) plus the specified depth of mulch below the top of adjacent curb or sidewalk. In back-of-walk restoration areas, finish grade shall be adjusted at the construction limits to tie smoothly into existing finish grade of the surrounding area. Finish grade of tree grate areas shall be as detailed on the Plans. Finish grades shall be reviewed and approved by the Engineer prior to any tree or plant installation. Remove rocks, roots, and debris over one (1) inch diameter in all planted and seeded areas. Lightly compact soil to a compaction rate of no more than 85% and establish a smooth and uniform finished grade to allow surface drainage and prevent ponding. Any additional fine grading to get a firm smooth surface in all planted and seeded areas shall be considered incidental to and included in the unit contract price for placement and installation of Topsoil Type A. The costs of removing all excess material and debris shall be considered incidental to and included in the unit contract prices of other items in this contract. Contractor shall coordinate installation of Root Barrier with topsoil installation, where shown on the Plans. “Root Barrier” shall be as specified in Section 9-14.9 Root Barrier of these special provisions. Soil preparation in Bioretention Planter areas shall be per Section 7-10 of these Special Provisions. 8-02.3(4)A Topsoil Type A Section 8-02.3(4)A is supplemented with the following: Topsoil Type A shall conform to Section 9-14.2(1) of these Special Provisions and shall be supplied by a Contractor's supplied source, and as approved by the Engineer. 8-02.3(6)B Fertilizers Section 8-02.3(6)B is supplemented with the following: Special Provisions – BID DOCUMENT SP-238 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Trees and shrubs shall be fertilized at a rate according to manufacturer’s recommendations. Fertilizer tablets shall be considered incidental to and included in the unit contract price for trees and shrubs. Fertilizers shall be as specified in Section 9-14.4 Fertilizer, of these Special Provisions. 8-02.3(8)B Plant Installation Section 8-02.3(8)B is supplemented with the following: All trees, shrubs, and groundcovers shall be planted as detailed on the Plans. Scarify sides and bottom of all planting pits prior to planting. Sufficient planting soil shall be placed around the plant and compacted so as to ensure that the location of the ground line at the top of the root ball is the same as the nursery. Plant trees upright and face to give best appearance or relationship to adjacent structures and hold rigidly in position until planting soil has been backfilled and tamped firmly around the root ball or roots. Balled and burlapped plants shall be placed in the planting pits with the burlap intact; then the binding shall be removed and all of the burlap or cloth wrapping materials shall be removed from the root ball. Remove all plastic, twine and ropes. The plant shall be rejected if the root ball is cracked or broken during removal of wrapping or during the planting process. When the pit is backfilled halfway, place the specified quantity of fertilizer in planting pit, unless otherwise specified on the plans. Evenly spread fertilizer adjacent to the root system at a depth that is between the middle and the bottom of the root system. Do not injure root system. Place and compact planting topsoil carefully to avoid injury to roots; fill all voids. When pit is three-quarters (3/4) backfilled, completely fill with water and allow water to soak away. If water does not drain within ½ hour notify Engineer; tree planting pits which do not drain properly may require drain-rock sump to facilitate drainage. Fill pits with additional soil to finish grade and continue backfilling as detailed on plans. 8-02.3(11)B Bark or Wood Chip Mulch Section 8-02.3(11)B is supplemented with the following: Bark mulch shall be placed over all planting beds to a depth of no less than two inches (2”). Thoroughly water and hose down plants with a fine spray to wash the leaves of the plants immediately after application. Bark Mulch shall meet the requirements of Section 9-14.5(3) Bark or Wood Chip Mulch of these special provisions and shall be supplied by a Contractor's supplied source, and as approved by the Engineer. 8-02.3(13) Plant Establishment Section 8-02.3(13) is supplemented with the following: Special Provisions – BID DOCUMENT SP-239 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Plant Establishment Prior to Completion of Initial Planting The Contractor shall maintain the planting areas and all plants planted within the project limits to ensure the resumption and continued growth of the planted material until initial planting is accepted by the City. Maintenance shall include, but not be limited to, labor and materials necessary for removal of foreign, dead, or rejected plant material, maintaining a weed-free condition, and the replacement of all unsatisfactory plant material planted under the contract. All plant material shall be watered, pruned, sprayed and otherwise maintained and protected throughout the plant establishment period at regular intervals. Rejected plant materials shall be replaced. Plant material for replacement shall be inspected and approved as equal plant material prior to replacement being made. If plants are stolen or damaged by the acts of others prior to final acceptance by the County, the Contracting Agency will pay invoice cost only for the replacement plants with no mark-up and the Contractor will be responsible for the labor to install the replacement plants. Plant Establishment After Completion of Initial Planting The first-year plant establishment shall begin immediately upon written notification from the Engineer of the completion of initial planting for the project. Plant establishment shall consist of caring for all plants planted on the project and caring for the planting areas within the project limits. The provisions of Sections 1-07.13(2) and 1-07.13(3) do not apply to this Section. The Contractor shall submit a first-year plant establishment plan for approval by the Engineer. The first year of plant establishment shall begin immediately upon final project acceptance by the County. The first-year plant establishment period shall be a minimum of 1 calendar year. During the first-year plant establishment period, the Contractor shall perform all Work necessary to ensure the resumption and continued growth of the transplanted material and for the continued healthy and vigorous growth of all plant material, as directed by the Engineer. This care shall include, but not be limited to, labor and materials necessary for regular watering of all plant material not covered by automatic irrigation system, removal of foreign, dead, or rejected plant material, maintaining a weed-free condition, and the replacement of all unsatisfactory plant material planted under the Contract. If plants are stolen or damaged by the acts of others, the Contracting Agency will pay invoice cost only for the replacement plants with no mark-up and the Contractor will be responsible for the labor to install the replacement plants. All landscaped areas shall be kept weed free. Frequency of weeding shall be sufficient to keep weeds from going to seed and shall be performed a minimum of bi-weekly during the growing season, April through August. Chemical herbicides shall not be used for a period of 60 calendar days after the installation of plant material. When using chemical herbicides, manufacturer’s recommended application rates shall be followed. Any chemical herbicide use must be approved by the Engineer prior to use. Any plant material damaged by use of herbicides shall be replaced at the Contractor's expense. Special Provisions – BID DOCUMENT SP-240 Rainier Ave S Corridor Improvements – Phase 4 August 2022 All tree stakes, wrappings, guards and fastenings shall be kept intact and effective in maintaining firm support. Where fastenings have become too tight or too short, new and larger fastenings shall be furnished and installed by the Contractor to prevent strangulation or irregular growth of the tree. Stakes, wrappings, guards, and fastenings shall be removed during the last month of Plant Establishment. Cleanup shall be made immediately after and as part of the work done in the area. The cleanup shall include the entire area under this contract. The contract area shall be cleaned of litter and debris at least once each month. Such cleanup shall include the pickup and removal from the contract area of all clippings, trimmings, leaves, litter, and debris originating from any source whatsoever. Planting areas shall be neatly dressed and finished; walks and paved area shall be hosed off with water as necessary and otherwise kept clean and free from dirt, bark, and litter. Payment for water used to water in plants, or hand watering of plant material, unless otherwise specified, is the responsibility of the Contractor during the first-year plant establishment period. Contractor is responsible for routine inspection during the Plant Establishment period. In addition, the Contractor shall meet with the Engineer for the purpose of joint inspection of the plant materials, on a mutually agreed upon schedule. All conditions unsatisfactory to the Engineer shall be corrected by the Contractor within a seven (7) day period immediately following the inspection. Corrective work shall include the removal and disposal of all unsatisfactory plant material. If plant replacement is required, the Contractor shall, within the 7-day period, submit a plan and schedule for the plant replacement to occur immediately at the beginning of the planting period between October 1st and March 1st. Failure to comply with corrective steps outlined by the Engineer shall constitute justification for the County to take corrective steps. All costs incurred by the County in correcting unsatisfactory conditions shall be paid by the Contractor. All plants which, at any point during the plant establishment period, do not show healthy and vigorous growth shall be removed and replaced. Add New Section 8-02.3(17) as follows: 8-02.3(17) Protection of Private Property and Property Restoration Protection of Private Property and Tree Protection shall consist of protecting existing trees, shrubs, groundcover and other landscape materials, and protecting existing landscape irrigation and lighting systems outside of the limits of work. Property Restoration shall consist of placement of additional plant materials, sod, seed and bark mulch in order to restore all disturbed areas to original condition or better, as directed by the Engineer. All materials shall conform to Sections 9-14 Erosion Control and Roadside Planting and 9-15 Irrigation System of the Standard Specifications. The Contractor is specifically reminded that any unnecessary damage caused by construction activities will be repaired at the Contractor’s expense. Topsoil shall be Type A and Bark Mulch shall be medium grade fir or hemlock. Grass areas shall be restored with hydroseed where directed. Special Provisions – BID DOCUMENT SP-241 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The force account item provided for Property Restoration also includes any adjustments and/or replacements of existing irrigation systems not covered under Section 8-03 Irrigation Systems of the Special Provisions. This work shall also consist of modifying existing landscape lighting systems as may become necessary by these improvements. The Contractor is advised that protecting existing private irrigation and lighting systems from damage does not constitute a basis for claim or extra work. “Property Restoration” has been provided as a basis for modifications or improvements to private lighting systems and irrigation systems that may become necessary, but could not be foreseen prior to construction. 8-02.4 Measurement Section 8-02.4 is supplemented with the following: The pay quantities for the plant materials will be determined by count of the number of satisfactory installed trees, shrubs, groundcover and other landscape materials accepted by the Engineer. “Topsoil Type A”, “Bark or Wood Chip Mulch”, “Bioretention Media” and “Coarse Compost” will be measured by the cubic yard in the haul conveyance at the point of delivery. “Seeded Lawn Installation” will be measured by the square yard along the ground slope line of lawn installed and accepted by the Engineer. “Root Barrier” will be measured by the linear foot of root barrier installed and accepted by the Engineer. No specific unit of measurement shall apply to the lump sum bid items “Protection of Private Property and Tree Protection” and “Plant Establishment – 1 Year”. 8-02.5 Payment Section 8-02.5 is supplemented with the following: “Protection of Private Property and Tree Protection”, per lump sum The lump sum contract price for “Protection of Private Property and Tree Protection” shall be full compensation for all materials, labor, tools, equipment, and supplies necessary to protect existing private landscapes, including but not limited to trees, plant material, irrigation and lighting systems. “Property Restoration”, per force account “Topsoil Type A”, per cubic yard “Bark or Wood Chip Mulch”, per cubic yard “Bioretention Media”, per cubic yard “Coarse Compost”, per cubic yard “Seeded Lawn Installation”, per square yard Special Provisions – BID DOCUMENT SP-242 Rainier Ave S Corridor Improvements – Phase 4 August 2022 “PS____”, per each The unit contract price for “PS____", per each, shall be full compensation for all materials, labor, tools, equipment, and supplies necessary to fine grade, produce, plant, cultivate and cleanup for the particular items called for in the plans. Tree anchoring, fertilizer and pea gravel shall be incidental to the above bid items and all costs shall be included in the unit contract prices. The unit contract price shall also include plant establishment until written notification of completion of initial planting is received. “Root Barrier”, per linear foot “Plant Establishment – 1 Year”, per lump sum. The lump sum price for “Plant Establishment-1 Year” shall be full compensation for Plant Establishment after written notification of completion of initial planting, as specified herein. It is the City’s intent that the “Plant Establishment-1 Year” lump sum amount will be paid out with the final invoice following the City approving the revisions to the Roadside Work Plan. Contractor shall be required to execute a Landscaping and Irrigation Warranty and Defect bond, which will remain in effect through the duration of the Plant Establishment period after final project acceptance. 8-03 IRRIGATION SYSTEM 8-03.1 Description Section 8-03.1 is supplemented with the following: The work shall consist of installing a fully functioning and complete landscape irrigation system, with two (2) points of connections and two (2) automatic controllers. 8-03.3 Construction Requirements Section 8-03.3 is supplemented with the following: Backfilling of irrigation piping shall be in accordance with Section 7-08.3(3) Backfilling of these Special Provisions. In paved asphalt areas, the pavement restoration shall be per typical sections shown on the Plans. The Contractor shall connect Point of Connection assemblies as shown on the Plans to irrigation meter(s) as specified in Section 7-15 Service Connections, of these Special Provisions, and as shown on the Plans. Contractor is responsible for providing and installing the irrigation meter and all associated equipment and connections. The irrigation meters and water connections shall be measured and paid for separately as specified in Section 7-15 Service Connections. Special Provisions – BID DOCUMENT SP-243 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The Contractor is responsible for coordinating and the installation of a telephone/communications line with either CenturyLink or Comcast, to the irrigation controllers, prior to installation of controller equipment. 8-03.3(3) Piping Section 8-03.3(3) is supplemented with the following: All irrigation sleeves shall be Schedule 40 and sized and located as shown on the Plans. Sleeving size shall be a minimum of two times the diameter of all pipe and control wire to be placed in the sleeve. The Contractor is alerted that irrigation sleeves are not shown on the Roadway Plan & Profile Sheets and thus will require coordination with the Irrigation Plans. PVC Pipe and Fittings Due to the nature of PVC pipe and fittings, the Contractor shall exercise care in handling, loading, unloading and storing pipe to avoid damage. The pipe and fittings shall be stored under cover and shall be transported in a vehicle with a bed long enough to allow the length of pipe to lie flat so as not to be subject to undue ending or concentrated external load at any point. Any pipe that has been dented or damaged shall be set aside until such damage has been cut out and pipe is rejoined with a coupling. Solvent welded joints shall be performed as a two-step process using primer and glue. In each case, both fittings and pipes must be given the following applications. Both must first be primed and then be glued. Give at least 15 minutes set-up time before moving or handling. Pipe shall be partially center loaded to prevent arching and slipping. No water shall be permitted in the pipe until at least 10 hours have elapsed for the weld to set and cure. Backfilling shall be done when pipe is not in an expanded condition due to heat or pressure. Cooling of the pipe can be accomplished by operation the system for a short time before backfill, or by backfilling in the early part of the morning before the heat of day. Before pressure testing, soluble weld joints shall be given at least 24 hours curing time. No PVC pipe may be threaded or connected to a threaded fitting without an adapter. Great care must be taken to ensure that the inside of the pipe is absolutely clean. Any pipe ends not being worked on must be protected and not left open. 8-03.3(7) Flushing and Testing Section 8-03.3(7) is supplemented with the following: The Contractor shall advise the Engineer at least 48 hours before pressure tests are to be conducted and shall have the approval of the Engineer before backfilling, both main lines and lateral lines and system must pass an electrical resistance test. The pressure reducing valves shall also be inspected at this time. Special Provisions – BID DOCUMENT SP-244 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Before backfilling, main lines and automatic valves shall be flushed twice, once prior to placement of valves and the second after placement of the valves. Main Line Test (Hydrostatic Pressure Test) With all valves in place and closed, and all joints exposed. Attach test pump to head of main line at beginning of new extension. Attach gate valve to opposite end of main line. Open gate valve at end of main line and open main shut-off valve until all air is removed from main line. Close gate valve at end of main line and install pressure gauge and reopen gate valve. Close main shut-off valve and apply 150 psi test to main line. Hold for one hour. Maximum allowable drop is 5 psi. At the end of test close gate valve at end of mainline and remove pressure gauge. Open gate valve and slowly remove pressure from line. Lateral Line Test With all valves and swing joints in place. Apply 100 psi test to lateral lines for one hour. Maximum allowable drop is 5 psi. Rejected systems or portions of shall be repaired and retested. Any leakage noted shall be corrected and the test repeated until the system is air-tight, at the Contractor’s expense. To be valid, all tests must be performed under the direction and supervision of authorized City of Renton personnel, or authorized representative. The location, inspection and testing provisions of these specifications will be strictly adhered to. If for any reason any part of the sprinkler system is backfilled before being authorized by the Engineer, it must be completely uncovered and exposed until approved for backfilling by the Engineer. 8-03.3(11) System Operation Section 8-03.3(11) is supplemented with the following: Before the sprinkler system will be accepted, the Contractor, in the presence of the Engineer, shall perform a water coverage test to determine if the water coverage and operation of the system is complete and satisfactory. If any part of the system is inadequate it shall be repaired or replaced at the Contractor's expense and the test repeated until accepted. The entire sprinkler system shall be guaranteed by the Contractor to give complete and satisfactory service for a period of one year from the date of final acceptance of the work by the City of Renton. Special Provisions – BID DOCUMENT SP-245 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Should any malfunction develop within the one-year period, which in the opinion of Engineer, is due to faulty material or workmanship, the trouble shall be corrected, without delay, to the satisfaction of the Engineer at the Contractor's expense. All backfilled trenches shall be repaired by the Contractor at his expense, including restoration of plant materials. 8-03.3(14) Irrigation Electrical Service Section 8-03.3(14) is supplemented with the following: Power provisions for Irrigation Electrical Service and locations of irrigation controllers shall be as shown on the Illumination Plans. The Contractor shall make all necessary arrangements with the Electrical Contractor to establish electrical service for the irrigation system, as shown on Plans, including all trenching, conduit, and restoration that may be necessary, for (2) two locations to two irrigation controllers as indicated on the plans. Contractor shall extend conduit to planters from the irrigation controller(s) as shown on the plans for valve wiring. 8-03.5 Payment Section 8-03.5 is supplemented with the following: Payment shall be made for the following bid item: “Automatic Irrigation System, Complete”, per lump sum All costs associated with testing, inspection, and obtaining final approval; and for furnishing and installing valve boxes where indicated and as detailed in the Plans shall be considered incidental to the lump sum contract price for “Automatic Irrigation System, Complete”. The lump sum price for "Automatic Irrigation System, Complete" shall be full compensation for furnishing all labor, materials, tools, and equipment necessary or incidental to the construction of the complete and operable sprinkler irrigation system as shown in the Plans or as directed by the Engineer. 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.1 Description Section 8-04.1 is supplemented with the following: This Work shall also include installation of Cement Concrete Extruded Curb Type 6 per the detail shown and at the locations shown on the Plans. Special Provisions – BID DOCUMENT SP-246 Rainier Ave S Corridor Improvements – Phase 4 August 2022 8-04.3 Construction Requirements 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways The first paragraph of Section 8-04.3(1) is deleted and replaced with the following: All Cement Conc. Traffic Curb and Gutter, Modified Cement Concrete Extruded Curb Type 6, and Extruded Curb shall be constructed with air entrained concrete Class 4000 conforming to the requirements of Section 6-02. 8-04.4 Measurement Section 8-04.4 is supplemented with the following: Modified Cement Concrete Extruded Curb, Type 6 shall be measured per linear foot of installed curb, including rebar. 8-04.5 Payment Section 8-04.5 is supplemented with the following: Payment will be made for the following bid item: “Modified Cement Concrete Extruded Curb, Type 6” per linear foot. Add new Section 8-05: 8-05 WHEEL STOP (NEW SECTION) 8-05.1 Description This Work shall include installation of Wheel Stops per the detail and at the locations shown on the Plans. 8-05.4 Measurement Wheel Stop shall be measured per each completed installation of wheel stops. 8-05.5 Payment Payment will be made for the following bid item: “Wheel Stop” per each. Special Provisions – BID DOCUMENT SP-247 Rainier Ave S Corridor Improvements – Phase 4 August 2022 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.3 Construction Requirements Section 8-06.3 is supplemented with the following: Cement concrete driveway entrances shall be constructed as shown on the Plans. When approved by the Engineer, the Contractor is allowed to close half of the driveway to maintain access to parcels. 8-06.4 Measurement Section 8-06.4 is supplemented with the following: “Cement Conc. Driveway Entrance” shall be measured to include the ramps/wings on either side of the driveway as indicated on the Plans. 8-06.5 Payment Section 8-06.5 is supplemented with the following: Payment will be made for the following bid item: “Cement Conc. Driveway Entrance”, per square yard. 8-10 GUIDE POSTS 8-10.1 Description Section 8-10.1 is supplemented with the following: This Work shall also consist of furnishing and placing Curb Mounted Delineator Posts at the locations indicated in the Plans. 8-10.2 Materials Section 8-10.2 is supplemented with the following: Guide Posts shall be Tuff Curb® with Tuff Post 3” diameter flexible posts or approved equal, installed per manufacturer’s recommendations. 8-10.4 Measurement Section 8-10.4 is supplemented with the following: “Curb Mounted Delineator Post” shall be measured per linear foot of curb with flexible posts installed. 8-10.5 Payment Section 8-10.5 is supplemented with the following: Special Provisions – BID DOCUMENT SP-248 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Payment will be made for the following bid item: “Curb Mounted Delineator Post”, per linear foot. 8-13 MONUMENT CASES 8-13.3 Construction Requirements Section 8-13.3 is supplemented with the following: Where shown in the Plans or where directed by the Engineer, the existing monument case and cover shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing monument shall be carefully protected so as not to disturb its location in any way. The Contractor shall have a licensed professional land surveyor locate the monument in accordance with 1-05.5(2) prior to the case and cover adjustment if any disturbance of the existing monument is probable. The existing cast iron ring and cover shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The materials and method of construction shall conform to the requirements of the Standard Plan as approved by the Engineer. The last paragraph of Section 8-13.3 is revised to read: The Contractor will be responsible for placing the concrete core and tack or wire inside the pipe. 8-13.5 Payment Section 8-13.5 is supplemented with the following: Payment will be made for the following bid item: “Adjust Monument Case and Cover”, per each. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description Section 8-14.1 is supplemented with the following: This Work shall also consist of constructing Cement Concrete Sidewalks, Scored Cement Concrete Sidewalks, Decorative Concrete Finish, Smooth Cement Concrete Band, Thickened Edge Sidewalk, Bus Shelter Foundations, and Curb Ramps including detectable warning surfaces. Cement Concrete Driveway Entrances shall be measured separately from sidewalks. 8-14.2 Materials Section 8-14.2 is supplemented with the following: Special Provisions – BID DOCUMENT SP-249 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The Cement Concrete Sidewalk, Scored Cement Concrete Sidewalk, Decorative Concrete Finish, Smooth Cement Concrete Band and Curb Ramps shall be constructed in accordance with Section 8-14 of the Standard Specifications using air-entrained Class 4000 concrete except as hereinafter amended. 8-14.3 Construction Requirements The first paragraph of Section 8-14.3 is deleted and replaced with the following: The concrete in the sidewalks shall be air entrained Class 4000 in accordance with the requirements of Section 6-02. Section 8-14.3 is supplemented with the following: Scored Cement Concrete Sidewalk shall receive broom finish and sawcut scored as detailed on the Plans. Contractor shall provide layout of sidewalk scoring and expansion joints for Engineer’s approval in the field prior to installation. Full depth expansion joints for cement concrete sidewalk shall be constructed with a maximum spacing of approximately 10 feet, and as detailed on the Plans. Score joints shall be constructed at a maximum distance of 6 feet from each full depth expansion joint, except where specific dimensions are detailed on the Plans. No concrete for sidewalk shall be poured against dry forms or dry subgrade. The Contractor may provide suitable vibrating finishers for use in finishing concrete sidewalks. The type of vibrator and its method of use shall be subject to the approval of the City. New concrete shall be allowed to cure for a minimum of 28 days prior to application of concrete color stain. Area to receive color stain shall be pressure washed, free of dust, contaminants and debris, and allow to dry prior to application of concrete color stain, per manufacturer’s recommendations. All completed work shall be so barricaded as to prevent damage by unauthorized use. Any damage sections shall be removed and replaced at the Contractor’s expense. Existing building facades disturbed during construction shall be restored to original condition. Decorative Concrete Finish The areas to receive Decorative Concrete Finish shall be as approximately shown on Plans and final installed areas shall be marked out for review and approval by the Engineer. The decorative concrete finish area shall receive a heavy sandblast finish to expose aggregate and a transparent concrete acid stain in aqua blue color within approximate areas as shown on the Plans. The final layout and the transition from scored cement concrete sidewalk to heavy sandblasted and/or color stained area shall be determined in field and approved by Engineer. Special Provisions – BID DOCUMENT SP-250 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Concrete acid stain shall be semi-transparent water-based stains penetrate into the concrete to attain a faux, layered appearance. The acid stain shall be DIY-friendly, ZERO VOC’s (Volatile Organic Compounds). Scored Cement Concrete Sidewalk and Decorative Concrete Finish area shall be sealed with a clear coat solvent-based sealer. Sealer shall be resistant to discoloration, water, ultraviolet rays, heavy traffic and slip proof when wet, applied as per manufacturer’s recommendations. Smooth Cement Concrete Band Shall consist of cement concrete band in smooth finish as detailed on Plans and as specified in these Special Provisions. Blasting Operations and Requirements Sandblasting Method: • Surface Preparation – Clean and dry • Blast Medium - 03GO Silicon Carbide • Air Pressure - I 00-1 I 0 SI • Hose Diameter = 1” • Hose Length - 50' min to 100’ max. • Spray Nozzle #5 • Approximate distance from nozzle to blasting surface – 1”-2” • Spray Duration - 5-10 seconds • Spray Pattern – Constant circular overlapping motion Apply sandblasted finish to exposed concrete surfaces where indicated. Perform sand blasting at least 72 hours after placement of concrete. Coordinate with formwork construction, concrete placement schedule, and formwork removal to ensure that surfaces to be blast finished are blasted at the same age for uniform results. Determine type of nozzle, nozzle pressure, and blasting techniques required to match the Engineer's control samples. Abrasive blast corners and edge of patterns carefully, using back-up boards, to maintain uniform corner or edge line. Submittals The Contractor shall submit manufacturer product and color information of concrete acid stain intended for Decorative Concrete Finish for Engineer’s approval prior to mock-up construction. Mock-Ups Prior to start of installation of decorative concrete finishes and scored cement concrete sidewalk with broom and sandblast finishes the Contractor shall provide a (3) three sample sets of 6x6, thirty-six (36) square foot samples for Engineer’s approval. First sample shall be of scored cement concrete with medium broom finish. Second sample shall be of cement concrete with 3x3 sawcut scoring with heavy sandblast finish and clear sealer. Third sample Special Provisions – BID DOCUMENT SP-251 Rainier Ave S Corridor Improvements – Phase 4 August 2022 shall be of decorative concrete finish with 3x3 sawcut scoring, heavy sandblast finish, transparent concrete acid stain and clear sealer. Samples shall be sealed with approved sealer to determine the final visual quality of the scored cement concrete with sandblast finishes and decorative concrete finish. Determination of number of application coats shall be approved by Engineer. These samples shall be protected from damage until final acceptance and approval. These samples shall be the standard for the balance of the rest of the work installed, for the scored cement concrete sidewalk with broom and sandblast finishes as well as decorative concrete finish. Completed work not meeting the visual quality of the approved sample shall be removed and replaced by the Contractor at no additional cost to the City. Bus Shelter Foundation Bus Shelter Foundations shall be constructed as shown on the Plans and per King County Metro standard details in Appendix D. All Metro shelter footings must be inspected by Metro inspectors before any concrete is poured. Please contact Metro inspectors directly at 206-263-2381 or 206-507-6550 or via email at tbir@kingcounty.gov. Metro requires notice of 3 working days to schedule inspection. After shelter footing inspection and completed construction, Contractor shall contact plansreview@kingcounty.gov to schedule shelter frame installation and bus stop flagpost installation. Section 8-14.3 is supplemented with the following: (April 3, 2017 WSDOT GSP) The Contractor shall request a pre-construction meeting with the Engineer to be held 2 to 5 working days before any work can start on cement concrete sidewalks, curb ramps or other pedestrian access routes to discuss construction requirements. Those attending shall include: 1. The Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. 2. Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb ramp or pedestrian access route Work. Items to be discussed in this meeting shall include, at a minimum, the following: 1. Slopes shown on the Plans. 2. Inspection 3. Traffic control 4. Pedestrian control, access routes and delineation 5. Accommodating utilities 6. Form work 7. Installation of detectable warning surfaces 8. Contractor ADA survey and ADA Feature as-built requirements 9. Cold Weather Protection Special Provisions – BID DOCUMENT SP-252 Rainier Ave S Corridor Improvements – Phase 4 August 2022 8-14.3(4) Curing Section 8-14.3(4) is supplemented with the following: The Contractor shall use the curing materials and procedures specified in section 5-05.3(13) Curing, except that the Contractor shall use clear curing compound instead of white pigmented curing compound. The Contractor shall apply curing agent immediately after brushing and maintain it for a period of five (5) days. During the curing period the Contractor shall exclude all pedestrian and vehicular traffic. The Engineer may also exclude vehicular traffic. Protection of concrete: The Contractor is responsible for barricading, patrolling or otherwise protecting newly placed concrete. The Contractor shall remove and replace at his expense all damaged (accidental or otherwise), vandalized and/or unsightly concrete. 8-14.4 Measurement Section 8-14.4 is supplemented with the following: Scored Cement Concrete Sidewalk shall be measured together with payment item “Cement Conc. Sidewalk” by the square yard of installed and finished surface, including mock-up sample, sawcut scoring and broom finish. "Decorative Concrete Finish", shall be measured per square yard of completed and finished surface of Decorative Concrete Finish, including surface preparation, mock-up samples, heavy sandblasting, concrete acid stain color application and sealer. “Smooth Cement Conc. Band” shall be measured per linear foot installed. Cement Conc. Curb Ramp Type __ will be measured per each for the complete curb ramp type installed, including any adjacent pedestrian curbs, and furnishing and installing detectable warning surface. “Detectable Warning Surface” shall only be measured for payment when it is not associated with cement conc. curb ramp construction. “Thickened Edge Sidewalk” shall be measured per linear foot installed. “Bus Shelter Foundation”, shall be measured per each installed bus shelter foundation per the details specified, and as inspected and approved by King County Metro. 8-14.5 Payment Section 8-14.5 is supplemented with the following: "Decorative Concrete Finish", per square yard. "Smooth Cement Conc. Band", per linear foot. Special Provisions – BID DOCUMENT SP-253 Rainier Ave S Corridor Improvements – Phase 4 August 2022 “Thickened Edge Sidewalk", per linear foot. “Bus Shelter Foundation”, per each. Add new Section 8-19 as follows: 8-19 ADJUST UTILITY APPURTENANCES (NEW SECTION) 8-19.1 Description This work shall consist of adjusting gas valves to finished grade. 8-19.3 Construction Requirements 8-19.3(1) Valve Boxes Gas valve boxes shall be adjusted to final grade after final grading has been established or the asphalt concrete paving operations are complete. The Contractor shall adjust the valve boxes with cast iron extensions as required. The asphalt concrete pavement shall be removed to a neat circular shape. The edge of the cut shall be 1 foot from the outside edge of the valve box frame. The base materials and crushed rock shall be removed. The valve box frame shall be reset to the final grade, plumb to the roadway, and remain operational and accessible. Commercial class concrete shall be placed in the entire void up to within, but not to exceed, 2 inches of the finished pavement surface. Twenty-four hours after placement of the concrete, or as directed by the Engineer, the edges of the removed asphalt pavement, the concrete surface, and the outer edge of the reset frame shall be painted with asphalt for tack coat. Hot mix asphalt shall then be placed and properly compacted to finished grade. The hot mix asphalt shall meet the requirements of Section 5-04 of the Standard Specifications. The joint between the patch and existing pavement shall then be painted with asphalt for tack coat and immediately covered with dry paving sand before the asphalt for tack coat solidifies. 8-19.5 Payment Payment shall be made for the following bid items: “Adjust Gas Valve”, 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: This Work shall consist of, but will not be limited to, providing the following new complete systems: Special Provisions – BID DOCUMENT SP-254 Rainier Ave S Corridor Improvements – Phase 4 August 2022 • Modification of Existing Traffic Signal and Illumination System at Rainier Avenue S & S 3rd Street Intersection • Replacement of Existing Traffic Signal and Illumination System at Rainier Avenue S & S 2nd Street Intersection • Replacement of Existing Traffic Signal and Illumination System at Rainier Avenue S & Airport Way Intersection • Traffic Signal and Illumination System at Rainier Avenue S & SW Victoria Street Intersection • Traffic Signal and Illumination System at Rainier Avenue N & NW 3rd Place Intersection • Decorative Illumination System • Fiber Optic Interconnect System • 5G Small Cell Network Conduit System • PTZ Camera Systems 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. Illumination systems shall remain fully operational on at least one side of each street during the hours of darkness. During the construction, existing illumination systems shall be modified or removed and new illumination systems shall be installed and made operational. The Contractor shall schedule the construction sequence and coordinate with the Engineer to minimize illumination system down time. All work shall be performed as described in these Special Provisions, as shown on the Plans, as described in the WSDOT Standard Specifications, and in accordance with applicable City of Renton Standards, Puget Sound Energy Standards, King County Standards, and WSDOT Standard Plans included herein. The Work involves, but shall not be limited to, the following: • Traffic signal controllers and equipment • Cabinets and foundations • Video detection cameras and associated equipment • PTZ cameras and associated equipment • Fiber optic interconnect system • Signal poles and foundations • Vehicle and pedestrian signal heads • Pedestrian push buttons • Emergency vehicle pre-emption equipment • Junction boxes and vaults • Conduit and wire • Luminaires, poles and foundations • Electrical service cabinets, foundations and connections • Temporary signal systems and temporary signal modifications Special Provisions – BID DOCUMENT SP-255 Rainier Ave S Corridor Improvements – Phase 4 August 2022 • Subsurface exploration and potholing • Utility locates 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 8-20.1(1) is supplemented with the following: All required materials and methods, unless otherwise superseded herein, shall conform to the 2021 edition of the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction (herein referred to as Standard Specifications), to the latest edition of the State of Washington Standard Plans for Road, Bridge, and Municipal Construction (herein referred to as the Standard Plans), to the State of Washington Sign Fabrication Manual, to the City of 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. Where applicable, materials shall conform to the latest requirements of the Washington State Department of Labor and Industries and Puget Sound Energy. 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. 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 Inspection The second and third paragraphs of Section 8-20.1(3) are replaced with the following: The Contractor shall be responsible for coordinating, obtaining, and paying for all permits, including electrical service applications, necessary to complete the 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. Special Provisions – BID DOCUMENT SP-256 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The City Electrical Inspector shall inspect and approve the electrical portions of the project. The Contractor shall notify the City 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. 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 14 calendar days prior to the 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 Special Provisions Section 1-10. Traffic Control during Construction The Contractor shall include in the submitted traffic control plan, detailed plan during roadway trenching, erection of mast arms, and other activities requiring lane closures or detours. See Special Provisions Section 1-07.23(1) for traffic control requirements. Unless otherwise approved by the Engineer, the Contractor shall furnish an off-duty uniformed police officer for traffic control during all roadway work performed at night, for all roadway work performed within 150 feet of a signalized intersection, and for all other conditions where the Engineer deems it necessary for safety. The off-duty uniformed police officer shall be in addition to all other personnel required for flagging. 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. Each existing electrical service shall remain fully operational until the Special Provisions – BID DOCUMENT SP-257 Rainier Ave S Corridor Improvements – Phase 4 August 2022 corresponding new electrical service becomes fully operational for the system. 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. Fiber Optic Cable Installation Impacts The Contractor shall include all fiber optic cable cutovers and anticipated down time in their construction schedule. Any change in schedule for impacts to fiber 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. Fiber cable shall not be down for more than 48 hours. 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. 8-20.1(6) Errors and Omissions Section 8-20.1(6) 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. Special Provisions – BID DOCUMENT SP-258 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. 8-20.2(2) Equipment List and Drawings Delete the first paragraph of Section 8-20.2(2) and replace it with the following: Within 20 calendar days following execution of the Contract, 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 Delete the fifth paragraph of Section 8-20.2(2) and replace it with the following: 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 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 Special Provisions – BID DOCUMENT SP-259 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The Contractor shall coordinate with COR Transportation Maintenance Department Representative (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. 8-20.3(1)A Signalization Requirements During Construction Section 8-20.3(1)A is added as follows: The Contractor shall follow the Construction Channelization Plans and Temporary Signalization Plans to the extent allowed by site conditions. Removal or modifications to the existing signals must be approved by the Engineer in the field prior to temporary re- channelization and signing 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. Prior to commencing Work, the Contractor shall coordinate the signal modifications with the City of Renton Transportation Maintenance Department Representative: Traffic Signal at Rainier Avenue S & S 3rd Street Traffic signal system shall remain fully operational. During the construction, existing signal equipment shall be modified or removed, and temporary signal system shall be operated until new signal system is activated. Traffic Signal at Rainier Avenue S & S 2nd Street Traffic signal system shall remain fully operational. During the construction, existing signal equipment shall be modified or removed, and temporary signal system shall be operated until new signal system is activated. Traffic Signal at Rainier Avenue S & Airport Way Traffic signal system shall remain fully operational. During the construction, existing signal equipment shall be modified or removed, and temporary signal system shall be operated until new signal system is activated. 8-20.3(2) Excavation 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. Special Provisions – BID DOCUMENT SP-260 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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(2)A Trench and Backfill Section 8-20.3(2)A is added as follows: Special Provisions – BID DOCUMENT SP-261 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 fiber optic 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 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 12 inches or the conduit diameter plus 2 inches, whichever is larger. 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. Special Provisions – BID DOCUMENT SP-262 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 equipment shall remain the property of the Contracting Agency and shall be disconnected, dismantled and stacked separately. Contact Eric Cutshall at 425-430-7423 to confirm which equipment the City would like to keep. Deliver requested equipment to City shops. • Luminaire Poles and Mast Arms • Luminaires • Traffic Signal Poles and Mast Arms • Traffic Signal Controller Cabinet Assemblies • Electrical Service Cabinets • Terminal Cabinets • ITS Cabinets • Vehicle Signal Heads, Visors, Backplates and Mounting Hardware • Pedestrian Signal Heads and Mounting Hardware • Pedestrian Push Buttons • Emergency Vehicle Detectors • Cameras and Mounting Hardware • Transit Signal Priority Antennas 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 Corporate Yard between the hours of 8:30am and 2:30pm: City of Renton Corporate Yard 3555 NE 2nd Street, Building B Renton, WA 98056 Phone: 425-430-7423 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 18 inches below 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. Special Provisions – BID DOCUMENT SP-263 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 pole 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 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. All concrete foundations shall be Class 4000P concrete. Sono tubes shall not be allowed. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill 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. 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. After the specified curing period, the Contractor may install the applicable device thereon. All concrete pole 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. Special Provisions – BID DOCUMENT SP-264 Rainier Ave S Corridor Improvements – Phase 4 August 2022 2. Where sidewalks or raised islands are to be constructed as a part of this project, top of foundation elevation given (per the Signal Pole Specifications sheet) is given to the bottom of the sidewalk. The Contractor shall verify with the Engineer in the field the TOF elevation prior to the foundation pour. 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. A. Cabinet Foundations: • Combination traffic signal controller cabinet / electrical service cabinet foundations shall be per City of Renton Standard Plan 126.2. B. Luminaire Pole Foundations: • Arterial Street Decorative Luminaire Pole foundations shall be per City of Renton Standard Plan 117.1A. • Arterial Street Decorative Pedestrian Luminaire Pole foundations shall be per City of Renton Standard Plan 117.2. C. Signal Pole Foundations: • Signal Pole foundations shall be per the Plans. Drilled Shafts for Traffic Signal Pole Foundations This Special Provision covers the operations required to drill shafts for pole foundations, removal of all soil and rock materials encountered, disposal of all excavated materials, furnishing and placement of casing (if required), removal and disposal of any obstructions encountered, furnish and place steel reinforcement cages and concrete, and the work necessary to complete the drilled shaft construction, in accordance with these Special Provisions and as specified on the Plans. Groundwater seepage might be encountered in the project area. See Appendix K Groundwater Exhibit. Zones of shallow, perched groundwater may be encountered during excavations for the signal pole foundations. Consequently, some construction dewatering may be required. The Contractor should be prepared to handle inflow of groundwater into 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. Special Provisions – BID DOCUMENT SP-265 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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 1-inch 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-foot 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. Special Provisions – BID DOCUMENT SP-266 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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 The casing shall be well coated with form oil prior to concrete placement. 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. 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 1-inch 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 following methods: Special Provisions – BID DOCUMENT SP-267 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 indicates. 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. (April 6, 2015, WSDOT GSP) Traffic Signal Standard Foundation Shaft Casing All permanent casing shall be a smooth wall non corrugated structure of steel base metal. All permanent casing shall be of ample strength to resist damage and deformation from transportation and handling, installation stresses, and all pressures and forces acting on the casing. The casing shall be clean prior to placement in the excavation. The permanent casing may be telescoped, but the outside diameter of the casing shall not be less than the specified diameter of the shaft. (August 7, 2017, WSDOT GSP) Shafts For Signal Standard Foundations Shaft foundations for traffic signal standards shall be constructed in accordance with Section 6-19.3, except as follows: Quality Assurance The tolerance for placing the center at the top of shaft under Section 6-19.3(1)A is revised for traffic signal standard foundation shafts to be within 4 inches of the Plan location. Non-destructive testing of shafts under Sections 6-19.3(1)B and 6-19.3(9) and associated Work under Section 6-19.3(6) does not apply. Shaft Excavation Permanent casing advanced during excavation operations is required full depth for all traffic signal standard shaft foundation locations specified at the beginning of this Special Provision. Excavation in advance of the casing tip shall not exceed three feet. In no case shall shaft excavation and casing placement extend below the bottom of shaft excavation as shown in the Plans. When efforts to advance past the obstruction to the design shaft tip elevation result in the rate of advance of the shaft drilling equipment being significantly reduced relative to the rate of advance for the portion of the shaft excavation in the geological unit that contains the Special Provisions – BID DOCUMENT SP-268 Rainier Ave S Corridor Improvements – Phase 4 August 2022 obstruction, then the Contractor shall remove, break-up, or push aside, the obstruction under the provisions of Section 8-20.5 as supplemented in these Special Provisions. Drilling slurry is required to stabilize excavations at all signal pole locations. The height of the slurry shall be as required to maintain a stable hole to prevent bottom heave, caving, or sloughing of all unstable zones. Placing Concrete Traffic signal standard foundation shaft concrete shall be Class 4000P. The Contractor shall place the concrete by pressure feed tremie using a concrete pump at all signal pole locations. Concrete placement by gravity feed is not allowed. The concrete placement shall be continuous until the work is completed, resulting in a seamless, uniform shaft. Casing Removal Tops of permanent casing for the shafts shall be removed to at least 6-inches beneath the finish groundline, unless otherwise specified 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 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: Special Provisions – BID DOCUMENT SP-269 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 PVC Sch 80 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. 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(6) Junction Boxes, Cable Vaults, and Pull Boxes Section 8-20.3(6) is supplemented with the following: Special Provisions – BID DOCUMENT SP-270 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 concrete 12” minimum width pad enclosing the junction 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 and frames. 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. Verify exact location with the Engineer in the field. • 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 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 Special Provisions – BID DOCUMENT SP-271 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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: The Contractor shall provide all the fiber optic cabling and associated equipment. Installation including splicing and labeling shall be done by the City. 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. 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 unless otherwise indicated on the Plans. 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 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 Special Provisions – BID DOCUMENT SP-272 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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, PH. 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 Special Provisions – BID DOCUMENT SP-273 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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, 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 points shall be as noted on the Plans and shall be verified with 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, as shown on the Plans, from the new electrical service cabinet to PSE power source (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 the City Electrical Inspector 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 Special Provisions – BID DOCUMENT SP-274 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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 Transportation Maintenance Manager gives approval. The signal turn-on shall be by the City of Renton Transportation Maintenance Manager or his Representative. The City of Renton Transportation Maintenance Manager or his Representative. shall enter all signal timing parameters as supplied by the Engineer 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 Engineer prior to the turn-on procedure. City of Renton Transportation Maintenance Manager 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 City of Renton Transportation Maintenance Manager. City forces shall provide, post and maintain proper signing warning of new signal ahead. 8-20.3(13) Illumination Systems Section 8-20.3(13) is supplemented with following: 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 the City of Renton Standard Plan 122.1. Special Provisions – BID DOCUMENT SP-275 Rainier Ave S Corridor Improvements – Phase 4 August 2022 8-20.3(13)A Light Standards Section 8-20.3(13)A is supplemented with following: Light 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 base clearance requirements. Anchor bolts shall be tightened by the Turn-Of-Nut Tightening Method in accordance with Standard Specifications Sections 6-03.3(33) and 8-20.3(4). 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 luminaire 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 luminaire 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 factor 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 reflectorized background. The I.D. number will be assigned to each pole at the end of the Contract or project by the City of Renton Transportation Maintenance Manager. Cost for the decals shall be considered incidental to the Contract Bid. Install I.D tag on pole and in foundation per City of Renton Standard Plan 139. 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. Special Provisions – BID DOCUMENT SP-276 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 torqueing 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 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 WSDOT Standard Plan J-28.40. 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 with new installations. Mounting hardware will provide for a rigid connection between the signal head and mast arm or pole. Mounting type shall be per the Plans. 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 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. Special Provisions – BID DOCUMENT SP-277 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 torquing 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. 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 vehicle pre-emption (EVPE) detection systems (both I.R and GPS type) shall be part of the signal systems at the intersections of: • Rainier Avenue S & S 3rd Street • Rainier Avenue S & S 2nd Street • Rainier Avenue S & SW Victoria Street • Rainier Avenue S & Airport Way • Rainier Avenue N & NW 3rd Place Infra-Red (I.R.) EVPE receivers shall be mounted in drilled and tapped holes on the top of the mast arms 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. Special Provisions – BID DOCUMENT SP-278 Rainier Ave S Corridor Improvements – Phase 4 August 2022 A Global Positioning System (GPS) Opticom antenna shall be installed on top of the luminaire pole that is closest to the signal cabinet or as shown on the Plans. 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 these Special Provisions, Section 6-07.2 Materials. 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 City Traffic Engineer or Transportation Maintenance Manager. 8-20.3(14)I Portable Temporary Signal System with Mast Arm Section 8-20.3(14)I is added as follows: Due to underground conflicts at the intersection of Rainier Avenue S and S 2nd Street, timber utility pole installation for temporary signal control is not allowed. Per traffic control plan, the Contractor shall provide, operate, maintain and remove a portable temporary signal system with mast arm, to provide vehicle traffic signals for one direction of travel. The system shall be fully self-contained, and designed so that it can be easily transported and deployed at different locations. The system shall be as follows: • Meets or exceeds NEMA TS-5 specifications. • Both vehicle signal heads mounted on the mast arm above the roadway, a minimum of eight feet apart, and a minimum of 16.5 feet vertical clearance above the roadway. • 15-foot minimum mast arm reach from outer edge of traffic barrier. • Vehicle signal heads to be controlled by an existing roadside traffic signal controller cabinet. • Two 3-section LED vehicle traffic signal heads, with 12” diameter circular red, circular yellow, and circular green sections meeting MUTCD requirements, with tunnel visors and backplates. • Hard-wired power and communications capability between the system and an existing roadside traffic signal controller cabinet. • Wireless communications capability between the system and an existing roadside traffic signal controller cabinet, including a wireless communications unit on the system Special Provisions – BID DOCUMENT SP-279 Rainier Ave S Corridor Improvements – Phase 4 August 2022 and a wireless communications unit to be installed in the roadside traffic signal controller cabinet. • Solar powered and battery power supply with 30 days run time on batteries alone. • Tow capability using standard towing equipment. • 90 mph wind load rating. • Traffic signal controller and malfunction management unit need not be included on the system. 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 plan. 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 “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. Fiber Optic “As Built” Records The Contractor shall provide the Project Representative with a cable route diagram indicating the actual cable route and "foot marks" for all junction boxes, for the entrance and exit to slack points and at all termination points. The Contractor shall record these points during cable installation. The Contractor shall provide Cable system "as-built" drawings showing the exact cable route to the Project Representative. 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 Special Provisions – BID DOCUMENT SP-280 Rainier Ave S Corridor Improvements – Phase 4 August 2022 • 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 Department 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. 8-20.3(19) Fiber Optic Networks Section 8-20.3(19) is added as follows: The Contractor shall coordinate with City of Renton Transportation Maintenance Manager (contact person: Eric Cutshall at 425-430-7423) to coordinate fiber optic network work 14 working days prior to commencing this work. Contractor shall be responsible for pulling all fiber, providing and installing patch panels in controller cabinets, splicing, and other work necessary to complete the working fiber optic system as outlined on the Plans. 8-20.3(19)A Fiber Optic Patch Panels Section 8-20.3(19)A is added as follows: 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. 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 City of Renton Transportation Maintenance Manager 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. 8-20.3(19)B Fiber Optic Cable Splicing Section 8-20.3(19)B is added as follows: Fiber optic cable splicing shall consist of adding SC connectors to existing spare fiber optic cable. Special Provisions – BID DOCUMENT SP-281 Rainier Ave S Corridor Improvements – Phase 4 August 2022 8-20.3(19)C Fiber Optic Terminations Section 8-20.3(19)C is added as follows: All fiber splices and terminations shall be made in the presence of the Project Representative. 8-20.3(19)D Fiber Optic Cable Labeling Section 8-20.3(19)D is added as follows: 1. Permanent cable labels shall be used to identify fibers and patch cords at each termination point. The cable labels shall consist of white colored heat shrink wraps with the connector end labeled with the destination of the fiber on the other end of the fiber port and the port number. 2. Each junction box, small cable vault and cabinet entered with the fiber optic cable shall have the cable labeled with a permanent plastic marking tag that is securely fastened to the cable. The labeling shall be of a consistent format that is approved by the Project Representative. At a minimum, the label shall indicate the cable owner, origin, destination (identified as a full cable termination location or trunk splice location), fiber count and the cable number. The labeling shall be permanent with legible manufactured labels. 3. A yellow #14 AWG trace wire shall be installed in all conduit containing fiber optic cable. 4. In vault locations where the ### count fiber optic cable is installed, the label attached to the ### count fiber optic cable shall also include the following information in addition to the requirements outlined in the Section above: Purchased with 2010/UA Sl Funds Grant No. 201 0-SS-T)-0084 KC-RCECC redundant fiber contact King County IT @ 206.263.7000 8-20.3(19)E Fiber Optic SC Connector Section 8-20.3(19)E is added as follows: The Fiber Optic SC Connector shall provide for the termination of the individual fiber optic strands. 8-20.3(19)F Fiber Optic Cable Pre-Installation Testing Section 8-20.3(19)F is added as follows: Special Provisions – BID DOCUMENT SP-282 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Pre-installation tests shall be conducted on the cable reels prior to installation. These tests shall be performed in accordance with EIA/TIA-455-78 for single-mode fibers using an optical time domain reflectometer (OTDR). Both ends of the cable shall be accessible for the tests, and it may be necessary to remove a portion of the protective wooden lagging on the reel. Measurements shall be made using the 1310 nm and 1550 nm wavelengths, and shall be compared to the factory test results. Test results shall be provided to the Engineer and approved. 8-20.3(19)G Qualifications Section 8-20.3(19)G is added as follows: Qualifications as defined in Section 8-20.2(2) of these Special Provisions, shall be submitted to the Engineer at least 30 calendar days prior to the splicing for approval of qualifications. When performing a splice, the fusion set must be on a stable surface and the splicing area must be relatively dust free. Therefore, it is required that the splicing should be done in a van or tent and not in the open air, in a manhole or vault. 8-20.3(20) System Acceptance Testing for Fiber Optic Networks Section 8-20.3(20) is added as follows: 8-20.3(20)A Testing and Commissioning Section 8-20.3(20)A is added as follows: The Contractor is responsible for demonstrating the functionality of the installed system through testing. These tests shall be conducted in accordance with an approved test plan that shall cover the key functional requirements of the Work. The Contractor shall, at its cost, provide suitable test equipment, instruments and labor for the purpose of tests. The Contractor shall provide sufficient notice of not less than three (3) working days prior to the commencement of the first test. The Contractor shall submit with this notice a schedule of all tests covered by this notice. 8-20.3(20)B Test Plans Section 8-20.3(20)B is added as follows: The Contractor shall prepare an Acceptance Test Plan that outlines the procedures to be used, the required test equipment, and the expected results. The plan shall include copies of all test result forms to be completed. The Contractor shall submit the test plan to the Engineer or its representative for approval. The test plan must be approved at least ten (10) working days before a test is conducted. Special Provisions – BID DOCUMENT SP-283 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The Contractor shall submit the completed test forms to the Engineer as soon as practicable after the completion of the test whether witnessed by the Engineer or its representative or not. 8-20.3(20)C Final Inspection Section 8-20.3(20)C is added as follows: Final Inspection will include the following activities: • The ‘as-built’ drawings and manuals will be examined by the Engineer’s engineering personnel and involved parties for conformance to the Drawings, Codes, Regulations, and General Accuracy. Any variation from specifications will be highlighted. • Acceptance test results will be reviewed. • All aspects of the Work will be physically inspected to ensure that all work has been completed in accordance with the Specifications. • Upon completion of all final inspection activities, any deficiencies will be recorded. Deficiencies will be corrected by the appropriate party and may be then re-inspected by the Engineer. • The Final Inspection shall not be deemed complete until all deficiencies are corrected. 8-20.3(20)D OTDR Testing Section 8-20.3(20)D is added as follows: Fiber Optic Testing that uses an Optical Time Domain Reflectometer (OTDR) shall adhere to the following specifications: • Use an OTDR that is capable of storing traces electronically and save each final trace. • The OTDR shall have suitable dynamic range and performance characteristics as determined by the Power Utility. • Use a 1000’ fiber optic launch box to ensure that start of the fiber under test is not in the “dead zone” of the OTDR. The first connector of the link under test shall be visible on the trace. • Prior to testing, all fiber optic connectors and bare fiber ends are to be properly cleaned using a residue free alcohol solution (better than 91% de-natured alcohol and distilled water) and compressed air. • Expand the vertical and horizontal scales used on the OTDR to maximize the amount of detail shown on the OTDR trace, even if these parameters can be adjusted later using display software. • OTDR traces shall be recorded in suitable electronic format. As applicable, the Special Provisions – BID DOCUMENT SP-284 Rainier Ave S Corridor Improvements – Phase 4 August 2022 software and applicable licenses required to read the OTDR traces shall be provided to the City at no extra charge. • Ensure that traces identify the end points of the fiber under test and the fiber designation. If this information is not provided by the trace itself, provide a cross- reference table between the stored trace file name and the fiber designation. 8-20.3(20)E OTDR Testing of Spliced Fiber Links Section 8-20.3(20)E is added as follows: This describes the testing to be completed on all sections of the fiber network after splicing is completed. For this section, a fiber link shall be defined as a continuous section of fiber from connector to connector that may pass through a number of intermediate splices. OTDR testing shall be completed as follows: • Test each fiber link in the cable at 1310 nm and 1550 nm, in each direction. • Verify that each completed fusion is less than 0.20 dB, measured as the average of splice loss measured in each direction through the link. • Re-make any fusions in excess of 0.20 dB, unless the Engineer specifically approves such high loss fusions, and re-test any fiber links that have been re-fused. 8-20.3(20)F Attenuation Testing Section 8-20.3(20)F is added as follows: This describes the attenuation testing to be completed on all sections of the fiber network after splicing is completed. An optical power meter and light source shall be used to measure end- to-end attenuation that will include fiber patch panel assembly connector losses. Every spliced link with a connection at each end shall be tested at 1310 nm and 1550 nm. Attenuation testing shall be completed as follows: • Test each fiber link in the cable at 1310 nm and 1550 nm. • Connect the optical source and meter together using a 10-foot patch cord. Record the optical power received by the optical meter as the reference reading. • Without removing the patch cord from the optical source, measure the recorded light level at the other end of the fiber link. Actual cable loss will be the measured loss minus the initial power source reading. Record the actual cable loss on the Acceptance Test Results forms. • Measure each fiber in both directions. (The loss over a fiber may not necessarily be the same in each direction). Special Provisions – BID DOCUMENT SP-285 Rainier Ave S Corridor Improvements – Phase 4 August 2022 • Re-measure the reference attenuation after every 200 measurements or every 4 hours, whichever occurs first. 8-20.3(20)G Submittals Section 8-20.3(20)G is added as follows: • Provide one hard copy of the trace for every spliced fiber. Hard copy traces shall be organized and bound in a logical order. • Submit, after approval of the hard copy traces, soft copies of all traces and appropriate software to allow reading the traces. • Submit the results of every attenuation test. 8-20.3(21) PTZ Camera Systems Section 8-20.3(21) is added as follows: PTZ cameras and associated equipment shall be furnished and installed by the Contractor at the following intersections: • Rainier Avenue S & S 3rd Street • Rainier Avenue S & S 2nd Street • Rainier Avenue S & SW Victoria Street • Rainier Avenue S & Airport Way • Rainier Avenue N & NW 3rd Place Each PTZ camera system shall consist of the following: • Video camera, including camera enclosure, lens, filter, sunshield and connector kit. • Camera mount assemblies, including extensions • Pan, tilt, zoom (PTZ) equipment • LED Color Video Monitor, including cable • Programming devices and/or software • Remote management software • Surge Suppressors • Coaxial and power cables or power over ethernet • All other equipment necessary for a fully operational PTZ camera system. Cameras shall be mounted per the Plans and per Engineer’s directives in the field. The Contractor shall install the cameras in the presence of City of Renton Transportation Maintenance Department Representative. Contractor shall notify the Engineer 48 hours in advance of changes that will require modifications to the cameras. 8-20.4 Measurement Section 8-20.4 is supplemented with the following: Special Provisions – BID DOCUMENT SP-286 Rainier Ave S Corridor Improvements – Phase 4 August 2022 When shown as lump sum in the Proposal as traffic signal system, illumination system, interconnect system, conduit system or camera system no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished and installed. Sawcutting required shall be incidental to lump sum items and no separate measurement will be made. Conduit zone bedding shall be incidental to the lump sum items and no separate measurement will be made. Removal, and salvage where required, of existing traffic signal and illumination equipment, including grinding or removal of existing loop detectors, shall be incidental to the lump sum items and no separate measurement will be made. Temporary surface restoration items required for resuming pedestrian and vehicular traffic prior to final surfacing, including steel sheeting, crushed rock, and cold mix asphalt, shall be incidental to the lump sum items and no separate measurement will be made. All costs associated with placement of erosion control mat at conduit crossings of ditches shall be incidental to the lump sum items and no separate measurement will be made. All costs for conduit trenching, backfilling, compaction and landscape restoration outside of paved areas, and for trenching and backfill for the pipe zone within paved areas shall be included in the lump sum items and no separate measurement will be made. All costs for adjustment of junction boxes, both to the final grade and any grade adjustments required for the various construction stages proposed in the Contract, or for alternative stages proposed by the Contractor, shall be included in the lump sum items and no separate measurement will be made. All costs for temporary traffic signal systems, temporary modifications to existing signal systems, and portable temporary traffic control signal systems shall be included in the lump sum items and no separate measurement will be made. 8-20.5 Payment Section 8-20.5 is supplemented with the following: Payment will be made in accordance with the Special Provisions, Section 1-04.1, for each of the following bid items that are included in the proposal: "Modification of Existing Traffic Signal and Illumination System at Rainier Avenue S & S 3rd Street Intersection, Complete", per lump sum. The lump sum Contract price for the above listed lump sum bid item shall be full payment for all labor, materials, tools and equipment necessary or incidental to the furnishing and installation of a complete permanent traffic signal system as described in these Plans and Specifications. The lump sum Contract price shall include, but not be limited to, the furnishing and installation of decorative traffic signal and illumination poles, decorative luminaire arms and luminaires on signal poles, painting of components, pot holing for foundations, excavation, foundations, traffic signal Special Provisions – BID DOCUMENT SP-287 Rainier Ave S Corridor Improvements – Phase 4 August 2022 controller cabinet assembly, electrical service cabinet, vehicle and pedestrian signal heads, APS pedestrian push buttons, emergency vehicle preemption (I.R. and GPS), video vehicle detection cameras, mast arm and signal pole mounted signs, junction boxes, directional boring (if selected), trenching, backfill, conduit, pull rope and wiring. The lump sum Contract price shall include modifications to, and/or the removal of, portions of the existing traffic signal system, including, but not limited to, the removal of existing signal poles and foundations, luminaires, traffic signal controller cabinet assembly, electrical service cabinet, vehicle and pedestrian signal heads, pedestrian push buttons, emergency vehicle preemption, video vehicle detection cameras, mast arm and signal pole mounted signs, junction boxes, conduit and wiring, backfilling and compacting voids, salvaging existing materials, and restoring facilities damaged or destroyed during construction. The lump sum Contract price shall include the furnishing and installation of temporary signalization during the various stages of construction, portable temporary traffic control signal systems, adjustments and aiming of signal heads and detection cameras, adjustments to pedestrian pushbuttons and other equipment as may be necessary during construction, temporary wiring, and adjustment of permanent equipment to final locations as shown on the Plans upon installation of final traffic lane configurations. The lump sum Contract price shall include coordination with local agencies, obtaining permits, electrical inspections, testing, temporary traffic control, providing uniformed police officer traffic control, preparing as-built plans, and all other work necessary or incidental to constructing a complete system. Coordination of electrical service connections with the power company and any necessary permits and fees associated with the service connections shall be considered incidental to the lump sum Contract price, and no additional compensation will be made. "Replacement of Existing Traffic Signal and Illumination System at Rainier Avenue S & S 2nd Street Intersection, Complete", per lump sum. "Replacement of Existing Traffic Signal and Illumination System at Rainier Avenue S & Airport Way Intersection, Complete", per lump sum. The lump sum Contract prices for the above listed lump sum bid items shall be full payment for all labor, materials, tools and equipment necessary or incidental to the furnishing and installation of complete permanent traffic signal systems as described in these Plans and Specifications. The lump sum Contract prices shall include, but not be limited to, the furnishing and installation of decorative traffic signal and illumination poles, decorative luminaire arms and luminaires on signal poles, painting of components, pot holing for foundations, excavation, foundations, traffic signal controller cabinet assemblies, electrical service cabinets, vehicle and pedestrian signal heads, APS pedestrian push buttons, emergency vehicle preemption (I.R. and GPS), video vehicle detection cameras, mast arm and signal pole mounted signs, junction boxes, directional boring (if selected), trenching, backfill, conduit, pull rope and wiring. The lump sum Contract prices shall include the removal of the existing traffic signal systems, including, but not limited to, the removal of existing signal poles and foundations, luminaires, traffic signal controller cabinet assemblies, electrical service cabinets, vehicle and pedestrian signal heads, pedestrian push buttons, emergency vehicle preemption, video vehicle detection cameras, mast arm and signal pole mounted signs, junction boxes, conduit and wiring, backfilling and compacting voids, salvaging existing materials, and restoring facilities damaged or destroyed during construction. The lump sum Contract prices shall include the furnishing and installation of temporary signalization during the various stages of construction, portable temporary traffic control signal systems, adjustments and aiming of signal heads and detection cameras, adjustments to pedestrian pushbuttons and other equipment as may be necessary during construction, temporary wiring, and adjustment of permanent equipment to final locations as shown on the Plans upon installation of final traffic lane configurations. The lump sum Contract prices shall include coordination with local agencies, Special Provisions – BID DOCUMENT SP-288 Rainier Ave S Corridor Improvements – Phase 4 August 2022 obtaining permits, electrical inspections, testing, temporary traffic control, providing uniformed police officer traffic control, preparing as-built plans, and all other work necessary or incidental to constructing a complete system. Coordination of electrical service connections with the power company and any necessary permits and fees associated with the service connections shall be considered incidental to the lump sum Contract prices, and no additional compensation will be made. “Portable Temporary Signal System with Mast Arm”, per lump sum The lump sum Contract price for the above listed lump sum bid item shall be full payment for all labor, materials, tools and equipment necessary or incidental to the furnishing and installation of a complete portable temporary signal system with mast arm described in these Plans and Section 8-20.3(14)I of these Specifications. The lump sum Contract price shall include, but not be limited to, the furnishing, transporting, installing, adjusting, maintaining, and removing after the Work on the Project, of the portable temporary traffic control signal system. "Pedestrian Hybrid Beacon Traffic Signal and Illumination System at Rainier Avenue S & SW Victoria Street, Complete", per lump sum. "Pedestrian Hybrid Beacon Traffic Signal and Illumination System at Rainier Avenue N & NW 3rd Place, Complete", per lump sum. The lump sum Contract prices for the above listed lump sum bid items shall be full payment for all labor, materials, tools and equipment necessary or incidental to the furnishing and installation of complete permanent traffic signal systems as described in these Plans and Specifications. The lump sum Contract prices shall include, but not be limited to, the furnishing and installation of decorative traffic signal and illumination poles, decorative luminaire arms and luminaires on signal poles, painting of components, pot holing for foundations, excavation, foundations, traffic signal controller cabinet assemblies, electrical service cabinets, vehicle and pedestrian signal heads, APS pedestrian push buttons, emergency vehicle preemption (I.R. and GPS), video vehicle detection cameras, mast arm and signal pole mounted signs, junction boxes, directional boring (if selected), trenching, backfill, conduit, pull rope, wiring, and restoring facilities damaged or destroyed during construction. The lump sum Contract prices shall include coordination with local agencies, obtaining permits, electrical inspections, testing, temporary traffic control, preparing as-built plans, and all other work necessary or incidental to constructing a complete system. Coordination of electrical service connections with the power company and any necessary permits and fees associated with the service connections shall be considered incidental to the lump sum Contract prices, and no additional compensation will be made. “Decorative Illumination System, Complete”, per lump sum. The lump sum Contract price for the above listed lump sum bid item shall be full payment for all labor, materials, tools and equipment necessary or incidental to the furnishing and installation of a complete permanent illumination system as described in these Plans and Specifications. The lump sum Contract price shall include, but is not limited to, the furnishing and installation of decorative roadway and pedestrian luminaire poles, decorative luminaire arms, decorative roadway and pedestrian luminaires, painting of components, pot holing for foundations, excavation, foundations, junction boxes, trenching, backfill, conduit, pull rope and wiring. The lump sum Contract price shall include the removal of existing illumination systems, including, but not limited to, the removal of existing luminaire poles and foundations, luminaires, junction boxes, conduit and wiring, backfilling and compacting voids, salvaging existing materials, and restoring Special Provisions – BID DOCUMENT SP-289 Rainier Ave S Corridor Improvements – Phase 4 August 2022 facilities damaged or destroyed during construction. The lump sum Contract price shall include coordination with local agencies, obtaining permits, electrical inspections, testing, temporary traffic control, preparing as-built plans and all other work necessary or incidental to constructing a complete system. “Fiber Optic Interconnect System, Complete”, per lump sum. The lump sum Contract price for the above listed lump sum bid item shall be full payment for all labor, materials, tools and equipment necessary or incidental to the furnishing and installation of a complete permanent fiber optic system as described in these Plans and Specifications. The lump sum Contract price shall include, but is not limited to, the furnishing and installation of junction boxes, vaults, mounting racks, splice trays, splice enclosures, excavation, trenching, backfill, conduit, pull rope and fiber optic cables. The lump sum Contract price shall include the removal or relocation of existing fiber optic system equipment, including, but not limited to, existing junction boxes, vaults, conduit and fiber optic cables, backfilling and compacting voids, salvaging existing materials, and restoring facilities damaged or destroyed during construction. The lump sum Contract price shall include coordination with local agencies, obtaining permits, inspections, testing, temporary traffic control, preparing as-built plans and all other work necessary or incidental to constructing a complete system. “5G Small Cell Network Conduit System, Complete”, per lump sum. The lump sum Contract price for the above listed lump sum bid item shall be full payment for all labor, materials, tools and equipment necessary or incidental to the furnishing and installation of a complete permanent 5G small cell network conduit system as described in these Plans and Specifications. The lump sum Contract price shall include, but is not limited to, the furnishing and installation of junction boxes, excavation, trenching, backfill, conduit, innerduct and pull rope. The lump sum Contract price shall include coordination with local agencies, obtaining permits, inspections, testing, temporary traffic control, preparing as-built plans and all other work necessary or incidental to constructing a complete system. Conduits for all traffic signal systems, the fiber optic interconnect system, and for the 5G small cell network conduit system shall be installed in the same trenches as the illumination system conduits where possible. No additional payment will be made for excavation or backfill where trenches for other Bid Items are already being excavated. Trench excavation and backfill outside of illumination system trenches shall be included in the above intersection traffic signal system Bid items, in the above fiber optic interconnect system Bid item, and in the above 5G small cell network conduit system Bid item, and no additional payment shall be made. “PTZ Camera Systems, Complete”, per lump sum. The lump sum Contract price for the above listed lump sum bid item shall be full payment for all labor, materials, tools and equipment necessary or incidental to the furnishing and installation of complete permanent PTZ camera systems as described in these Plans and Specifications. The lump sum Contract price shall include, but is not limited to, the furnishing and installation of PTZ cameras, arms, mountings, cabling, video processor units, surge suppressors, LED color video monitors, programming devices, software and all related components. The lump sum Contract price shall include coordination with local agencies, obtaining permits, inspections, testing, temporary traffic control, preparing as-built plans and all other work necessary or incidental to constructing complete systems. Special Provisions – BID DOCUMENT SP-290 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 at intersections shall be 3M Stamark all weather Tape 380AW and Contrast Tape 380AWE-5, or thermal plastic with wet/dry elements, or approved equal. Temperatures 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 expense. 8-22.4 Measurement Section 8-22.4 is supplemented with the following: Removal of pavement markings within the construction limits shall not be measured and will be paid per lump sum. Bicycle lane symbols will be measured per each. 8-22.5 Payment Section 8-22.5 is supplemented with the following: “Removing Existing Pavement Markings”, per lump sum. “Bicycle Lane Symbol”, per each. Special Provisions – BID DOCUMENT SP-291 Rainier Ave S Corridor Improvements – Phase 4 August 2022 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.4 Measurement Section 8-23.4 is supplemented with the following Temporary Pavement Markings will be measured by the linear foot of each line or grouping of markers, with no deduction for gaps in the line or markers. Temporary Pavement Markings shall be paid once per construction channelization phase as indicated in the contract plans. No additional payment will be made for additional phases and no additional measurement for second application of paint required for long duration paint lines will be made. 8-23.5 Payment Section 8-23.5 is supplemented with the following: “Temporary Pavement Marking”, per linear foot. 8-24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING 8-24.4 Measurement Section 8-24.4 is supplemented with the following: Rock Wall shall be measured per square foot of completed wall in place. The bottom limits for vertical measurement will be the top of the leveling pad (or bottom of wall if no leveling pad is present). The top limit for vertical measurement will be the top of wall as shown in the Plans. The horizontal limits for measurement are from the end of the wall to the end of the wall. The price per square foot of Rock Wall shall include excavation, foundation preparation, furnishing and installing three-man rocks, construction geotextile, and backfill material. 8-24.5 Payment Section 8-24.5 is supplemented with the following: “Rock Wall”, per square foot. Add new Section 8-26 as follows: 8-26 RESOLUTION OF UTILITY CONFLICTS (NEW SECTION) 8-26.1 Description This work involves the identification and resolution of utility conflicts, including potholing, not identified in the plans between proposed improvements and existing utilities. The Contracting Agency will pay these costs by force account if the work proves to be acceptable and the Contractor has performed the work with the authority of and due notice to the Engineer. Special Provisions – BID DOCUMENT SP-292 Rainier Ave S Corridor Improvements – Phase 4 August 2022 8-26.3 Construction Requirements The Contracting Agency may direct the Contractor to pothole existing utilities to verify the field location and depth. Potholing shall include excavation and backfilling of the existing utility, identification of the pipe or line size, material type and condition and the survey work to locate the facility horizontally and vertically. Survey information to be obtained shall include station and offset to center of utility and elevation at top of utility. Stations, offsets and elevations shall be to the nearest 0.1 foot unless greater accuracy is required. Potholes shall be backfilled with CSBC compacted to 95%, or with CDF, as directed by the Engineer. In areas subject to public traffic, the HMA patch shall match the depth of the surrounding pavement. In the event that a conflict arises between the proposed improvements and an existing utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby time and additional work in the following manner: 1. Standby time resulting from existing utility conflicts a) Standby time is defined as time the Contractor is unable to proceed with progression of a specific work item (i.e. storm drainage, underground utility installation etc.) due to conflicts with existing facilities. However, payment for standby time shall be limited to: (1) For each agreed upon conflict, a maximum of four (4) hours of standby time will be paid for actual delay of labor and equipment due to a utility conflict. The Contractor shall be responsible to adjust his work schedule and/or reassign his work forces and equipment to other areas of work to minimize standby time. (2) If the conflict is resolved within one (1) hour of notification to the Engineer, no standby time will be paid. 2. Additional work required to resolve utility conflicts will be paid for at the bid unit prices for the associated work. Work that can be measured and paid for at the unit contract prices shall not be identified as force account work. This work includes but is not limited to: (1) Storm drainage manhole, pipe, vault, and conduit realignments of line and/or grade for the storm drain, undergrounding of overhead utilities, illumination, and signal, to avoid existing utility conflicts. (2) Additional storm drainage manholes, pipe, vaults, and conduit required by a change in alignment, and/or grade, not exceeding the limits set in section 1-04.4 of the Standard Specifications. 8-26.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Resolution of Utility Conflicts for __" will be paid by force account as provided in Section 1-09.6. Costs for resolving utility conflicts will be paid for by force account. To provide a common proposal for all bidders, the Contracting Agency has estimated the amount for “Resolution Special Provisions – BID DOCUMENT SP-293 Rainier Ave S Corridor Improvements – Phase 4 August 2022 of Utility Conflicts for__)” and entered the amounts in the proposal to become a part of the total bid by the Contractor. Utility conflicts due to the Contractor’s actions or operations shall be resolved by the Contractor at no expense to the Contracting Agency. “Utility Potholing”, per each. “Resolution of Utility Conflicts with New Water Mains”, per Estimate Payment will be made at the discretion of the Engineer, for the following bid item(s) in accordance with Section 1-09.6 of the Standard Specifications and these Special Provisions when included in the Proposal: "Resolution of Utility Conflicts," per Force Account. In no way shall the work described under Resolution of Utility Conflicts relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. Resolution of utility conflicts is included as a bid item for use in resolving any new identified utility conflicts not otherwise shown on the Contract Drawing or Specifications that are identified during the course of construction. To provide a common basis for all bidders, the Contracting Agency has entered an amount for the item “Resolution of Utility Conflicts" in the Proposal to become a part of the total bid by the Contractor. Payment for this item will be only for the changes and amounts approved by the City. If no changes are authorized under this bid item, final payment for this item will be $0 (zero). Add new Section 8-27 as follows: 8-27 GATEWAY TRELLIS RELOCATION (NEW SECTION) 8-27.1 Description This work shall consist of removal and reinstallation of Gateway Trellis, including salvaged gateway trellis top overhead structure, replacement of column sheaths, posts, foundations and other necessary connections as needed, in the location as indicated on the Plans. 8-27.2 Materials Materials shall meet the requirements of the following sections as applicable unless noted: Concrete Structures 6-02 Painting 6-07 Aggregates 9-03.12(4) Structural Steel and related materials 9-06 Reinforcing Steel 9-07 Special Provisions – BID DOCUMENT SP-294 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Gateway Trellis replacement components shall be custom fabricated column sheaths, posts, foundations and incidental connection materials, as detailed on the Plans. All Structural Steel components shall conform to the following ASTM designations: Bars and Plates: ASTM A36, Fy = 36 ksi Hollow Structural Sections (HSS) square or rectangular: ASTM A500 Grade B, Fy = 46 ksi Hollow Structural Sections (HSS) round: ASTM A500 Grade B, Fy = 42 ksi Pipes: ASTM A53, Grade B, Fy = 33 ksi Bolts: F1554, Grade 36 Concrete shall be Class 4000A unless noted otherwise on the Plans. Auger cast Pile Concrete backfill shall be Class 4000P. Reinforcing Steel shall conform to ASTM A615, Grade 60. Trellis Top Overhead Structure shall receive touch up paint to match existing color. Finish shall be per Painting Section 6-07. Gateway Trellis Column Aluminum Sheath shall be ¼” thick from aluminum alloy sheet, type 6061-T6. Finish A of Column Aluminum Sheath shall be a custom feathered metal grind “aluminum” finish, primarily vertical, loose drizzling waves with swaying movements, to achieve overall informal, vertical pattern. Decorative Aluminum Cutouts shall be 1/8” thick to be from aluminum alloy sheet. Finish B of Decorative Aluminum Cutouts shall be custom polished finish by machine and hand methods on top raised surface, as approved. Apply with semi-transparent paint in a “bright copper penny” color tone and one coat satin finish sealer all exposed surfaces. Finish C of Cap & Lower Bands shall be ¼” thick from aluminum alloy sheet, type 6061-T6 per Painting Section 6-07. Finish D of HSS Post shall be per Painting Section 6-07. 8-27.3 Construction Requirements Contractor shall coordinate with City of Renton for removal and relocation of the existing Gateway Trellis. Salvageable Gateway Trellis elements including gateway trellis top overhead structure and collar/bearing plate shall be stored with the City of Renton until time of re-installation on site. The Contractor shall be responsible for the relocation of the Gateway Trellis including replacement of column sheaths, posts, foundations and other necessary connections as needed, as indicated on the Plans. Special Provisions – BID DOCUMENT SP-295 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Contractor shall coordinate with Engineer and verify relocation of existing Gateway Trellis does not conflict with existing utilities. Engineer shall approve of final location of Gateway Trellis prior to installation. Gateway Trellis Top Overhead Structure shall be stored with the City of Renton until time of re-installation on site. All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be Type 316 stainless steel unless noted otherwise. All welding shall be in accordance with AISC and AWS standards and shall be performed by WABO-certified welders. Welds shall meet Section 6-03.3(25) of the Standard Specifications. Field touch up painting shall consist of matching specified priming and painting for all damaged, field repaired areas. Any damage due to the Contractor’s activities before the end of the project shall be replaced by the Contractor with no additional compensation allowed. Submittals The Contractor shall also provide 1 (one) sample of the “amber” color filter for the Engineer approval. The Contractor shall provide shop drawings of Gateway Trellis including replacement parts (column, sheath, posts, cap & lower bands, foundations) as specified herein and detailed on the plans, and connections to salvage Gateway Trellis top, fabrication, fastening locations, dimensions, material callouts, and reinstallation of “Gateway Trellis” for Engineer’s approval prior to fabrication. 8-27.4 Measurement No specific measurement shall apply to the lump sum price for “Gateway Trellis Relocation”. 8-27.5 Payment Payment will be made for the following bid item: “Gateway Trellis Relocation”, per lump sum. The lump sum item of “Gateway Trellis Relocation” includes all work associated with removal, protection, delivery, coordination, installation of new column sheaths, posts, foundations and all related costs to re-installing the Gateway Trellis as well as any work associated with coordinating its installation with other components of the project. Add new Section 8-28 as follows: Special Provisions – BID DOCUMENT SP-296 Rainier Ave S Corridor Improvements – Phase 4 August 2022 8-28 TREE GRATE (NEW SECTION) 8-28.1 Description This work shall consist of providing and installing Tree Grate, grate frames, mounting attachments and pea gravel in locations as shown on the Plans and as specified herein. 8-28.2 Materials Materials shall meet the requirements of the following sections as applicable unless noted: Aggregates 9-03.12(4) Structural Steel and related materials 9-06 Pea gravel under tree grate as noted on Plans shall be in accordance with Section 9-03.12(4) gravel backfill for drains of the Standard Specifications. Tree Grate shall be approximately 4’x8’ as detailed on Plans. Tree Grate shall be rectangular grate with a 24” diameter single tree opening, cast in 8 pieces, pattern as shown in the Plans. Material shall be cast ductile iron, ASTM A53 6 Grade 65-45-12 with baked on oil finish. Tree grate and mounting attachments shall be steel angle frames and bolts by same manufacturer as the Tree Grate, size frame to accommodate Tree Grate as shown in the Plans. 8-28.3 Construction Requirements Tree Grate and frames shall typically require 8 to 10 weeks lead time prior to delivery and installation on site. Contractor shall break center opening to accommodate tree root flare from new street trees as needed. Contractor shall carefully ensure proper care around trees and avoid further damage to tree during installation. Install Tree Grate per manufacturer’s instructions and as approved by Engineer. Install in locations and details per Plans. Contractor shall field verify all Tree Grate location with Engineer’s approval prior to installation. Submittals The Contractor shall submit tree grate product cut sheets including model and name, dimensions and descriptions of pea gravel supplier, Tree Grate, grate frames and mounting attachments for Engineer’s approval. Contractor shall provide shop drawings of Tree Grate including all dimensions, sections, plans, colors, materials, finishes, pea gravel, mounting attachments, grate frame, fabrication methodology and installation requirements for Engineer’s approval. Special Provisions – BID DOCUMENT SP-297 Rainier Ave S Corridor Improvements – Phase 4 August 2022 8-28.4 Measurements Tree Grate shall be measured per each for each installed tree grate, including grate frame, pea gravel and mounting attachments. 8-28.5 Payment Payment shall be made for the following bid item: “Tree Grate”, per each. The contract bid price, including all incidental work, shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. The cost of pea gravel shall be considered incidental to and included in the unit contract price for “Tree Grate”. Add new Section 8-30 as follows: 8-30 WASTE RECEPTACLE (NEW SECTION) 8-30.1 Description This work shall consist of installing Waste Receptacles in locations as shown on the Plans and as specified herein. Waste Receptacle shall be as specified in the City of Renton Downtown Streetscape Design Standards and Guidelines. 8-30.2 Materials Materials shall meet the requirements of the following applicable standards and WSDOT Standard Specifications unless noted: Painting 6-07 Color shall be per Section 6-07.2, Painting. Waste Receptacles shall be Model: Ironsites SD-42, including high-density plastic liner, leveling feet, bolted-in-place “spherical dome” lid (without the swinging door), 3 in-line anchor holes, bottom plate cover and tri-key locking latch by Victor Stanley, or approved equal. All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be corrosion resistant, stainless steel. Expansion bolts shall be stainless steel in 4” minimum length per manufacturer recommendation. Special Provisions – BID DOCUMENT SP-298 Rainier Ave S Corridor Improvements – Phase 4 August 2022 8-30.3 Construction Requirements Contractor shall submit catalog cut sheets including paint chip color sample, manufacturer’s technical specifications and installation recommendations for Waste Receptacle for Engineer’s approval prior to installation. Waste Receptacle shall typically require 8 to 10 weeks lead time prior to delivery and installation on site. Contractor shall install each Waste Receptacle in cement concrete sidewalk with approved expansion bolts and incidental connection materials, as detailed per the Plans. 8-30.4 Measurement Waste Receptacle shall be measured per each installed in its final location. 8-30.5 Payment Payment shall be made for the following bid item: “Waste Receptacle”, per each. The unit price bid shall be for full compensation for all labor, material, tools and equipment, supplies, incidental work including removal, protection, delivery, coordination, installation and all related costs for any work associated with coordinating Waste Receptacle to satisfactorily complete the work defined in the Standard Specifications, Special Provisions and the particular items called for in the Plans. Add new Section 8-31 as follows: 8-31 BENCH (NEW SECTION) 8-31.1 Description This work shall consist of providing and installing Bench in accordance with details shown in Plans, the City of Renton Downtown Streetscape Design Standards and Guidelines and as specified herein. 8-31.2 Materials Materials shall meet the requirements of the following applicable standards and WSDOT Standard Specifications unless noted: Painting 6-07 Structural Steel and Related Materials 9-06 Bench shall be approximately 6’ long and 36 1/4” high, aluminum bench with surface-mounting system, backrest with basket-weave motif pattern, armrests, powder coat finish. Bench legs Special Provisions – BID DOCUMENT SP-299 Rainier Ave S Corridor Improvements – Phase 4 August 2022 shall be 2” x 2” square extruded aluminum tubing; bench seat main rails shall be 1/2” x 1 3/4” and 1 1/4” x 2” extruded aluminum tubing; bench back horizontal rails shall be 1 1/4" x 2” extruded aluminum tubing and vertical rails shall be 1/2" x 1 3/4" extruded aluminum tubing. Bench shall have a surface mounting system and powder coat finish, or approved equal. All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be corrosion resistant, tamper resistant and stainless steel. 8-31.3 Construction Requirements Bench shall typically require 8 to 10 weeks lead time prior to delivery and installation on site. Assemble bench components per instructions by manufacturer. Surface mount bench on concrete surfacing using mounting hardware supplied by manufacturer and additional stainless steel washers as necessary to set bench level, per manufacturer’s instructions and as shown on Plans. Expansion bolts shall be stainless steel sized to fit, bench. Length shall be 4” minimum. Contractor shall install each Bench on cement concrete sidewalk with approved expansion bolts and incidental connection materials, as detailed per the Plans. 8-31.4 Measurement Bench shall be measured per each bench installed in its final location. 8-31.5 Payment Payment shall be made for the following bid item: “Bench”, per each. The unit price bid shall be for full compensation for all labor, material, tools and equipment, supplies, incidental work including removal, protection, delivery, coordination, installation and all related costs for any work associated with coordinating Bench to satisfactorily complete the work defined in the Standard Specifications, Special Provisions and the particular items called for in the Plans. Add new Section 8-32 as follows: 8-32 GATEWAY WALL A & B (NEW SECTION) 8-32.1 Description This work shall consist of constructing Gateway Wall A and B, including foundations/footings, skate deterrents, wall finishes, wall scoring, anti-graffiti coating, fabrication and installation of decorative metal sheaths as shown on the Plans and as described herein at the locations and elevations shown on the Plans. Special Provisions – BID DOCUMENT SP-300 Rainier Ave S Corridor Improvements – Phase 4 August 2022 8-32.2 Materials Materials shall meet the requirements of the following applicable standards and WSDOT Standard Specifications unless noted: Painting 6-07 Structural Steel and related materials 9-06 Concrete and CIP Footings for Cast in Place Gateway Wall A and B shall be Class 4000A unless noted otherwise on the Plans. • ¾” maximum size aggregate • Air – 6% +- 1 air • Water/Cement = 0.45 Reinforcing Steel shall conform to ASTM A615, Grade 60. Cast-in-place concrete Gateway Wall A and B shall be installed with a uniform consistent finish with no visible joints, grain patterns, air holes and forming patterns visible (including patches). The walls shall have no additive color. All wall surfaces shall have either a light sandblast finish or acid wash finish. After removal from the form, the walls should be set to cure for at least (2) two days prior to proceeding with wall finish. Anti-graffiti coating for concrete surfaces of Cast in Place Wall A and B shall be a non-sacrificial, clear, UV stable, anti-graffiti sealer suitable for vertical and horizontal concrete surfaces and shall have the following characteristics: • Meet or exceeding ASTM D6578 Graffiti test • Non-reactive, zero VOC, AQMD and CARB compliant • Allow moisture vapor to escape while not allowing moisture to penetrate Decorative Metal Sheath shall be ¼” thick from aluminum alloy sheet, type 6061-T6. Custom feathered metal grind finish over natural aluminum metal. Metal grind finish shall be primarily vertical, loose drizzling waves with swaying movements, to achieve overall informal, vertical pattern. Aluminum metal shall be painted with semi-transparent paint in “bright copper penny” color tone - Finish A. Decorative Aluminum Cutout Pieces shall be 1/8” thick to be from aluminum alloy sheet, type 6061-T6. Finish B shall be custom polished “aluminum” finish by machine and hand methods on top raised surface, as approved. Apply one coat clear satin finish sealer all exposed surfaces. Mortar shall be used to set the decorative art poles into place and decorative sheath columns into the CIP walls. Mortar color shall be light gray color and sample shall be approved by Engineer prior to delivery to site. Mortar shall conform to the following standards and specifications: 1) Cement: Any cement complying with ASTM C 270 Special Provisions – BID DOCUMENT SP-301 Rainier Ave S Corridor Improvements – Phase 4 August 2022 2) Lime: ASTM C 207 3) Sand: ASTM C 144, natural or manufactured sand 4) Pigment: ASTM C 979, mineral oxide pigments 5) Water: Potable 6) Pre-packaged Latex-Portland Cement Mortar: ANSI A118.4 Mortar mix shall be in accordance with ASTM C 270, Type S or N, or in accordance with manufacturer’s mortar preparation instructions. Mortar shall be 6000psi structural grout. Skate Deterrent shall be of 6061-T6 Aluminum in hard anodized finish sized to fit 1” radius concrete edge, anchored with two offset thru holes for concrete anchors as shown per Plans. Skate deterrent shall include tamper resistant stainless steel anchors and epoxy. 8-32.3 Construction Requirements Cast-in-place concrete Gateway Wall A and B shall be installed with skate deterrents and scoring, as detailed per Plans and specified herein. Install skate deterrents on Gateway Wall A and B in spacing per Plans and per manufacturer’s instructions, using recommended epoxy. For Structural Specifications see Division 6. Submittals The Contractor shall rovide 1 (one) 6”x6” sample of the “bright copper penny” color tone - Finish A with for Engineer’s approval prior to fabrication. The Contractor shall provide 1 (one) 6”x6” sample Finish B in custom polished “aluminum” finish for the Engineer’s approval prior to fabrication. The Contractor shall provide catalog cut sheets including product material and technical data of skate deterrent and anti-graffiti coating products for Engineer’s approval prior to installation. The Contractor shall provide shop drawings of Gateway Wall A & B including CIP wall, footings/foundations, wall scoring, skate deterrents, and decorative metal sheaths, as specified herein and detailed on the plans with layout, dimensions, elevations and material callouts, for Engineer’s approval prior to fabrication and construction. Mock-Up Sample Contractor shall install a six feet long mock-up sample of cast-in-place concrete wall consisting of a two-foot section of light sandblast finish, a two-foot section of acid wash finish and two-foot section of out-of-form finish per WSDOT spec 6-02 for Engineer’s review and selection Special Provisions – BID DOCUMENT SP-302 Rainier Ave S Corridor Improvements – Phase 4 August 2022 prior to installation on project site. Radius top edges shall be installed along entire length of the six-foot mock-up of wall sample. Each two-foot section shall show vertical wall scoring. At completion of work remove and properly dispose of mock-up sample. The final approved sample section and selected finish shall be the standard for the balance of the rest of the work installed. Mock-up sample shall be protected from damage until final acceptance and approval. Anti-Graffiti Coating The concrete surface shall be free of foreign substances (such as curing compound, dirt, etc.) that might interfere with the absorption of the coating. Application shall be performed by an experienced and manufacturer approved applicator in strict accordance with the manufacturer’s recommendations. At no time shall the number of coats and coverage rates be less than recommended in manufacturer’s data sheet. New cement concrete shall be cured for a minimum of thirty (30) days prior to application. Moisture content shall be no greater than 15%. Do not apply to surfaces below 45 degrees F or above 90 degrees F. Do not apply in direct sun. Protect pieces from damage and weather until installation. Comply with all traffic control and safety requirements during installation. See notes and details on the Plans for layout information. Use concrete anchors provided by skate deterrent manufacturer in conjunction with two-part epoxy. Field touch up painting shall consist of matching specified priming and painting for all damaged, field repaired areas. Any damage due to the Contractor’s negligence before the end of the project shall be replaced by the Contractor with no additional compensation allowed. 8-32.4 Measurement Gateway Wall A and B measurement shall be per lump sum for a complete and installed gateway wall A and B, including foundations/footings, wall finishes, anti-graffiti coating, mock-up sample(s), wall sawcut scoring and skate deterrents, fabrication and installation of decorative metal sheaths. 8-32.5 Payment Payment shall be made for the following bid item: “Gateway Wall A & B”, lump sum. The lump sum contract price for the Gateway Wall A & B shall be full compensation for all labor, material, CIP wall, footings/foundations, skate deterrents, sawcut scoring, decorative metal sheaths, anti-graffiti coating, selected wall finishes, mock-up sample(s), tools and equipment, incidental work, with all appurtenances, to satisfactorily complete the work defined Special Provisions – BID DOCUMENT SP-303 Rainier Ave S Corridor Improvements – Phase 4 August 2022 in the Standard Specifications, Special Provisions, and the particular items called for in the Plans. Add New Section 8-33 as follows: 8-33 BOLLARD 8-33.1 Description This Work shall consist of furnishing and installing Bollard, including square concrete footings, cover plate, post, post sleeve base plate and cap with hinge in locations as shown on Plans. 8-33.2 Materials Material requirements for bollard shall be as indicated on Bollard Type 1 WSDOT Standard Plan H-60.10-01. 8-33.3 Construction Requirements Bollard shall be constructed in square footings as shown on Bollard Type 1 WSDOT Standard Plan H-60.10-01 and in accordance with these Special Provisions and the Plans. 8-33.4 Measurement Bollard will be measure per each complete bollard installation. 8-33.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item: "Bollard", per each. The unit contract price per each for “Bollard” shall be full compensation for all materials, labor, tools, and equipment necessary to furnish and install the bollard as shown in the Plans and as specified herein. Add New Section 8-35 as follows: 8-35 JOINT UTILITY TRENCH (NEW SECTION) 8-35.1 Description This work shall consist of constructing a joint utility trench duct and vault system for the installation and placement of conduit, handholes and vaults furnished by Others. The franchise utilities are Puget Sound Energy gas and power (PSE), CenturyLink, and Comcast. Special Provisions – BID DOCUMENT SP-304 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The contract documents contain two volumes of plans relating to the conversion. Volume 1 Contract Provisions Appendix F contains individual detailed designs and standards provided by the franchise utilities. Volume 2 project Plans contains the general joint utility trench layout plans and details provided by the City and it’s consultants. Volume 2 project Plans are intended for providing an overview of the work and joint trench sections and for bidding purposes. The Contractor shall examine the franchise utility designs and standards provided in Volume 1 Contract Provisions Appendix F. Conflicting information shall immediately be brought to the attention of the City and Engineer for resolution. Using the information shown in Volume 2 the Plans and Volume 1 Contract Provisions Appendix F franchise utility plans and standards, the Contractor will coordinate closely with each utility company to develop a detailed trenching plan and sequence of construction to perform the following: 1. Sawcut pavement as required by the plans and excavate trenches for underground facilities for PSE gas, PSE power, CenturyLink, and Comcast. 2. Install conduit, conduit bends, connections, pole risers, handholes, junction boxes and vaults provided by PSE gas, PSE power, CenturyLink, and Comcast. PSE power, CenturyLink, and Comcast will furnish and install cable, conductors, and electrical equipment for their systems. 3. Furnish and install vaults and conduits for City spare system. 4. Furnish, place, and compact conduit bedding. 5. Furnish and install identification tape. 6. Furnish, place, and compact backfill, surface restoration for trenches associated with undergrounding of overhead utilities (Gravel Borrow, Gravel Base Course, or Controlled Density Fill). 7. Connecting conduits to existing vaults, including all bends and fittings required. 8. Installing ground rods, ground plates, conduit risers, and other electrical hardware furnished by PSE and required by the Plans and Specifications and Special Provisions. 9. Cutting and capping conduit. 10. Clearing of structures and testing of conduit. 11. Proof conduits and install mule tape. 12. Other work indicated on the Plans and in the Specifications and Special Provisions. The individual utility companies will be responsible for furnishing and installing all cables, conductors, electrical equipment, temporary utility poles, and for the removal of poles, and other equipment no longer needed. 8-35.1(1) Regulations and Code Installation of all electrical and telecommunication equipment shall conform to the appropriate sections of the National Electrical Code, the City of Renton Building Code, utility company standards and these Special Provisions. The Contractor shall install a complete and operable system in compliance with the plans and specifications as set forth and to the satisfaction of the Engineer. All work shall conform to the provisions of the current National Electric Code Special Provisions – BID DOCUMENT SP-305 Rainier Ave S Corridor Improvements – Phase 4 August 2022 (NEC). Service customers shall be provided a minimum 48 hour notice of any planned service interruptions. The Contractor is advised that minor scheduling adjustments may be necessary to minimize impacts to service customers. 8-35.2 Materials City Spare Conduit System The Contractor shall furnish and install all materials for the City spare conduit system per Section 8-20 of the Standard Specification and these Special Provisions. Sand Bedding Incl. Haul for Joint Utility Trench “Sand Bedding Incl. Haul for Joint Utility Trench” shall be washed building sand, thoroughly saturated with water and mixed to a fluid consistency. Sand bedding shall conform to the gradation as shown in the table below: Sieve Size (inches) Percent Sand Passed Sieve Size Percent Sand Passed 2 No. 4 95-100% 1-1/2 No. 8 1 No. 16 45-80% 3/4 No. 50 7-30% 1/2 No. 100 0-6% 3/8 100% No. 200 0-2.5% Gravel Backfill Reuse of native material in trench bedding and backfill, where approved by the Engineer, shall be considered incidental to and included in the various bid items. Backfill for franchise utility structures shall be considered incidental to and included in the contract bid price for “Install [Vaults, Handholes, Pedestals] – [Utility Owner]” and no additional compensation will be made for this work. General Requirements Materials shall conform to the requirements of Division 9 of the Standard Specifications and these Special Provisions and the standards of the utility agencies (PSE, CenturyLink, and Comcast) as indicated in these Special Provisions, and on the Plans and details. Puget Sound Energy’s Specifications are included in Appendix F. Vaults and Handholes Special Provisions – BID DOCUMENT SP-306 Rainier Ave S Corridor Improvements – Phase 4 August 2022 PSE vault dimensions are shown on their undergrounding plans. CenturyLink and Comcast vaults and handholes are supplied by Utility Vault. Cut sheets for each vault are included in Appendix F. Identification Tape Polyethylene, 5 Mil Tape, 1/2 mil Aluminum Center Core Electrical: Six inch (6") wide, red in color, with non-ferrous metal conductor sandwiched in the tape for detection purposes imprinted with black lettering "CAUTION - ELECTRIC UTILITIES BELOW". Telecommunication: Six inch (6") wide, orange in color, with non-ferrous metal conductor sandwiched in the tape for detection purposes imprinted with black lettering "CAUTION - COMMUNICATION LINE BELOW". 8-35.3 Construction Requirements The Contractor is advised that the layout shown on the Plans is approximate. The layout of the joint-utility trench and vaults shall be adjusted as necessary to avoid conflicts with utilities, both existing and to be constructed under this Contract. It shall be the Contractor’s responsibility to construct the joint utility trench so that it will not require adjustments or replacements for other items of Work. Contractor shall plan and sequence operations such that the length of trench that is open at any one time will support completion of work required by this Contract and work to be completed by the franchise utilities within 48 hours. Once all work and inspections are completed in an open length of trench, that length shall be backfilled immediately. If no work is to be accomplished by the Contractor or the franchise utilities, no open excavations will be allowed over weekends, holidays or other anticipated non-working days. The intent is to support immediate work that can be accomplished by the Contractor and the franchise utilities and to have no open excavations beyond this consideration. If questions and issues arise relative to what excavations are allowed to be opened, and what must remain open for others to complete their work or inspections, or when excavation must be protected or closed, the Engineer will determine when excavation can occur and when the completed work must be backfilled. The Engineer’s determination will be final. Installation of franchise utility conduits shall be per the requirements of the franchise utilities included in Appendix F of these Contract Provisions. The Contractor may perform all or portions of the franchise utility work under the inspection of the franchise utility representatives; however, all direction regarding execution and acceptance of the Work shall be solely by the Engineer. 8-35.3(1) Excavating and Backfilling Excavations shall conform to the requirements of Section 2-09 Structure Excavation. Excavations greater than 8 feet may be required. In areas of congested underground utilities, the Contractor shall make provisions within the project schedule for less than optimal production rates. Special Provisions – BID DOCUMENT SP-307 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The excavations required for the installation of conduit, vaults, and other appurtenances shall be performed in a manner to cause the least possible disturbance to the streets, sidewalks, and other improvements. The trenches shall not be excavated wider and/or deeper than necessary for the proper installation of the conduit, vaults, handholes, and other necessary appurtenances. Excavation shall not be performed until immediately before installation of conduit and other appurtenances. The material from the excavation shall be placed where the least interference to vehicular and pedestrian traffic, and to surface drainage, will occur. Locations of conduit ducts and vaults shown in the plans are approximate. The Engineer, utility company representatives, and the Contractor will coordinate actual location of vaults, handholes and conduits as necessary to avoid conflicts with the existing and proposed utilities and appurtenances. The Contracting Agency reserves the right to adjust these locations as necessary to accommodate existing or newly installed utilities at no additional cost to the Contracting Agency. Adjustments to the utility trench depth and width will be required when crossing utilities shown in the Plans as existing or proposed, and that the changes in depth will be done with field bends in the conduit, not conduit fittings, with the exception of the section of JUT from S. 2nd Street to SW Victoria Street. Conduit fittings will be required for this section of JUT due to the size of cables that are needed to be pulled through the conduits. If the Engineer determines that the native material is unsuitable for use as backfill, gravel borrow conforming to Section 9-03.14(1) of the Standard Specifications shall be used to backfill the trench. All surplus excavated material shall be removed and disposed of by the Contractor in accordance with Section 2-03, or as directed by the Engineer. Excavations after backfilling shall be kept well filled and maintained in a smooth and well drained condition until permanent repairs are made. At the end of each day’s work and at all other times when construction operations are suspended, all equipment and other obstructions shall be removed from that portion of the roadway open for use by public traffic. Excavations in the roadway shall be performed in such a manner that not more than one traffic lane is restricted in either direction at any time. After the new underground power distribution system is energized, additional excavation may be necessary for Puget Sound Energy to retrain existing underground cables into the new vaults. Forty-eight (48) hours’ notice will be provided for this excavation. Structure excavation necessary for the installation of conduits and structures (vaults & manholes) shall be measured and paid under the “Structure Excavation Class B Incl. Haul for Joint Utility Trench” bid item in accordance with Section 2-09. Joint utility trench shall be constructed with bedding and backfill material as shown on the Typical Sections in the Plans. At joint utility trench locations where CenturyLink exceeds 10 conduits, Controlled Density Fill (CDF) shall be used as bedding material within the entire bedding area of all communication conduits as shown on the plans; while PSE power and PSE gas conduits shall continue with sand bedding. The Contractor shall provide temporary Special Provisions – BID DOCUMENT SP-308 Rainier Ave S Corridor Improvements – Phase 4 August 2022 form work to install the CDF and then remove the form work to install the adjacent sand bedding. Alternatively, the Contractor may propose to install a permanent form that can remain buried in place; the proposal shall be reviewed and approved by the Engineer prior to construction. 8-35.3(2) Shoring or Extra Excavation Class B The provisions of the Standard Specifications as modified in Section 2-09 herein shall apply to the franchise utility work. The Contractor shall be made a separate payment for “Shoring or Extra Excavation Class B for Joint Utility Trench” which relates solely to the joint utility trench. 8-35.3(3) Placing Structures and Conduit Furnished by Others The Contractor shall install conduit and structures furnished and delivered ot the site by the franchise utilities where indicated on the Plans. The Cotnractor shall coordinate delivery and storage of structures as necessary. The Contractor shall inspect all materials upon delivery with a representative of the utility owner present within 1 working day to check for defects or other issues with incrorporating the materials into the project. Defective materials will be removed by the utility owner and Contractor shall be responsible for protecting suitable materials for use for use for the remainder of the project. The Contractor shall provide ten (10) working days notice to the Egnineer to schedule delivery of vaults and conduit to be installed by the Contractor. 8-35.3(4) Conduit Installation of conduit shall conform to appropriate articles of the NEC and these Specifications. The size of conduit used shall be as shown in the Plans. The ends of all conduits shall be well reamed to remove burrs and rough edges. Field cuts shall be made square and true. Conduit stubs from bases shall extend at least 6 inches from the vertical face of foundations and at least 18 inches below grade. All conduit stubs shall be capped. Nonmetallic conduit bends, where allowed, shall conform to Article 347-13 of the NEC. Conduit shall be laid to the depth required by each respective utility company standard but not less than 36 inches below finish grade. Where new construction occurs, conduit shall be placed prior to placement of base course pavement. Conduit terminating in foundations shall extend a maximum of 2 inches above the foundation vertically. Suitable marker stakes shall be set at the ends of conduits which are buried so that they can be easily located. Special Provisions – BID DOCUMENT SP-309 Rainier Ave S Corridor Improvements – Phase 4 August 2022 All conduits installed shall be prepared as follows: After final assembly in place, the conduit shall be blown clean with compressed air. Then, in the presence of the Engineer, a cleaning mandrel correctly sized for each size of conduit shall be pulled through to ensure that the conduit has not been deformed. As soon as the mandrel has been pulled through, both ends of the conduit shall be sealed with conduit caps. Conduits noted as "spare" shall have a pull string installed and have a removable plug installed. 8-35.3(5) Vaults, Handholes and Appurtenances The Contractor shall install structures furnished and delivered to the site by the franchise utilities as show in the Plans. The Contractor shall coordinate delivery and storage of structures as necessary. The Contractor shall inspect all materials upon delivery with a representative of the utility owner present within 1 working day to check for defects or other issues with incorporating the materials into the project. Defective materials will be removed by the utility owner and the Contractor shall be responsible for protecting suitable materials for use for the remainder of the project. Vaults, handholes, and other appurtenances shall be installed at the locations shown in the Plans. Vault and handhole installation shall conform to the respective utility company’s standards. Vaults and handholes shall be adjusted to be flush with the finished grade. 8-35.3(6) Existing Utilities The Contractor is alerted to the presence of existing underground utilities within the project area. The Project plans indicate approximate locations of those utilities however it is the responsibility of the Contractor to verify those locations prior to excavation. The Contractor shall prepare and submit to the Engineer a written trench excavation plan that indicates the location of existing utilities within the trench and vault excavation areas. Depth to existing utilities based on pothole data provided, and potholing information obtained by the Contractor shall be shown. Conflicts between existing utilities, new conduit, new vaults, handholes, and appurtenances shall be shown. The Contractor will identify those conflicts requiring immediate resolution based on the CPM schedule and request in writing to the Engineer authorization to resolve unforeseen conflicts per 8-26 Resolution of Utility Conflicts. Upon authorization, the Contractor shall diligently and without delay perform such work as necessary to resolve the conflicts. The Contractor shall protect and support all existing utilities not identified to be removed, relocated, or abandoned. The existing telecommunication and electrical system shall remain operational during the installation of the underground utility system. The respective utility companies will furnish and install all conductors and make all final connections necessary to energize the system. Special Provisions – BID DOCUMENT SP-310 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less than 48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. PSE, CenturyLink, Comcast, or their contractors will require approximately 126 working days of construction crew time to complete and energize the new underground distribution system. The Contractor shall coordinate the installation of conduits and vaults to accommodate the utility company requirements in the total number of working days allowed. Removal of existing utility poles will be performed by established agreement among the utilities. The Contractor is responsible for coordinating and planning adjacent work with the appropriate utility to avoid impacts and delays to the project schedule. The Contractor will be responsible for coordinating with all the utility companies and incorporating time allowances into the project schedule for these work elements. 8-35.3(7) Existing Underground Services Contractor shall be responsible for assisting Puget Sound Energy with the interception and retraining of existing underground service duct(s) for new service connection. This work shall include all necessary trenching, installing PSE provided conduits, trench backfill, and surface restoration. PSE crews will intercept the existing ducts and retrain conductors / install new conductors as necessary to restore the underground service. Contractor shall coordinate with PSE to accomplish this work. 8-35.3(8) Inspection, Proofing and Approval of CenturyLink Conduit and Structures All conduit installed by the Contractor for CenturyLink must be proofed by passing a 3.75 inch diameter mandrel through each conduit and installation of CenturyLink provided polyethylene measuring tape in each conduit. The City’s contractor will be required to provide the Engineer with end of conduit to end of conduit measurements for each section of conduit duct bank installed. Vaults installed by the City’s contractor for CenturyLink must be level and all vault seams must be sealed with material provided with the vault. Vault entrance frames and covers must be set to final grade with all riser and frame seams sealed with material provided with the vault. Hand holes must be set to final grade. 8-35.3(9) Inspection, Proofing and Approval of Comcast Conduit and Structures All conduit installed by the Contractor for Comcast shall be proofed by passing a mandrel through each conduit. 8-35.3(10) Franchise Utility Coordination The Contractor shall coordinate activities and schedules with the Engineer and the franchise utilities all aspects of completing the joint utility trench work, including but not limited to the following: 1) the delivery and securing of material that is to be furnished by the franchise utilities; Special Provisions – BID DOCUMENT SP-311 Rainier Ave S Corridor Improvements – Phase 4 August 2022 2) installation and related work required by the Contractor; and 3) completion of relocation work that is to be accomplished by the franchise utilities. To the extent that the Contractor can control activities and provide coordination efforts, the Contractor shall ensure that items 1), 2), and 3) are accomplished in a manner that does not impact progress on the overall project, including utilization and scheduling of resources of the franchise utilities. The Contractor shall request a pre-activity meeting with the Engineer to be held 5 working days before any work can start on the joint utility trench. Those attending the pre-activity meeting shall include the Contractor and Subcontractor in charge of the work, Engineer (or representative) and Project Inspectors for the work, Franchise Utility representative for each franchise utility. The purpose of the pre-activity meeting will be: 1) To establish a working understanding among the various parties associated or affected by the work; 2) To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 3) To review Submittals for all materials related per task. These submittals shall be submitted and approved or agreed upon by all meeting attendees to be approved, prior to start of work. 4) To review traffic control. 5) To coordinate and discuss issues between franchise utilities. If desired, Contractor has the option to work with Centurylink to possibly reduce the 126 working day conversion time needed, as described in section 8-35.3(5), if the following conditions are met. Contractor shall plan for 60 working days for Centurylink utilities to complete their elements of work, including setting of vaults, pulling of conductor, and wreck-out of aerial components during the underground conversion. Contractor shall focus on the S 3rd to SW Victoria Street franchise utility work first and work with Centurylink for sufficient site access to complete their preliminary work. If this happens, Centurylink can complete some of their conversion and preliminary cut-over work while the remainder of the JUT from SW Victoria St heading North is being completed. If contactor chooses this option, this duration shall be shown as an activity on the Contractors’ baseline schedule. During this time, Contractor shall not have basis for claim or delay to critical path due to concurrent franchise utility work for Centuryllink. Contractor shall notify franchise utilities 5 working days in advance of being ready to commence the 60 working day conversion period. The Contractor shall provide ten (10) days notice to the franchise utilities to schedule delivery of all equipment to be installed by the Contractor. The Contractor shall provide a secure staging area for the delivery and storage of franchise utility materials to be installed by the Contractor. All materials to be delivered by the franchise utilities will be inspected by the Contractor and will become the property of the Contractor until acceptance. The secure area(s) shall be of sufficient size to store the Contractor furnished material as well as the franchise utility furnished material. The franchise utilities will deliver and unload the material they deliver into the secured storage area. The Contractor and the Engineer will, immediately upon unloading, or before unloading if possible, inspect all material. If acceptable, the Contractor will provide immediate written Special Provisions – BID DOCUMENT SP-312 Rainier Ave S Corridor Improvements – Phase 4 August 2022 acceptance to the Engineer and the utility. The Engineer and the Contractor will immediately notify the utility, in writing, of any rejected material and the reason for the rejection. Should any materials provided by the utilities be damaged or stolen the potential delay to the Project will be significant. The utilities will require up to 30 days to replace the materials. The Contractor shall be responsible for all delays and costs associated with replacing these materials. The Contractor, at no additional cost to the City, shall support all utilities under which the joint utility trench crosses. The Contractor shall adjust shoring limits, methods and means in order to support and protect existing utilities which are to remain operational while the joint trench is constructed within the proximity. The Contractor is alerted that the joint trench profile crosses beneath franchise and City owned utilities which will affect the rate at which excavation and conduit installation can be performed. Additional coordination requirements include: • The Contactor shall provide surveying and grade control for all vaults & conduit installed by the Contractor within the joint-trench. • The Contractor will be working in an area and on facilities that also require work to be completed by the franchise utilities. As directed by the Engineer, the Contractor shall coordinate construction activities to ensure the Engineer and franchise utilities have adequate access to the site, and material and equipment installed by the Contractor to inspect completed work and accomplish the work that franchise utilities need to complete. All coordination work shall be included in the lump sum price for "Franchise Utility Coordination". 8-35.4 Measurement No specific unit of measurement shall apply to the lump sum item for “Franchise Utility Coordination” as specified herein. No specific unit of measurement shall apply to the lump sum item for “Removal of Structure and Obstruction” as shown on the Plans and specified in Section 2-02. “Sand Bedding Incl. Haul for Joint Utility Trench” shall be measured per ton to the neat line trench section as defined in Section 2-09 and shown in the Plans. Imported backfill material placed in excavated areas outside of the neat line limits will not be paid and will be deducted from the certified tickets. “Controlled Density Fill Incl. Haul for Joint Utility Trench” shall be measured per cubic yard to the neat line trench section as defined in Section 2-09 and shown in the Plans. Imported backfill material placed in excavated areas outside of the neat line limits will not be paid and will be deducted from the certified tickets. Special Provisions – BID DOCUMENT SP-313 Rainier Ave S Corridor Improvements – Phase 4 August 2022 “Install __” Diameter Conduit – [Utility Owner]” shall be measured and paid per linear foot of conduit installed when the conduit is furnished by Others. The Contractor shall keep record for which utility the installed conduit will be used by. “Install [Structure] – [Utility Owner]” shall be measured and paid per each structure installed when the structure is furnished by Others and shall include vaults, manholes, hand holes and all structures other than conduits to be installed. 8-35.5 Payment Payment will be made for the following bid items: “Franchise Utility Coordination”, lump sum. "Removal of Structure and Obstruction", lump sum. (Section 2-02) Payment for the removal of various structures and obstructions will be made at the amount bid per lump sum, which payment will be complete compensation for all labor, materials, tools, equipment, incidentals necessary to complete the work as defined in the specifications and as shown on the contract plans, including but not limited to the removal of existing duct banks, utility vaults, pedestals, and risers, capping and plugging abandoned duct banks, and all other surface obstructions. All costs associated with structure and roadway excavation and backfill of the resultant void with gravel borrow associated with the removal of structure and obstruction shall be considered incidental to and included in the lump sum contract price and no additional payment will be made. The contract bid price above, including all incidental work, shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work as described in Section 8-35.3(6) of these Special Provisions. “Sand Bedding Incl. Haul for Joint Utility Trench”, per ton. “Controlled Density Fill Incl. Haul for Joint Utility Trench”, per cubic yard. “Install __” Diameter Conduit – [Utility Owner]” per linear foot. “Install [Structure] – [Utility Owner]”, per each. The contract bid price above, including all incidental work, shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. All surveying required for layout and installation of the joint utility trench shall be included in the lump sum Contract price for “Roadway Surveying” included in Schedule D of the bid proposal. “Petroleum Contaminated Excavation and Disposal Incl. Haul”, per force account. See Section 2-05. Special Provisions – BID DOCUMENT SP-314 Rainier Ave S Corridor Improvements – Phase 4 August 2022 DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.15 Native Material for Trench Backfill Section 9-03.15 is replaced with the following: Trench backfill outside of the roadway prism shall be excavated material free from wood or other organic waste, with no debris, clods or rocks greater than 3 inches in any dimension. Add New Section 9-03.22: 9-03.22 Cement-based Grout for Abandoning Existing Utilities The Contractor shall submit a mix proposal that has flow characteristics appropriate for filling a utility pipeline. The mix proposal for “Cement-base Grout for Abandoning Existing Utilities” shall be approved by the Engineer prior to commencing work on this item. Cement-based Grout for Abandoning Existing Utilities shall be equal to a 1-sack mix and the materials shall conform to the following: Cement: This material shall be Portland cement as specified in section 9-01. Aggregate: This material shall meet the requirements for fine aggregate as specified in section 9-03.1. Water: Water shall conform to the provisions of Section 9-25.1. Minimum Strength: 100 psi 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.2(1) Topsoil Type A Section 9-14.2(1) is supplemented with the following: Topsoil Type A shall be a two-way mix of 50% pure organic compost and 50% sand or sandy loam. The soil shall be high in organic content and comprised of fully composted and mature organic materials. Refer to Section 9-14.5(8) Compost of the Standard Specifications for compost requirements. No fresh sawdust or other fresh wood by-products shall be added to extend the volume after the composting process. Chemical and physical characteristic of Topsoil Type A shall comply with the following: Screen Size 7/16” Maximum (Approximate Particle Size) Special Provisions – BID DOCUMENT SP-315 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Total Nitrogen 0.25% Minimum Organic Matter 10% Minimum pH Range 5.5 to 7.5 Conductivity 5 mmhos/cm Maximum The Contractor shall provide a complete analysis of Topsoil Type A with one cubic foot sample for review and approval. 9-14.2(4) Bioretention Media Add the following new section with subsections: Bioretention Media (BSM) shall be a well-blended homogeneous mixture of 60 to 65 percent by volume of Bioretention Mineral Aggregate and 35 to 40 percent by volume of Bioretention Compost as detailed below. The Bioretention Media shall be tested to confirm that it meets the following criteria: Parameter Method Requirement Cation Exchange Capacity EPA 9081 ≥ 5 meq CEC/100 g dry soil Organic Matter Content ASTM D 2974 or TMECC 05.07A 4-8% (by dry weight) Permeability Rate ASTM D 2434 (using 2012 SWMMWW procedure on BSM 85% compacted per ASTM D 1557) Initial infiltration rate between 6 inches and 12 inches per hour. 9-14.2(4)A Mineral Aggregate for Bioretention Media Mineral Aggregate for Bioretention Media shall be free of wood, waste, coating, or any other deleterious material, and all aggregate passing the No. 200 sieve must be non-plastic. Mineral aggregate must be analyzed by an accredited lab using the sieve sizes shown below to meet the following gradation using ASTM D 422: Sieve Size Percent Passing 3/8 inch 100 No. 4 95 – 100 No.10 75 – 90 No. 40 25 – 40 No. 100 4 – 10 No. 200 2 – 4 Special Provisions – BID DOCUMENT SP-316 Rainier Ave S Corridor Improvements – Phase 4 August 2022 9-14.2(4)B Compost for Bioretention Media The compost component shall be stable, mature, and derived from organic waste materials including yard debris, wood wastes or other organic matter. Compost must meet the Washington State compost regulations in WAC 173-350, which is available at: http://www.ecy.wa.gov/programs/swfa/compost and the following: Compost shall be certified in compliance with U.S. Composting Council Seal of Testing Assurance (STA) program. Compost shall meet the following particle size gradation: Sieve Size Min. Percent Passing 2-inch 100 1-inch 99 5/8-inch 90 ¼-inch 75 1. pH shall be between 6.0 and 8.5 as determined by TMECC 04.11-A. 2. Carbon to nitrogen ratio shall be less than 25:1. For plantings composed entirely of plants native to the Puget Sound Lowlands region, carbon to nitrogen ratio may be 35:1. Ratio shall be as determined by TOC-TMECC 04.01 and TKN-TMECC 04.02D. 3. Have a manufactured inert material (plastic, concrete, ceramics, metal, etc.) less than 1.0% by weight as determined by TMECC 03.08-A. 4. Organic matter content shall be between 45 and 65 percent by dry weight bases as determined by TMECC 05.07A, “Loss-On-Ignition Organic Matter Method”. 5. Contain a minimum of 65 percent by volume recycled plant waste as defined in WAC 173-350-100 as “Type 1 Feedstocks.” May contain a maximum of 35 percent by volume of “Type III Feedstocks” including post-consumer food waste, as defined in WAC 173-350-100, but not including biosolids. 6. Maturity shall be over 80% per TMECC 05.05-A, “Germination and Vigor”. 7. Stability shall be 7 or below per TMECC method 05.08-B. 8. Copper content shall be less than 750 mg/kg as determined by EPA 6020. 9. Zinc content shall be less than 1400 mg/kg as determined by EPA 6020. 10. Soluble salt content less than 4.0 mmhos/cm tested in accordance with TMECC 04.10-A, “1.5 Slurry Method, Mass Basis”. For Compost for Bioretention Media, at least 10 Working Days prior to placement, the Contractor shall submit a sample of each type of compost to be used on the project to the Engineer. Special Provisions – BID DOCUMENT SP-317 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Compost for Bioretention Media not conforming to the above requirements or taken from a source other than those tested and accepted shall be immediately removed from the project and replaced at no cost to the Owner. 9-14.3 Seed Section 9-14.3 is supplemented with the following: The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the Engineer with a dealer’s guaranteed statement of the composition, mixture, and the percentage of purity and germination of each variety. All seed mixes shall be certified as 99% weed-free and 90% viable seeds by germination tests and by age specifications by species. Apply hydroseed mulch, tackifier, seed and fertilizer per supplier’s recommendations. Seed mix shall be composed of the following varieties mixed in the proportions indicated: Botanical Name / Common Name % by Weight % Purity % Germination Lolium perenne var. Dasher 3 / Dasher 3 Perennial Rye Grass 35% 98% 90% Lolium perenne var. Cutter II / Cutter II Perennial Rye Grass 35% 98% 90% Festuca rubra var. Garnet / Garnet Creeping Red Fescue 15% 98% 90% Festuca rubra ssp. Fallax var. Windward / Windward Chewings Fescue 15% 98% 90% 9-14.4 Fertilizer Section 9-14.4 is supplemented with the following: All fertilizer applications for trees shall follow Washington State University, National Arborist Association or other accepted agronomic or horticultural standards. Fertilizer for trees shall be 20-10-5, biodegradable packets. Apply per manufacturer’s recommendations. Fertilizer for seeded lawn areas shall be 10-10-10 slow-release formula or approved equal. 9-14.5(3) Bark or Wood Chips Section 9-14.5(3) is supplemented with the following: Bark mulch shall be medium grade composted ground fir or hemlock bark. The bark shall be uniform in color, free from weed seeds, sawdust and splinters. The mulch shall not contain resin, tannin, wood fiber or other compounds detrimental to plant life. The Special Provisions – BID DOCUMENT SP-318 Rainier Ave S Corridor Improvements – Phase 4 August 2022 moisture content of bagged mulch shall not exceed 22%. The acceptable size range of bark mulch material is ½” to 1” with maximum of 20% passing the ½” screen. 9-14.7(2) Quality Section 9-14.7(2) is supplemented with the following: Plant material shall be free from disfiguring knots, swollen grafts, sunscald injuries, bark abrasions, evidence of improper pruning or other objectionable disfigurement. Potted and container stock shall be well rooted and vigorous enough to ensure survival and healthy growth. Shrubs shall have full foliage (not leggy). Container stock shall be grown in its delivery container for not less than six (6) months, but not for more than two (2) years. Root bound or broken containers will not be accepted. Bare root, liner and root stock with dried or shriveled roots from exposure will not be accepted. Trees shall meet WSDOT standard “Street Tree Grade” and will be provided with untapped, straight, single leaders, and shall be free of branches to minimum six (6) feet above ground line. Trees shall have full crowns and balanced branching. Measurements, caliper, branching, grading, quality, balling and burlapping shall follow the Code of Standards of the American Associate of Nurserymen in the American Standard for Nursery Stock, ANSI 260.1, latest edition. Measurements shall be taken with all branches in their normal growing position. Plants shall not be pruned prior to delivery to site. 9-14.7(3) Handling and Shipping Section 9-14.7(3) is supplemented with the following: All plant material shall be transported to planting locations with care to prevent damage. Tie back branches as necessary and protect bark from chafing with burlap bags. Do not drag plant materials along ground without proper protection of roots and branches. Protect rootballs from environmental or mechanical damage and water as necessary to keep roots moist. All plant material shall be legibly tagged. Tagging may be by species or variety with minimum of one tag per ten trees, shrubs, groundcovers. Remove all tagging prior to final acceptance. The Contracting Agency shall reserve the option of selecting and inspecting plant material at the nursery. The Contractor shall provide the Contracting Agency with at least one week notice prior to preparing plants for shipping and delivery. The Contractor shall neither deliver to site nor install plant materials until authorized by the Contracting Agency. Cold storage of plants shall not be permitted. If planting is delayed more than 24 hours after delivery, set balled and burlapped plants on the ground, well protected with soil or wet peat. Adequately cover all roots of bare root material with soil or wet peat. Protect rootballs from freezing, sun, drying winds or mechanical damage. Water plant material as necessary until planted. Plants shall not be stored for more than one week. Longer storage period at project site will result in rejection of plant materials by the Contracting Agency. Special Provisions – BID DOCUMENT SP-319 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Add New Section 9-14.9: 9-14.9 Root Barrier Root Barrier shall be 24” depth, flexible interlocking panels with half-inch (1/2”) raised vertical reinforcing ribs, horizontal ground-lock tabs to prevent lifting and double top edge. Panels shall be made from injection molded High Impact Polypropylene (HIPP) with built-in UV inhibitors and a minimum thickness of 0.080 inches. 9-15 IRRIGATION SYSTEM 9-15.1 Pipe Tube and Fittings Section 9-15.1 is supplemented with the following: All pipe and tubing shall be PVC or approved equal. All fittings shall be Sch 80 PVC. All sleeving shall be Sch 40 PVC. 9-15.1(2) Polyvinyl Chloride Pipe and Fittings Section 9-15.1(2) is supplemented with the following: PVC pipe shall be Schedule 40 PVC pipe for the main, laterals and sleeves. 9-15.3 Automatic Controller Section 9-15.3 is supplemented with the following: Automatic controllers shall be as shown on the Plans, supply and install in cabinets, including foundation. 9-15.4 Irrigation Heads Section 9-15.4 is supplemented with the following: Sprinkler heads shall be designed so that either an adjustment screw or interchangeable nozzles can make spray adjustments. Watering cores shall be precision machined for accurate performances and shall be easily removed without removing the housing from the pipe. All turn heads shall be designed with turf flanges having 2 gripping holes to facilitate removal of the head. 9-15.5 Valve Boxes Section 9-15.5 is supplemented with the following: Valve boxes for control valves in pavement shall be grey straight box, medium duty traffic rated (non-vehicular traffic situations), composite material with UV inhibitors, heavy duty seat collar, drop in locking, size to fit manifold valves and battery operated controller, with flush, locking, solid, slip resistant composite lid (with IRR marking on lid). Special Provisions – BID DOCUMENT SP-320 Rainier Ave S Corridor Improvements – Phase 4 August 2022 All automatic control valves shall be provided with valve boxes. Valve boxes shall be sized as appropriate to allow efficient access to components and approved by the Engineer prior to installation. Valve boxes shall be extendable to obtain the depth required. All manual control valves shall be equipped with a protective sleeve and cap as shown in the Standard Plans. 9-15.17 Electrical Wire and Splices Electrical Wire shall be #14 UF wire. Utilize splice kits which are UL listed and CSA Certified for direct bury and submersion applications. Add New Section 9-19 as follows: 9-19 PAVEMENT REINFORCING FIBERS (NEW SECTION) 9-19.1 General Requirements The blend of reinforcing fibers for FRAC shall be a combination of synthetic fibers that meet the requirements in the table below: Property Aramid Fibers Polyolefin Fibers Length ¾” ¾” Form Monofilament Fillibrated Acid/Alkali Resistance Inert Inert Tensile Strength 400,000 PSI N/A* Specific Gravity 1.44 0.91 Operating Temperatures -300º F to 800º F N/A* *Fibers will partially melt or become plastically deformed during asphalt mix production. 9-28 SIGNING MATERIALS AND FABRICATION 9-28.7 Process Colors Section 9-28.7 is supplemented with the following: Back of mast arm mounted signs and associated banding shall match signal mast arm color. 9-29 ILLUMINATION, SIGNAL, ELECTRICAL 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. Section 9-29.1 is supplemented with the following: Special Provisions – BID DOCUMENT SP-321 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. 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. Special Provisions – BID DOCUMENT SP-322 Rainier Ave S Corridor Improvements – Phase 4 August 2022 9-29.2 Junction Boxes, Cable Vaults, and Pull 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 (Diamond pattern). Grounding lugs shall be stainless steel and shall be mechanically and electrically bonded. Junction boxes for copper wire shall incorporate a locking lid per WSDOT Standard Plans J-40.10 and J-40.30. Junction boxes placed in the sidewalks shall have slip-resistant lids and frames. Non-Concrete Junction Boxes shall not be allowed on the project. 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) 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 mild steel weld bead. 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 9-29.3(1) Fiber Optic Cable Section 9-29.3(1) is supplemented with the following: Special Provisions – BID DOCUMENT SP-323 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. 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. 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(1)A Fiber Optic Cable Connectors Section 9-29.3(1)A is added as follows: Fiber optic connectors shall be SC connectors for fibers installed in the upper compartment in all cabinets and in the upper compartment Double Door P cabinets. The LC/UPC connectors shall meet the following requirements: i. Insertion Loss Change (SM): < 0.30 dB ii. Reflectance: < -40 dB iii. Fiber Height: +/- 50nm iv. Apex Offset: <50 μm v. Return Loss: 55 dB Special Provisions – BID DOCUMENT SP-324 Rainier Ave S Corridor Improvements – Phase 4 August 2022 9-29.3(1)B Fiber Optic Patch Cords Section 9-29.3(1)B is added as follows: Fiber optic patch cords shall be single mode SC patch cords in fiber patch panels in the upper compartment in all cabinets and the upper compartments of Double Door P cabinets, except where otherwise noted on the Contract Plans. The patch cords shall be one (1) meter in length with duplex connectors on each end. i. Insertion Loss: 0.2dB ii. Return Loss: >=50dB iii. Repeatability: <0.1dB iv. Durability (times: >1000) v. Compliant with IEC874 Standard vi. Yellow jacketing vii. Maximum attenuation of 1.0/0.75 dB/km 9-29.3(2) Electrical Conductors and Cable Section 9-29.3(2) is supplemented with the following: Each signal and illumination 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 required. 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 I.R. optical fire preemption receivers shall be Model 138 Opticom cable. Cable for the detector circuit for GPS fire preemption receivers shall be GTT, model 1070GPS. 9-29.3(2)J Cable for Vehicle Video Detection and PTZ 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. PTZ cable shall be PoE type per manufacturer’s recommendations. Special Provisions – BID DOCUMENT SP-325 Rainier Ave S Corridor Improvements – Phase 4 August 2022 9-29.6 Light and Signal Standards 9-29.6(1) Steel Light and Signal Standards 9-29.6(1)A Decorative Signal Poles Types II, III and SD 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 Signal Poles Type PPB Section 9-29.6(1)B is added as follows: Type PPB signal poles shall be per WSDOT Standard Plan J-20.10. Pole and its subassemblies shall be painted, including color, per these Special Provisions, Section 6-07.2 Materials. 9-29.6(1)C Signal Poles Type PS Section 9-29.6(1)C is added as follows: Type PS signal poles shall be per WSDOT Standard Plan J-20.16. Special Provisions – BID DOCUMENT SP-326 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 I Section 9-29.6(1)D is added as follows: Type I signal poles shall be per WSDOT Standard Plan J-21.15. Pole and its subassemblies shall be painted, including color, per these Special Provisions, Section 6-07.2 Materials. 9-29.6(1)E Signal Poles Type FB Section 9-29.6(1)E is added as follows: Type FB signal poles shall be per WSDOT Standard Plan J-21.16. Pole and its subassemblies shall be painted, including color, per these Special Provisions, Section 6-07.2 Materials. 9-29.6(1)F Decorative Luminaire Poles Section 9-29.6(1)F is added as follows: Decorative Pole Decorative aluminum luminaire poles and subassemblies shall be per City of Renton Std. Plans 117.1 and 117.2. Decorative luminaire poles that also support traffic signal equipment shall be per City of Renton Std. Plan 117.1, except that poles and arms shall be steel. 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. 9-29.10(2) Decorative Luminaires Section 9-29.10(2) is supplemented with the following: Roadway and pedestrian luminaires shall be LED type as shown on City of Renton Std. Plans 117.1 and 117.2. Luminaire performance specifications shall be as follows: Roadway and pedestrian luminaires shall be LED type, wattages similar to the wattages shown in the luminaire schedules on the Plans. The roadway and pedestrian luminaire housing shall be dome shaped and similar to dimensions as shown on City of Renton Std. Special Provisions – BID DOCUMENT SP-327 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Plans 117.1 and 117.2, made of cast or spun aluminum with tempered flat glass lens attached to a round cast aluminum lens frame with one or more latches to provide tool less access to the internal components. Upper housing section shall be round aluminum tubing with shallow dome shaped top cap. Upper housing shall have a 1 ½” hole predrilled at 5 ¾” from top of 4” tubing (upper housing) to accept 1” conduit that is part of the arm assembly. Luminaire shall be IP66 certified and conform to UL 1598 standards or CSA certified. Lens module shall be clear tempered flat glass assembled on a cast aluminum lens frame, fitted with a silicon gasket compression system to attain an IP 66 rating. LED module shall be mechanically secured on a die cast aluminum heat sink, minimum 70 CRI, correlated color temperature to be 4000 Kelvin, Type III Optics. Driver module shall be auto adjustable 120-277VAC Class 1, wired at 240V, ROHS compliant assembled on a tool less removable tray with quick disconnects resisting to 221 Degrees F (105 C), high power factor of 90%. Minimum starting temperature shall be -40 degrees, maximum operating temperature of 130 Degrees F. On board thermal protection device reduces output current to 150mA if internal driver temperature (Tcase) exceeds 185 Degrees F (85 C). Provide 3-pole 10KV surge protector per IEEE/ANSI C62.41.2 C High. 3-Wire Terminal Block shall be affixed to the bottom of the driver module tray which is attached to the removable pole top cap, terminal block is pre-wired to driver module. Provide UL and pertinent luminaire codification labels affixed to inside of the luminaire housing. Optical assembly/reflector shall be made of pre-anodized aluminum, segmented in multiple facets, ventilated perforations and heat sinks to maximize heat dissipation. Reflector shall produce full cut-off Type III optics to meet the design/performance criteria, 4000K CCT. LED. Individual LED chips or modules shall be removable by means of tool less access in the event they need to be replaced. LED driver not to exceed 750 MA. The Contractor shall be responsible for verifying that the performance of the LED luminaires is adequate to comply with the City illumination standards (roadways: 1.3 ft-candles average and 4:1 uniformity; intersections: 1.5 ft-candles average and 4:1 uniformity, and a minimum of 0.8 ft-candles at any location within the crosswalks) without modifying illumination and signal pole locations shown on the Plans. AGI32 files shall be provided by the Contractor upon the request by the Engineer. All exposed hardware shall be stainless steel. All decorative fixtures shall be of the same manufacturer and external appearance. Decorative luminaires shall be painted, including color, per these Special Provisions, Section 6-07.2 Materials. 9-29.11(2) Photoelectric Controls Section 9-29.11(2) is replaced with: Special Provisions – BID DOCUMENT SP-328 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 photo cell shall be a solid state device with stable turn on values in the temperature range of -55 degrees C to +70 degrees C. The photo cell shall be rated for a 20-year (or higher) life expectancy. 9-29.13 Control Cabinet Assemblies 9-29.13(1) Environmental Performance, and Test Standards for Solid-State Traffic Controller Assemblies Section 9-29.13(1) is supplemented by adding the following: The traffic signal controller assemblies, including the traffic signal controller, auxiliary control equipment and cabinet shall be shop tested to the satisfaction of the Engineer. Testing and check-out of all timing circuits, phasing and signal operation shall be at the City of Renton Maintenance Signal Shop, Renton, Washington. The Contractor shall give the City of Renton Maintenance Signal Shop at least one week lead time to delivery. The Contractor shall deliver the controller and cabinet to the shop and shall pick up the units at the end of the test period, deliver to the job site, and install. Allow for three weeks for testing. The Signal Shop will make space available to the Contractor for the required test demonstrations. The Contractor shall assemble the cabinet and related signal control equipment ready for testing. A complete demonstration by the Contractor of all integrated components satisfactorily functioning shall start the test period. Any malfunction shall stop the test period until all parts are satisfactorily operating. The test shall be extended until a minimum of 72 hours continuous satisfactory performance of the entire integrated system has been demonstrated. The demonstration by the Contractor to the Engineer of all components functioning properly shall not relieve the Contractor of any responsibility relative to the proper functioning of all aforestated control gear when field installed. 9-29.13(2) Traffic Signal Controller Assembly Testing Section 9-29.13(2) is revised with the following: The Contractor shall give fourteen (14) calendar days written notice to the Engineer prior to delivering the signal control equipment to the City of Renton Maintenance Signal Shop. The equipment shall be delivered far enough in advance of actual need to allow for testing by the City of Renton Maintenance Signal Shop. This may involve retesting because of failures or rejections. The City of Renton Maintenance Signal Shop may require thirty-five (35) calendar days for testing the signal control equipment. This time will increase if the equipment does Special Provisions – BID DOCUMENT SP-329 Rainier Ave S Corridor Improvements – Phase 4 August 2022 not meet the Contract requirements or is incomplete. If more than thirty-five (35) calendar days are required for any individual testing or retesting by the City of Renton Maintenance Signal Shop. Tests in environment chamber will only be run as needed for type changes. Upon successful completion of testing by the City of Renton Maintenance Signal Shop, the signal controller equipment shall be available for pickup. A certificate verifying environmental testing, if required, shall be supplied in the cabinet to the City of Renton Maintenance Signal Shop for each respective control cabinet. The Contractor shall notify the City of Renton Maintenance Signal Shop in writing a minimum of fourteen (14) calendar days before the Contractor is ready to pick up the signal controller cabinet. The Contractor shall not pick up the controller cabinet from City of Renton Maintenance Signal Shop until the electrical service is energized and all site preparation required to install the controller cabinet is complete. The supplier has five (5) working days to repair or replace any components that fail during the testing process at no cost to the Contracting Agency. All failed or rejected equipment shall be removed from the City of Renton Maintenance Signal Shop within seven (7) calendar days following notification; otherwise, the failed or rejected equipment will be returned, freight collect, to the Contractor. 9-29.13(3) Traffic Signal Controller Section 9-29.13(3) is revised with the following: The NEMA controller shall be a SIEMENS M62 series ATC model EPAC6138M62 with a 8Mb data key and a removable display unit. The controller shall be configurable to meet, at a minimum, all applicable sections of the NEMA Standards Publication for TS2 and ATC standards. Traffic signal controller shall operate within Temperature Range: -37°C to +74°C, Service Voltage: 89 to 135 VAC, 57 to 63 Hz, Power Consumption shall be typically 25 Watts and shall not exceed 120 Watts. Traffic signal controller supplier shall provide a letter from an independent testing laboratory certifying controller compliance to the environmental standards NEMA TS 2-2003 and ATC Standard version 5.2b upon request. It shall be possible to configure the controller for multiple configurations including: ATC Configuration: Standard version 5.2b specifications or TS-2 Type 2 NEMA Configuration: NEMA TS2-2003 without ATC compliance. An upgrade kit shall be available to convert TS2 to ATC with simple tools The controller shall be suitable for both a direct parallel connection to load switches and detectors and an SDLC port to communicate with NEMA BIUs. The CPU shall provide the following: Special Provisions – BID DOCUMENT SP-330 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Linux Operating System with runtime license and Kernel x.y.z MPC 8270 microprocessor operating at 266 MHz. 512 Megabytes minimum dynamic random-access memory (DRAM). 512 Megabytes minimum FLASH memory organized as a disk drive. 2 Megabytes minimum static random-access memory (SRAM). Time of Day (TOD) clock with hours, minutes, seconds, month, year, and automatic daylight savings time adjustment. TOD may be implemented in the CPU via electronic circuitry, operating system software, or a combination. During power failures, the SRAM and TOD shall be powered by STANDBY voltage from the power supply. The ATC Communication module shall be a plug-in type module, and shall provide the following communications options: Four built-in USB 2.0 ports Built-in 10 Base-T Ethernet with four RJ-45 connectors. Built-in 9pin EIA-574 SP8 Port for GPS connection Built-in 8MB Data-key Port Dedicated normally flashing red ‘CPU Active’ LED to indicate CPU failure. In addition to ATC 5.2b requirements, the Power Supply shall provide the following: Line Frequency Reference signal shall be generated by a crystal oscillator, which shall synchronize to the 60-Hz VAC incoming power line at 120 and 300 degrees. A continuous square wave signal shall be +5 VDC amplitude, 8.333ms half-cycle pulse duration, and 50 +/- 1% duty cycle. The Line Frequency Reference shall compensate for missing pulses and line noise during normal operation. The Line Frequency Reference shall continue through 450 mS power interruptions. STANDBY voltage via supercapacitor for backup power during loss of service voltage shall be provided. Supercapacitor shall have a minimum of 15-farad nominal size. No batteries of any type are allowed. In addition to ATC 5.2b requirements, Keyboard and Display shall provide the following: Removable by pulling off, installed by pushing on, with retaining screw. Emulation of terminal per Joint NEMA/AASHTO/ITE ATC Standard. Key quantity and function per Joint NEMA/AASHTO/ITE ATC Standard. Special Provisions – BID DOCUMENT SP-331 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Liquid Crystal Display (LCD) with 16 lines of 40 characters. LCD contrast adjustment accomplished via the keypad, no contrast knob allowed. Light-emitting diode backlight for the LCD. Audible electronic bell. Connector compatible with C60 of Joint NEMA/AASHTO/ITE ATC Standard, with the addition of +5VDC supplied by the controller on C60, Pin 1. Keyboard and display may be removed for cost savings by the Agency. It shall be possible to view the active status screens simultaneously with other programming menu screens. It shall be possible to assign a specific menu screen to one of the available function buttons on the keyboard. The operator shall be able to evoke a Help screen using a clearly identified HELP button. For ease of operation for first responders and agency staff, the controller shall provide a clearly identified Auxiliary ON/OFF switch on the keypad. In addition to ATC 5.2b requirements, the controller shall provide the following: Built-in 10 Base-T Ethernet with five RJ-45 connectors on controller front panel. Built-in Internet Protocol (IP) address assigned by Institute of Electrical and Electronic Engineers (IEEE), two unique IP addresses for each controller. Built-in 1200 bps Frequency Shift Keying (FSK) modem. Modem is optional per Agency specification. Choice of 2 or 4 wire operation per Agency specification. Built-in EIA-232 port for uploading and downloading applications software, as well as to update the operating system. Built-in C60 connector for use with removable Keyboard and Display, Personal Computer COM1 or Personal Digital Assistant (PDA). C60 protocol per Joint NEMA/AASHTO/ITE ATC standard. Four built-in USB 2.0 ports on controller front panel. In addition to the ATC 5.2b requirements, the controller housing shall provide the following: One slot with card guides for standard Joint NEMA/AASHTO/ITE ATC modems. Polycarbonate construction, except back panel, rear mounting tabs and power supply mounting plate shall be aluminum for electrical grounding. Special Provisions – BID DOCUMENT SP-332 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Built-in carrying handle. Two adjustable front mounting feet, to raise the front cables and vary the display viewing- angle. The controller identification label shall be located on the front of the controller and include the controller part or model number, serial number and product code to decipher controller month and year of manufacture. Two Input / Output configurations shall be provided: a. NEMA TS-2 Type 1 for serial connection to cabinet Bus Interface Unit b. NEMA TS-2 Type 2 for direct parallel connection to load switches and detectors. In addition to NEMA requirements, the controller shall provide the following: a. Built-in 10 Base-T Ethernet with RJ-45 connector on controller front panel b. Built-in Internet Protocol (IP) address assigned by Institute of Electrical and Electronic Engineers (IEEE), one unique IP address for each controller. c. Built-in Infrared (IR) wireless port compatible with Microsoft Windows for Pocket PC Infrared RAW mode. d. Built-in 1200 bps Frequency Shift Keying (FSK) modem. Modem is optional per Agency specification. Choice of 2 or 4 wire operation per Agency specification. e. Built-in EIA-232 port for uploading and downloading applications software, as well as to update the operating system. f. Built-in C60 connector for use with removable Keyboard and Display, Personal Computer COM1 or Personal Digital Assistant (PDA). C60 protocol per Joint NEMA/AASHTO/ITE ATC standard. 9-29.13(4) Traffic Signal Controller Software Section 9-29.13(4) is supplemented with the following: NEMA Traffic Signal Controller Firmware: The controller shall have Siemens Eagle SE-PAC firmware Version 3.57B. Documentation A complete documentation set shall be furnished with the control equipment prior to the start of testing. It shall include the following: • Serial numbers when applicable. • Written certification that equipment of the same make and model has been tested according to NEMA Environmental Standards and Test Procedures, and has met or exceeded these standards. The certificate shall include equipment model number and Special Provisions – BID DOCUMENT SP-333 Rainier Ave S Corridor Improvements – Phase 4 August 2022 where, when, and by whom the tests were conducted. This certificate shall accompany each shipment of controllers. • The Contractor shall provide wiring diagrams, including a USB flash drive containing the diagrams for all controllers in AUTOCAD Release 2009 or later and two blue-tone prints for each controller and cabinet supplied. The sheet size shall be 22 inches by 34 inches. • Wiring diagrams for all auxiliary equipment furnished. One set per cabinet. • Complete operations and maintenance manuals including complete and correct software listing and flow charts, five sets of operations and maintenance manuals per cabinet, and five sets of software listings and flow charts. • Complete operations and maintenance manuals for all auxiliary equipment. One set per cabinet. • The operational and maintenance manuals for each traffic signal controller supplied including as a minimum, but not to be limited to the following: Detailed instructions for maintaining all hardware components, controller, and auxiliary equipment; a complete parts list detailing all manufacturer's identification codes; detailed wiring diagrams and schematics indicating voltage levels and pictorial description, part name, and location for all hardware components, controller, and auxiliary equipment. 9-29.13(5) Flashing Operations Items 2, 3, and 5 in Section 9-29.13(5) are revised to read as follows: 2. Police Panel Switch. When the flash-automatic switch located behind the police panel door is turned to the flash position, the signals shall immediately revert to flash as programmed for emergency flash and apply stop time to the controller. When the switch is placed on automatic, stop time shall be removed from the controller except when the MMU has commanded flash operation. 3. Controller Cabinet Switches. When the flash-automatic switch located inside the controller cabinet is placed in the flash position, the signals shall immediately revert to flash; however, the controller shall continue to function. When the flash-automatic switch is placed in the automatic position, the controller shall immediately resume normal cyclic operation. Adjacent to the flash-automatic switch shall be a controller on-off switch. If the flash-automatic switch is in the automatic position and the controller on-off switch is placed in the OFF position, the signals shall immediately revert to flash. 5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; however, the controller shall stop time at the point of conflict. After the conflict monitor has been reset, the controller shall immediately take command of the signal displays. The following is a supplement: 6. Flash unit shall be a two-circuit type, capable of switching loads up to 1000 watts per circuit alternately at a rate of 60 flashes per minute per circuit, plus or minus two flashes per minute. Special Provisions – BID DOCUMENT SP-334 Rainier Ave S Corridor Improvements – Phase 4 August 2022 9-29.13(6) Emergency Pre-emption Section 9-29.13(6) is deleted and replaced with the following: Immediately after a valid call has been received, the pre-emption controls shall cause the signals to display the required clearance intervals and subsequent preemption intervals. Pre- emption 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 Series GTT Company "Opticom" system which the City of Renton is currently using and shall be capable of being activated by the same transmitters. 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. 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 detectors, which shall receive the optical energy emitter's signal. 2. Discriminators, which shall cause the signal controller to go into internal pre-emption and shall give the authorized vehicle the right of way. 3. Pre-emption Indicator Lights. Optical Detector • Shall be of solid state construction. • Fittings shall meet the specifications of the system manufacturer to facilitate ease of installation. • Shall operate over an ambient temperature range of -40*F to +180*F (-40*C to +85*C). • Shall have internal circuitry encapsulated in a semi-flexible compound and shall be impervious to moisture. • 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 less than one microsecond and half power point pulse width on not less than thirty microseconds. 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. Special Provisions – BID DOCUMENT SP-335 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. 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. • 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: Special Provisions – BID DOCUMENT SP-336 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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)A Auxiliary Equipment for NEMA Controllers Section 9-29.13(10)A is revised as follows: 9-29.13(10)A1 Auxiliary Equipment for Standard ITSP+ NEMA Controller Cabinets The following auxiliary equipment shall be furnished and installed in each cabinet for NEMA traffic-actuated controllers: 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 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 0.688-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 0.688-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 0.688-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 0.688-inch long bat. Special Provisions – BID DOCUMENT SP-337 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 “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. Special Provisions – BID DOCUMENT SP-338 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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, 5C2, 5D2 Special Provisions – BID DOCUMENT SP-339 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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 Special Provisions – BID DOCUMENT SP-340 Rainier Ave S Corridor Improvements – Phase 4 August 2022 • 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. Fiberoptic 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. Ethernet Switch The RUGGEDCOM RS940G 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. The RS940G provides a cost-effective way of connecting a cluster of field devices to a Gigabit Ethernet backbone. The RS940G provides 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 RS940G-HI-D-2SFP-XX 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 Special Provisions – BID DOCUMENT SP-341 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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) 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 device 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 Special Provisions – BID DOCUMENT SP-342 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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 Special Provisions – BID DOCUMENT SP-343 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. BATTERY BACKUP SYSTEM 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 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. Special Provisions – BID DOCUMENT SP-344 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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)A2 Auxiliary Equipment for HAWK ITSM36+ NEMA Controller Cabinets 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 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. Special Provisions – BID DOCUMENT SP-345 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 “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 and 2, 3, 6, 7, OLB & OLC. 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: Special Provisions – BID DOCUMENT SP-346 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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 or 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 Special Provisions – BID DOCUMENT SP-347 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. Supplemental Load Resistor Panel (For HAWK Configuration) There shall be a supplemental load panel with (6) 2.5K-ohm, 10-watt panel mount resistors. One side terminated to a (6) position terminal block tied to AC neutral. The other side terminated to another (6) position terminal block. This block shall be left open for future loading in the cabinet. Service Surge Suppression The cabinet shall be equipped with an CITEL surge protection device model DS72US-120S/C 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 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 normally open, 50-amp, solid-state relay. The relay shall have a green LED light that is on when energized. Special Provisions – BID DOCUMENT SP-348 Rainier Ave S Corridor Improvements – Phase 4 August 2022 • 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. Fiberoptic Termination Panel The cabinet shall come with a 12-port wall mounted fiberoptic termination panel with loaded duplex single-mode LC coupler plates and splice tray. The panel shall be a Corning SPH-01P with (1) CCH-CP24-A9 coupler plate. 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 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. Flash Transfer Relay The cabinet shall come with (6) heavy duty flash transfer relays. The relays shall be Detrol Controls model 295. Special Provisions – BID DOCUMENT SP-349 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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) 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 Special Provisions – BID DOCUMENT SP-350 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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 Communications 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. BATTERY BACKUP SYSTEM 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. Special Provisions – BID DOCUMENT SP-351 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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 56Ah runtime. The UPS batteries shall be Alpha model 100XTV. 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 740-628-27. 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 replaced with the following: 9-29.13(10)C1 Standard ITSP+ NEMA Controller Cabinets 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 herein). 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 Special Provisions – BID DOCUMENT SP-352 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. 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. Special Provisions – BID DOCUMENT SP-353 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. 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 8” center with a 2” gap between sets. The C channel rails on the back wall shall be 48” in length and start 5” from the bottom of the cabinet interior. The C channel rails on the side walls shall be 48” in length and start 5” 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 Special Provisions – BID DOCUMENT SP-354 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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 bracket capable of accepting Best™ CX style lock or Corbin #2 tumbler series locks and cyberlock CL-SF03 cores. Six cyberlock keys shall be provided to the City maintenance shop along with a USB station, cyber audit web, six 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 Special Provisions – BID DOCUMENT SP-355 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. 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. Special Provisions – BID DOCUMENT SP-356 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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 Special Provisions – BID DOCUMENT SP-357 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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. Special Provisions – BID DOCUMENT SP-358 Rainier Ave S Corridor Improvements – Phase 4 August 2022 • 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. • The 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: 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 Special Provisions – BID DOCUMENT SP-359 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. The power terminal blocks shall have a screw Type No. 10 post capable of accepting no less Special Provisions – BID DOCUMENT SP-360 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 fixtures 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). Special Provisions – BID DOCUMENT SP-361 Rainier Ave S Corridor Improvements – Phase 4 August 2022 9-29.13(10)C2 HAWK ITSM36+ NEMA Controller Cabinets The HAWK signal controller cabinet shall be a NEMA TS2 – Type 1, Western Systems ITSM+2525510005, with all auxiliary equipment installed. The traffic signal cabinet(s) built to NEMA TS2 – Type 1 M+ 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. 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. Load switch(s)es 1-8 shall be vehicle phases 1-8; load switch(s)es 9-12 shall be pedestrian phases 2, 4, 6, 8; load switch(s)es 13-16 shall be overlaps A, B, C & D. These load switch sockets shall be configured in this manor 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. Special Provisions – BID DOCUMENT SP-362 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 36” width x 17” depth and meet the footprint dimensions as specified in Section 7.3, table 7-1 of NEMA TS2 standards for a Type M36 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. 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 19” center and (2) channels welded on each side wall on 08” center. The C channel rails on the back wall shall be 52” in length and start 05” from the bottom of the cabinet interior. The C channel rails on the side walls shall be 52” 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. Special Provisions – BID DOCUMENT SP-363 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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 150ºClosed-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 bracket capable of accepting Best™ CX style lock or Corbin #2 tumbler series locks and cyberlock CL-SF03 cores. Six cyberlock keys shall be provided to the City maintenance shop along with a USB station, cyber audit web, six 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. Special Provisions – BID DOCUMENT SP-364 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 ITSM36+ style Western Systems Part # 3025505100. 24. The cabinet top level wiring/assembly shall be Western Systems Part # 2525510005. 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 malfunction management unit shall be placed on the bottom shelf. The two (2) detector racks and power supply 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 mounted on the lower left wall. The load resistor panel shall be mounted on the lower right wall. The quad 120VAC convenience outlet shall be mounted on the right wall. Special Provisions – BID DOCUMENT SP-365 Rainier Ave S Corridor Improvements – Phase 4 August 2022 The SDLC and power supply interface panels shall be mounted on the left wall between the shelves. The power panel shall be located mounted on the lower right wall, above the load resistor panel. The Ethernet switch din-rail bracket shall be mounted on the right wall, above the top shelf on the “C” channel rail. 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 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 25.5” and maximum width of 23”. The field terminals width shall be 24” 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. Special Provisions – BID DOCUMENT SP-366 Rainier Ave S Corridor Improvements – Phase 4 August 2022 • 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 9-12 shall be pedestrian phases/overlap P/E, P/F, P/G & P/H; load switches 13-16 shall be overlaps A, B, C & D. Load switches 1-8 and 13-16 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. • (6) 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 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. • 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. Special Provisions – BID DOCUMENT SP-367 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Channel Wiring chart: Red: 611, 621, 631, 641, 651, 661, 671, 681, 721, 741, 761, 781, 6A1, 6B1, 6C1, 6D1 Yellow: 612, 622, 632, 642, 652, 662, 672, 682, 722, 742, 762, 782, 6A2, 6B2, 6C2, 6D2 Green: 613, 623, 633, 643, 653, 663, 673, 683, 723, 743, 763, 783, 6A3, 6B3, 6C3, 6D3 • 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 Red, Yellow, Green, vehicle phases 1-8, pedestrian phases/overlap channels P/E, P/F, P/G, P/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: 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 Special Provisions – BID DOCUMENT SP-368 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. three (3) 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 three (3) 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. 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 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. The pedestrian 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 shall be provided vertically on the right side of the load bay, below the power terminal block. 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). Special Provisions – BID DOCUMENT SP-369 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. 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 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 convenience outlet shall be fed through the main breaker (CB1). 9-29.16 Vehicular Signal Heads, Displays, and Housing 9-29.16(2) Conventional Traffic Signal Heads Section 9-29.16(2) is supplemented with 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 is supplemented with the following: Optical units shall be GE Lighting product. 9-29.16(2)B Signal Housing Delete the fifth paragraph of Section 9-29.16(2)B and replaced with the following: Each lens shall be protected with a removable visor. The visor shall be tunnel type unless Special Provisions – BID DOCUMENT SP-370 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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 deleted and replaced with the following: 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. Special Provisions – BID DOCUMENT SP-371 Rainier Ave S Corridor Improvements – Phase 4 August 2022 9-29.16(2)D Back Plates Section 9-29.16(2)D has been added as follows: Back plates shall be furnished and attached to the signal heads. Back plates shall be constructed of anodized, 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-inch retro-reflective yellow tape border. 9-29.16(2)E Painting Signal Heads Section 9-29.16(2)E has been revised as follows: Vehicle and pedestrian traffic signal heads 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. 9-29.16(2)F Painting Back of Signal Pole Mounted Signs Section 9-29.16(2)F has been added as follows: Painting the back of signal pole mounted signs shall be per these Special Provisions, Section 6-07.2 Materials. 9-29.16(2)G Painting Signal Pole Banding Section 9-29.16(2)G has been added as follows: Painting of signal pole banding shall be per these Special Provisions, Section 6-07.2 Materials. 9-29.17 Signal Head Mounting Brackets and Fittings Section 9-29.17 has been deleted and replaced with the following: 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. 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. Special Provisions – BID DOCUMENT SP-372 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 baked enamel black paint. 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. 9-29.18 Vehicle Detector 9-29.18(3) Video Detection System Section 9-29.18(3) is a new section: 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 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 Special Provisions – BID DOCUMENT SP-373 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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. 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). Special Provisions – BID DOCUMENT SP-374 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 1/10,000th 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. 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. Special Provisions – BID DOCUMENT SP-375 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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 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. Special Provisions – BID DOCUMENT SP-376 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Detection Processor (DP) Detection processors shall be provided for the 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 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 a 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 Special Provisions – BID DOCUMENT SP-377 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Representative prior to approval of the video detection system by the Transportation Operations Maintenance Manager. The Video Detection System shall consist of ITERIS Vector video detection equipment, auxiliary equipment, cameras, housings, and mounts, and all required mounting hardware, cables, connectors, and wiring. 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 Vector color camera with video and radar sensor fusion and with integrated 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. Camera housings and all mounting equipment shall be painted as specified in Section 6-07 of these Special Provisions. Video Detection Board: Iteris Dual Camera Processor that is fully 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 Special Provisions – BID DOCUMENT SP-378 Rainier Ave S Corridor Improvements – Phase 4 August 2022 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" Bicycle Detection Systems: Bicycle detection zones shall differentiate between 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 bicycle detection processor 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. 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), “iNavigator 2-Wire Push Button Station”, Model IN23TN1-Y, by Polara Engineering, Inc. The push button assemblies shall include the following features: • Vibrating button during Walk • Confirmation of button push by latching LED, audible “walk” sound and tactile bounce • Locating tone during Don’t Walk • Audible Message during the Walk phase (shall be approved by the Engineer) • All sounds adjust to ambient noise Special Provisions – BID DOCUMENT SP-379 Rainier Ave S Corridor Improvements – Phase 4 August 2022 • Most sounds have a minimum and maximum volume setting option • Select and Custom audio messages, change configuration settings, and perform firmware updates wirelessly using iOS devices, or a Windows PC with Polara’s Bluetooth Dongle • Built-in health/event logging feature, up to 300 events • Independent ambient adjustment setting for the locate tone which allows fine adjustments for low ambient conditions • Built-in False walk detection: four (4) independent checks • Program selection options: time of day, week, month, holidays, and daylight savings time • Programs (configurations): one (1) default plus three (3) alternate programs • Sounds synchronized across all push buttons • Can provide pre-configured special messages played throughout the entire intersection upon a central system activated signal (preemption) • Operate over a single pair of wires • All push button stations wired in parallel, individually assignable to any phase • Accommodate at least sixteen (16) push button stations • Four (4) Locate tone selectable options • Fourteen (14) walk sound selectable options, three (3) of them custom options • Seven (7) clearance sound selectable options • Capable of boost volume for next Walk and Clearance with Extended Button Push • Capable of direction of travel message with Extended Button Push • Capable of mutes all but selected crosswalk with Extended Push Priority • Extended push activation settings: 0-6 second range, 0.5 second increments • Beaconing and Ping Pong features available • 9”x15” Hi-Intensity Retroreflective MUTCD R10-3e countdown sign (per WSDOT Standard Plan J-20.26) • No Braille on the Face Plate Special Provisions – BID DOCUMENT SP-380 Rainier Ave S Corridor Improvements – Phase 4 August 2022 • Custom Audio Messages • Black Plate and Body • Black Button Cover 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-S, by Polara Engineering, Inc., shall: • Be designed to sit on a shelf, and interface to traffic cabinet either through the Polara 50 pin 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. • Provide power supply and signaling interface between the intersection Traffic Control Unit and the iN2 Navigator Push Button Stations installed at the intersection • Include one (1) Custom Cable Harness 50-pin Connector, Model 850-216, 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. • Support 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 • 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 Special Provisions – BID DOCUMENT SP-381 Rainier Ave S Corridor Improvements – Phase 4 August 2022 • 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 Section 9-29.20 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 a z-crate visor. 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 deleted and replaced with the following: The electrical service cabinets shall be per City Standard Plan 122.1 and the breaker configuration shall be per the panel schedules as shown on the Plans. The signal/street lighting service cabinets shall be as indicated on the Contract Plans and detail sheets. 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. The service cabinet shall have a 24V blue indicator light. The service cabinet shall be equipped with a sliding dimmer switch that shall only be connected to the LED uplight luminaire circuit. Special Provisions – BID DOCUMENT SP-382 Rainier Ave S Corridor Improvements – Phase 4 August 2022 9-29.24(1) Painting Section 9-29.24(1) is deleted and replaced with the following: The finish coat shall be a factory baked on enamel light grey in color. The galvanized surface shall be etched before the baked-on enamel is applied. The interior shall be given a finish coat of exterior grade of white metal enamel. 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 detail sheets. The following equipment shall be featured within the cabinet. 1. One 200 Amp main circuit breaker 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 with the following: The terminal cabinet 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. The exterior of terminal cabinets shall be painted, including color, per these Special Provisions, Section 6-07.2 Materials. Special Provisions – BID DOCUMENT SP-383 Rainier Ave S Corridor Improvements – Phase 4 August 2022 9-29.26 PTZ Cameras Section 9-29.26 is added as follows: PTZ cameras shall be Siqura PD910 and supplied as a unit including the following: GENERAL A. This product shall be manufactured by a firm whose quality system is in compliance with the ISO-9001 B. All equipment and materials used shall be standard components that are regularly manufactured and used in the manufacturer’s system. C. All systems and components shall have been thoroughly tested and proven in actual use. D. All materials furnished under this item shall be compliant with 802.3 Ethernet standards E. All systems and components shall be provided with comprehensive repair and spare parts replacement. The manufacturer on warranty and non-warranty items shall guarantee the spare parts and the repair. Camera Image sensor 1/2.8" Progressive scan CMOS Effective pixels 2065x1553 Min. illumination 0.04 lux Color, 0.002 lux B/W (F/1.6) Shutter speed 1 to 1/10,000 sec Day/Night IR-cut filter Lens 40x zoom IR Illumination 850 nm IR illumination distance 200m Iris P-iris and auto-iris Focal length 4.3mm to 170 mm (F/1.6) Horizontal field of view 62° (W) to 2.0° (T) Lens material High-grade optical glass Special Provisions – BID DOCUMENT SP-384 Rainier Ave S Corridor Improvements – Phase 4 August 2022 PTZ Pan range 360° Continuous rotation Tilt range -20° to +100° Number of presets 256 Preset speed 280°/s Manual speed 0.1°/s to 90°/s Pan; 0.1°/s to 55°/s Tilt Preset accuracy 0.16° Features Speed by zoom Sequence Scan 8 Cruise Scan 8 Autopan 4 Body material Aluminum alloy, ABS Internal demister/heater Standard Image control Dynamic range (WDR) 120 dB, dual exposure HDR White balance Auto, ATW, Manual, One push Image settings Contrast Brightness Saturation Hue Sharpness SNR Better than 54dB Noise reduction 3DNR, 2DNR, Color Low, mid, high (w/ Motion Compensation) Image Stabilization Yes (Digital) Digital zoom 10x Text and picture overlay Compass, date & time, 4x line (40 characters each), Special Provisions – BID DOCUMENT SP-385 Rainier Ave S Corridor Improvements – Phase 4 August 2022 preset title, image, image transparency Privacy masks 16 Image rotation 90°, 180°, 270° rotation Video Video compression H.265, H.264 (main or high profile); MJPEG Number of compression instances Any combination of H.265 or H.264 streams with possibly one MJPEG stream. Supported resolutions 2065x1553 (3MP); 1080p30,1280x1024; 720p30; 1024x768; 800x600; 720x567(D1); 640x480 (VGA); 352x288 (CIF) Max streaming (H264/H265/MJPEG) ≤ 60fps 2048x1536 1280x720 ≤ 60fps 2048x1536 800x600 720x480 352x240 ≤ 30fps 2048x1536 1920x1080 1280x1024 1280x1024 ≤ 30fps (dual shutter WDR) 2048x1536 1920x1080 1280x1024 720x480 Compression bit rate control Constant bit rate (CBR), variable bit rate (VBR), Low bit rate (LBR) Number of video output streams Up to 20 (RTSP) Total output data rate (max) 60 Mb/s Special Provisions – BID DOCUMENT SP-386 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Video frame rate 1 to 60 fps, 1 to 50 fps Analog video output PAL/NTSC (BNC) Audio Audio compression G.711, G.726, AAC, LPCM Audio Input Line in Audio Output Line out Analytics Event detection Motion Detection; Audio detection Event Triggers External Input, Analytics, Network Failure Detection, Periodical Event, Manual Trigger Network Local storage Micro SD/SDHC/SDXC up to 128 GB; Network storage NAS (Support NFS, SMB/CIFS) Protocols IPv4/IPv6, HTTP, HTTPS, 802.1x, Qos, FTP, SMTP, UPnP, SNMP, DNS, DDNS, NTP, RTSP, RTCP, RTP, TCP/IP, DHCP, PPPoE, Diamond*, NTCIP*. Security User authentication, IP filtering, Digest authentication (RTSP, HTTP) HTTPS encryption (TLS1.2); IEEE 802.1x port-based network access control Standard ONVIF (Profile S, Profile G, Profile Q), Siqura API Special Provisions – BID DOCUMENT SP-387 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Web browser IE 9, 10 and 11; limited support for Edge, Chrome, Firefox Network interface 10/100 Mb (RJ45) Environmental Ingress protection level IP66 Ambient temperature (NEMA TS-2) -40 °C to +74 °C (-40 °F to +165 °F) Relative humidity 5 to 100% MTBF (@40°C) >200,000 h Vibration (NEMA TS-2) 5 to 30 Hz, 0.5 g during 1 h. (x, y, and z) Shock (NEMA TS-2) 10 g (x, y, and z) Max wind velocity 225 km/h (150 mph) Power supply 12Vdc, 24 Vac, 802.3bt Type 3 (Hi-PoE, 50 W) Power consumption Max. 39 W Mechanical Interfaces - Ethernet RJ45 - Alarm in / out 4x / 2x Terminal Block - 12Vdc Terminal Block - 24Vac Terminal Block - Audio in / out terminal Block - Video out BNC Connector Special Provisions – BID DOCUMENT SP-388 Rainier Ave S Corridor Improvements – Phase 4 August 2022 - RS485 Terminal Block Dimensions Ø 207.4 x 300.4 mm with Sunshield Weight 3.8 kg Cameras shall be mounted to the poles, at the locations shown on the Plans and as directed by the Engineer, and per manufacturer’s recommendations. Camera housings and all mounting equipment shall be painted as specified in Section 6-07 of these Special Provisions. PTZ System Cabling POE Cable connections between the camera system and the controller cabinet shall be per section 9-29.3(2)J of these Special Provisions and as shown in the Plans. The POE cable ends shall be factory terminated. Cable installation shall only require installing the connector shell at the camera end, and modifying the power cable at the cabinet end. The POE cable used between the PTZ camera and the controller cabinet shall be compatible with the video detection cameras and shall not exceed 200 feet in length. If POE cable exceeds 200 feet, 120V power cable shall be installed from camera to controller cabinet. PTZ System Software System shall include one (1) license of the compatible software and shall meet the following requirements: • Highly customizable user interface • HD camera support • Failover server support • Scalable and Modular architecture • Support of graphical maps for easy localization • Centralized User Management • Automated switching to failover Server(s) • HD Quality Video in multiple compression standards • Automated Event – Reaction macro • Multiple time schedule based • Supports multiple security subsystems 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 Pipe Section 9-30.1 is supplemented and revised as follows: All materials for water distribution and transmission shall be new and undamaged. Prior to ordering any pipe and fittings to be used in a potable water supply, the Contractor shall submit the material source as required by Section 1-06.1 of the Standard Specifications. All direct and indirect drinking water system components which come in contact with potable water shall Special Provisions – BID DOCUMENT SP-389 Rainier Ave S Corridor Improvements – Phase 4 August 2022 have National Sanitation Foundation (NSF) certification. All pipe and fittings shall be clearly marked with the manufacturer’s name, type, class, and thickness as applicable and shall be marked on the component at the place of manufacture. Marking shall be legible and permanent under normal conditions of handling and storage. 9-30.1(1) Ductile Iron Pipe Section 9-30.1(1) is revised as follows: 1. Ductile iron pipe shall be centrifugally cast in 18 or 20 foot nominal lengths and meet the requirements of AWWA C151. Ductile iron pipe shall have a double thick cement mortar lining and a 1-mil thick seal coat meeting the requirements of AWWA C104. Ductile iron pipe shall be minimum Standard Thickness Class 52 or the thickness class as shown in the Plans. Flanged ductile iron pipe shall be Class 53 per AWWA C115. 2. Non-restrained joint shall be rubber gasket, push-on type joint (Tyton) or mechanical joint (M.J.) conforming to AWWA C111, unless otherwise specified. 3. Restrained joints shall be as specified in Section 9-30.2(6). 4. Flanged joints shall conform to ANSI B16.1, class 125 drilling pattern, rated for 250 psi working pressure. Flanged ductile iron pipe shall be Class 53 per AWWA C 115. Thicker Classes are acceptable. The Contractor shall furnish certification from the manufacturer of the pipe and gasket being supplied that the inspection and all of the specified tests have been made and the results thereof comply with the requirements of the above referenced standards. 9-30.1(2) Polyethylene Encasement Section 9-30.1(2) is supplemented and revised as follows: Polyethylene encasement (plastic film wrap) shall be eight mil polyethylene, tube type conforming to AWWA C105. All ductile iron pipes and fittings shall be installed with a polyethylene encasement, tube-type and in black color. 9-30.2 Fittings 9-30.2(1) Ductile Iron Pipe Section 9-30.2(1) is supplemented and revised as follows: Fittings for ductile iron pipe shall be ductile iron conforming to AWWA C110, and AWWA C111 or AWWA C153 and shall be cement-lined conforming to AWWA C104. All water main fittings shall be ductile iron, short body, cement lined and for pressure rating of 350 psi for mechanical joint fittings and 250 psi for flange joint fittings, unless otherwise specified. Metal thickness and manufacturing process shall conform to applicable portions of ANSI/AWWA C110/A21.10. Mechanical joint, ductile iron, compact fittings 24 inches and less shall conform to ANSI Special Provisions – BID DOCUMENT SP-390 Rainier Ave S Corridor Improvements – Phase 4 August 2022 A21.53 (AWWA C153). Flanged fittings, cast or ductile iron, shall conform to ANSI B16.1, class 125 drilling pattern. Ductile iron fittings include: tees, crosses, wyes, bends, adapters, sleeves, plugs, caps, offsets, reducers, and ells. Rubber gaskets for push-on joints or mechanical joint (M.J.) shall conform to ANSI A21.11 / AWWA C111. Gasket materials for flange joints shall be neoprene, Buna N, chlorinated butyl, or cloth-inserted rubber suitable for pressurized water service purposes. Type of connections shall be specified as push-on joint, mechanical joint (M.J.), plain end (P.E.), flanged (FL), restrained joint (RJ) and threaded. Sleeves less than 12 inches in diameter shall be 12 inches minimum length and shall be mechanical joint. Sleeves greater than 12 inches in diameter shall be of the long body type and shall be 15 inches minimum length and shall be mechanical joint. Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and the outside diameter of the existing cast iron pipe is 0.05 inches or less from the outside diameter of the ductile iron pipe being joined, the pipe shall be joined with a mechanical joint sleeve. Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and the outside diameter of the existing cast iron pipe conforms to AWWA 1908 classifications A, B, C, D, or F, the pipe shall be joined with a transition mechanical joint sleeve having a single-piece casting. Threaded pipe and flanges combinations shall not be used. Bolts in piping and fittings shall be malleable iron, Cor-ten or stainless steel. Bolts and nuts for flanged pipe and fittings shall conform in size and length with ANSI/AWWA C111/A21.11. Stainless steel bolts shall meet the requirements of ASTM A-307, Grade A. Shackle rods shall be Cor-ten or stainless steel all thread 316SS. Stainless steel nuts and bolts shall be type 316SS. Contractor shall provide Manufacturer’s Certificate of Compliance in accordance with Section 1-06.3 Manufacturer’s Certificate of Compliance of the Standards Specifications for all fittings and bolts to be used. 9-30.2(2) Galvanized Iron Pipe Section 9-30.2(2) is a new section and shall read as follows: Where galvanized iron pipe is specified, the pipe shall be standard weight, Schedule 40, steel pipe per Standard Specifications for black and hot-dipped, zinc coated (galvanized) welded and seamless steel pipe for ordinary uses (ASTM A-120). Fittings shall be screwed malleable iron galvanized per ANSI B16.3. 9-30.2(3) Steel Casing Pipe Section 9-30.2(3) is a new section and shall read as follows: Special Provisions – BID DOCUMENT SP-391 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Steel casing shall be black steel pipe conforming to ASTM A 53. Before installation, coat casing exterior with shop-applied anticorrosive coating conforming to AWWA C210. Minimum coating thickness shall be 16 mils dry film thickness (DFT); however, thickness shall not exceed manufacturer’s recommended thickness. Coating type shall be a polyamide epoxy-coal tar equal to Tnemec Hi-Build Theme-Tar, Series 46H-413. Casing wall thickness shall be 0.250 inch for casings 24 inches or less in diameter and 0.375 inch for casings over 24 inches in diameter. Carrier pipe for water main shall be Restrained Joint Ductile Iron, Class 52. 9-30.2(4) Steel Pipe Section 9-30.2(4) including title is revised as follows: 9-30.2(4) Spacers and Seals for Steel Casing Pipe Casing spacers shall be “centered positioning” type bands at least 12 inch in width, and shall be either stainless steel or heavy duty fusion bonded epoxy coated steel. Runners shall be 2-inch wide glass reinforced plastic securely bonded to the spacer, and shall be aligned on the spacer along the axis of insertion of the water main into the casing pipe. Runner length shall approximate the width of the spacer. Securing the spacer to the water main shall be in accordance with the manufacturer’s instruction. The height of the risers and runners combined shall be sufficient to keep the carrier pipe bell, couplings or fittings at least 0.75 inch from the casing pipe wall at all times and provide at least 1-inch clearance between the runners and the top of the casing wall, to prevent jamming during installation. Acceptable spacers and end seals manufacturers are Pipeline Seal and Insulator model S12G-2 for stainless steel and model C12G-2, C8G-2 for fusion-bonded and coated steel, Cascade Waterworks Mfg. Co., Advance Products & Systems, Inc. or approved equal. 9-30.2(6) Restrained Joint Section 9-30.2(6), including title, is deleted and replaced with the following: 9-30.2(6) Restrained Joint Pipe and Fittings Restrained joint (RJ) ductile iron pipe and fittings, where required on the plans, shall be flexible after assembly and be able to be disassembled. Restrained joints shall meet the following criteria: 1. The restrained joint shall have a positive metal to metal contact locking system without the use of gripping teeth. Gaskets for push-on joint pipe with integrally molded steel or metal teeth or locking segments shall not be allowed as substitutes for restrained-joint pipes. 2. The joint restraint system for the pipe shall be the same as the joint restraint system for the pipe fittings, except as provided in item 4 below. 3. The joint restraint system for the pipe shall be boltless. Special Provisions – BID DOCUMENT SP-392 Rainier Ave S Corridor Improvements – Phase 4 August 2022 4. Where restrained joint fittings required on the plans cannot be furnished or where restrained jointed fittings are required in areas that are known to be subject to location adjustments, the Contractor may submit a lay plan showing mechanically jointed fittings with wedge restraint glands for approval. Mechanically jointed pipe with wedge restraint glands shall not be substituted for restrained joint pipe. Wedge Restraint Glands Wedge restraint glands shall conform to AWWA C111, ASTM A 536-80 Grade 65-42-12. All bolts and wedges shall be ductile iron. Wedge shall be heat-treated to a minimum 370 BHN. Wedge restraint glands shall be rated for 350 psi for pipe 12 inch in diameter and smaller. Shackle Rod Joint Restraint System Where shown in the Plans, Specifications, Standard Plans or required by the Engineer, shackle rod joint restraint system shall be used. All shackle rod joint restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus, Ohio 43216, unless an equal alternate is approved in writing by the Engineer. Shackle Rod Restraint System shall not be allowed as substitutes for restrained-joint pipes. Materials: Steel types used shall be: High strength low-alloy steel (cor-ten), ASTM A242, heat-treated, superstar “SST” series. High strength low-alloy steel (cor-ten), ASTM A242, superstar “SS” series. Items to be galvanized are to meet the following requirements: ASTM A153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled, pressed and forged steel shapes. Joint restrainer system components: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufacturer’s reheat and hardness Specifications. SST 753: 3/4" for 14" to 24" mechanical joints. Same ASTM Specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8" rod. Same ASTM Specification as SST 7. Tienut: Heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc plated or hot-dip galvanized. Tiecoupling: Used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, grade C3. S10: for 5/8" and 3/4" tierods, ASTM A563, grade A. Special Provisions – BID DOCUMENT SP-393 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Tierod: Continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter, ASTM A36, A307. Tiewasher: Round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436. S17: ANSI B18.22.1. Installation: Install the joint restraint system in accordance with the manufacturer’s instructions so all joints are mechanically locked together to prevent joint separation. Tie-bolts shall be installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tie-couplings with both rods threaded equal distance into tie-couplings. Arrange tie-rods symmetrically around the pipe. Pipe Diameter Number of 3/4" Tie Rods Required 4" 2 6" 2 8" 2 10" 4 12" 4 14" 6 16" 6 18" 8 20" 10 24" 12 Where a manufacturer’s mechanical joint valve or fitting is supplied with slots for “T” bolts instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tie-bolts. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tie-rod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tie-bolts shall be installed as rod guides at each joint. Where poly wrapping is required all tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie-washers, shall be galvanized. All disturbed sections will be painted, to the Inspector’s satisfaction, with Koppers Bitomastic No. 300-m, or approved equal. Where poly wrapping is not required all tie-bolts, tie-nuts, tie-couplings, tie-rods and tie-washers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with Koppers Bitumastic No. 800-m, or approved equal. Tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie-washers shall be considered incidental to installation of the pipe and no additional payment shall be made. Special Provisions – BID DOCUMENT SP-394 Rainier Ave S Corridor Improvements – Phase 4 August 2022 9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe Section 9-30.2(7) is revised as follows: Transition couplings, reducing couplings, transition reducing couplings, sleeves, flexible couplings for water main shall be compression type by pipe manufacturer: Romac or Ford or approved equal. Bolts and nuts shall be high strength, low alloy steel, corrosion resistant per AWWA C111. Stainless steel bolts require anti-seize compound. Heavy hex nuts shall be used. The long body pattern with a minimum center ring or center sleeve length of 12-inches for pipe less than 12 inches in diameter and equal to or greater than the pipe diameter for pipe greater than 12 inches in diameter. Solid sleeves (greater than 12 inch diameter) shall be a 15 inch minimum length. 9-30.3 Valves Section 9-30.3 is supplemented and revised as follows: The valves shall be a standard pattern of a manufacturer whose products are approved by the Engineer and shall have the name or mark of the manufacturer, year valve casting was made, size and working pressure plainly cast in raided and legible letters on the valve body. All valves shall be NSF approved and valve bodies shall be ductile iron. All valves shall be stamped with “NSF APPROVED” and “DI”. Where a valve is required to operate in a higher pressure environment than the Class of valve specified in Section 9-30.3, the class of valve shall be as specified in the Contract. 9-30.3(1) Gate Valves (3 inches to 16 inches) Section 9-30.3(1) is replaced with the following: All valve material shall be new and undamaged. Unless otherwise approved by the Engineer, the same manufacturer of each item shall be used throughout the work. All gate valves shall be ductile iron body, bronze mounted, resilient seat, non-rising stem and shall be equipped with a standard two (2) inch square operating nut and O-ring stem seals. Valves shall open counterclockwise when viewed from above. Valves shall be designed for a minimum water operating pressure of 200 PSI. Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C-509 and C-515 latest revisions. Valve ends shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Where restrained joints are called out, valve ends shall be flanged with appropriate flange by restrained joint adapters. All gate valves shall include an 8" x 24" cast iron gate valve box and extensions, as required. A valve stem extension is required where the valve operating nut is more than 3 feet below Special Provisions – BID DOCUMENT SP-395 Rainier Ave S Corridor Improvements – Phase 4 August 2022 finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension per valve in shall be installed in accordance to the City of Renton standard plans. Acceptable gate valves are Clow, M & H/Kennedy, American Flow Control (ACIPCo), Pratt/Mueller, US Metroseal or approved equal in sizes 16 inches and less. Approval of valves other than models specified shall be obtained prior to bid opening. 9-30.3(3) Butterfly Valves Section 9-30.3(3) is supplemented and revised as follows: In addition to the requirements of section 9-30.3, water main butterfly valves shall conform to AWWA C504 and shall be Class 150B. The valve shall be short-body type and shall have flanged ends. Flanged ends shall be sized and drilled in conformance with ANSI B16.1 Class 125. Valve shall be suitable for direct bury and shall have a stem extension with AWWA 2-inch square operating nut and suitable valve box. All butterfly valves bodies and discs shall be ductile iron. The butterfly valves shall be manufactured by Henry Pratt Company, Mueller, DeZurick, Mosser Valve Division of Olsen Technologies, Dresser 450, Pratt Groundhog or approved equal. 9-30.3(4) Valve Boxes Section 9-30.3(4) is supplemented and revised as follows: Valve boxes shall be installed on all buried valves. The box and lid shall be cast iron, 2-piece slip type with cast iron extension as necessary, conforming to the City of Renton latest standard plans. The cover shall have the word “WATER” cast in it and shall have cast-iron “ears” installed in the direction of the main. Valve box extension pieces shall be provided for valves with groundcover in excess of the depth of the standard valve box. Acceptable manufacturers of valves boxes and covers are Olympic Foundry, Inc., EJCO, Rich (Varnish Casting Corp.) The Contractor shall provide an affidavit of compliance stating that the valve furnished fully complies with AWWA C504. 9-30.3(5) Valve Marker Posts Section 9-30.3(5) is supplemented and revised as follows: Valve markers shall be Carsonite composite utility marker .375"x 6'-0" or approved equal with blue label "water”. The valve markers shall be installed in conformance with the City of Renton Standard Plans. 9-30.3(6) Valve Stem Extensions Section 9-30.3(6) is supplemented and revised as follows: Special Provisions – BID DOCUMENT SP-396 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Valve stem extensions shall have a 2-inch square operating nut and self-centering rockplate. A valve stem extension is required where the valve operating nut is more than 3 feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension per valve in shall be installed in accordance to the City of Renton standard plans. 9-30.3(7) Combination Air Release/ Air Vacuum Valves Section 9-30.3(7) is supplemented and revised as follows: Combination air release/air vacuum valves shall comply with the requirements of ANSI/AWWA C512. Air and vacuum release valves shall be APCO No. 143C- Valve and Primer Corp, “Heavy-Duty,” combination air release valve, Val-Matic No. 201C, Crispin UL10 or approved equal. Installation shall be per the City of Renton Standard Plans, latest revision. Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is approximate. The installation shall be set at the actual high point of the line. 9-30.3(8) Tapping Sleeve and Valve Assembly Section 9-30.3(8) is supplemented and revised as follows: Tapping sleeves shall be cast iron, ductile iron, or epoxy coated steel. Bolt and nuts shall be Cor-Ten or stainless steel. 9-30.3(9) Blow-Off Assembly Section 9-30.3(9) is supplemented and revised as follows: Installation of blow-off assembly shall be per City of Renton Standard Details, latest revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s) shown on the plans. Temporary blow-off assembly on new dead-end water main shall be installed at location shown on the plans. Temporary blow-off assemblies for testing and flushing of the new water mains will not be included under this item and shall be considered incidental to the contract and no additional payment shall be made. 9-30.5 Hydrants Section 9-30.5 is supplemented and revised as follows: Fire hydrants shall conform to AWWA C502 and shall be of standard manufacture and of a pattern approved by the City of Renton. The name or mark of the manufacturer, size of the valve opening and year made shall be plainly cast in raised letters on the hydrant barrel to be visible after the hydrant is installed. Hydrants of the following manufacture and pattern have been approved by the City of Renton. Clow Medallion, M&H 929, Mueller Centurion Model A-423, Waterous Pacer, American Darling Model B-62B, Kennedy K81D Guardian, East Jordan WaterMaster 5CD250. Special Provisions – BID DOCUMENT SP-397 Rainier Ave S Corridor Improvements – Phase 4 August 2022 9-30.5(1) End Connections Section 9-30.5(1) is supplemented and revised as follows: Hydrant end connections shall be mechanical joint connection unless otherwise specified in the description of the bid of proposal. 9-30.5(2) Hydrant Dimensions Section 9-30.5(2) is revised to read:: Fire hydrants shall have a main valve opening with minimum diameter of 5-1/4 inches, “O” ring stem seal, two 2-1/2-inch National Standard Thread (N.S.T.) hose nozzle connections, one 4-inch pumper port connection with City of Seattle standard threads and with a 4.875" Seattle thread x 5" Storz adapter attached with a 1/8" stainless steel cable. The shoe connection and hydrant connection inside pipe size and auxiliary gate valve shall be 6 inches, mechanical joint with lugs. The operating nut and port cap nuts are 1-1/4-inch pentagonal. The hydrant curb stand section of the hydrant that is above ground including all exposed surfaces of the breakaway flange shall be painted with 2 field coats of paint Kelly-Moore Luxlite or approved equal in Safety Yellow color. Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants, latest revisions. 9-30.5(4) Hydrant Restraints Section 9-30.5(4) is revised to read: Hydrant restraint system shall be two 3/4-inch diameter Cor-Ten steel shackle rods with a poured in place concrete thrust block behind the hydrant shoe. If a wedge restraint system is used in lieu of shackle rods, mechanical joint pipe shall be used. Hydrants shall be provided with a breakaway flange assembly and be equipped with breaking devices at the sidewalk. If a restrained joint pipe system is used, it shall meet the requirements of Section 9-30.2(6). 9-30.6 Water Service Connections (2 Inches and Smaller) 9-30.6(1) Saddles Section 9-30.6(1) is revised to read: Saddles shall not be used on new ductile iron water main for water service connections with 2-inches in diameter and smaller. 9-30.6(2) Corporation Stops Section 9-30.6(2) is revised to read: Corporation stops shall be made of bronze or brass alloy. Special Provisions – BID DOCUMENT SP-398 Rainier Ave S Corridor Improvements – Phase 4 August 2022 Corporation stops shall be for direct tapping only and shall have AWWA tapered thread inlet and outlet connection compatible with copper tubing. 9-30.6(3) Service Pipes 9-30.6(3)B Polyethylene Pipe Section 9-30.6(3)B is revised to read as follows: Polyethylene pipe shall not be used. 9-30.6(3)C PEX-a Tubing Section 9-30.6(3)C is revised to read: PEX-a tubing shall not be used. 9-30.6(4) Service Fittings Section 9-30.6(4) is revised to read as follows: Fittings used for copper tubing shall be compression type with quick joint. 9-30.6(5) Meter Setters Section 9-30.6(5) is supplemented with the following: Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. 9-30.7 Corrosion Protection Section 9-30.7 is a new section and reads as follows: 9-30.7(1) Definitions A. AWG: American Wire Gauge. B. Ferrous Metal Pipe/Fitting: Any pipe and/or fitting made of steel or iron and pipe containing steel or iron as a principal structural element, except reinforced concrete. C. Lead, Lead Wire, Bonding Jumpers, Cable: Insulated copper conductor, the same as wire. D. NACE International: National Association of Corrosion Engineers 9-30.7(2) Test Stations The corrosion monitoring test stations heads shall be constructed of high strength Special Provisions – BID DOCUMENT SP-399 Rainier Ave S Corridor Improvements – Phase 4 August 2022 polycarbonate, BLUE in color. The mounting hardware shall be stainless steel or nickel-plated brass. Polyethylene support post. The test station shall be a flush type and installed level with grade. The test station shall have a 6-inch thick x 1.5-foot square concrete slab poured around it to provide protection against damage. Acceptable Manufacturers: 1. Cott, model Flush Fink and CottPipe 2. Approved equal The concrete pad surrounding the flush mounted test station shall be constructed of high strength concrete, Quikrete Concrete Mix Product No. 1101 or approved equal 9-30.7(3) Jumper Bond Cable and Test Lead Wires Jumper bond cables installed across pipeline joints and in-line pipeline equipment shall be #2 AWG stranded conductor with HMWPE type insulation. Cables must be marked with conductor size and insulation type. For flexible joint bonds, a #10 AWG insulated cable shall be used to make the flexible or expansion coupling electrically continuous with the rest of the pipeline. Corrosion monitoring test lead wires shall include #12 and #8 AWG stranded copper conductors with TW type insulation. Test leads connected to the City of Renton ductile iron water main shall have blue insulation and test leads connected to the SPU piping shall have white insulation. 9-30.7(4) Wire Connectors Use pressure ring type terminal connectors for making wire connections on the terminal board. 9-30.7(5) Copper-Copper Sulfate Reference Electrode Use A stationary reference electrode shall be installed adjacent to the piping as shown on the project drawings. The electrode shall have the following properties: 1. Reference electrode assembly shall be prepackaged with a non-polarizing low resistance backfill media. 2. Stability shall be ± 10 millivolts with a 3.0 microamp load. 3. Minimum 20-year in-service life. 4. Lead wire shall be #14 AWG with RHH/RHW type insulation, yellow in color with length as required. Splices in the reference electrode lead wire will not be allowed. Special Provisions – BID DOCUMENT SP-400 Rainier Ave S Corridor Improvements – Phase 4 August 2022 5. Acceptable stationary reference electrode manufacturers: a. GMC Electric, model CU-1-UG Electrochemical Devices, Incorporated, model UL-CUG 9-30.7(6) Thermite Welding Material Wire sleeves, welders, and weld cartridges according to the weld manufacture’s recommendation for wire size and pipe diameter. Welding materials and equipment shall be the product of a single manufacture. Interchanging materials of different manufactures will not be acceptable. NOTE: Thermite weld charges and graphite molds must be manufactured for use on ductile iron piping material. Adapter sleeves as required to match welder size and wire size. Prefabricated factory sleeve joint bonds or bond wires with formed sleeves in the field are acceptable. Attach field formed sleeves with the appropriate size and type hammer die furnished by the thermite weld manufacture. Manufacturers: 3. Erico Products, Inc., (Cadweld), Cleveland, OH 4. Continental Industries, Inc. (Thermo-Weld), Tulsa, OK The thermite weld cap with coating and suitable primer shall be type Handy Cap with Royston Primer 747, as manufactures by Royston Laboratories, Inc. or approved equal. 9-30.7(7) Drain Anode A single prepackaged zinc drain anode shall be installed at each City of Renton/SPU crossing. The purpose of this anode is to shunt any stray current that may be imposed on the City of Renton water pipeline. The anode shall have the following properties: 5. ASTM B-418 Type II. 6. Ingot dimensions: 2-inch x 2-inch x 30-inch long, bare weight 30 pounds, nominal. 7. Prepackaged dimensions: 5-inch x 38-inch, 70- pounds, nominal. 8. Lead wire shall be #12 AWG with RHH/RHW type insulation, yellow in color with length as required. Splices in the reference electrode lead wire will not be allowed. Element Content Lead, maximum 0.003% Iron, maximum 0.0014% Cadmium 0.003% Copper, maximum 0.002% Aluminum 0.005% Zinc Balance 9-30.7(7) Cathodic Protection Anodes The galvanic anodes shall be high potential cast magnesium. The anode ingot shall be Special Provisions – BID DOCUMENT SP-401 Rainier Ave S Corridor Improvements – Phase 4 August 2022 nominal 2.75 inches in diameter, 60-inches long, and weigh 20 pounds. Each anode shall be prepackaged in a mixture containing 75% hydrated gypsum, 20% bentonite, and 5% sodium sulfate. The anode lead wire shall be #10 AWG stranded or solid copper wire with THHN or THWN type insulation, black. The high potential magnesium anodes will meet the following compositional analysis: Element Content Aluminum 0.01 % max Manganese, minimum 0.50 – 1.3% Silicon, maximum 0.05% Copper, maximum 0.02% Iron, maximum 0.03% Nickel, maximum 0.001% Total Other Impurities, maximum 0.05% Magnesium Balance END OF DIVISION 9 END OF SPECIAL PROVISIONS