CITY OF

Improvement of: Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA)

FA#: ___ PW#: 2017-066

Funded by: Federal Transit Administration, Seattle Public Utilities Bids Open : December 13, 2017

Advertisement for Bids City of Seattle Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Bid Opening Date: December 13, 2017 at 2:00 pm PW #: 2017-066 THIS PROJECT IS FEDERALLY FUNDED

This Contract, as noted herein, is funded, in part, by the U.S. Department of Transportation, Federal Transit Administration. This project is subject to the requirements set forth by the FTA Master Agreement. The remaining work is funded by local funding source and is not subject to the requirements set forth by FTA Master Agreement. PROJECT LOCATION: Downtown Seattle on 1st Avenue from Stewart Street to Madison Street, and Stewart Street from Westlake Avenue to 1st Avenue.

PROJECT DESCRIPTION: The project consists of utility improvements including water, sewer, drainage, and electrical power distribution.

Water improvements include the removal of existing cast iron water main and appurtenances and replacement with a new ductile iron water main, including valves, hydrants and water services. This work is identified under bid schedule SPU Water.

Sewer improvements consist of maintenance hole riser reconstruction, sewer lateral spot repairs, and cured-in-place-pipe (CIPP) lining in the sewer mainline on 1st Avenue from Seneca Street to Spring Street. This work has been identified under bid schedule SPU Sewer.

SDOT Improvements include drainage improvements such as replacement of inlets, pipe, and catch basins at intersections and mid-block throughout the project corridor. Work also includes construction of a new duct bank to serve the traction power system for the future Center City Connector Streetcar. This work has been identified under bid schedule SDOT.

Electrical power distribution improvements include reconstruction of existing ductbank on 1st Avenue between Stewart Street and Union Street; on Stewart Street from 3rd Avenue to 4th Avenue; on Stewart Street from Westlake Avenue to 5th Avenue and then along 5th Avenue to Olive Way; and on Republican Street at Westlake Avenue. This work has been identified under bid schedule SCL Improvements.

Improvements to the corridor will include roadway pavement, curb, and sidewalk restoration, along with miscellaneous work for associated pavement and sidewalk removal, temporary and permanent pavement restoration and other associated surface improvements including landscape restoration. This work has been distributed among

bid schedules SPU Water, Sewer, Drainage, and SCL Improvements, depending on the type of work that required surface improvement.

A/E ESTIMATE: $26,900,000

DBE Goal: 8.3% For questions please contact: Miguel Beltran – (206) 684-4525 [email protected] Carmen Kucinski – (206) 684-0188 [email protected]

PRE-BID SITE INSPECTION/MEETING: Bidders may attend one of the following optional pre-bid meeting followed by optional site inspection, which will be held on the following dates:

1. Monday, November 27th, 2017 at 10:30 a.m. at Seattle Municipal Tower Room 3832, 700 Fifth Avenue, Seattle 2. Tuesday, November 28th, 2017, at 1:00 p.m. at Seattle Municipal Tower Room 3832, 700 Fifth Avenue, Seattle

Bids will be accepted from any bidder who does not attendthe optional pre-bid meetings.

PAID SICK AND SAFE TIME: Bidders must understand the requirements of SMC 14.16 [www2.municode.com] and demonstrate compliance prior to award.

QUESTIONS: Written questions must be submitted no later than close of business on Friday, December 4th, 2017.

BID DOCUMENTS: Contract Documents, contacts and Bid Instructions are available at https://www.ebidexchange.com/seattle.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Table of Contents ___

TABLE OF CONTENTS Page No. Volume 1 Advertisement for Bids Signature Page Table of Contents Bid Requirements ...... 1 0-01.1 Instructions to Bidders ...... 1 0-01.2 Checklist for Bidders ...... 1 0-01.3 Bid Form ...... 2 0-01.4 DBE Utilization - Certification ...... 37 0-01.5 Buy America Certification ...... 41 0-01.6 Bidder / Subcontractor List ...... 42 Contract Requirements ...... 43 0-02.1 Agreement (Contract) Form ...... 43 0-02.3 Plans, Drawings and Specifications ...... 46 0-02.4 Location of Project ...... 47 0-02.5 Nature of Improvement ...... 47 Division 1: General Requirements ...... 49 1-01 Definitions and Terms ...... 49 1-01.1 General (GSP 03-09-16) ...... 49 1-01.2 Abbreviations ...... 49 1-01.3 Definitions (SP 8-23-11) ...... 49 1-02 Bid Procedures and Conditions...... 51 1-02.2 Supplemental Bidder Responsibility Criteria - Project Specific (SP 10-13-17) (FTA C 4220.1F, Ch. IV, 2.a(4)(a) and Ch. IV, 8.b) ...... 51 1-02.4 Examination of Bid Documents and Project Site ...... 56 1-02.9 Bid Submittal (FTA C 4220.1F, Ch. VI, 3.c(2)(e))...... 56 1-02.13 Irregular Bids (GSP 05-01-13) ...... 56 1-03 Award and Execution of Contract ...... 56 1-03.1 Consideration of Bids ...... 56 1-03.6 Protests (SP 06-15-17) ...... 57 1-04 Scope of Work ...... 57 1-04.2 Coordination of Contract Documents (GSP 04-08-10) ...... 57 1-04.4 Changes (SP 05-05-17) ...... 58 1-05 Control of Work ...... 59 1-05.2 Authority Of Assistants and Electrical Safety Observer (SP 05-05-17)...... 59

Version: 11/23/2016 -FTA Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Table of Contents ___

1-05.3 Submittals ...... 59 1-05.4 Conformity with and Deviations from Drawings and Stakes (GSP 05-21-11) ...... 63 1-05.5 Construction Stakes ...... 64 1-05.13 Superintendents, Labor and Equipment ...... 68 1-05.14 Cooperation with Other Contractors (SP 10-13-17) ...... 69 1-06 Control of Materials ...... 81 1-06.1 Approval of Materials Prior to Use (SP 10-13-17) ...... 81 1-06.2 Samples and Tests for Acceptance of Materials (GSP 8-15-14) ...... 81 1-07 Legal Relations and Responsibilities to the Public ...... 81 1-07.1 Laws to be Observed ...... 81 1-07.3 Management and Disposal of Waste ...... 82 1-07.5 Prevention of Environmental Pollution and Preservation of Natural Resources ...... 83 1-07.6 Permits ...... 85 1-07.9 Wages ...... 86 1-07.11 Civil Rights (GSP 05-13-13) ...... 92 1-07.16 Protection and Restoration of Property ...... 100 1-07.17 Utilities and Similar Facilities ...... 101 1-07.18 Insurance ...... 101 1-07.23 Public Convenience and Safety ...... 102 1-07.24 Real Property Rights (SP 10-13-17) ...... 103 1-07.29 Field Office for the Engineer’s Staff (GSP 07-21-16) ...... 106 1-07.30 Discoveries Of Contaminated Material(s), Dangerous Waste(s) And TSCA Waste(s) ...... 109 1-07.31 Health, Safety and Environmental Provisions (SP 10-13-17)) ...... 109 1-07.35 Additional Federal Transit Administration Required Contract Clauses (SP 10-13-17) ...... 110 1-07.36 Coordination With Utilities (SP 10-13-17) ...... 112 1-08 Prosecution and Progress ...... 120 1-08.1 Preliminary and On-Going Matters ...... 120 1-08.3 Critical Path Schedule and Schedule Constraints ...... 123 1-08.4 Notice to Proceed and Prosecution of the Work (SP 10-13-17)...... 129 1-08.9 Liquidated Damages (SP 10-13-17) (FTA C 4220.1F, Ch. IV.2.b(6)(b)(I) ...... 129 1-08.11 Work Plan (SP 10-13-17) ...... 130 1-09 Measurement and Payment ...... 132 1-09.6 Force Account ...... 132 1-09.7 Payment for Mobilization (SP 10-13-17) ...... 132 1-09.9 Payments (FTA C 4220.1F, Ch. IV, 2.b(5)(c)) ...... 133 1-09.14 Prompt Payment to Subcontractors and Suppliers (GSP 9-17-14) ...... 133 1-10 Temporary Traffic Control ...... 133

Version: 11/23/2016 -FTA Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Table of Contents ___

1-10.1 General ...... 133 1-10.2 Traffic Control Management ...... 135 Division 2: Earthwork ...... 143 2-02 Remove, Abandon or Relocate Structures and Obstructions ...... 143 2-02.1 Description (SP 10-13-17) ...... 143 2-02.3 Construction Requirements ...... 143 2-02.4 Measurement (SP 10-13-17) ...... 146 2-02.5 Payment (SP 10-13-17) ...... 148 2-03 Structural Demolition ...... 150 2-03.5 Payment (SP 10-13-17) ...... 150 2-04 Excavations ...... 150 2-04.1 Descriptions ...... 150 2-04.3 Construction Requirements ...... 150 2-04.4 Measurement (SP 08-31-17) ...... 152 2-04.5 Payment (SP 10-13-17) ...... 152 2-07 Protective Systems ...... 152 2-07.3 Construction Requirements ...... 152 2-07.4 Measurement (SP 10-13-17) ...... 153 2-07.5 Payment (SP 10-13-17) ...... 153 2-10 Backfilling and Embankment (SP 10-13-17) ...... 154 2-10.2 Materials ...... 154 2-10.3 Construction Requirements ...... 154 2-15 Construction Geotextile ...... 155 2-15.1 Description (SP 10-13-17) ...... 155 2-15.2 Materials (SP 10-13-17) ...... 155 2-15.3 Construction Requirements ...... 156 2-15.3(3) Separation (SP 10-13-17) ...... 156 2-15.5 Payment (SP 10-13-17) ...... 156 2-22 Advance Utility Potholing And Resolution Of Existing Utility Conflicts (SP 10-13-17) ...... 157 2-22.1 Description ...... 157 2-22.2 Reserved ...... 157 2-22.3 Construction Requirements ...... 157 2-22.4 Measurement ...... 157 2-22.5 Payment ...... 158 Division 5: Surface Treatments and Pavements ...... 159 5-04 Hot Mix Asphalt (HMA) and Warm Mix Asphalt (WMA) Pavement ...... 159 5-04.3 Construction Requirements ...... 159

Version: 11/23/2016 -FTA Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Table of Contents ___

5-04.5 Payment (SP 08-31-17) ...... 159 5-05 Cement Concrete for Roadway and Related Work ...... 159 5-05.3 Construction Requirements ...... 159 5-05.4 Measurement (SP 08-31-17) ...... 160 5-05.5 Payment (SP 08-31-17) ...... 160 Division 6: Structures ...... 162 6-02 Cement Concrete Structures and Cement Concrete for Miscellaneous Work ...... 162 6-02.3 Construction Requirements ...... 162 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures ...... 163 7-05 Maintenance Holes, Catch Basins, Inlets, Junction Boxes And Bridge Drains ...... 163 7-05.3 Construction Requirements ...... 163 7-05.4 Measurement (SP 10-13-17) ...... 163 7-05.5 Payment (SP 10-13-17) ...... 163 7-08 Miscellaneous Pipe Connections ...... 164 7-08.3 Construction Requirements ...... 164 7-10 Temporary Water Mains And Services (SP 10-13-17) ...... 164 7-10.1 Description ...... 164 7-10.2 Materials ...... 165 7-10.3 Construction Requirements ...... 165 7-10.4 Measurement ...... 166 7-10.5 Payment ...... 167 7-11 Pipe Installation For Water Mains ...... 167 7-11.3 Construction Requirements ...... 167 7-11.4 Measurement (SP 10-13-17) ...... 171 7-11.5 Payment (SP 10-13-17) ...... 172 7-12 Valves For Water Mains ...... 172 7-12.2 Materials ...... 172 7-12.3 Construction Requirements ...... 173 7-12.5 Payment (SP 10-13-17) ...... 175 7-14 Hydrants ...... 175 7-14.3 Construction Requirements ...... 175 7-14.5 Payment (SP 10-13-17) ...... 175 7-15 Water Service Connection Transfers ...... 176 7-15.1 Sequencing And Phasing And Temporary Service Coordination (SP 10-13-17) ...... 176 7-15.3 Construction Requirements (SP 10-13-17) ...... 176 7-15.5 Payment (SP 10-13-17) ...... 179

Version: 11/23/2016 -FTA Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Table of Contents ___

7-17 Storm Drains and Sanitary Sewers ...... 181 7-17.2 Materials ...... 181 7-17.3 Construction Requirements ...... 181 7-17.5 Payment ...... 185 7-20 Adjustment of New and Existing Utility Structures ...... 185 7-20.3 Construction Requirements ...... 185 7-20.5 Payment ...... 185 7-22 Cured In Place Pipe (CIPP) Lateral Lining – CB Conn (SP 10-13-17) ...... 186 7-22.1 Description ...... 186 7-22.2 Materials ...... 186 7-22.3 Construction Requirements ...... 188 7-22.4 Measurement ...... 193 7-22.5 Payment ...... 193 7-23 Cured In Place Pipe (CIPP) Lining – (SP 10-13-17) ...... 193 7-23.1 Description ...... 193 7-23.2 Materials ...... 194 7-23.3 Construction Requirements ...... 195 7-23.4 Measurement ...... 202 7-23.5 Payment ...... 202 7-24 Spot Repair (SP 10-13-17) ...... 202 7-24.1 Description ...... 202 7-24.2 Materials ...... 202 7-24.3 Construction Requirements ...... 203 7-24.4 Measurement ...... 203 7-24.5 Payment ...... 203 Division 8: Miscellaneous Construction ...... 204 8-01 Construction Stormwater Pollution Prevention ...... 204 8-01.3 Construction Requirements ...... 204 8-02 Landscape Construction ...... 205 8-02.3 Construction Requirements ...... 205 8-04 Cement Concrete Curb, Curb And Gutter ...... 205 8-04.1 Description (SP 10-13-17) ...... 205 8-04.2 Materials (SP 10-13-17) ...... 206 8-04.3 Construction Requirements ...... 206 8-04.4 Measurement (SP 10-13-17) ...... 206 8-04.5 Payment (SP 10-13-17) ...... 206 8-14 Cement Concrete Sidewalk ...... 207

Version: 11/23/2016 -FTA Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Table of Contents ___

8-14.2 Materials (SP 10-13-17) ...... 207 8-14.3 Construction Requirements ...... 207 8-14.4 Measurement (SP 08-31-17) ...... 208 8-14.5 Payment (SP 08-31-17) ...... 208 8-21 Permanent Signing and Posts ...... 208 8-21.3 Construction Requirements ...... 208 8-21.5 Payment (GSP 05-15-15) ...... 209 8-22 Pavement Marking ...... 209 8-22.1 Description ...... 209 8-22.3 Construction Requirements ...... 209 8-22.5 Payment (GSP 04-04-08) ...... 209 8-27 Project Identification Sign ...... 210 8-27(3) Construction Requirements...... 210 8-32 Poles, Pedestals, and Foundations ...... 210 8-32.5 Payment ...... 210 8-34 Contractor Support for Electrical Work (SP 10-13-17) ...... 210 8-34.1 Description ...... 210 8-34.2 Materials ...... 212 8-34.3 Construction Requirements ...... 212 8-34.4 Measurement ...... 213 8-34.5 Payment ...... 213 8-38 (Seattle City Light) Electrical Vaults and Track Power (SP 10-13-17) ...... 213 8-38.1 Description ...... 213 8-38.2 Qualifications ...... 216 8-38.3 Construction Requirements ...... 217 8-38.4 Measurement ...... 229 8-38.5 Payment ...... 230 8-39 Electrical Duct Banks (SP 10-13-17) ...... 231 8-39.1 Description ...... 231 8-39.2 Materials ...... 233 8-39.3 Construction Requirements ...... 239 8-39.4 Measurement ...... 248 8-39.5 Payment ...... 248 Division 9: Materials ...... 250 9-01 Portland Cement and Blended Hydraulic Cement ...... 250 9-01.2 Specifications ...... 250 9-03 Aggregates ...... 251

Version: 11/23/2016 -FTA Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Table of Contents ___

9-03.1 Aggregates for Portland Cement Concrete (GSP 11-16-15) ...... 251 9-03.16 Mineral Aggregate Chart (GSP 02-24-16) ...... 251 9-04 Joint and Crack Sealing Materials ...... 251 9-04.3 Mortar and Non-Shrink Cement Sand Grout ...... 251 9-05 Storm Drain and Sanitary Sewer Structures, Culverts and Conduits ...... 251 9-05.4 Polyvinyl Chloride (PVC) Pipe (SP 06-15-17) ...... 251 9-14 Erosion and Landscape Materials ...... 252 9-14.4 Mulches and Amendments (SP 05-08-17) ...... 252 9-23 Concrete Curing Materials, Pozzolans and Admixtures ...... 252 9-23.13 Limestone (GSP 09-30-14)...... 252 9-29 Pavement Marking ...... 252 9-29.6 Temporary Raised Pavement Markers (GSP 09-30-14) ...... 252 9-30 Water Distribution and Transmission Materials ...... 253 9-30.1 Pipe (SP 10-13-17) ...... 253 9-30.2 Fittings ...... 253 9-30.3 Valves ...... 254 9-30.5 Hydrants ...... 257 9-30.6 Service Connections and Service Pipe or Tubing ...... 258 9-30.7 Bedding, Foundation Material and Gravel (GSP 09-30-14) ...... 258 9-36 Detectable Warning ...... 258 9-36.3 Detectable Warning Plate –Surface Applied (SP 08-31-17) ...... 258 Volume 2 APPENDIX Book 1 of 3 FTA Master Agreement (10-01-2015)....76 pages City Forms Payment and Performance Bond (Federal, 11-08-2011) ...... 3 pages Subcontractor Approval Application ...... 2 pages King County Waste Characterization Form ...... 4 pages Subcontractor Payment Report ...... 1 page Deficient Contractor Performance Evaluation Program ...... 3 pages 360 Review Form ...... 5 pages Supplemental Bidder Responsibility Criteria Form ...... 9 pages Apprentice Utilization Plan Form ...... 1 Page Federal/FTA Forms DOT 350-109 Certification of Materials Origin ...... 2 pages WH-347 US Dept of Labor Certified Payroll ...... 2 pages WH-348 Statement of Compliance ...... 3 pages Uniform Report of DBE Commitments/Awards and Payments ...... 1 page EEO Employer Information Report ...... 9 pages FTA Circular 4220.1F ...... 164 pages

Version: 11/23/2016 -FTA Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Table of Contents ___

Book 2 of 3 SDOT/City Construction Administration Documents Preconstruction Conference – Meeting Agenda ...... 3 pages Emergency Response for the Spill Plan ...... 13 pages Waste Disposal and Recycling Template ...... 4 page CSWPP Inspection Form ...... 7 pages HMA Mix Design Submittal...... 3 pages Request for Information (RFI form) ...... 1 page Submittal Transmittal and Response ...... 1 page Request for Approval of Material Sources,1 page Lump Sum Breakdown ...... 1 page FA Labor List ...... 1 page FA Equipment List ...... 1 page Example - Utility Adjustment - Corrective Action ...... 3 pages Hazardous Waste Management Plan Template ...... 6 pages Electric Trolley Bus Overhead Deactivation Request Form ...... 2 pages Seattle Streetcar OCS Deactivation Request Form ...... 1 page Seattle Streetcar ROW Notice of Work and Request for Track Access Form ...... 1 page Construction Stormwater and Erosion Control Plan (CSECP)...... 34 pages Inadvertent Discovery Plan ...... 17 pages

SDOT/City Standard Plan Amendments Std Plan 002b ...... 1 page Std Plan 002d ...... 1 page Std Plan 002f ...... 1 page Std Plan 003f ...... 1 page Std Plan 003g ...... 1 page Std Plan 003h ...... 1 page Std Plan 003i ...... 1 page Std Plan 003j ...... 1 page Std Plan 003k ...... 1 page Std Plan 003l ...... 1 page Std Plan 003m ...... 1 page Std Plan 003n ...... 1 page Std Plan 003o ...... 1 page Std Plan 003p ...... 1 page Std Plan 003q ...... 1 page Std Plan 030 ...... 1 page Std Plan 204a ...... 1 page Std Plan 204.5a ...... 1 page Std Plan 205a ...... 1 page Std Plan 206a ...... 1 page Std Plan 206b ...... 1 page Std Plan 207a ...... 1 page Std Plan 207b ...... 1 page Std Plan 208a ...... 1 page Std Plan 208b ...... 1 page Std Plan 209a ...... 1 page Std Plan 209b ...... 1 page Std Plan 210a ...... 1 page Std Plan 210b ...... 1 page Std Plan 211a ...... 1 page Std Plan 211b ...... 1 page Std Plan 212a ...... 1 page Std Plan 212b ...... 1 page

Version: 11/23/2016 -FTA Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Table of Contents ___

Std Plan 232a ...... 1 page Std Plan 240 ...... 1 page Std Plan 242 ...... 1 page Std Plan 250 ...... 1 page Std Plan 260b ...... 1 page Std Plan 260c ...... 1 page Std Plan 263a ...... 1 page Std Plan 263b ...... 1 page Std Plan 269 ...... 1 page Std Plan 280 ...... 1 page Std Plan 285 ...... 1 page Std Plan 292 ...... 1 page Std Plan 293a ...... 1 page Std Plan 293b ...... 1 page Std Plan 294 ...... 1 page Std Plan 295a ...... 1 page Std Plan 295b ...... 1 page Std Plan 295c ...... 1 page Std Plan 295d ...... 1 page Std Plan 296 ...... 1 page Std Plan 297 ...... 1 page Std Plan 299 ...... 1 page Std Plan 350 ...... 1 page Std Plan 360 ...... 1 page Std Plan 364 ...... 1 page Std Plan 365 ...... 1 page Std Plan 403 ...... 1 page Std Plan 415 ...... 1 page Std Plan 425 ...... 1 page Std Plan 430 ...... 1 page Std Plan 440c ...... 1 page Std Plan 440d ...... 1 page Std Plan 443 ...... 1 page Std Plan 464 ...... 1 page

Std Plan 501a ...... 1 page Std Plan 501b ...... 1 page Std Plan 507b ...... 1 page Std Plan 510a ...... 1 page Std Plan 521 ...... 1 page Std Plan 522a ...... 1 page Std Plan 522b ...... 1 page Std Plan 524 ...... 1 page Std Plan 530a ...... 1 page Std Plan 530b ...... 1 page Std Plan 541a ...... 1 page Std Plan 543a ...... 1 page Std Plan 543b ...... 1 page Std Plan 550c ...... 1 page Std Plan 562a ...... 1 page Std Plan 564 ...... 1 page Std Plan 566a ...... 1 page Std Plan 567a ...... 1 page Std Plan 572 ...... 1 page Std Plan 722 ...... 1 page

Version: 11/23/2016 -FTA Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Table of Contents ___

Non-City Standard Plans MetroKC – Bus Shelter Footing Detail D103...... 1 page KCM Wastewater Bolt-Down Cover Detail 02007 ...... 1 page Drawings Details, Tables, & Miscellaneous Information Construction Notification Guidelines ...... 2 pages DOSH Directive 18.70 ...... 3 pages Permits and Agreements Temporary Discharge Plan Template ...... 5 pages Temporary Noise Variance...... 2 pages

Informational Documents, Logs, & Test Results Utility Pothole Exhibit ...... 13 pages Pothole Data Sheets ...... 33 pages SPU Sewer Inspection information (Spot Repair Work Orders) ...... 22 pages Boring Logs ...... 7 pages Areaway Information Sheets ...... 87 pages SCL Vault Existing Conditions Assessment Survey....13 pages Center City Connector Streetcar EA Haz. Mat Section 4.10 ...... 8 pages Center City Connector Streetcar EA Haz. Mat Appendix D4.10 ...... 10 pages SDOT Curb Ramp Deviation Form ...... 2 pages Monorail Proximity Guidelines Memo ...... 17 pages

Wage Rates Federal Prevailing Wage Rates ...... 8 pages State Prevailing Wage Rates ...... 13 pages Benefit Code Key ...... 10 pages

Book 3 of 3 SCL/Construction Guidelines and Materials Standards Standards for Electrical Service (2017 Edition)...... 275 pages Additional SCL Standards ...... 79 pages

Version: 11/23/2016 -FTA

BID REQUIREMENTS

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 1 0-01.1 Instructions to Bidders ___

BID REQUIREMENTS 0-01.1 INSTRUCTIONS TO BIDDERS I. GENERAL This Contract will be administered by the Director of the Seattle Department of Transportation, subject to the approval and acceptance of the Director of Finance and Administrative Services. All questions shall be e-mailed and be directed to the following: Before Bid Opening: John Hammersmith Seattle Department of Transportation [email protected]

After Bid Opening Judy Keefe and Before City Purchasing and Contracting Services Execution: [email protected] 206-684-8032

After Execution: Mark Sliger Seattle Department of Transportation Construction Management [email protected] 206-733-9936

II. BID OPENING The authorized Bid Form shall be submitted as specified in Section 1-02.9(1). In accordance with Section 1-02.12, Bids will be opened and read orally immediately after 2:00 p.m. on December 13, 2017 at the following location: City of Seattle City Purchasing and Contracting Services Division Seattle Municipal Tower Suite 4112 700 Fifth Avenue Seattle, 98104 III. TIME OF COMPLETION Work shall begin immediately on the Notice To Proceed Date in the Written Notice from the Engineer and after the date of such notice shall be Physically Completed within the following period per Section 3 of the Agreement: Substantial Completion: June 21, 2019 Physical Completion: July 26, 2019 IV. LIQUIDATED DAMAGES (FTA C 4220.1F, Ch. IV.2.b(6)(b)(1)) If the successful Contractor fails to complete Work within the time set forth above, (s)he shall be charged Liquidated Damages per Section 4 of the Agreement and Section 1-08.9. V. SUBSURFACE INFORMATION Refer to Section 1-02.4(2) in the Project Manual for information about any geotechnical or environmental reports, soil boring data, soil sample test data, or other data accumulated by the Engineer. VI. ITEMS OF INTEREST TO BIDDERS Reference Addenda ...... 1-02.6 Additive, Alternate, Deductive ...... 1-02.11

Version: 11/23/2016 -FTA Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 2 0-01.1 Instructions to Bidders ___

Award of Contract ...... 1-03.2 Bidder, Responsible ...... 1-02.1 Bidder/Subcontractor List ...... 1-02.9(3) Bid, Form and Style of ...... 1-02.5 Bid Guaranty...... 1-02.7 Bid Guaranty, Return of ...... 1-03.5 Bids, Public Opening of ...... 1-02.12 Bid Submittal ...... 1-02.9(1) Bid Submittal Date, Change of ...... 1-02.9(2) Bid Tabulation ...... 1-03.1 Bid, Modification or Withdrawal of ...... 1-02.10 Bidders, Disqualification of ...... 1-02.14 Bidders, Qualifications of ...... 1-02.1 Bids, Irregular ...... 1-02.13 Bond, Bid — see Bid Guaranty ...... 1-02.7 Bond, Payment and Performance ...... 1-03.3 Contract, Execution of ...... 1-03.3 Contract, Failure to Execute the ...... 1-03.4 Equal Benefits, Affirmative Efforts, Equal Employment Opportunity and Non-Discrimination Requirements ...... 1-07.11 Error, Claim of ...... 1-03.1(3) Examination of Bid Documents and Project Site...... 1-02.4 Information, Pre-Award ...... 1-03.1(4) Evidence of Insurance ...... 1-03.3(1) Liquidated Damages ...... Agreement Form, Section 4 and 1-08.9 Non Collusion Requirement ...... 1-02.8 Supplemental Bidder Responsibility Criteria ...... 1-02.2 Owner, Rights of the ...... 1-03.1(5) Responsible Bidder Requirements ...... 1-02.1 Quantities, Estimated ...... 1-02.3 Time for Completion ...... Agreement Form, Section 3 and 1-08.5 Wages, Prevailing Wages ...... 1-07.9(1) VII. USE OF RECYCLED MATERIALS Refer to Section 9-03.18 for information on the use of recycled Materials in Aggregates. Refer to Sections 5-05.3(1) and 6-02.3(1) for information on the use of pozzolans in cement concrete. Other Sections of the Contract may also allow for the use of recycled Materials. VIII. REQUIREMENTS TO RECYCLE MATERIALS Refer to Section 1-07.3(4) for information on requirements to recycle materials. Other Sections of the Contract may also require the recycling of materials. IX. CONSENT DECREE ACKNOWLEDGEMENT The City of Seattle (“City”), the United States Environmental Protection Agency (“EPA”) and the Washington State Department of Ecology (“Ecology”), have entered into a Consent Decree to settle the Complaint filed against the City by the United States in the United States District Court for the Western District of Washington, captioned United States of American and the State of Washington v. City of Seattle, Civil Action No. 2:13-cv-678, (“Consent Decree”). The Complaint alleged that the City of Seattle (“City”) violated Sections 301 and 402 of the Clean Water Act, 33 U.S.C. §§1311 and 1342 (“CWA”), and the conditions and limitations of its National Pollutant Discharge Elimination System (“NPDES”) permit issued to the City by Ecology as authorized by EPA under Section 402(b) and the CWA.

Article II, Section 7 of the Consent Decree establishes that “any action taken by any entity retained by the City to implement the City’s obligations under this Consent Decree shall be considered an action of the City for purposes of determining compliance with the Consent Decree.”

Version: 11/23/2016 -FTA Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 3 0-01.1 Instructions to Bidders ___

Article II, Section 6 of the Consent Decree requires that the City provide a copy of the Consent Decree to all agents of the City, as well as to any engineering, consulting, or contracting firms or any other entity hired by the City to perform work that might reasonably require compliance with any provision of the Consent Decree. Section 6 expressly requires that “the City shall condition any contract upon performance of the work in conformity with the terms of this Consent Decree.”

The Consent Decree requires, among other things, that the City, its agents and its contractors operate in a manner that does not cause sanitary sewer overflows (“SSOs”) or dry weather overflows (“DWOs”). These requirements are incorporated into this contract, and the Contractor is required to comply with these and all terms of the Consent Decree.

Based on the foregoing, the City has determined that this contract shall be and is subject to the provisions of the Consent Decree, and that the Contractor is expressly required to comply with all terms of the Consent Decree as a condition of this contract with the City, and that a copy of the Consent Decree is attached to this contract as an Appendix.

By signing this contract, Contractor acknowledges receipt of the Consent Decree, and affirmatively represents that it has read the same, understands the requirements of the Consent Decree, and agrees that all Work in this contract shall be performed in conformity with the terms of the Consent Decree. Contractor further acknowledges that in the event that actions by the Contractor causes a violation of the Consent Decree that results in increased costs to the City through increased contractor costs, penalties or other claims, the City reserves all rights and legal remedies to recover such costs.**1028 section – Use in all Contracts (9/30/09)

Version: 11/23/2016 -FTA Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 4 0-01.2 Checklist for Bidders ___

0-01.2 CHECKLIST FOR BIDDERS

1. Bid Form – Unit Prices (Section 0-01.3): • Include unit prices and unit price extensions for each Bid item on all Bid Schedules (when indicated) and Additives (when indicated). • Complete Bid summary. 2. Declaration (Section 0-01.3(1)) • Acknowledge all Addenda issued as a part of this Contract • Complete and sign Declaration. Signer must be authorized to legally bind the Bidder. 3. Bid Guaranty (Section 1-02.7): • Must not be less than 5% of the maximum Bid amount including retail sales tax. 4. Buy America Certification • Complete and sign certification. 5. Anti-Lobbying Certification • Complete and sign the certification 6. DBE Utilization Certification: • Complete and sign the form. 7. Registration in the System for Award Management (SAM) • All Contractors (including subs) must register with the U.S. Government prior to bid in order to be awarded a project with FTA funding. FAILURE TO COMPLETE, SIGN, AND SUBMIT ALL OF THE ABOVE WITH THE BID MAY RESULT IN THE BID BEING DECLARED NON-RESPONSIVE. 8. Bidder/Subcontractor List: • Due no later than 1 hour after bids received. 9. Supplemental Bidder Responsibility Criteria and Form (SBRC) • Due within 3 days of request by CPCS ITEMS 8 & 9 ARE DUE BY THE REQUIRED DEADLINES. FAILURE TO COMPLETE, SIGN, AND SUBMIT THESE ITEMS BY THE REQUIRED DEADLINE MAY RESULT IN THE BID BEING DECLARED NON-RESPONSIVE.

Submitting Bid: Bids must be submitted on authorized Bid Form provided on eBid site and must be submitted to City of Seattle Purchasing and Contracting Services Division at one of the following addresses by 2:00 p.m. on the date designated for receipt of Bids in the Advertisement for Bids: Post Office Box : Seattle Municipal Tower, PO Box 94687, Seattle, WA 98124-4687 OR : Street Address: 700 — 5th Avenue Room 4112, Seattle Municipal Tower, Seattle, WA 98104. If sending by courier (UPS, FedEx, etc.) the street address shall be used. If sending by United States Postal Service (USPS), the Post Office Box shall be used. Bidders are responsible for ensuring that the proper Zip code is used. The City of Seattle will not be responsible for a late bid. Bids received after the deadline will be returned unopened. Bid Opening: Bids received by 2:00 P.M. on December 13, 2017 will be publicly opened and read immediately after 2:00 P.M. on December 13, 2017 . Department of Finance and Administrative Services City Purchasing and Contracting Services Division Seattle Municipal Tower Suite 4112 700 Fifth Avenue Seattle, Washington 98104

Version: 11/23/2016 -FTA Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 5 0-01.3 Bid Form

0-01.3 BID FORM TO THE DIRECTOR OF FINANCE AND ADMINISTRATIVE SERVICES OF THE CITY OF SEATTLE: A. The undersigned Bidder hereby certifies to have personally and carefully examined the Bid Documents issued for: Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) , as authorized under Ordinance Number(s) 124927. B. The Bidder has examined the Project Site where the Work is to be performed and the conditions affecting the Work; C. Understanding that the quantities shown in the Bid are estimates only, being given for the purposes of comparing Bids, the Bidder hereby proposes to furnish all Material and labor and to perform all Work which may be required, and to complete the Work within the time fixed and upon the terms and conditions provided in the Bid Documents for the following prices: D. The Bidder has attached a Bid Guaranty in the amount of five percent (5%) of the Total Bid including retail sales tax in the form of cashier’s check, certified check, or Bid bond; (NOTE: The letters “SP” whenever appearing in the Bid item number column of the Bid Form indicate that additions or revisions to the Standard Specifications applicable to that Bid item are included in the Standard Supplemental Specifications and Special Provisions. The Contractor is advised to review those requirements regarding Bid items so designated. The number to the left of the Bid item description denotes the “Bid item code” for that particular Bid item. If it is a six digit number, the first three digits indicate the associated Specification division and section number. If it is a seven digit number, the first digit denotes the schedule number and the next three digits indicate the associated Specification division and section number. The last three digits comprise the identification number for that item within the particular Section. An asterisk (*) appearing in the first column of the Bid Form denotes those items in which the Owner will pay retail sales tax in accordance with the excise tax Rule 170 (refer to Section 1-07.2(3) of the Specifications). For all other Bid items, the Contractor shall include retail sales tax in accordance with the excise tax Rule 171 (refer to Section 1-07.2(2) of the Specifications)

Version: 11/23/2016 -FTA BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 6

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SPU - WATER

SP 1 105005 CONSTRUCTION SURVEYING 1 LS ______

SP 2 107005 PROJECT GENERAL SAFETY AND HEALTH 1 LS ______PROGRAM

SP 3 108005 CRITICAL PATH SCHEDULE UPDATE, MIN. BID 14 EA ______= $2150 per EA

SP 4 108s01 PRECONSTRUCTION PHASE 1 LS ______

SP 5 109005 MOBILIZATION 1 LS ______

SP 6 110005 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS ______CONTROL INCLUDING FLAGGING

7 110020 TRAFFIC CONTROL PEACE OFFICERS 5,880 HR ______

SP 8 110s01 TRAFFIC CONTROL AND PROJECT 43 WK ______COORDINATION MANAGER

9 202035 REMOVE CEM CONC SIDEWALK 410 SY ______

10 202045 REMOVE PAVEMENT 3,260 SY ______

SP 11 202062 REMOVE PAVEMENT, OVER 14" IN DEPTH, 340 SY ______INCLUDING RAILS & TIES

SP 12 202190 REMOVE PIPE 2,800 LF ______

13 202270 REMOVE CATCH BASIN OR SAND BOX 2 EA ______

SP 14 202325 REMOVE GATE VALVE 50 EA ______

SP 15 202500 REMOVE VALVE BOX 50 EA ______

SP 16 202505 REMOVE VALVE CHAMBER 18 EA ______

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 7

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SPU - WATER

17 202750 SAWCUT ASPHALT CONCRETE, FULL DEPTH 6,700 LF ______

18 202767 SAWCUT CEMENT CONCRETE SIDEWALK, 1,100 LF ______FULL DEPTH

19 202770 SAWCUT RIGID PAVEMENT, FULL DEPTH 6,700 LF ______

20 202812 ABANDON EXISTING WATER SERVICE 1 EA ______

21 202825 ABANDON VALVE CHAMBER 4 EA ______

22 202850 ABANDON AND FILL PIPE 2,000 LF ______

SP 23 202s03 REMOVE CURB, GRANITE, WITH SALVAGE 100 LF ______

24 202s04 REMOVE MONUMENT FRAME AND COVER 2 EA ______

SP 25 202s06 REMOVE HYDRANT, WITH SALVAGE 8 EA ______

SP 26 202s07 REMOVE PIPE, IN AREAWAY 5 LF ______

SP 27 204130 UNSUITABLE FOUNDATION EXCAVATION 90 CY ______

28 207010 SAFETY SYSTEMS IN TRENCH EXCAVATION, 5,500 SF ______MIN. BID =$0.80 per SF

SP 29 207020 SUPPORT AND SAFETY SYSTEM 25,220 SF ______

SP 30 207030 SAFETY SYSTEMS IN STRUCTURAL 1 LS ______EXCAVATION

SP 31 207s01 UTILITY SUPPORT IN TRENCH 1 LS ______

32 210010 CONTROLLED DENSITY FILL 150 CY ______

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 8

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SPU - WATER

SP 33 215020 CONSTRUCTION GEOTEXTILE FOR 350 SY ______SEPARATION

SP 34 215030 CONSTRUCTION GEOTEXTILE FOR SOIL 1,900 SY ______STABILIZATION

SP 35 222s01 ADVANCE UTILITY POTHOLING 330 EA ______

SP 36 222s02 RESOLUTION OF EXISTING UTILITY 85,000 FA $1.00 $85,000.00 CONFLICTS

37 401202 MINERAL AGGREGATE, TYPE 2 980 CY ______

38 401209 MINERAL AGGREGATE, TYPE 9 20 CY ______

39 401217 MINERAL AGGREGATE, TYPE 17 1,720 CY ______

40 401222 MINERAL AGGREGATE, TYPE 22 9 CY ______

41 504025 SURFACE PREP, PLANE BITUMINOUS 15 SY ______PAVEMENT

SP 42 504045 PAVEMENT, HMA (CL 1/2 IN) 450 TN ______

43 504055 PAVEMENT, HMA (CL 1 IN) 1,220 TN ______

44 504260 PAVEMENT PATCH, TEMPORARY 200 TN ______

45 505136 ROADWAY CEM CONC, HES (24 HR), 12 IN 340 SY ______

46 705352 CATCH BASIN, TYPE 240A 2 EA ______

47 708108 PIPE, CB CONN, PVC, 8 IN 37 LF ______

48 711104 PIPE, WM, D.I., CL 52, 4 IN, RJ, INCL. FITTINGS 410 LF ______

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 9

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SPU - WATER

49 711106 PIPE, WM, D.I., CL 52, 6 IN, RJ, INCL. FITTINGS 610 LF ______

50 711108 PIPE, WM, D.I., CL 52, 8 IN, RJ, INCL. FITTINGS 80 LF ______

51 711110 PIPE, WM, D.I., CL 52, 10 IN, RJ, INCL. FITTINGS 20 LF ______

52 711112 PIPE, WM, D.I., CL 52, 12 IN, RJ, INCL. FITTINGS 660 LF ______

53 711116 PIPE, WM, D.I., CL 52, 16 IN, RJ, INCL. FITTINGS 20 LF ______

54 711120 PIPE, WM, D.I., CL 52, 20 IN, RJ, INCL. FITTINGS 1,590 LF ______

55 711204 BEDDING, WATER MAIN, CL B, 4 IN PIPE 400 LF ______

56 711206 BEDDING, WATER MAIN, CL B, 6 IN PIPE 570 LF ______

57 711208 BEDDING, WATER MAIN, CL B, 8 IN PIPE 60 LF ______

58 711210 BEDDING, WATER MAIN, CL B, 10 IN PIPE 20 LF ______

59 711212 BEDDING, WATER MAIN, CL B, 12 IN PIPE 950 LF ______

60 711216 BEDDING, WATER MAIN, CL B, 16 IN PIPE 45 LF ______

61 711220 BEDDING, WATER MAIN, CL B, 20 IN PIPE 2,700 LF ______

62 711224 BEDDING, WATER MAIN, CL B, 24 IN PIPE 40 LF ______

SP 63 711400 BLOCKING, CEMENT CONCRETE 175 CY ______

64 711402 BLOWOFF ASSEMBLY, 2 IN 1 EA ______

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 10

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SPU - WATER

SP 65 711500 STATION, ELECTROLYSIS TEST 23 EA ______

66 711s01 PIPE, WM, D.I., CL 53, 4 IN, RJ, INCL. FITTINGS 150 LF ______

67 711s02 PIPE, WM, D.I., CL 53, 6 IN, RJ, INCL. FITTINGS 200 LF ______

68 711s04 PIPE, WM, D.I., CL 53, 20 IN, RJ, INCL. FITTINGS 950 LF ______

SP 69 711s11 STEEL CASING PIPE, 3/8 IN THICK, 12 IN DIA, 390 LF ______OPEN EXCAVATION

SP 70 711s12 STEEL CASING PIPE, 3/8 IN THICK, 20 IN DIA, 170 LF ______OPEN EXCAVATION

71 711s14 PIPE, WM, D.I., CL 53, 12 IN, RJ, INCL. FITTINGS 75 LF ______

72 711s15 PIPE, WM, D.I., CL 53, 24 IN, RJ, INCL. FITTINGS 40 LF ______

SP 73 711s16 STEEL CASING PIPE, 3/8 IN THICK, 16 IN DIA, 25 LF ______OPEN EXCAVATION

SP 74 711s17 CONTRACTOR SUPPORT FOR TEMPORARY 1 LS ______CUT, CAP, AND CONNECTION

75 712004 VALVE, GATE, 4 IN 27 EA ______

76 712006 VALVE, GATE, 6 IN 29 EA ______

77 712008 VALVE, GATE, 8 IN 3 EA ______

78 712012 VALVE, GATE, 12 IN 12 EA ______

SP 79 712016 VALVE, GATE, 16 IN 1 EA ______

SP 80 712020 VALVE, GATE, 20 IN 5 EA ______

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 11

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SPU - WATER

SP 81 712024 VALVE, GATE, 24 IN 1 EA ______

82 712120 VALVE, BUTTERFLY, 20 IN 6 EA ______

83 712500 VALVE BOX, CAST IRON 63 EA ______

SP 84 712s01 VALVE CHAMBER, PRECAST, 8' X 10' 6 EA ______

SP 85 714s01 HYDRANT, 6 IN CONNECTION, TYPE 310 1 EA ______

SP 86 714s02 HYDRANT, 6 IN CONNECTION, TYPE 311 8 EA ______

SP 87 715s01 MISCELLANEOUS RESTORATION OF PRIVATE 10,000 FA $1.00 $10,000.00 PROPERTY

SP 88 715s02 FURNISH MISCELLANEOUS SERVICE 65,000 FA $1.00 $65,000.00 MATERIALS

SP 89 715s03 CONTRACTOR SUPPORT FOR SERVICE TO 7 EA ______UNION AT BUILDING (< 2 IN. DIA)

SP 90 715s04 CONTRACTOR SUPPORT FOR SERVICE TO 6 EA ______UNION AT BUILDING (> 2 IN. DIA)

SP 91 715s05 CONTRACTOR SUPPORT FOR SERVICE TO 18 EA ______EXISTING SERVICE PIPE (< 2 IN. DIA)

SP 92 715s06 CONTRACTOR SUPPORT FOR SERVICE TO 29 EA ______EXISTING SERVICE PIPE (> 2 IN. DIA)

SP 93 715s07 CONTRACTOR SUPPORT FOR TEMPORARY 1 LS ______WATER SERVICE

94 717s01 TEE, VCP, 12 IN 2 EA ______

SP 95 717s90 TELEVISION INSPECTION 37 LF ______

96 720005 ADJUST EXISTING MH, CB, OR VC 20 EA ______

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 12

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SPU - WATER

97 720020 ADJUST EXISTING VALVE BOX 51 EA ______

98 801001 CONSTRUCTION STORMWATER & EROSION 1 LS ______CONTROL PLAN (CSECP)

99 801005 TREE, VEGETATION & SOIL PROTECTION PLAN 1 LS ______(TVSPP)

100 801009 SPILL PLAN (SP) 1 LS ______

101 801013 TEMPORARY DISCHARGE PLAN (TDP) 1 LS ______

102 802230 MULCH, ARBORIST WOOD CHIP 5 CY ______

103 804025 CURB, CEM CONC W/ 25% POZZOLANS 350 LF ______

SP 104 804s01 RESET GRANITE CURB 45 LF ______

105 814205 SIDEWALK, CEM CONC W/ 25% POZZOLANS 410 SY ______

106 814210 SIDEWALK, THICKENED EDGE W/ 25% 390 LF ______POZZOLANS

107 815200 QUARRY SPALLS 180 TN ______

SP 108 822004 PAVEMENT MARKING, PAINT, 4 IN STRIPE 7,900 LF ______

SP 109 822006 PAVEMENT MARKING, PAINT, 6 IN STRIPE 80 LF ______

SP 110 822008 PAVEMENT MARKING, PAINT, 8 IN STRIPE 3,000 LF ______

SP 111 822010 PAVEMENT MARKING, PAINT, 2 EA ______LEGEND/SYMBOL

SP 112 827040 SIGN, PROJECT IDENTIFICATION, OWNER 2 EA ______FURNISHED

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 13

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SPU - SEWER

SP 113 2105006 CONSTRUCTION SURVEYING 1 LS ______

SP 114 2107006 PROJECT GENERAL SAFETY AND HEALTH 1 LS ______PROGRAM

SP 115 2108005 CRITICAL PATH SCHEDULE UPDATE, MIN. BID 2 EA ______= $2150 per EA

SP 116 2108s02 PRECONSTRUCTION PHASE 1 LS ______

SP 117 2109006 MOBILIZATION 1 LS ______

SP 118 2110006 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS ______CONTROL INCLUDING FLAGGING

119 2110020 TRAFFIC CONTROL PEACE OFFICERS 580 HR ______

SP 120 2110s01 TRAFFIC CONTROL AND PROJECT 3 WK ______COORDINATION MANAGER

121 2202045 REMOVE PAVEMENT 240 SY ______

SP 122 2202062 REMOVE PAVEMENT, OVER 14" IN DEPTH, 70 SY ______INCLUDING RAILS & TIES

123 2202355 REMOVE MAINTENANCE HOLE 1 EA ______

124 2202750 SAWCUT ASPHALT CONCRETE, FULL DEPTH 1,200 LF ______

125 2202770 SAWCUT RIGID PAVEMENT, FULL DEPTH 1,200 LF ______

SP 126 2202s01 REMOVE BRICK PAVERS, WITH SALVAGE 5 SY ______

SP 127 2207020 SUPPORT AND SAFETY SYSTEM 140 SF ______

SP 128 2207031 SAFETY SYSTEMS IN STRUCTURAL 1 LS ______EXCAVATION

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 14

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SPU - SEWER

SP 129 2207s02 UTILITY SUPPORT IN TRENCH 1 LS ______

SP 130 2222s01 ADVANCE UTILITY POTHOLING 1 EA ______

SP 131 2222s03 RESOLUTION OF EXISTING UTILITY 10,000 FA $1.00 $10,000.00 CONFLICTS

132 2401202 MINERAL AGGREGATE, TYPE 2 60 CY ______

133 2401217 MINERAL AGGREGATE, TYPE 17 15 CY ______

134 2401222 MINERAL AGGREGATE, TYPE 22 3 CY ______

SP 135 2504045 PAVEMENT, HMA (CL 1/2 IN) 50 TN ______

136 2504055 PAVEMENT, HMA (CL 1 IN) 90 TN ______

137 2505136 ROADWAY CEM CONC, HES (24 HR), 12 IN 10 SY ______

138 2505283 ROADWAY CEM CONC BASE, HES (24 HR), 9 IN 5 SY ______

SP 139 2505s01 BRICK MORTAR SET UNIT PAVEMENT 5 SY ______

140 2705010 MAINTENANCE HOLE, TYPE 205A 2 EA ______

141 2705305 REBUILD MAINTENANCE HOLE 9 EA ______

SP 142 2705s01 MAINTENANCE HOLE RISER 1 EA ______RECONSTRUCTION, TYPE B

SP 143 2705s02 MAINTENANCE HOLE RISER 1 EA ______RECONSTRUCTION, TYPE C

SP 144 2705s03 MAINTENANCE HOLE RISER 1 EA ______RECONSTRUCTION, TYPE G

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 15

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SPU - SEWER

SP 145 2705s04 MAINTENANCE HOLE RISER 2 EA ______RECONSTRUCTION, TYPE H

SP 146 2705s05 MAINTENANCE HOLE RISER 6 EA ______RECONSTRUCTION, TYPE J

SP 147 2705s06 MAINTENANCE HOLE RISER 1 EA ______RECONSTRUCTION, TYPE K

148 2717378 PIPE, PS, VCP, EXTRA STRENGTH, 18 IN 7 LF ______

149 2717732 PIPE, PSS, VCP, EXTRA STRENGTH, 12 IN 32 LF ______

SP 150 2717s85 TEMPORARY SEWER BYPASS 1 LS ______

SP 151 2717s90 TELEVISION INSPECTION 980 LF ______

152 2720005 ADJUST EXISTING MH, CB, OR VC 19 EA ______

SP 153 2722s01 CIPP LATERAL LINING - CB CONN 287 LF ______

SP 154 2723s01 CIPP LINING - PS, 18" 196 LF ______

SP 155 2724s01 SPOT REPAIR UN-1 (WO #5451987) 1 LS ______

SP 156 2724s02 SPOT REPAIR MD-1 (WO #5367827) 1 LS ______

SP 157 2724s03 SPOT REPAIR SP-4 (WO #5445479) 1 LS ______

158 2801002 CONSTRUCTION STORMWATER & EROSION 1 LS ______CONTROL PLAN (CSECP)

159 2801006 TREE, VEGETATION & SOIL PROTECTION PLAN 1 LS ______(TVSPP)

160 2801010 SPILL PLAN (SP) 1 LS ______

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 16

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SPU - SEWER

161 2801014 TEMPORARY DISCHARGE PLAN (TDP) 1 LS ______

SP 162 2822004 PAVEMENT MARKING, PAINT, 4 IN STRIPE 1,300 LF ______

SP 163 2822008 PAVEMENT MARKING, PAINT, 8 IN STRIPE 1,200 LF ______

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 17

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SDOT - DRAINAGE/TRACK POWER

SP 164 3105007 CONSTRUCTION SURVEYING 1 LS ______

SP 165 3107007 PROJECT GENERAL SAFETY AND HEALTH 1 LS ______PROGRAM

SP 166 3108005 CRITICAL PATH SCHEDULE UPDATE, MIN. BID 4 EA ______= $2150 per EA

SP 167 3108s03 PRECONSTRUCTION PHASE 1 LS ______

SP 168 3109007 MOBILIZATION 1 LS ______

SP 169 3110007 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS ______CONTROL INCLUDING FLAGGING

170 3110020 TRAFFIC CONTROL PEACE OFFICERS 1,580 HR ______

SP 171 3110s01 TRAFFIC CONTROL AND PROJECT 15 WK ______COORDINATION MANAGER

172 3202035 REMOVE CEM CONC SIDEWALK 140 SY ______

173 3202045 REMOVE PAVEMENT 690 SY ______

SP 174 3202062 REMOVE PAVEMENT, OVER 14" IN DEPTH, 10 SY ______INCLUDING RAILS & TIES

175 3202270 REMOVE CATCH BASIN OR SAND BOX 6 EA ______

176 3202340 REMOVE INLET 20 EA ______

177 3202750 SAWCUT ASPHALT CONCRETE, FULL DEPTH 1,500 LF ______

178 3202767 SAWCUT CEMENT CONCRETE SIDEWALK, 350 LF ______FULL DEPTH

179 3202770 SAWCUT RIGID PAVEMENT, FULL DEPTH 1,500 LF ______

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 18

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SDOT - DRAINAGE/TRACK POWER

SP 180 3202s03 REMOVE CURB, GRANITE, WITH SALVAGE 40 LF ______

181 3202s04 REMOVE MONUMENT FRAME AND COVER 1 EA ______

SP 182 3202s08 UNFORSEEN PRIVATE PROPERTY INTERFACE 10,000 FA $1.00 $10,000.00 ISSUES

SP 183 3204005 DUCT BANK EXCAVATION 826 LF ______

SP 184 3204130 UNSUITABLE FOUNDATION EXCAVATION 50 CY ______

185 3207010 SAFETY SYSTEMS IN TRENCH EXCAVATION, 3,002 SF ______MIN. BID =$0.80 per SF

SP 186 3207020 SUPPORT AND SAFETY SYSTEM 5,900 SF ______

SP 187 3207032 SAFETY SYSTEMS IN STRUCTURAL 1 LS ______EXCAVATION

SP 188 3207s03 UTILITY SUPPORT IN TRENCH 1 LS ______

SP 189 3215030 CONSTRUCTION GEOTEXTILE FOR SOIL 120 SY ______STABILIZATION

SP 190 3222s01 ADVANCE UTILITY POTHOLING 92 EA ______

SP 191 3222s04 RESOLUTION OF EXISTING UTILITY 56,000 FA $1.00 $56,000.00 CONFLICTS

192 3401202 MINERAL AGGREGATE, TYPE 2 160 CY ______

193 3401207 MINERAL AGGREGATE, TYPE 7 74 CY ______

194 3401217 MINERAL AGGREGATE, TYPE 17 230 CY ______

195 3401222 MINERAL AGGREGATE, TYPE 22 20 CY ______

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 19

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SDOT - DRAINAGE/TRACK POWER

SP 196 3504045 PAVEMENT, HMA (CL 1/2 IN) 75 TN ______

197 3504055 PAVEMENT, HMA (CL 1 IN) 150 TN ______

198 3505136 ROADWAY CEM CONC, HES (24 HR), 12 IN 170 SY ______

199 3705352 CATCH BASIN, TYPE 240A 5 EA ______

200 3705356 CATCH BASIN, TYPE 242B 1 EA ______

201 3705358 CATCH BASIN, TYPE 240D 2 EA ______

202 3705450 INLET, TYPE 250A 6 EA ______

203 3705451 INLET, TYPE 250B 2 EA ______

SP 204 3705s07 INLET TYPE 250A.1 8 EA ______

SP 205 3705s08 INLET TYPE 250A.2 4 EA ______

206 3708108 PIPE, CB CONN, PVC, 8 IN 117 LF ______

207 3717892 TEE, 12 IN, CUT-IN EXISTING CONC PIPE 2 EA ______

208 3717s01 TEE, VCP, 12 IN 2 EA ______

SP 209 3717s90 TELEVISION INSPECTION 480 LF ______

210 3720005 ADJUST EXISTING MH, CB, OR VC 7 EA ______

211 3720010 ADJUST EXISTING INLET 18 EA ______

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 20

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SDOT - DRAINAGE/TRACK POWER

212 3720050 ADJUST EXISTING ELECTRICAL VAULT 4 EA ______

213 3720230 UTILITY CASTING, TYPE 230 10 EA ______

214 3801003 CONSTRUCTION STORMWATER & EROSION 1 LS ______CONTROL PLAN (CSECP)

215 3801007 TREE, VEGETATION & SOIL PROTECTION PLAN 1 LS ______(TVSPP)

216 3801011 SPILL PLAN (SP) 1 LS ______

217 3801015 TEMPORARY DISCHARGE PLAN (TDP) 1 LS ______

218 3804025 CURB, CEM CONC W/ 25% POZZOLANS 170 LF ______

SP 219 3804s01 RESET GRANITE CURB 40 LF ______

SP 220 3814025 DETECTABLE WARNING PLATE RETROFIT 25 SF ______

221 3814205 SIDEWALK, CEM CONC W/ 25% POZZOLANS 140 SY ______

222 3814210 SIDEWALK, THICKENED EDGE W/ 25% 200 LF ______POZZOLANS

223 3815200 QUARRY SPALLS 100 TN ______

SP 224 3822004 PAVEMENT MARKING, PAINT, 4 IN STRIPE 700 LF ______

SP 225 3822006 PAVEMENT MARKING, PAINT, 6 IN STRIPE 70 LF ______

SP 226 3822008 PAVEMENT MARKING, PAINT, 8 IN STRIPE 1,500 LF ______

SP 227 3822010 PAVEMENT MARKING, PAINT, 5 EA ______LEGEND/SYMBOL

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 21

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SDOT - DRAINAGE/TRACK POWER

SP 228 3822018 PAVEMENT MARKING, THERMOPLASTIC, 8 IN 40 LF ______STRIPE

SP 229 3822020 PAVEMENT MARKING, THERMOPLASTIC, 1 EA ______LEGEND/SYMBOL

230 3833302 HANDHOLE, TYPE 2 1 EA ______

231 3833305 HANDHOLE, TYPE 5 1 EA ______

SP 232 3834s01 MISCELLANEOUS RESTORATION OF PRIVATE 15,000 FA $1.00 $15,000.00 PROPERTY

SP 233 3838s05 FURNISH AND INSTALL VAULT, TRACK 4 EA ______POWER, (4' X 6')

SP 234 3839s22 CONCRETE ENCASED DUCT BANK (TP1-LINE, 2- 68 LF ______4" RGS)

SP 235 3839s23 CONCRETE ENCASED DUCT BANK (TP2-LINE, 2- 238 LF ______4" PVC)

SP 236 3839s24 CONCRETE ENCASED DUCT BANK (TP3-LINE, 2- 203 LF ______4" RGS)

SP 237 3839s25 CONCRETE ENCASED DUCT BANK (TP4-LINE, 2- 180 LF ______4" RGS)

SP 238 3839s26 CONCRETE ENCASED DUCT BANK (TP5-LINE, 2- 137 LF ______4" RGS)

SP 239 3839s41 FURNISH AND INSTALL 500kcmil BARE CU 1/C 826 LF ______GROUND CABLE

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 22

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SCL - POWER

SP 240 4105002 CONTRACTOR ELECTRICAL SAFETY 1,400 HR ______OBSERVER (MIN. BID = 100/HR)

SP 241 4105008 CONSTRUCTION SURVEYING 1 LS ______

SP 242 4107008 PROJECT GENERAL SAFETY AND HEALTH 1 LS ______PROGRAM

SP 243 4108005 CRITICAL PATH SCHEDULE UPDATE, MIN. BID 8 EA ______= $2150 per EA

SP 244 4108s04 PRECONSTRUCTION PHASE 1 LS ______

SP 245 4109008 MOBILIZATION 1 LS ______

SP 246 4110008 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS ______CONTROL INCLUDING FLAGGING

247 4110020 TRAFFIC CONTROL PEACE OFFICERS 2,920 HR ______

SP 248 4110s01 TRAFFIC CONTROL AND PROJECT 36 WK ______COORDINATION MANAGER

249 4202035 REMOVE CEM CONC SIDEWALK 160 SY ______

250 4202045 REMOVE PAVEMENT 2,380 SY ______

SP 251 4202062 REMOVE PAVEMENT, OVER 14" IN DEPTH, 40 SY ______INCLUDING RAILS & TIES

252 4202270 REMOVE CATCH BASIN OR SAND BOX 1 EA ______

SP 253 4202290 REMOVE ELECTRICAL VAULT 8 EA ______

254 4202305 REMOVE FOUNDATION, METAL STRAIN POLE 1 EA ______

255 4202330 REMOVE HANDHOLE 1 EA ______

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 23

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SCL - POWER

256 4202340 REMOVE INLET 1 EA ______

257 4202350 REMOVE LUMINAIRE AND BRACKET ARM 1 EA ______

258 4202385 REMOVE POLE, METAL STRAIN 1 EA ______

259 4202420 REMOVE POST, TRAFFIC SIGN 1 EA ______

260 4202445 REMOVE SIGN, OVERHEAD 1 EA ______

261 4202450 REMOVE SIGN, TRAFFIC 6 EA ______

SP 262 4202650 REMOVE VEHICLE SIGNAL HEAD 2 EA ______

SP 263 4202655 REMOVE PEDESTRIAN SIGNAL HEAD 1 EA ______

SP 264 4202685 REMOVE WIRING, STREET LIGHTING 1 LS ______

265 4202750 SAWCUT ASPHALT CONCRETE, FULL DEPTH 3,200 LF ______

266 4202767 SAWCUT CEMENT CONCRETE SIDEWALK, 320 LF ______FULL DEPTH

267 4202770 SAWCUT RIGID PAVEMENT, FULL DEPTH 3,200 LF ______

SP 268 4202810 ABANDON ELECTRICAL VAULT 1 EA ______

SP 269 4202s00 REMOVE SIGNAL WIRING (WESTLAKE & 1 LS ______STEWART)

SP 270 4202s01 REMOVE BRICK PAVERS, WITH SALVAGE 1 SY ______

271 4202s04 REMOVE MONUMENT FRAME AND COVER 1 EA ______

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 24

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SCL - POWER

SP 272 4202s08 UNFORSEEN PRIVATE PROPERTY INTERFACE 10,000 FA $1.00 $10,000.00 ISSUES

SP 273 4202s09 REMOVE EXISTING DUCT BANK 1,585 LF ______

SP 274 4202s10 REMOVE TRANSITE ELECTRICAL DUCT BANK 30 LF ______

SP 275 4202s12 REMOVE CHIEF SEATTLE BASE AND COLLAR 1 EA ______

SP 276 4202s14 ABANDON AND FILL ELECTRICAL VAULT 2 EA ______

SP 277 4202s16 REMOVE SPANWIRE 290 LF ______

SP 278 4204005 DUCT BANK EXCAVATION 2,610 LF ______

SP 279 4204130 UNSUITABLE FOUNDATION EXCAVATION 300 CY ______

280 4207010 SAFETY SYSTEMS IN TRENCH EXCAVATION, 13,800 SF ______MIN. BID =$0.80 per SF

SP 281 4207020 SUPPORT AND SAFETY SYSTEM 3,660 SF ______

SP 282 4207033 SAFETY SYSTEMS IN STRUCTURAL 1 LS ______EXCAVATION

SP 283 4207s04 UTILITY SUPPORT IN TRENCH 1 LS ______

SP 284 4215030 CONSTRUCTION GEOTEXTILE FOR SOIL 410 SY ______STABILIZATION

SP 285 4222s01 ADVANCE UTILITY POTHOLING 87 EA ______

SP 286 4222s05 RESOLUTION OF EXISTING UTILITY 14,000 FA $1.00 $14,000.00 CONFLICTS

287 4401202 MINERAL AGGREGATE, TYPE 2 470 CY ______

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 25

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SCL - POWER

288 4401207 MINERAL AGGREGATE, TYPE 7 10 CY ______

289 4401217 MINERAL AGGREGATE, TYPE 17 483 CY ______

290 4401222 MINERAL AGGREGATE, TYPE 22 32 CY ______

291 4504025 SURFACE PREP, PLANE BITUMINOUS 380 SY ______PAVEMENT

SP 292 4504045 PAVEMENT, HMA (CL 1/2 IN) 320 TN ______

293 4504055 PAVEMENT, HMA (CL 1 IN) 660 TN ______

294 4505136 ROADWAY CEM CONC, HES (24 HR), 12 IN 210 SY ______

295 4505285 ROADWAY CEM CONC BASE, HES (24 HR), 10 550 SY ______IN

296 4705357 CATCH BASIN, TYPE 240C 1 EA ______

297 4708108 PIPE, CB CONN, PVC, 8 IN 23 LF ______

298 4708258 PIPE, INLET CONN, D.I., CL 50, 8 IN 361 LF ______

299 4717316 PIPE, PS, D.I., CL 50, 16 IN 65 LF ______

300 4717856 TEE, D.I., 16 IN 4 EA ______

SP 301 4717s03 STEEL CASING PIPE, 3/8IN THICK, 20IN DIA, 32 LF ______OPEN EXCAVATION

SP 302 4717s86 TEMPORARY SEWER BYPASS 1 LS ______

SP 303 4717s90 TELEVISION INSPECTION 88 LF ______

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 26

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SCL - POWER

304 4720050 ADJUST EXISTING ELECTRICAL VAULT 6 EA ______

305 4801004 CONSTRUCTION STORMWATER & EROSION 1 LS ______CONTROL PLAN (CSECP)

306 4801008 TREE, VEGETATION & SOIL PROTECTION PLAN 1 LS ______(TVSPP)

307 4801012 SPILL PLAN (SP) 1 LS ______

308 4801016 TEMPORARY DISCHARGE PLAN (TDP) 1 LS ______

309 4802160 TOPSOIL, TYPE A 2 CY ______

310 4802230 MULCH, ARBORIST WOOD CHIP 5 CY ______

311 4802610 SEEDED LAWN INSTALLATION 150 SF ______

312 4804025 CURB, CEM CONC W/ 25% POZZOLANS 55 LF ______

SP 313 4814025 DETECTABLE WARNING PLATE RETROFIT 35 SF ______

SP 314 4814030 DETECTABLE WARNING PLATE 20 SF ______

315 4814205 SIDEWALK, CEM CONC W/ 25% POZZOLANS 40 SY ______

316 4814210 SIDEWALK, THICKENED EDGE W/ 25% 10 LF ______POZZOLANS

317 4814224 CURB RAMP, NON-STANDARD W/ 25% 10 SY ______POZZOLANS

318 4814242 SIX INCH SIDEWALK, CEM CONC, W/ 25% 4 SY ______POZZOLANS

319 4814253 COLORED CEM CONC TREATMENT, 4 SY ______SIDEWALK, GRAY, F36463

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 27

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SCL - POWER

SP 320 4814s02 SIDEWALK, BRICK 1 SY ______

321 4815200 QUARRY SPALLS 100 TN ______

322 4819018 DRIVEWAY, CEM CONC, HES (24 HRS), 8 IN 45 SY ______

323 4821006 INSTALL SIGN, TRAFFIC, OWNER FURNISHED 1 EA ______

324 4821030 POST, TRAFFIC SIGN 1 EA ______

SP 325 4821s11 SIGN, TRAFFIC, OVERHEAD 10 SF ______

SP 326 4822004 PAVEMENT MARKING, PAINT, 4 IN STRIPE 1,000 LF ______

SP 327 4822008 PAVEMENT MARKING, PAINT, 8 IN STRIPE 1,500 LF ______

SP 328 4822010 PAVEMENT MARKING, PAINT, 5 EA ______LEGEND/SYMBOL

SP 329 4822018 PAVEMENT MARKING, THERMOPLASTIC, 8 IN 800 LF ______STRIPE

SP 330 4822020 PAVEMENT MARKING, THERMOPLASTIC, 5 EA ______LEGEND/SYMBOL

SP 331 4830051 LUMINAIRE, LED, COLLECTOR ARTERIAL 1 EA ______

332 4830600 WIRING, STREET LIGHTING 1 LS ______

333 4831131 SIGNAL HEAD, VEHICLE, 3 SECTION 1-WAY 2 EA ______

334 4831160 SIGNAL HEAD, PEDESTRIAN COUNTDOWN, 1 EA ______LED

335 4831200 BOOM TRUCK AND OPERATOR FOR 8 HR ______INSPECTOR

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 28

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SCL - POWER

336 4831306 DETECTOR LOOP, 6 FT DIA. 3 EA ______

337 4831450 TERMINAL CABINET 1 EA ______

338 4831480 SPAN WIRE 190 LF ______

339 4831530 RELOCATE SIGNAL HEAD 1 EA ______

340 4831575 SIGNAL WIRING (WESTLAKE AND STEWART) 1 LS ______

SP 341 4832s00 POLE, METAL STRAIN, 28.5 FT, FLUTED CSB 1 EA ______STYLE

SP 342 4832s03 CHIEF SEATTLE BASE AND COLLAR, 12-IN, 1 EA ______(CAST ALUM)

SP 343 4832s06 BRACKET ARM, 6 FT, ALADDIN ASSEMBLY 1 EA ______

344 4833015 CONDUIT, PVC, 1-1/2 IN 20 LF ______

345 4833020 CONDUIT, PVC, 2 IN 205 LF ______

346 4833030 CONDUIT, PVC, 3 IN 20 LF ______

347 4833035 CONDUIT, PVC, 3-1/2 IN 20 LF ______

348 4833200 TRENCHING, CONDUIT 265 LF ______

349 4833302 HANDHOLE, TYPE 2 1 EA ______

350 4833303 HANDHOLE, TYPE 3 1 EA ______

351 4833305 HANDHOLE, TYPE 5 1 EA ______

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 29

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SCL - POWER

352 4833306 HANDHOLE, TYPE 6 1 EA ______

SP 353 4834s01 MISCELLANEOUS RESTORATION OF PRIVATE 25,000 FA $1.00 $25,000.00 PROPERTY

SP 354 4834s02 CONTRACTOR SUPPORT FOR ELECTRICAL 75,000 FA $1.00 $75,000.00 WORK

SP 355 4838s01 FURNISH AND INSTALL VAULT, PANEL, 2 EA ______(10'X20')

SP 356 4838s02 FURNISH AND INSTALL VAULT, 1 EA ______COMMUNICATIONS, (444-LA)

SP 357 4838s03 REMOVE EXISTING VAULT TOP SLAB 6 EA ______

SP 358 4838s04 ENLARGE EXISTING VAULT ACCESS HOLE 2 EA ______AND CONSTRUCT TOPPING SLAB

SP 359 4839s01 CONCRETE ENCASED DUCT BANK (A-LINE, 2- 130 LF ______2" RGS, 10-5" RGS)

SP 360 4839s02 CONCRETE ENCASED DUCT BANK (B-LINE, 2- 190 LF ______2" RGS, 10-5" RGS)

SP 361 4839s03 CONCRETE ENCASED DUCT BANK (C-LINE, 24- 75 LF ______3" PVC)

SP 362 4839s05 CONCRETE ENCASED DUCT BANK (D-LINE, 2- 237 LF ______2" RGS, 10-5" RGS)

SP 363 4839s06 CONCRETE ENCASED DUCT BANK (E-LINE, 24- 6 LF ______3" PVC)

SP 364 4839s07 CONCRETE ENCASED DUCT BANK (F-LINE, 4 - 20 LF ______3-1/2" FGL)

SP 365 4839s08 CONCRETE ENCASED DUCT BANK (G-LINE, 4- 112 LF ______4" RGS)

SP 366 4839s11 CONCRETE ENCASED DUCT BANK (I-LINE, 2-2" 100 LF ______RGS, 10-5" RGS)

SP 367 4839s12 CONCRETE ENCASED DUCT BANK (J-LINE, 2-2" 118 LF ______PVC, 10-5" FGL)

Bidder:______Page Subtotal:______BID FORM 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 30

Bid Bid Item Bid Item Estimated Units Unit Price Unit Price Extension Item Code Description Quantity

SCHEDULE: SCL - POWER

SP 368 4839s13 CONCRETE ENCASED DUCT BANK (K-LINE, 2- 45 LF ______2" PVC, 10-5" FGL)

SP 369 4839s14 CONCRETE ENCASED DUCT BANK (L-LINE, 2- 183 LF ______2" PVC, 12-5" FGL)

SP 370 4839s15 CONCRETE ENCASED DUCT BANK (M-LINE, 2- 92 LF ______2" PVC, 6-5" FGL)

SP 371 4839s16 CONCRETE ENCASED DUCT BANK (N-LINE, 2- 171 LF ______2" RGS, 10-5" RGS)

SP 372 4839s17 CONCRETE ENCASED DUCT BANK (O-LINE, 2- 445 LF ______2" PVC, 12-5" FGL)

SP 373 4839s18 CONCRETE ENCASED DUCT BANK (P-LINE, 2-2" 25 LF ______PVC, 6-5" FGL)

SP 374 4839s19 CONCRETE ENCASED DUCT BANK (Q-LINE, 2- 377 LF ______2" PVC, 1-4" PVC, 12-5" FGL)

SP 375 4839s20 CONCRETE ENCASED DUCT BANK (R-LINE, 2- 44 LF ______2" RGS, 10-5" RGS)

SP 376 4839s21 CONCRETE ENCASED DUCT BANK (S-LINE, 2-2" 240 LF ______RGS, 2-3" RGS, 10-5" RGS)

SP 377 4839s30 POLE SUPPORT 2 EA ______

SP 378 4839s41 FURNISH AND INSTALL 500kcmil BARE CU 1/C 2,610 LF ______GROUND CABLE

Bidder:______Page Subtotal:______BID FORM SUMMATION 2017-066 SECTION 0-01.3

City Center Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 31

SPU - WATER (items 1 through 112 inclusive) $______State Sales Tax (10.1% ) N/A Subtotal SPU - WATER including tax $______SPU - SEWER (items 113 through 163 inclusive) $______

State Sales Tax (10.1% ) N/A Subtotal SPU - SEWER including tax $______

SDOT - DRAINAGE/TRACK POWER (items 164 $______through State 239Sales inclusive) Tax (10.1% ) N/A Subtotal SDOT - DRAINAGE/TRACK POWER $______including tax SCL - POWER (items 240 through 378 inclusive) $______State Sales Tax (10.1% ) N/A Subtotal SCL - POWER including tax $______

Total all Schedules including tax $______

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 32 0-01.3(1) Declaration ___

0-01.3(1) DECLARATION

I declare, under penalty of perjury under the United States Code and Laws of the State of Washington, as follows: A. BID: I agree to perform the Work in compliance with the Bid Documents, for the prices stated in Section 0- 01.3(1) of the Bid Form. B. NON-DISCRIMINATION: I agree to ensure equal opportunity for employment and to engage in Affirmative Efforts in the solicitation in accordance with 49 CFR Part 19, SMC Ch. 20.42 and RCW 35.22.650. C. NON-COLLUSION: I 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 the preparation and submission of a Bid to the Owner for consideration in the award of a contract on the improvement described in the Bid Documents. D. SUSPENSION and DEBARMENT: The certification in this clause is a material representation of fact relied upon the bidder. If it is later determined that the bidder knowingly rendered an erroneous certification, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder agrees to comply with the requirements of 2 CFR 180.220 while the Bid is valid and throughout the period of any contract that may arise from this Bid. The bidder further agrees to include a provision requiring such compliance in its lower tier covered transactions. E. ANTI-LOBBYING: I have not solicited any officer or employee of the federal government using federally appropriated funds in an attempt to influence obtaining this contract or other award covered by 31 USC 1352. I have further signed a sworn statement to that effect and attached it to my bid. F. My bid considers the requirements imposed by Section 1-07.18, Subsection 8 which waives, with respect to the Owner only, the Contractor’s immunity under RCW Title 51, (Industrial Insurance) of the Revised Code of Washington. G. SUBCONTRACTING: I agree to comply with the requirements regarding subcontracting, and the purchase of supplies or materials from firms that are not disqualified or otherwise debarred from doing business with the federal government under the federal System of Award Management (SAM.gov) or the City under the provisions of SMC Ch. 20.42 or SMC Ch. 20.70.

H. RESPONSIBLE BIDDER REQUIREMENTS: My bid acknowledges that I am in compliance with all of the responsible bidder requirements under RCW 39.04.350, including: having a certificate of registration under RCW 18.27 prior to bidding; a UBI number; industrial insurance coverage if required under Title 51 RCW; an employment security number under Title 50; and a state excise tax registration number under Title 82. I affirm I am not disqualified from bidding on any public works contract under the federal System for Award Management (SAM.gov) or RCW 39.06 or RCW 39.12.065(3). I will provide proof of these requirements if requested.

FAS Rev 3/2017 - FTA Center City Connector Streetcar Advance Utility Package Phase 2 (FTA) 0-1.3(1) Declaration GENERAL BUSINESS INFORMATION Business Name:

Business Street Address:

Business Mailing Address:

Business Phone, general: Business Fax:

If the above address is not in the State of Washington please fill in the following: Washington State Office Address:

State in which the Company is formed:

Please complete the following: State of WA UBI No.:

State of WA Contractor Registration No.:

Employment Security Department No.

City of Seattle Business License No.:

CONTACT INFORMATION Primary Contact for Award (Name and Title):

Primary Contact Phone: Email:

Administration Contact (Name and Title):

Administration Contact Phone: Email:

Social Equity Contact (Name and Title): Social Equity Phone: Email:

INSURANCE INFORMATION Name of Insurance Company:

Name of Insurance Contact: Insurance Contact Phone: Email:

Receipt is hereby acknowledged of Addenda No(s).:

OFFICIAL AUTHORIZED TO SIGN FOR BIDDER: I certify (or declare) under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct: Location or Place Executed (City, State): Print Name and Title:

Date: Signature:

FAS Rev 3/2017 - FTA Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 34 0-01.3(2) Certification Regarding Lobbying ___

CERTIFICATION REGARDING LOBBYING 49 CFR PART 20

Certification for Contracts, Grants, Loans, and Cooperative Agreements

The undersigned Bidder certifies, to the best of his or her knowledge and belief, that: (1) 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 an 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. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any 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 [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq. )] (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. 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 (as amended by the Lobbying Disclosure Act of 1995). 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. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Contractor, ______, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. ______Signature of Contractor's Authorized Official Date ______Print Name and Title

FAS Rev 3/2017 - FTA Approved by OMB DISCLOSURE OF LOBBYING ACTIVITIES 0348-0046 Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 (See reverse for public burden disclosure.)

1. Type of Federal Action: 2. Status of Federal Action 3. Report Type:

a. contract a. bid/offer/application a. initial filing b. material change b. grant b. initial award c. cooperative agreement c. post-award For Material Change Only: d. loan Year Quarter e. loan guarantee f. loan insurance date of last report

4. Name and Address of Reporting Entity: 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Prime Subawardee Address of Prime: Tier , if known:

Congressional District, if known: Congressional District, if known: 6. Federal Department/Agency: 7. Federal Program Name/Description:

CFDA Number, if applicable: 8. Federal Action Number, if known: 9. Award Amount, if known: $ 10. a. Name and Address of Lobbying Entity b. Individuals Performing Services (including address of different (if individual, last name, first name, MI): from No. 10a.) (last name, first name, MI):

(attach Continuation Sheet(s) SF-LLL-A, if necessary) 11. Amount of Payment (check all that apply) : 13. Type of Payment (check all that apply): a. retainer $ actual planned b. one-time fee 12. Form of Payment (check all that apply): c. commission a. cash d. contingent fee b. in-kind; specify: nature e. deferred value f. other; specify: 14. Brief Description of Services Performed or to be Performed and Date(s) of Service, including officer(s), employee(s), or Member(s) contacted, for Payment indicated in Item 11.:

(attach Continuation Sheet(s) SF-LLL-A, if necessary)

15. Continuation Sheet(s) SF-LLL-A attached: Yes No 16. Information requested through this form is authorized by title 31 U.S.C. section 1352. This disclosure of lobbying activities Signature: is a material representation of fact upon which reliance was placed by the tier above when this transaction was made or entered into. This disclosure is required pursuant to 31 Print Name: U.S.C. 1352. This information will be reported to the Congress semi-annually and will be available for public inspection. Any person who fails to file the required Title: disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Telephone No.: Date: Authorized for Local Reproduction Federal Use Only: Standard Form - LLL

EF Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 37 0-01.4 FTA DBE Utilization Certification ___

0-01.4 DBE UTILIZATION - CERTIFICATION ATTENTION BIDDERS: As required by 49 CFR Part 26, this completed form, all parts, must be submitted with your bid. Bids submitted without this form completed will be considered non-responsive and rejected. Contact Miguel Beltran at (206) 684-4525, or Carmen Kucinski at (206) 684-0188 for questions. Instructions: Include your information as a Prime in the first section if you intend to self-perform any scopes. Provide the information for ALL subcontractors who submitted a bid to your firm on this project. Add additional sheets if necessary. PART 1: ALL SUBCONTRACTORS Firm Name and Address: DBE Status: Certified DBE DBE No. ______UBI No. ______ Non‐ DBE Age of Firm Scope(s) Annual Gross Receipts < $500K $500K ‐ $1M $1M ‐ $2M $2M ‐ $5M $5M ‐ $7M $7M ‐ $10M ≥$10M

Firm Name and Address: DBE Status: Certified DBE DBE No. ______UBI No. ______ Non‐ DBE Age of Firm Scope(s) Annual Gross Receipts < $500K $500K ‐ $1M $1M ‐ $2M $2M ‐ $5M $5M ‐ $7M $7M ‐ $10M ≥$10M

Firm Name and Address: DBE Status: Certified DBE DBE No. ______UBI No. ______ Non‐ DBE Age of Firm Scope(s) Annual Gross Receipts < $500K $500K ‐ $1M $1M ‐ $2M $2M ‐ $5M $5M ‐ $7M $7M ‐ $10M ≥$10M

Firm Name and Address: DBE Status: Certified DBE DBE No. ______UBI No. ______ Non‐ DBE Age of Firm Scope(s) Annual Gross Receipts < $500K $500K ‐ $1M $1M ‐ $2M $2M ‐ $5M $5M ‐ $7M $7M ‐ $10M ≥$10M

Firm Name and Address: DBE Status: Certified DBE DBE No. ______UBI No. ______ Non‐ DBE Age of Firm Scope(s) Annual Gross Receipts < $500K $500K ‐ $1M $1M ‐ $2M $2M ‐ $5M $5M ‐ $7M $7M ‐ $10M ≥$10M

FAS Rev 3/2017 Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 38 0-01.4 FTA DBE Utilization Certification ___

PART 2: UTILIZATION

I, ______, authorized representative for the undersigned bidder, has satisfied the DBE participation and utilization requirements of the bid specification in the following manner (please check the appropriate option):

Option 1: Meets the Goal _____ We are committed to a minimum of ____ % DBE utilization on this contract

Option 2: Doesn’t meet the Goal _____ We are committed to a minimum of ____% DBE utilization on this contract and submit documentation demonstrating good faith efforts. (Must include Part 4).

DBE Commitment List (See Part 3) List all DBEs being utilized on this contract. Add more lines if necessary.

Name of Firm Scope Dollars

Total Minimum Committed DBE Dollars Total Base Bid Percentage of Base Bid

Name of bidder’s firm: ______

By: ______Date: ______(Signature)

Title: ______

FAS Rev 3/2017 Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 39 0-01.4 FTA DBE Utilization Certification ___

PART 3: LETTER(S) OF INTENT Submit this page for each committed DBE subcontractor.

Name of Bidding Firm (Prime): ______

Project Name: ______

Name of DBE firm: ______Address: ______City: ______State: ______Zip: ______Telephone: ______Certification No.: ______UDBI No.: ______

Description of work to be performed by DBE firm (fill in):

The Bidder is committed to utilizing the above-named DBE firm for the work described above. The minimum estimated dollar value of this work is $ ______.

DBE Concurrence I, ______(name), represent that named DBE do hereby affirm that we will perform the portion of the contract for the minimum estimated dollar value as stated above. We recognize that this commitment is only in affect if the Bidder is Awarded the Contract.

By ______(Signature) Title: ______

FAS Rev 3/2017 Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 40 0-01.4 FTA DBE Utilization Certification ___

PART 4: GOOD FAITH EFFORTS Document all contacts you made on behalf of this project as demonstrating your good faith efforts to include DBEs. At a minimum Bidder must list all scopes available for subcontracting, the NIACS code associated with those subcontracting scope(s), all certified firms in that NIACS code, the number of attempts made to contact each and steps taken to follow up with subcontractors. Attach your own spreadsheet and/or additional sheets as necessary.

Scope NIACS Firm Name Contact 1 Contact 2 Bidding Reason for not bidding (Date) (Date) (y/n)

FAS Rev 3/2017 Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 41 0-01.5 Buy America Certification ___

0-01.5 BUY AMERICA CERTIFICATION The bidder must submit certification of compliance with 49 USC 5323(j)(1) and the applicable regulations in 49 CFR Part 661.5, which provide that any steel, iron, and manufactured products used in this project are produced in the United States, unless a waiver has been granted by FTA. Failure to submit this certification will result in a bid being declared non-responsive. Sign ONE of the following statements: A) I hereby certify that I will meet the requirements of 49 USC 5323(j)(1) and the applicable regulations in 49 CFR Part 661.5

______Signature Date Title: ______

B) I hereby certify that I cannot comply with the requirements of 49 USC 5323(j)(1) and 49 CFR 661.5, but we intend to pursue an exemption pursuant to 49 USC 5323(j)(2)(A), (B) or (D) and 49 CFR 661.7.

______Signature Date Title: ______

Version: 11/23/2016 -FTA Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 42 0-01.6 Bidder/Subcontractor List ___ 0-01.6 BIDDER / SUBCONTRACTOR LIST In compliance with RCW 39.30.060 for all projects estimated to cost $1,000,000 or more, all Bidders shall complete and submit the Bidder/Subcontractor List. The completed Bidder/Subcontractor list shall identify all Subcontractors that the Bidder will directly contract with for the performance of HVAC, plumbing, and electrical work or indicate that the Bidder intends to self-perform the work, if awarded the Contract. If the HVAC, plumbing, or electrical specialty is left blank (either the name of a subcontractor is blank or a checkbox is not checked), the City shall accept the blank as “self performance.” If left blank, the City shall determine through clarification whether HVAC, plumbing, or electrical work is required to execute the project; if so, the Bidder must be licensed and qualified to self-perform at the time of Bid submittal or the Bid shall be rejected. The Bidder shall be bound to self-performance of that specialty for the duration of the Project. The Bidder may contract with more than one Subcontractor in each of these trades, but may not list more than one Subcontractor for each category of work. If Subcontractors vary with Bid Alternates, Additives, or Deductives, the Bidder must indicate on a separate Bidder/Subcontractor List which Subcontractor(s) will be used for which Alternate, Additive, or Deductive.

The Bidder/Subcontractor List must be submitted to the City Purchasing & Contracting Services (CPCS) with the Bid, or separately within one hour of the time and date for Bid submittal. Failure to complete and submit the Bidder/Subcontractor List by the required time will result in the Bid being declared non-responsive and rejected. The Bidder is responsible for the timely delivery of the Bidder Subcontractor List. If awarded the contract, the Bidder agrees to utilize the subcontractors identified on the Bidder/Subcontractor List unless the City agrees to a substitution.

Bidders may submit the Bidder/Subcontractor List to CPCS in person or by courier at 700 Fifth Ave, Suite 4112, Seattle, WA 98104; by fax to (206) 684-4511; or by submitting a signed PDF version of the form to [email protected]. Clearly mark the Project Name and Bidder’s name to ensure the form is routed correctly. Trade You must check one box for each trade. If subcontracting, you must name the subcontractor(s) you will use and the category of work. Heating, Ventilation & Air 5 Name of Sub: ______Conditioning (HVAC) Subcontractor UBI# ______Category of Work: ______5 Bidder will self-perform this work 5 N/A (this project does not include this work) Plumbing 5 Name of Sub: ______Subcontractor UBI# ______Category of Work: ______5 Bidder will self-perform this work 5 N/A (this project does not include this work) Electrical 5 Name of Sub: ______Subcontractor UBI# ______Category of Work: ______5 Bidder will self-perform this work 5 N/A (this project does not include this work)

2017-066 PW# Bidder’s Business Name

Name of Bidder’s Representative Signature of Bidder’s Representative

Title of Bidder’s Representative

Version: 11/23/2016 -FTA Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 43 0-02.1 Agreement (Contract) Form (Page 1 of 3)

CONTRACT REQUIREMENTS 0-02.1 AGREEMENT (CONTRACT) FORM This agreement by and between the Director of the Department of Finance and Administrative Services, acting on behalf of The City of Seattle, a municipal corporation of the State of Washington, hereinafter referred to as the Owner, and , hereinafter referred to as the Contractor, witnesseth that in accordance with the terms and conditions of Contract PW# 2017-066 awarded the ______Day of ______, 20 the parties agree as follows:

SECTION 1. That the Contractor shall do or cause to be done all Work and shall furnish or cause to be furnished all tools, Materials, Equipment, Supplies and labor necessary to improve Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) as ordered by Ordinance No. 124927 in all respects, in accordance with and as described in the Contract Documents now on file in the office of the Engineer for the following Awarded Contract Price:

SPU – Water (SCH 01) ...... ..$ SPU – Sewer (SCH 02)...... $ SDOT – (SCH 03) ...... ..$ SCL – Power (SCH 04) ...... ..$ State Sales Tax ( 10.1 %) ...... ..$ N/A Awarded Contract Price ...... ..$

The Contractor shall provide and bear the expense of all Equipment, Material, Supplies, work, and labor of any sort whatsoever that may be required for the transfer of Materials and for constructing and completing the Work provided for in this Contract and every part thereof, except such as are mentioned in the Contract Documents furnished by the Owner.

SECTION 2. The parties shall be bound by the Constitution and Laws of the State of Washington and the Charter, Ordinances, Rules and Regulations of the City of Seattle and by all applicable federal laws and government regulations, which provisions are incorporated by reference herein. For the convenience of the parties of this Contract it is mutually agreed that any claims or causes of action which the Contractor has against the Owner arising from this Contract shall be brought within 180 Calendar Days from the Completion Date of the Contract. It is further agreed by the parties that any such claims, disputes, or causes of action which cannot be resolved pursuant to the procedures set forth in the Contract Documents shall be brought only in the Superior Court of King County. 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.

Version: 11/23/2016 -FTA Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 44 0-02.1 Agreement (Contract) Form (Page 2 of 3)

SECTION 3. The Contractor shall begin the Work of the Contract on the Notice to Proceed Date stated in the Notice to Proceed issued to said Contractor by the Engineer, and to carry said Work on regularly and without interruption thereafter (unless the Engineer shall otherwise, in writing, specifically direct) with such forces as to physically complete said Work in a manner acceptable to the Engineer within Substantial Completion: June 21, 2019 Physical Completion: July 26, 2019 after such notice to begin Work; the time of beginning, rate of progress, and time of completion being essential and material provisions of the Contract.

SECTION 4. If the Work is not completed within the time specified, the Contractor shall pay to the Owner, as Liquidated Damages, the amount in accordance with Section 1-08.9, for each and every Working Day the Work remains uncompleted after expiration of the specified time, exclusive of those Days wherefore the Engineer has granted an extension of time. The Contractor hereby agrees the amount set forth above is a reasonable estimate of actual damage which would be caused by the failure to complete the work on time, and that the amount indicated is for Liquidated Damages and is not a penalty.

SECTION 5. The Owner agrees to employ the Contractor to complete the Work in accordance with the Contract Documents and agrees to pay for the same according to the schedule of unit, lump sum, or itemized prices listed in the Bid Form, at the time and in the manner and upon the conditions provided for in the Contract. The Contractor shall inform all Subcontractors who work on the Improvement named in Section 1 of this Agreement of the manner and method of payment and the manner and method of measuring or computing the quantities of subcontracted work.

SECTION 6. In accordance with Chapter 39.12 RCW, the City Charter, and the Project Manual, the Contractor shall pay, or cause to be paid to persons employed on or in connection with this Work, not less than the prevailing rate of wage for an hour’s work specified for the labor performed.

SECTION 7. The Contractor on behalf of his or her heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants to which the Contractor is obligated under the terms of the Contract.

SECTION 8. It is further provided that no liability shall attach to the Owner by reason of entering into this Contract except as expressly provided herein.

SECTION 9. If the Contractor violates any material covenant or any provision of this Contract the Owner may: withhold payment due on any work done under the Contract until the Contractor complies with the Contract; order that the Work may be stopped, terminate the Contract, debar the Contractor in accordance with SMC 20.70.

Version: 11/23/2016 -FTA Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 45 0-02.1 Agreement (Contract) Form (Page 3 of 3)

SECTION 10. Under RCW 60.28.011 (b) federally funded transportation projects must rely on the payment and performance bond for the protections of claims under RCW 39.08.010, RCW 50, 51, 82 and RCW 39.08. No separate retainage is secured.

IN WITNESS WHEREOF, the Owner has caused these presents to be signed by the designee of Director of Finance and Administrative Services; and the Contractor has hereunto affirmed his or her signature.

THE CITY OF SEATTLE Director of Finance and Administrative Services

By Date Director, City Purchasing and Contracting Services

CONTRACTOR

Business name

By Date

Title

Version: 11/23/2016 -FTA Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 46 0-02.3 Plans, Drawings and Specifications

0-02.3 PLANS, DRAWINGS AND SPECIFICATIONS The Work shall be accomplished in accordance with these General Special Provisions (GSP) and Special Provisions (SP) together with the provisions, insofar as they are applicable, of the following documents: 1. The Engineering Drawing No. 777-930 , Sheets 1 through 372. 2. The City of Seattle Standard Plans and Standard Specifications, which are comprised of: • “2014 edition City of Seattle Standard Specifications for Road, Bridge and Municipal Construction” (hereinafter referred to as the Standard Specifications). • “2014 edition City of Seattle Standard Plans for Municipal Construction” (hereinafter referred to as the Standard Plans) except modified, updated, or additional Standard Plans included in the appendix. Standard Plans included in the appendix of the Contract shall be considered Standard Plans for this Contract. • City of Seattle Traffic Control Manual for In-Street Work, 2012 edition, which supplements and is to be utilized in conjunction with the 2009 version of the “Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD),” as modified and adopted by the Washington Department of Transportation (WSDOT). The Revised Code of Washington (RCW) 47.36, requires traffic control devices along city streets to conform to the WSDOT adopted standards to the extent possible. • Seattle City Light Standards and Guidelines (2017 or Latest Edition) including Standards for Electrical Service 2017. 3 The Federal Transit Administration’s Master Agreement (current edition) and Circular 4220, IF (provided in the Appendix). Specific third-party contracting clauses are contained in various parts of the Contract. 4 The terms and conditions of such permits, agreements, ordinances, regulations, instructions and requirements as may be included in the appendix or otherwise attached hereto. 5. Street and Sidewalk Pavement Opening and Restoration Rules effective at the Bid advertisement date: The Seattle Transportation Director’s Rule may be found at: http://seattle.gov/transportation/stuse_pavementopen.htm 6. Director’s Rules based on the City of Seattle “Stormwater Code”, SMC Chapters 22.800 through 22.808. 7. SDOT Pedestrian Mobility in and around Work Zones Director’s Rule (10-2015) which may be found: http://www.seattle.gov/transportation/drules.htm 8. Center City Connector Environmental Assessment (EA), Finding of No Significant Impact (FONSI) which may be found at http://www.seattlestreetcar.org/centercity_lib.htm and for which Chapter 4.10 Hazardous Materials and relevant sections of Appendix D4.10 have been included in the Appendices to the project manual.

The Contractor shall obtain copies of these publications at Contractor’s own expense.

Version: 11/23/2016 -FTA

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 47 0-02.3 Plans, Drawings and Specifications

0-02.4 LOCATION OF PROJECT Downtown Seattle on 1st Avenue from Stewart Street to Madison Street, and Stewart Street from Westlake Avenue to 1st Avenue. 0-02.5 NATURE OF IMPROVEMENT The project consists of utility improvements including water, sewer, drainage, and electrical power distribution. Water improvements include the removal of existing cast iron water main and appurtenances and replacement with a new ductile iron water main, including valves, hydrants and water services. This work is identified under bid schedule SPU Water. Sewer improvements consist of maintenance hole riser reconstruction, sewer lateral spot repairs, and cured-in-place-pipe (CIPP) lining in the sewer mainline on 1st Avenue from Seneca Street to Spring Street. This work has been identified under bid schedule SPU Sewer. SDOT Improvements include drainage improvements such as replacement of inlets, pipe, and catch basins at intersections and mid-block throughout the project corridor. Work also includes construction of a new duct bank to serve the traction power system for the future Center City Connector Streetcar. This work has been identified under bid schedule SDOT. Electrical power distribution improvements include reconstruction of existing ductbank on 1st Avenue between Stewart Street and Union Street; on Stewart Street from 3rd Avenue to 4th Avenue; on Stewart Street from Westlake Avenue to 5th Avenue and then along 5th Avenue to Olive Way; and on Republican Street at Westlake Avenue. This work has been identified under bid schedule SCL Improvements. Improvements to the corridor will include roadway pavement, curb, and sidewalk restoration, along with miscellaneous work for associated pavement and sidewalk removal, temporary and permanent pavement restoration and other associated surface improvements including landscape restoration. This work has been distributed among bid schedules SPU Water, Sewer, Drainage, and SCL Improvements, depending on the type of work that required surface improvement.

Version: 11/23/2016 -FTA

Special Provisions

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 49 Division 1: General Requirements

DIVISION 1: GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS 1-01.1 GENERAL (GSP 03-09-16) Add the following: General Special Provisions (GSP) The General Special Provisions are supplemental provisions or modifications to the Standard Specifications. General Special Provisions are commonly used without modification when applicable. All number references in the General Special Provisions refer to the section and subsection of the Standard Specifications. Special Provisions (SP) The Special Provisions are the job specific modifications to the Standard Specifications. Special Provisions are typically developed or significantly modified for a specific Project. All number references in the Special Provisions refer to the section and subsection of the Standard Specifications. Titles or headings of the sections and subsections used in the Specifications are intended for convenience of reference and shall not be considered as having any bearing on the interpretation of the section or subsection. Dates indicate the date creation or last modification. 1-01.2 ABBREVIATIONS 1-01.2(1) ASSOCIATIONS AND MISCELLANEOUS (SP 10-2-14) Add the following: DWF Design Web Format 1-01.3 DEFINITIONS (SP 8-23-11) Add the following: AS-BUILT DRAWINGS Prints, PDF’s, DWF’s or electronic AutoCAD files of the original advertised Drawing set that incorporate all changes from the original Contract Drawings. Shop Drawings and supplemental drawings shall be included as relevant. The final As-Built Drawing shall graphically depict all information contained within Addendums, Change Orders, design changes, field memos, requests for information, substitution requests, Contractor notes and all other changes to the Work. FTA Federal Transit Administration CONFINED SPACE Any space that meets the following: 1. a human can physically enter, and 2. has limited or restricted means of entry or exit, and 3. is not designed for continuous human occupancy. CPM SCHEDULE A time sequence of activities and events that represents an operating time table of Work utilizing Critical Path Method (CPM) technique. CRITICAL PATH The longest continuous chain of sequentially linked activities in a project schedule which establishes the minimum overall project duration. The activities on Critical Path have least amount of total float and the delay in any one activity on critical path will extend the project completion by corresponding time period.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 50 Division 1: General Requirements

CRITICAL PATH METHOD Technique used to predict project duration by analyzing which sequence of activities has least amount of scheduling flexibility (or float) by comparing early dates and late dates acquired by forward pass and backward pass schedule calculations respectively. PAYMENT SCHEDULE Distribution of Contract Price over Contract Time by breaking out each month’s anticipated Contractor invoice amount corresponding to the anticipated value of Work to be completed in the respective month derived from Contractor’s CPM Schedule. ACCEPTABLE WORK SITE Acceptable Work Site is defined as a work site that is appropriate, productive, safe, free from bullying, hazing or harassment. An Acceptable Work Site is free from behaviors that may impair production, and/or undermine the integrity of the work conditions including but not limited to job performance, safety, productivity, or efficiency of workers. WORK SITE The Project Site and any field or company offices used for the Project, or other locations used in conjunction with the Project where Work is performed. Replace the definitions with the following: AFFIRMATIVE EFFORTS with GOOD FAITH EFFORTS CONSTRUCTION INCLUSION PLAN with BIDDER’S LIST 1-05.3(13) AS-BUILT RECORD DRAWING SUBMITTALS (SP 10-2-14) Delete this Section in its entirety and replace with the following : As-Built Drawings shall be provided by the Contractor. Requirements for the As-Built Drawings as specified elsewhere in the Contract shall supplement these requirements. All costs associated with preparing, maintaining and submitting As-Built Drawings shall be incidental to the Work.

As-Built Drawings shall incorporate all deviations to the original design without external references to other sources. Any buried utilities encountered and not shown on the original Contract documents shall be recorded on the As-Built Drawings and also be reported to the Engineer.

The Contractor shall maintain As-Built Drawings daily. Review by the Engineer will be a prerequisite for approval of the Contractor’s monthly progress estimate. Failure to maintain clear and up to date As-Built Drawings may delay the Contractor’s monthly progress payment until the As-Built Drawings are properly updated.

The Contractor shall submit to the Engineer an As-Built Drawing showing all required information following one of the options below:

Option 1: Print Requirements 1. Markups shall be done in RED ink on full-size (at least 22x34) drawing prints. 2. Handwriting shall be clearly written with 1/8” lettering.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 51 Division 1: General Requirements

Option 2: PDF Requirements 1. Markups shall be done with Adobe Acrobat (not reader) on full-size drawings (at least 22”x34”). 2. Markups shall be done in RED color with the following “Comment & Markup” tools: Callout Tool, Text Box Tool, Cloud Tool, Arrow Tool, Line Tool, Rectangle Tool, Oval Tool, Polygon Line Tool and/or Polygon Tool (sticky notes are not valid). 3. Text height shall be a minimum of 1/8”.

Option 3: DWF Requirements 1. Markups shall be done with Autodesk Design Review on full-size drawings (at least 22”x34”). 2. Markups shall be done in RED color with the markup tools located in the “Markup & Measure” tab. 3. Text shall be 14 pt.

Physical Completion will not be established until the Engineer has accepted the final As-Built Drawings.

1-02 BID PROCEDURES AND CONDITIONS 1-02.2 SUPPLEMENTAL BIDDER RESPONSIBILITY CRITERIA - PROJECT SPECIFIC (SP 10-13-17) (FTA C 4220.1F, CH. IV, 2.A(4)(A) AND CH. IV, 8.B) Delete this Section in its entirety and replace with the following:

The supplemental Bidder Responsibility Criteria are contained herein, in Section 1-03.1(4), the Supplemental Bidder Responsibility Criteria Form, and in any additional forms contained in the Appendix. 1. Submission and Evaluation of the Criteria Form The apparent low Bidder shall submit the Form and any additional documentation to CPCS within three (3) Business Days of receipt of request or as otherwise acceptable to CPCS. The documentation shall sufficiently demonstrate, in the sole judgment of the Owner, that the Bidder meets the supplemental responsibility criteria. The Bidder may provide any additional information the Bidder believes demonstrates the experience necessary to satisfy the City’s Bidder responsibility criteria. The Owner may consider this additional information in evaluating the Bidder. The Owner reserves the right to request further documentation as needed to assess Bidder responsibility. The Owner reserves the right to request the documentation from other Bidders. The basis for evaluation of the Bidder’s responsibility under the supplemental criteria shall be the Bidder’s responses and any documents or facts obtained by the Owner whether from Bidder or third parties which any reasonable Owner would rely on for determining responsibility, including but not limited to: (a) financial, historical, or operational data; (b) information obtained directly by the Owner from owners for whom the Bidder has worked, or other public agencies or private entities; and (c) any additional information obtained by the Owner which is believed to be relevant to the matter. In addition to contacting bonding companies, the Owner reserves the right to request financial statements from the Bidder to ensure that the Bidder has sufficient financing and financial capacity for the project.

2. Project-Specific Work Experience The Bidder shall document in Part B of the Form and on the required attachment that the Bidder or Subcontractor and the Bidder’s or Subcontractor’s Personnel have completed projects of a similar type, size, and scope as required by the specifications and Form for

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 52 Division 1: General Requirements

this project; have appropriate equipment available and experience operating such equipment; and have available capacity to take on the work of the project. It is the Bidder’s responsibility to verify that the reference information provided (names and phone numbers) is current. If the Project Manager is unable to contact the individuals in order to verify Bidder or Subcontractor experience, the related experience may not be considered by the Project Manager.

A. Work Completed. Provide a list of all construction contracts completed which are similar in type, size and scope of work to this project as required by the Form and any attached Work Experience Form The Owner will evaluate it based on the criteria listed on the Form and in the specification.

For the purposes of meeting this criterion, the Owner has determined that similar size and scope to this project means projects that have the following characteristics:

1. Completed at least two (2) projects within the past 7 years with all the following elements:

a. An initial construction value of at least $5,000,000.

b. Open trench installation of 12” diameter or greater pipe.

c. Project takes place within a municipality with a population greater than 200,000.

d. Project takes place within the ROW of a roadway that carries greater than 10,000 vehicles per day. B. Personnel. For the purposes of meeting this criterion, the Owner has determined that similar size and scope to this project means projects that have the following characteristics:

Resumes of key field personnel and positions to which they may be assigned as indicated in the following roles/titles including experience level. As a minimum, key personnel shall include Project Manager, Superintendent(s), Foremen, Scheduler, or qualified and trained electrical workers and Manufacturer’s.

1. Project Manager The Bidder shall identify a Project Manager who shall provide project management and direction to the Bidder’s personnel assigned to the project and shall have overall responsibility for executing the work in compliance with the contract. The candidate shall have been in the role of Project Manager on at least two (2) projects in the last 7 years of similar size and scope as described in paragraph A- 1 above. Contractor shall also provide years of experience for the candidate.

2. Superintendent The Bidder shall identify a Superintendent who shall be responsible for overseeing all work activities associated with the Contract and who shall not be the same person as the Project Manager. The candidate shall have been in the role of Superintendent on at least two (2)

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 53 Division 1: General Requirements

projects in the last 7 years of similar size and scope as described in paragraph A- 1 above. Contractor shall also provide years of experience for the candidate.

By submitting the information required on the form regarding Bidder’s personnel, the Bidder certifies that it shall assign such personnel to the Project. In the event it becomes necessary for the Bidder to substitute personnel during the life of the Contract, the following provisions apply a. Prior to substituting a new Project Manager or Superintendent, the Contractor must submit qualifications for the new personnel which meet the criteria provided in the supplemental bidder qualifications specifications for the Engineer’s or Owner’s approval. b. The Engineer or Owner may suspend the project if the Contractor substitutes a Supervisor or Project Manager without the Engineer’s or Owner’s approval. The Contractor shall be fully liable for the additional costs resulting from the suspension of work and no adjustments in Contract time resulting from the suspension of wok will be allowed.

3. Project Scheduler The Bidder shall identify a designate a Project Scheduler who will be responsible for the development, preparation, and management of all required CPM schedules and who shall not be the same person as the Project Manager. The candidate shall have at least 5 years of experience developing, creating, managing, and reporting on schedules of similar size and complexity to this Contract described in paragraph A-1 above and experience in the designated scheduling software system. Progress payments will not be processed or authorized until an acceptable Scheduler is provided. The Bidder shall identify a Project Scheduler Lead who shall prepare schedules, schedule updates, and look ahead schedules throughout the duration of the contract. The Project Scheduler shall be employed by the Contractor or Subcontractor and may not be the same person as the Project Manager. The candidate shall have been in the role of Project Scheduling Lead on at least two (2) successful projects in the last five years with utility coordination, traffic control restrictions, work restrictions, interagency coordination, and adjacent construction project coordination.

By submitting the information required on the form regarding Bidder’s personnel, the Bidder certifies that it shall assign such personnel to the Project. In the event it becomes necessary for the Bidder to substitute personnel during the life of the Contract, the following provisions apply a. Prior to substituting a new Project Manager, Superintendent, or Project Scheduler, the Contractor must submit qualifications for the new personnel which meet the criteria provided in the supplemental bidder qualifications specifications for the Engineer’s or Owner’s approval. b. The Engineer or Owner may suspend the project if the Contractor substitutes a Supervisor, Project Manager, or Project Scheduler without the Engineer’s or Owner’s approval. The Contractor shall be fully liable for the additional costs resulting from the suspension of work and no adjustments in Contract time resulting from the suspension of work will be allowed. 4. Electrical Lead

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 54 Division 1: General Requirements

The Contractor or Subcontractor performing the electrical duct bank installation Work shall demonstrate the following: a. Completed at least two projects meeting the criteria below in the last 5 calendar years in an urban population setting of more than 250,000 in the United States. b. The installed utilities shall have been in operation for at least one calendar year, without failure due to workmanship.

The submitted documentation shall demonstrate experiences in the following elements of duct Work: a. Construction of fluidized thermal backfill (FTB) encased duct banks for network systems: b. Conduits of 5-inch diameter or greater and duct banks of 8 conduits or more for duct bank lengths of 2,000 LF or more. c. Installation of grounding and tracer wires. d. For each project that meets the above criteria, provide the following: i. Title and description of the work including the year the work was completed. ii. The Contractor’s responsibility on the project (such as Prime or Subcontractor). iii. Name, address, and contact phone number of project owner and owner’s representative.

Resumes of key field personnel and positions to which they may be assigned on the installation of the network duct banks and vaults meeting the criteria above. As a minimum, key personnel shall include superintendents, foremen, conduit installers, or qualified and trained electrical workers.

a. The resumes shall include at a minimum the following: i. Legal first and last names. ii. Present position or capacities. iii. Number of years in the role assigned for this project that are consistent with the elements of work as described above. Minimum years of experience in assigned role shall be 5 calendar years. b. For each project referenced in the resumes that meets the criteria above, provide the following: i. Employer(s) address and contact phone number. ii. Title and description of Work including the duration of the project. iii. Name, address, and contact phone number of owner and owner’s representative from projects.

Contractors not meeting these minimum experience requirements will not be approved to perform the Work.

5. Electrical Vault Installation The Contractor or Subcontractor performing the electrical duct bank and vault installation Work shall demonstrate the following: a. Completed at least two projects meeting the criteria below in the last 5 calendar years in an urban population setting of more than 250,000 in the United States. b. The installed utilities shall have been in operation for at least one calendar year, without failure due to workmanship.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 55 Division 1: General Requirements

The submitted documentation shall demonstrate experiences in the following elements of duct Work: a. Construction of fluidized thermal backfill (FTB) encased duct banks for network systems: b. Conduits of 5-inch diameter or greater and duct banks of 8 conduits or more for duct bank lengths of 2,000 LF or more. c. Installation of grounding and tracer wires. d. For each project that meets the above criteria, provide the following: i. Title and description of the work including the year the work was completed. ii. The Contractor’s responsibility on the project (such as Prime or Subcontractor). iii. Name, address, and contact phone number of project owner and owner’s representative.

Resumes of key field personnel and positions to which they may be assigned on the installation of the network duct banks and vaults meeting the criteria above. As a minimum, key personnel shall include superintendents, foremen, conduit installers, or qualified and trained electrical workers.

a. The resumes shall include at a minimum the following: i. Legal first and last names. ii. Present position or capacities. iii. Number of years in the role assigned for this project that are consistent with the elements of work as described above. Minimum years of experience in assigned role shall be 5 calendar years. b. For each project referenced in the resumes that meets the criteria above, provide the following: i. Employer(s) address and contact phone number. ii. Title and description of Work including the duration of the project. iii. Name, address, and contact phone number of owner and owner’s representative from projects.

Contractors not meeting these minimum experience requirements will not be approved to perform the Work.

1. Compliance History, Social Equity Compliance, and Legal Criteria For the Bidder to be considered responsible under each criteria requiring a “Yes” or “No” answer, the Bidder shall either have a history of compliance or shall provide an explanation acceptable to the Owner of any extenuating circumstances that contributed to the Bidder’s non-compliance. The criteria apply to the Bidder, personnel listed, and any former companies identified in Part A. A “yes’ may not automatically mean that a Bidder is considered not responsible, but the burden is on the bidder to demonstrate that they should be considered responsible. 2. Failure to Disclose or False Information Failure to disclose information requested on the Form or attachments or the submission of false or misleading information may result in the Owner taking the following actions: a. Rejection of the Bidder’s bid under 1-02.14 b. Revocation of the contract award; c. Termination of the contract under 1-08.10; d. Proceeding with debarment under 1-08.10(8) and SMC 20.70.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 56 Division 1: General Requirements

3. Reserved 1-02.4 EXAMINATION OF BID DOCUMENTS AND PROJECT SITE 1-02.4(2) SUBSURFACE INFORMATION (SP 01-03-17) Add the following: All locations of existing utilities shown in the Drawings have been established by limited field locates, field survey or obtained from available records and should therefore be considered approximate only and not necessarily complete. Additional and continued construction within the project corridor may have occurred between the time of survey and time of construction without any update to the existing conditions. It is the sole responsibility of the Contractor to independently verify the accuracy of all utility locations shown and to further discover and avoid any other utilities not shown herein which may be affected by the implementation of this plan. A Geotechnical report and a Dewatering Tech Memo are available for this Project Site for information only. A copy of report(s) is available at: http://www.ebidexchange.com/seattle Pothole data, SPU Sewer inspection information, and logs of soil borings are located in the Appendix. Additional CCTV records for sewer pipes are available in the City vault record. 1-02.9 BID SUBMITTAL (FTA C 4220.1F, CH. VI, 3.C(2)(E)) 1-02.9(4) INCLUSION PLAN Delete this Title and Section and replace with the following: 1-02.9(4) BIDDER’S LIST (GSP 05-01-13) For all public works projects funded wholly or in part by Federal Transit Administration dollars, all Bidders shall complete and submit a DBE Utilization Certification documenting DBE’s that are to be included in the project (see section 1-07.11). Failure to submit a completed form will result in a bid that is non- responsive and the bid will be rejected. Bidder’s List shall contain the name, address, DBE/Non-DBE status, UBI number, annual gross receipts, and age of the firms bidding or quoting subcontracts. 1-02.13 IRREGULAR BIDS (GSP 05-01-13) Replace Item 1.i. with the following: i. The Bidder’s List is not submitted with the Bid

1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 CONSIDERATION OF BIDS 1-03.1(2) BID TABULATION (FTA C 4220.1F, CH. VI, 3.C(2)(E)) (SP 06-15-17) Replace the section with the following: After Bid opening, Bids will be checked for correctness of Bid item price extensions and the total Bid price. A discrepancy between a Bid item price and the extended amount of any Bid item shall be resolved by accepting the Bid item price as correct. 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 Owner will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension.

The Owner will prepare a bid tabulation that analyzes the cost of the bid against the engineers estimate, noting variations, deviations, and or discrepancies. Variations of more than 10% on any one item will require further documentation as to why the variations may have occurred.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 57 Division 1: General Requirements

The low Bid will be determined by the sum of the Base Bid (the summation of Bid item price extensions, corrected where necessary), plus any Additives, Alternates, and/or Deductives that the Owner decides to include in the Contract Award.

Additives, Alternates, and/or Deductives may be selected in any order that the Owner chooses. The summation of extensions, corrected where necessary, and including sales taxes if applicable, will be used to fix the Awarded Contract Price and the amount of the Payment and Performance Bond.

1-03.1(4) PRE-AWARD INFORMATION (GSP 05-01-13) Replace Item 5. with the following: 5. DBE Utilization Certification: The apparent low bidder shall comply with the civil rights requirements of this contract and aspire to include Disadvantaged Business Enterprises on this project in accordance with 49 CFR Part 26. The apparent low bidder will be evaluated based on the completed form being submitted with its bid as required by 1-02.9(4).

1-03.6 PROTESTS (SP 06-15-17) Add the following to the section title: (FTA C 4220.1F, Ch. III,I)

1-04 SCOPE OF WORK 1-04.2 COORDINATION OF CONTRACT DOCUMENTS (GSP 04-08-10) Replace this Section with the following: All parts of the Contract are essential and complementary. A requirement occurring in one is binding as though occurring in all. The Contractor shall provide any Work or materials clearly implied in the Contract even if the Contract does not mention it specifically. The Contractor shall inform the Engineer immediately, in writing, if the Contractor finds: 1. A discrepancy between various parts of the Contract, 2. An error or omission in the Drawings, or 3. A discrepancy in the layouts and instructions given by the Engineer, The Contractor shall not proceed with any Work affected by such discrepancy, error, or omission until directed to do so by the Engineer. In the event of any conflicting provisions or requirements between the component parts of the Contract, the component parts shall take precedence in the following order:

1. Change Orders 2. Agreement Form 3. Addenda 4. Special provisions (GSPs and SPs) included in the Project Manual

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 58 Division 1: General Requirements

5. Seattle City Light "guidelines”, “standards”, or “procedures" referenced in the Contract or included in the Appendix of the Project Manual 6. Drawings 7. City Standard Plan updates in the Appendix of the Project Manual 8. The FTA Master Agreement included in the Appendix of this Project Manual 9. FTA Circular 4220 1F, included in the Appendix of this Project Manual 10. The hard copy version Standard Specifications 11. The hard copy version Standard Plans This order of precedence shall not apply when Work is required by one part of the Contract but omitted from another part or parts of the Contract. The Work required in one part shall be furnished even if not mentioned in other parts of the Contract. Any electronic version of the Standard Specifications and the Standard Plans is for informational purposes only. Should any discrepancy exist between the hard copy version of the Standard Specifications and electronic versions of the Standard Specifications, the hard copy version Standard Specifications shall take precedence over all other versions. Written dimensions shall take precedence over scaled dimensions. If any part of the Contract requires Work that does not include a description for how the Work is to be performed, the Work shall be performed in accordance with standard trade practice(s). For purposes of the Contract, a standard trade practice is one having such regularity of observance in the trade as to justify an expectation that it will be observed by the Contractor in doing the Work. In case of any ambiguity or dispute over interpretation of the provisions of the Contract, the decision of the Engineer shall be final as provided in Section 1-05.1. 1-04.4 CHANGES (SP 05-05-17) As the Work proceeds, the Engineer may, at any time and without notice to the Surety or Sureties, change the Work to accommodate unforeseen or changed conditions. No changes can be made out of the scope of the original bid (FTA C 4220.IF, Ch. VI, 3i(1)(b)). Changes may include: 1. Deleting any part of the Work; 2. Increasing or decreasing quantities; 3. Altering Specifications, drawings, or both; 4. Revising the way the Work is to be done; 5. Altering facilities, equipment, Materials, or services; or 6. Directing the Contractor to speed up or delay the Work. Changes in the Work will be incorporated into the Contract by Change Order. Each change order proposal or field directive must include an independent cost estimate prepared by a third party at the request of the Engineer and an Engineer Time Assessment if contract time is being extended. Variations of estimated bid item quantities are no exception. Justification for the change must document the need and analysis for the change or increase including an extension of time. The Engineer may request the Contractor to provide justification and analysis. (FTA C 4220.IF, Ch. VI, 3i(1)(b))

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 59 Division 1: General Requirements

1-05 CONTROL OF WORK 1-05.2 AUTHORITY OF ASSISTANTS AND ELECTRICAL SAFETY OBSERVER (SP 05-05-17) 1-05.2(1) AUTHORITY OF ASSISTANTS 1-05.2(2) AUTHORITY OF ELECTRICAL SAFETY OBSERVER Add the following to the first Paragraph: All work in this contract performed within 5 feet of any SCL facilities including but not limited to duct banks and vaults, energized and not, will need an SCL Electrical Safety Observer on site. The request for one will be made as defined in latest SDOT Standard Specifications Section 1-05.2(2). The Electrical Reviewer role is as follows: • Coordinate SCL Crew work (role typically shared with the SCL PM). • Coordinate Safety Watch / SCL Crew standby. • Advise with Engineer to resolve technical construction issues. • Periodically review work for compliance with SCL Standards. • Witness and approve duct cleaning and mandreling. • Check/test grounding systems. • Final approval for acceptance of vaults and ducts. • Authorization approving SCL systems for turn over to SCL for cabling and & energization.

Measurement: “CONTRACTOR ELECTRICAL SAFETY OBSERVER” will be measured by the hour. Payment: “CONTRACTOR ELECTRICAL SAFETY OBSERVER” will be paid by the hour. See Section 1-07.28(11) for Contractor Utility Coordination). 1-05.3 SUBMITTALS 1-05.3(1) GENERAL 1-05.3(1)E GENERAL SUBMITTAL DISTRIBUTION AND FORMAT SUMMARY Replace this Section with the following: 1-05.3(1)E GENERAL SUBMITTAL DISTRIBUTION AND FORMAT SUMMARY (GSP 11/11/10) The following table identifies the format required for a submittal or item of correspondence to be considered the official, governing document and thus trigger the Engineer’s review/approval period when applicable. This table also provides a general overview of typical format and distribution requirements for various documents and submittals that may be required by the Contract and for correspondence and responses from the Engineer. However, specific submittal requirements are more fully described in the Specification sections pertaining to them, and to the extent there are conflicts between the table below and the detailed Specification requirements, the detailed Specification requirements shall govern on submittal requirement content and the table below shall govern on the number of submittals and the submittal process.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 60 Division 1: General Requirements

GENERAL SUBMITTAL DISTRIBUTION AND FORMAT SUMMARY TABLE Required Format For Review Period Or Formal Action To Begin Submittal/Correspondence Description Cover Form Required Follow-up

All Oversize documents (larger than 11" x 17"), Paper Copy and regardless of submittal type PDF electronic/PDF ST&R Form As-built Drawings PDF Electronic/PDF ST&R Form

Sample w/ ST&R Electronic ST&R Bulk Samples & Paint Color Chips Form Form ST&R Form Catalog Cut Sheets & Certifications PDF Electronic/PDF ST&R Form Change Orders (signed) Paper Electronic 1 N/A RFI Word Document - Electronic Form Corrective Action Response Submitted Electronic/PDF N/A Electronic Software File & Paper of CPM; PDF of CPM & Narrative CPM Schedules (Baseline & Updates) Narrative electronic/PDF ST&R Form E-mails (coordination only) Electronic N/A N/A Environmental Pollution Control Plans: CSECP, TVSPP, SP, TDP, & DWP PDF Electronic/PDF ST&R Form Paper copy and Field Memos PDF electronic/PDF N/A Health and Safety Plans PDF Electronic/PDF ST&R Form Paper Copy and FROM CONTRACTOR FROM CONTRACTOR Letters, Formal Correspondence PDF electronic/PDF N/A Miscellaneous Plans (paving plan, pour plan, etcnon-shop drawing) PDF Electronic/PDF ST&R Form Paper Copy and Modification Proposal PDF-letter electronic/PDF N/A Paper Copy (# Operations and Maintenance Manuals specified) PDF is available ST&R Form

Pay Estimate PDF Electronic/PDF ST&R Form Reports PDF Electronic/PDF ST&R Form RFI Word Document - Provided Request for Information (RFI) Electronic Form Electronic/PDF N/A PDF – Provided Request for Material Source Approvals Form Electronic/PDF ST&R Form Lump Sum Breakdown, Project Labor List, & PDF – Provided Project Equipment List Form Electronic/PDF ST&R Form

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 61 Division 1: General Requirements

Required Format For Review Period Or Formal Action To Begin Submittal/Correspondence Description Cover Form Required Follow-up

Shop Drawings with Professional Engineering Paper Copy and Stamp PDF electronic/PDF ST&R Form Shop Drawings without Professional Paper Copy and Engineering Stamp requirement PDF electronic/PDF ST&R Form PDF – Provided Subcontractor Approval Requests Form Electronic/PDF ST&R Form Submittal Control Document PDF Electronic/PDF ST&R Form Paper copy and Substitution Requests PDF - letter electronic/PDF N/A Surveying Notes (Contractor’s) Paper copy Electronic/PDF N/A Test Results (not for acceptance) PDF Electronic/PDF N/A Test Results (for acceptance) PDF Electronic/PDF ST&R Form Three-Week Look-Ahead Schedule PDF Electronic/PDF ST&R Form

Traffic Control Plan PDF Electronic/PDF ST&R Form Paper copy and Warranties PDF electronic/PDF N/A

NOTES: 1. The Engineer requires originals of signed pages for this document. The Contractor may submit an electronic version to expedite the process, but must then provide a paper version with original signature prior to completion of the Engineer’s approval process. All Change Orders are proposals until all signatures are signed by the Engineer and the Owner. The Owner reserves all rights if proposed Change Order is not completely signed.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 62 Division 1: General Requirements

Required Format for Review Period or Formal Action to Begin

Submittal/Correspondence Description Standard Follow-Up

Paper copy and Change Orders Electronic 2 electronic/PDF 2 Design Changes (non-cost clarifications or for Paper (stamped cost proposal) Electronic drawings) E-mails (coordination) Electronic N/A Field Directive Paper PDF Field Memos Paper PDF Inspection Reports PDF Letters, Formal Correspondence PDF Paper FROM ENGINEER ENGINEER FROM Preconstruction Meeting Announcement PDF Paper Progress Meeting Minutes PDF RFI Responses (RFI form) Electronic Submittal Review Responses (ST&R Form) Electronic NOTES: 2. The Engineer may submit an electronic version change order proposal and will provide a hard copy for signatures. Change Orders are non-binding proposals until signed by the Engineer and the Owner. All correspondence being sent to the Engineer from the Contractor shall be numbered with a serial letter number beginning with one (1) for referencing; for example; Serial Letter 1, Serial Letter 2, etc or CSL-1 CSL-2, etc All correspondence or letters being sent to the Contractor from the Engineer will be numbered with a serial letter number beginning with one (1) for referencing; for example; Serial Letter 1, Serial Letter 2, etc or ESL-1 ESL-2, etc CPCS required submittals shall be made directly to CPCS. 1-05.3(5) EARLY SUBMITTALS (SP 10-13-17) Delete this Section and replace with the following: 1-05.3(5)A PRE-CONSTRUCTION PHASE SUBMITTALS A. The following shall be submitted as part of the Pre-Construction Phase (See Section 1-08.1(2)D) as indicated: 1. Initial Submittal Control Document, see Section 1-05.3(4). 2. List of waste, recycle and disposal sites, see Section 1-07.3 3. Signed “Transfer of Coverage for Construction Stormwater General Permit” form, when applicable (see Section 1-07.15). 4. Social Equity Plan (including Appreticeship Utilization Plan), as applicable, see Section 1- 07.11(2)A. Schedules (Schedule of Values, Preliminary CPM Schedule, Baseline CPM Schedule, Linear Schedule in TILOS or comparable as approved by the Engineer), see Section 1-08.3. 2. Submittal Control Document, see Section 1-05.3(4)

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 63 Division 1: General Requirements

3. Waste and Disposal Sites, see Section 1-07.3 4. Project General Health and Safety Program, see Sections 1-07.1(4) and 1-07.31 5. Construction Stormwater and Erosion Control Plan (CSECP), see Section 8-01 6. Tree, Vegetation, and Soil Protection Plan, See Section 8-01 7. Spill Plan, see Sections 1-07.15(1) and 8-01 8. Temporary Discharge Plan, see Section 8-01 9. Contractor’s Work Plan, see Section 1-08.11 10. Traffic Control Plan and Haul Route Plan, including traffic control drawings for submittals to initiate advanced utility potholing, see Sections 1-07.6, 1-10, 2-22 11. Dewatering Plan, see Section 2-08.3 12. Shoring Plan, see Sections 2-04.3(60 and 2-07 13. Sewer Bypassing Plan, see Section 7-17.3(2)K 14. Contractor’s Preconstruction Meeting Presentation (Work Phasing Plan Concept), see Section 1-08.11. 1-05.3(5)B OTHER EARLY SUBMITTALS A. The following shall be submitted prior to or at the preconstruction conference: 1. Signed “Transfer of Coverage for Construction Stormwater General Permit” form, when applicable (see Section 1-07.15). 2. Social Equity Plan (including Apprenticeship Utilization Plan), as applicable; see Section 1-07.11(2)A.

1-05.4 CONFORMITY WITH AND DEVIATIONS FROM DRAWINGS AND STAKES (GSP 05- 21-11) Replace this Section with the following: The Contractor shall provide all construction surveying specified in Section 1-05.5(3). The Engineer will provide primary survey control as described in the Contract. If control points are missing or damaged, the Contractor shall notify the Engineer in writing upon discovery and allow the Engineer five (5) Working Days to investigate and, if necessary, establish new or additional control points. The Contractor shall confirm Control points at least five (5) Working Days prior to beginning surveying. The Engineer will not provide construction staking services. The Engineer may provide additional points at the Engineer’s sole discretion or upon written request by the Contractor. The Contractor is responsible for all construction stakes and marks needed to establish the lines, grades, slopes, cross-sections, and curve superelevations. The Contractor shall take full responsibility for detailed dimensions, elevations, and slopes measured from them. All work performed shall be in conformity with the lines, grades, slopes, cross sections, superelevation data, and dimensions as shown in the Drawings. If the Drawings, or Specifications state specific tolerances, then the work shall be performed within those limits. The Engineer’s decision on whether the work is in conformity shall be final, as provided in Section 1-05.1. The Contractor shall not deviate from the approved Drawings and working drawings unless the Engineer approves the deviation in writing. However, prior to beginning any Work at a new location, the Contractor shall verify Drawing geometrics with existing field conditions. The Contractor shall promptly provide written notice to the Engineer of any conflict, error, discrepancy, or omission. If the Engineer determines the Contractor’s surveying is inadequate, the Engineer may require additional surveying and/or staking without additional cost to the Owner. The Contractor shall provide enough safe areas to permit the Engineer to perform any checks of the surveying performed by the Contractor.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 64 Division 1: General Requirements

1-05.5 CONSTRUCTION STAKES Replace this Section with the following: 1-05.5(1) GENERAL (GSP 04-21-08) All work shall be performed with NAVD88 as the vertical datum and NAD83 (1991) as the horizontal datum or as shown on the Drawings. The Contractor shall provide a work site that has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep updated survey field notes in a standard field book and in a format approved by the Engineer in advance. The Contractor shall allow five (5) Working Days for approval. For each applicable element of work, upon request by the Engineer or when desired by the Contractor, the Contractor shall provide copies of field notes and grade sheets. Contractor shall provide these copies at least 2 Working Days prior to commencing construction of the element of work. The Contractor shall provide all grade sheets and field notes for all survey work performed by the Contractor’s surveyor in establishing line, grade and slopes for the construction work. Any review or check of the Contractor’s surveying by the Engineer will be performed at the sole discretion of the Engineer and if performed will not relieve the Contractor of the requirements of this Section and the Contract Documents. See Section 1-07.16(1) regarding protection of monumentation and requirements for Washington Department of Natural Resources permits. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer’s line and grade, will not be allowed unless the original control points set by the Engineer still exist and show no evidence of disturbance, or unless other satisfactory documented substantiating evidence to prove the error is furnished to the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. An adequate number of points shall be used to provide curvature as shown in the Drawings. Upon discovery, any variation from the line and grades shown in the drawings shall be reported to the Engineer in accordance with Section 1-04.2. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.5(2) ENGINEER PROVIDED SURVEY CONTROL POINTS (GSP 04-21-08) 1-05.5(2)A GENERAL (GSP 04-21-08) The Contractor shall direct questions regarding the correct interpretation of Engineer provided survey points or data to the Engineer. Failure to correctly interpret and utilize the primary survey control or Drawings, as provided by the Engineer, shall not constitute justification by the Contractor for extra work, or causation for not replacing or repairing incorrect work at the Contractor’s expense. In order to provide remedial measures the Contractor shall immediately notify the Engineer, in writing, of any survey discrepancies that are discovered. 1-05.5(2)B CONTROL (GSP 04-21-08) The Engineer will provide at minimum the following survey control: 1. Two (2) intervisible horizontal control points for each continuous street between consecutive intersections, and no less than two (2) points per 1320 linear feet measured along the centerline of street or the control line for the improvement. “T” intersection branching off a street with Work on that branching street will have similar horizontal control points. “T” intersections branching off a street with no Work on that branching street will have one control point at the intersection. 2. Two (2) vertical control points for each continuous street between intersections within the Project Site. A minimum of two (2) points per 1320 feet will be provided.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 65 Division 1: General Requirements

1-05.5(3) CONTRACTOR PROVIDED SURVEY (GSP 10-10-10) 1-05.5(3)A GENERAL (GSP 10-10-10) The Contractor shall provide all surveys required other than those specified in Section 1-05.5(2)B. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from Engineer furnished Monuments and control points. The Contractor shall set reference lines from these control points for trimming subgrade, for surfacing, and for controlling the paving machines. The Contractor shall use the furnished information for all necessary calculation and survey to complete the Work. The Contractor’s surveyor shall be or work under the supervision of a surveyor licensed in the State of Washington. All survey work products shall be sealed and signed by a Washington state licensed surveyor. All survey work shall meet a minimum of third order accuracy (1:5000) for conventional traverse. For GPS control network, the Federal Geographic Data Committee STD-007.2-1998 guidelines shall be followed meeting 2-centimeter accuracy using the City of Seattle High Accuracy GPS Control Monumentation. If the survey work provided by the Contractor does not meet these accuracy standards; is inadequate in staking or frequency to control the work; or directly results in an increase in Bid item quantities, the Contractor shall immediately, upon the Engineer’s Written Notice, remove the individual or individuals performing the survey work. The Bid item payment for “Construction Surveying” will be adjusted in accordance with Section 1-09.5. Thereafter the survey work will be completed by the Engineer at the Contractor’s sole expense. Costs for completing the survey work required by the Engineer will be deducted from moneys due or to become due the Contractor. Any delay resulting from the removal of Contractor’s survey or from Owner surveyors providing survey as called for in Section 1-05.5 will be considered nonexcusable and noncompensable. All construction staking activities shall be documented in standard hard cover survey field books or in an alternative field book method with prior written approval by the Engineer. The record shall be adequate to allow the survey to be reproduced. The notes shall be neat, orderly and clearly legible. The field books shall include dates, page titles, page numbering, indexing and all pertinent data consistent with standard survey practices. Copies of these field notes shall be provided to the Engineer upon request. Upon physical completion of the Contract, the field books shall be submitted to the Engineer and become the property of the Engineer. Survey work shall be within the following tolerances: Vertical Horizontal 1. Slope stakes +/− 0.10 foot +/− 0.10 foot 2. Stationing n/a +/− 0.10 foot 3. Alignment n/a +/− 0.01 foot (between successive points) 4. Bridge/Viaduct Elevations: a. Superstructure ± 0.01 foot (from Drawing elevations) b. Substructure ± 0.05 foot (from Drawing elevations) 5. Surfacing grade stakes +/− 0.02 feet +/− 0.02 feet (parallel to alignment) +/− 0.02 feet (normal to alignment)

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 66 Division 1: General Requirements

6. Roadway paving +/− 0.02 feet +/− 0.02 feet (parallel to alignment) +/− 0.02 feet (normal to alignment) The Contractor shall be responsible for delineation of all easements, right-of-way, and environmental areas. The Contractor shall be responsible for providing all volumes calculations. Cross-sections shall be provided at a minimum of 25-foot intervals, and at all cross-sectional change points such as the beginning and end of cross-sectional transitions. The Engineer will verify the Contractor’s Cross-sections and calculations and if a conflict exists between the Contractor’s calculations and the Engineer’s the Engineer may reject the Contractor’s calculations until corrected or use an Engineer’s estimate for payment. Digital terrain modeling (DTM) will only be permitted with written approval of the Engineer and if used a hard copy of all cross-sections as required above shall be provided. If the Engineer provides at the Contractor request the original terrain DTM files other survey information, this information is provided for the convenience of the Contractor. This information is not part of the Contract and does not modify the existing Contract Documents. By using the survey information, the Contractor accepts full responsibility for verifying the accuracy and completeness of the survey information and agrees to indemnify, hold harmless and defend at its own expense the Owner from and against all judgments, fines, penalties, amounts paid in settlement and any other amounts arising from or in connection with the use of the survey information provided. 1-05.5(3)B ROADWAY AND UTILITY SURVEYS (GSP 09-18-09) The Contractor shall furnish offset staking for principal lines, grades (including finished, base and subbase), horizontal and vertical location of all drainage features, and measurements the Engineer deems necessary for physical completion of roadway and curbs at new locations as called for in the Drawings. The Contractor shall furnish principal lines, grades, and measurements the Engineer deems necessary for physical completion of utilities called for in the Drawings. Unless the Contract specifies otherwise, this information will include the following as applicable: 1. Offset points to establish line and grade for mainline underground utilities which include water, sewer, and storm drains. 2. Offset points to establish line only for utility pole locations. The Contractor shall be responsible for reestablishing the line and grade of any existing curb, inlets, handholes, utility castings, monuments, and other features that are to be removed and constructed new at the original grade and location as shown on the Drawings. If new grades or lines are not indicated on the Drawings, the Contractor shall consider the work to be removed and constructed new finished grade at the original grade and location meeting the requirements of the Contract. The new finished grade shall be adjusted for smoothness or other obvious defects. The finished grade of inlets, handholes, utility casting, monuments castings, and other features shall be determined by the Contractor’s reestablishment of the original grade of the roadway, sidewalk, or other governing feature. The Contractor shall provide a copy of all reestablishing survey data to the Engineer as least five (5) Working Days prior to removal of any existing curb or other feature. 1-05.5(3)C BRIDGE AND STRUCTURE SURVEY (GSP 04-21-08) The Contractor shall provide the following primary survey control. 1. Centerline or offsets to centerline of the structure. 2. Stations of abutments and pier centerline. 3. A sufficient number of bench marks for levels to enable the Contractor to set grades at

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 67 Division 1: General Requirements

reasonably short distances. 4. Verification of Monuments and control points as shown in the Contract Documents with nearest adjacent Monuments or control points. For all structural work such as bridges and retaining walls, the Contractor shall ensure that required field measurements and locations match and fulfill the intended plan dimensions. The Contractor shall establish all secondary survey controls, both horizontal and vertical, as necessary to assure proper placement of all Project elements based on the control points and monuments provided by the Engineer. 1-05.5(3)D ENGINEER CHECK OF CONTRACTOR SURVEY (GSP 04-21-08) The Engineer may verify survey work performed by the Contractor. If errors are found the Contractor shall correct the errors, which may include removal and replacement of incorrectly installed improvements. All cost incurred in correcting the work shall be at the Contractor’s own expense. Add the following: 1-05.5(3)E ADVANCE UTILITY POTHOLING SURVEY (SP 10-13-17) The Contractor shall provide surveys for utilities located through Advance Utility Potholing Work per Section 2-22. The Contractor shall provide the Engineer record of all potholes including pipe size, material, conduit sizes/dimensions, depth to top and bottom, width, and identify any utility which may be in conflict with the proposed improvements.

Add the following: 1-05.5(3)F UTILITY SURVEY PRIOR TO BACKFILL (SP 10-13-17) Prior to backfilling per Section 2-10, the Contractor shall provide surveys for all underground utilities installed as a part of the Work. The survey shall include pipe size, material, and depth to top of all water main, fittings, water service, sewer pipe, and duct banks as well as information on any underground utilities that may have been relocated or adjusted as part of the Work. The Contractor shall survey the top of pipe or fitting for the main at all angle points and bends both horizontal and vertical. The survey shall include all angle points or bends for hydrant runs, casing ends, and services larger than 2-inch diameter. The Contractor shall also survey locate all services at the outside face of areaway wall for all pipe diameters and all services. The Contractor shall locate all duct banks, sweeps, bends, splits, at the top edges of the duct banks. Both electronic and CADD files shall be submitted according to COS standards showing the water main, sewer main, stormwater, and electrical duct banks, existing utility base maps, street names, building names, and service numbers and point shot data at 1” = 10 scale.

1-05.5(4) MEASUREMENT (GSP 04-21-08) Measurement for “Construction Surveying” will be by lump sum. 1-05.5(5) PAYMENT (SP 04-21-08) The payment for “Construction Surveying” shall include all costs for the work required to provide survey as specified in Section 1-05.4 and 1-05.5, including field books, survey for Advance Utility Potholing, and survey prior to backfill. Payment will be made in up to four payments, in accordance with the following schedule for projects less than 180 Working Days inclusive: • Whenever work representing 20% of the total Contract price is completed, excluding the bid price for this item, a payment of 30% of the amount bid for this item will be paid.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 68 Division 1: General Requirements

• Whenever work representing 50% of the total Contract price is completed, excluding the bid price for this item, a second payment of 30% of the amount bid for this item will be paid. • Whenever work representing 90% of the total Contract price is completed, excluding the bid price for this item, a third payment of 30% of the amount bid for this item will be paid. • Upon Physical completion of the Project and the acceptable submittal of all survey field notes, a final payment of the remaining 10% of the amount bid for this item will be paid. Payment will be prorated over the Contract Time in accordance with the following schedule for projects greater than 180 Working Days: The Contractor shall submit a lump sum breakdown, showing the anticipated amount of monthly progress payment for surveying. Anticipated monthly payments shall be coordinated with activities or milestones on the Contractor’s CPM schedule, and the total of the anticipated monthly payments shall not exceed 90% of the amount bid for this item. Once approved by the Engineer, this will become the basis for payment for this item of work. The Engineer will make adjustments dependent on project progress. Actual progress payments will be at Engineer’s sole discretion. Upon Physical completion of the Project and the acceptable submittal of all survey field notes, a final payment of the remaining 10% of the amount bid for this item will be paid. 1-05.13 SUPERINTENDENTS, LABOR AND EQUIPMENT 1-05.13(2) RESERVED Delete this Title and Section and replace with the following: 1-05.13(2) PERFORMANCE (GSP 8-15-14) (FTA C 4220.1F, CH. III, 3) The full Construction Contracts Teaming 360 Review Form and the Deficient Contractor Performance Evaluation Program and Form are located in the Appendix of the Project Manual. 1. The 360 Review A Teaming 360 Review process and form is required for all projects with an engineer’s estimate of $1,000,000 or more. This form and process will be utilized by the City for other projects if the City has determined that it may prove beneficial to the City and Contractor. The 360 Review is intended to: a. Support collaborative communications on City construction projects; and b. Share information at preconstruction, project midpoint, and project physical completion to team and facilitate a quality construction experience for both the Owner and the Contractor. The 360 Review is provided for communication and collaboration, not for determinations of responsibility, debarment or performance. If a Contractor’s performance is so significantly below standards as to be deficient, follow Subsection 2 below. 2. Contractor Deficient Performance Evaluation If the administering department determines that the Contractor’s performance during the construction of the Project is so significantly below City standards as to be deficient, the department will follow the Deficient Contractor Performance Evaluation Program and Form. If the deficiency is regarding the Contractor’s compliance with social equity requirements during the Project, the evaluation will be provided by the City Purchasing and Contracting Services on a separate Deficient Contractor’s Performance Evaluation Form. The Contractor’s Deficient Performance Evaluation Program is intended to: a. Provide the City with a rational basis when determining Bidder responsibility in awarding future Work; and b. Provide a history and an assessment of a Contractor’s performance on prior City Contracts for use in debarment proceedings as authorized by SMC 20.70.050.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 69 Division 1: General Requirements

1-05.14 COOPERATION WITH OTHER CONTRACTORS (SP 10-13-17) Add the following: Bidders are notified that there will be other public or private construction projects in the general vicinity of the project site. The Contractor shall coordinate with other projects in or around project limits such that the schedule is maintained. Should another project impact the schedule in any way the Contractor is required to notify the Engineer in accordance with Section 1-04.4. The following information comes from the August 2017 Project Analysis and Coordination Tool update. This information comes from the respective agencies and is subject to change. The Contractor shall coordinate the CPM schedule for work that overlaps with the SCL Denny Network Project. If there is overlap between the two Contracts or Work schedules or Work zones, the Contractor shall coordinate construction staging, haul routes, traffic control, utility Work, restoration, and other items as necessary. The Denny Network Project Manager, Phil Ambrose can be reached at 206-684-4654 or at [email protected].

ID # Project Name Contact Info Description of Work Begin/ End Dates

44420 Occidental Porta Sheffer On: S WASHINGTON ST 09/01/2017 Loo 684-7041 Build a restroom and kiosk structure. to [email protected] 12/31/2019 (Department of Parks and Recreation) Adam Weyer 44531 Enwave 36 206-573-0023 On: STEWART ST 04/01/2018 aweyer@enwave seattle.com Modify Vault for streetcar work to (Enwave) 05/30/2018

44536 Enwave 38 Adam Weyer On: STEWART ST 04/01/2018 206-573-0023 Modify Vault for streetcar work to (Enwave) aweyer@enwave 05/30/2018 seattle.com 44541 Enwave 40 Adam Weyer On: STEWART ST 04/01/2018 206-573-0023 Maintenance on vault to (Enwave) aweyer@enwave 05/30/2018 seattle.com 44542 Enwave 37 Adam Weyer On: STEWART ST 04/01/2018 206-573-0023 Modify Vault for streetcar work to (Enwave) aweyer@enwave 05/30/2018 seattle.com 44573 Lake Union Sara Stanley On: REPUBLICAN ST 07/03/2018 Tunnel 206-477-4487 Replace existing non-rising stem and actuator to Gate/Actuator sara.stanley@kingcounty. in the flow control gate with? rising stem and 09/30/2018 Modification gov appropriately sized actuator in the Lake Union Tunnel (King County - Metro Natural Resources)

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 70 Division 1: General Requirements

44595 Interim Pathways Matt Mcnair On: 1ST AVE,1ST AVE S,ALASKAN WAY 01/01/2018 206-477-6280 S,ALASKAN WAY to (King County - [email protected] Installation of traffic signal, channelization, 03/31/2019 Metro ov bus lane, and signage improvements by Transportation) SDOT crews

46405 Dupont Segment John Guay On: REPUBLICAN ST 12/31/2017 21 1016 to Republican [email protected] 04/01/2018

(Puget Sound Energy) 44649 3rd Avenue - 3rd Jeff Bender On: 3RD AVE,3RD AVE S 01/01/2017 Ave 206-684-8838 Improve 3rd Ave streetscape and improve to [email protected] transit functionality 12/01/2018 (SDOT - Transit and Mobility) 44650 11th Ave NE and Jonathan Dong206-233- On: 11TH AVE NEInstall bus bench 04/01/2017 NE 55th St(SDOT 8567jonathan.dong@seattl to - Transit and e.gov 06/30/2018 Mobility)

46386 Red bus lanes - Jonathan Dong On: WESTLAKE AVE N 09/01/2017 Westlake 206-233-8567 Paint bus lanes red to [email protected] 06/30/2018 (SDOT - Transit v and Mobility) 46389 SLU Streetcar Jonathan Dong On: TERRY AVE N 12/01/2017 Channelization 206-233-8567 to [email protected] 06/30/2018 (SDOT - Transit v and Mobility) 45224 Center City Cj Holt On: 1ST AVE,1ST AVE S,OLIVE 05/01/2018 Streetcar 233-1557 WAY,REPUBLICAN ST,S JACKSON to Connector [email protected] ST,STEWART ST,WESTLAKE AVE N,5TH 02/27/2020 AVE,TERRY AVE N (SDOT CPRS) Project will connect the South Lake Union line to the line. 45198 Center City Cj Holt On: 1ST AVE,STEWART ST,WESTLAKE 12/28/2017 Streetcar 233-1557 AVE to Connector - [email protected] Project will connect the South Lake Union line 12/28/2019 Advance Utility to the First Hill Streetcar line. Package #2

(SDOT CPRS)

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 71 Division 1: General Requirements

45200 Madison BRT Eric Tweit On: 1ST AVE,9TH AVE,E ARTHUR PL,E 07/16/2018 206-684-8834 HARRISON ST,E MADISON ST,E UNION to (SDOT CPRS) [email protected] ST,M L KING JR WAY E,MADISON 03/28/2020 ST,SPRING ST,E PIKE ST,14TH AVE,13TH AVE Bus Rapid Transit 45212 Pike/Pine Steve Pearce On: PIKE ST,PINE ST 01/03/2020 Renaissance 206-684-8371 Streetscape and pedestrian improvements to [email protected] along Pike St and Pine St between 1st Ave 12/31/2020 (SDOT CPRS) and Melrose St.

45249 Center City Cj Holt On: 1ST AVE,1ST AVE S 08/31/2017 Streetcar 233-1557 Project will connect the South Lake Union line to Connector - [email protected] to the First Hill Streetcar line. 09/27/2018 Advance Utility Package #1

(SDOT CPRS)

45257 Union Street Angela Brady On: UNION ST 10/03/2019 Pedestrian 206-684-3115 A new pedestrian bridge connection on Union to Connection [email protected] St between Western Avenue and Alaskan 03/31/2021 Way. (SDOT CPRS) 45265 Waterfront Main Barbara Lee206-615- On: ALASKAN E RDWY WAY,ALASKAN 05/01/2019 Corridor(SDOT 1696barbara.lee@seattle. WAY,ALASKAN WAY S,BLANCHARD to CPRS) gov ST,COLUMBIA ST,ELLIOTT AVE,LENORA 01/17/2023 ST,SENECA ST,WESTERN AVE,YESLER WAYA rebuilt Alaskan Way and new Elliott Way will serve all modes of travel and provide clear and safe pedestrian crossings and signalized intersections. A landscaped promenade will extend north-south along the waterfront from Pine St to Pioneer Square. Project also includes connections into east- west streets, such as Columbia St, Seneca St, and Lenora St.

45584 RapidRide Garth Merrill On: 1ST AVE NE,3RD AVE,BOREN 01/01/2020 Corridor - 206-684-5184 AVE,EASTLAKE AVE NE,STEWART to Roosevelt [email protected] ST,UNIVERSITY BR,VIRGINIA ST 08/01/2021 TC367380 BRT Route to include TSP, queue jumps, center and side running bus lanes, improved (SDOT CPRS) stations, improved sidewalks

45605 RapidRide Garth Merrill On: 12TH AVE NE,EASTLAKE AVE 01/01/2020 Corridor - 206-684-5184 E,FAIRVIEW AVE,FAIRVIEW AVE to Roosevelt [email protected] N,ROOSEVELT WAY NE 08/01/2021 TC367380 BRT Route to include TSP, queue jumps, center and side running bus lanes, improved (SDOT CPRS) stations, improved sidewalks

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 72 Division 1: General Requirements

45190 Neighborhood Mary Chiu On: 2ND AVE S,3RD AVE S,JAMES ST,S 11/03/2017 Large Projects - 206-733-9053 CHARLES ST,S KING ST,S MAIN to Pioneer Square & [email protected] ST,YESLER WAY 04/02/2018 International Build new ADA compliant curb ramps in District Curb various locations Ramps

(SDOT CPRS)

45197 Pioneer Square Angela Brady On: S KING ST,S MAIN ST,S WASHINGTON 01/04/2021 Street 206-684-3115 ST,YESLER WAY to Improvements [email protected] Improvements to these streets in Pioneer 12/31/2021 Square between Alaskan Way and 2nd (SDOT CPRS) Avenue (to the extent feasible) will make them a more pedestrian-friendly and accessible way to reach the waterfront.

45250 Marion St Kit Loo On: MARION ST 04/01/2021 Pedestrian Bridge 206-684-3669 Rebuild the Marion Street pedestrian bridge to [email protected] between Alaskan Way and Western Avenue 06/30/2022 (SDOT CPRS) to better connect the large volume of travelers who commute via ferry from Colman Dock to downtown.

46311 University St Park Jude Willcher On: UNIVERSITY ST to Park 206-684-4059 Install bollards, planters, and street furniture Improvements [email protected] and provide re-channelization improvements consistent with the First Hill Public Realm (SDOT PCCO) Action Plan.

46293 Occidental and 1st Jude Willcher206-684- On: OCCIDENTAL AVE S,1ST AVE Ave S(SDOT 4059jude.willcher@seattle. SConstruct enhanced pedestrian Policy and gov infrastructure including lighting, plantings, Planning) public art and enhanced materials on parallel streets consistent with Stadium District Concept Plan. Coordinate with Project 715 "1st Ave S Reconstruction", Project 706 "S Atlantic St / SR 519 / Edgar Martinez Dr S Corridor", Project 425 "Center City Connector Streetcar", Project 426 "King Street Hub Implementation", Project 515 "King Street Hub Structures Replacement", and Project 805 "SODO ITS".

46295 Harrison St Urban Jude Willcher On: HARRISON ST Design Project 206-684-4059 Provide sidewalk, pavement, planting strips [email protected] and other street amenities consistent with the (SDOT Policy and South Lake Union Street Concept. Planning) Coordinate with Project 106 "Thomas Street Green Street "and Project 107 "8th Ave N Green Street".

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 73 Division 1: General Requirements

46326 RapidRide C Line Jude Willcher On: SW WILDWOOD PL,FAUNTLEROY Improvements 206-684-4059 WAY SW,WEST SEATTLE BR [email protected] EB,CALIFORNIA AVE SW,SW ALASKA (SDOT Policy and ST,SW BARTON ST,SW BRACE POINT Planning) DR,26TH AVE SW,SW ROXBURY ST,35TH AVE SW,ALASKAN WY VI SB,FAIRVIEW AVE N,VALLEY ST,WESTLAKE AVE N,WESTLAKE AVE,BLANCHARD ST,LENORA ST,3RD AVE,SENECA ST,COLUMBIA ST Previously named "Seattle Priority Bus Corridor 1" (T2040 ID: 5097) and "Fauntleroy / California Multimodal Corridor". Enhance existing RapidRide C operations with capital components to support efficient and convenient transit service. Capital improvements may include additional bus rapid transit speed and reliability measures such as dedicated running ways, transit signal priority and other ITS features, enhanced stations, specialized vehicles, enhanced fare collection systems, wayfinding, multimodal improvements and supporting facilities. Coordinate with Project 713 "West Seattle Bridge and SW Spokane Street Access to Terminal 18 and 5 Corridor", Project 805 "SODO ITS", Project 423 "Third Ave Transit Spine", ITS Project FIO8 "West Seattle/Duwamish ITS", Project 812 "West Seattle Subarea ITS", Project 609 "35th Ave SW / SW Avalon Way Reconstruction", Project 612 "SW Roxbury St Reconstruction", Project 349 "Fairview Ave N Corridor Protected Bike Lane", and Project 605 "Alaskan Way Viaduct - Waterfront Improvement Program". Incorporate bike project "Fauntleroy Way SW Protected Bike Lane". 46348 1st Ave Jude Willcher206-684- On: ,1ST AVEReplace street walls that Areaways(SDOT 4059jude.willcher@seattle. support utilities and vehicle traffic along 1st Policy and gov Ave. Coordinate with Project 411 "RapidRide Planning) Corridor 1: Central Area-First Hill-Downtown", Project 422 "Priority Bus Corridor 6: Pike / Pine", Project 425 "Center City Connector Streetcar", Project 428 "1st Ave High Capacity Transit Extension", Project 431 "Colman Dock Multimodal Hub Access Improvements", Project 516 "Marion St Pedestrian Bridge Replacement", and Project 813 "Central Business District Signal Modernization".

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 74 Division 1: General Requirements

46349 Jackson St Jude Willcher On: S JACKSON ST Retaining Wall 206-684-4059 Replace retaining wall to enhance safety. [email protected] Coordinate with Project 515 "King Street Hub (SDOT Policy and Structures Replacement" and Project 426 Planning) "King Street Hub Implementation".

46366 Marion St Jude Willcher On: MARION ST Pedestrian Bridge 206-684-4059 Replace existing bridge to increase pedestrian Replacement [email protected] safety and access to and from Colman Dock ferry terminus. Coordinate with Project 431 (SDOT Policy and "Colman Dock Multimodal Hub Access Planning) Improvements", Project 605 "Waterfront Seattle Improvement Program", Project 425 "Center City Connector Streetcar", Project 537 "1st Ave Areaways", Project 813 "Central Business District Signal Modernization", and WSDOT Colman Ferry Terminal Project. This project will complete the replacement of the remaining portion from Coleman Ferry Terminal to 1st Ave. The Western Ave portion currently is connected to the adjacent building which is scheduled to be removed.

46367 King Street Hub Jude Willcher On: ,5TH AVE S,S WASHINGTON ST Structures 206-684-4059 Replace deteriorating and seismically Replacement [email protected] vulnerable infrastructure in the S Jackson St vicinity over BNSF railroad tracks. Improve (SDOT Policy and railroad operations, street operations, and Planning) bicycle/pedestrian connectivity. Coordinate with Project 108 "Occidental and 1st Ave S", Project 426 "King Street Hub Implementation", Project 425 "Center City Connector Streetcar", Project 409 "RapidRide Corridor 3: Mount Baker-Downtown", Project 536 "Jackson St Retaining Wall", and Project 813 "Central Business District Signal Modernization".

45355 PMP School Brian Dougherty206-684- On: 5TH AVE S 01/01/2015 Safety 5124brian.dougherty@sea to TC367170(SDOT ttle.gov 12/31/2035 Project Development)

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 75 Division 1: General Requirements

45386 Pike/Pine Alison Townsend On: PINE ST 01/01/2019 Multimodal 206-233-3780 Improve Pike/Pine corridor for users of all to Corridor - Pine [email protected] modes 12/01/2020 TC36686048 ov

(SDOT Project Development)

45412 9TH AVE PBL Carol Mcmahan On: 9TH AVE N,DEXTER AVE N,ROY ST 01/01/2016 TC366760-1 206-684-8562 9TH AVE PBL to [email protected] 12/31/2018 (SDOT Project ov Development) 45491 Pike/Pine Alison Townsend On: PIKE ST 01/01/2019 Multimodal 206-233-3780 Improve Pike/Pine corridor for users of all to Corridor - Pike [email protected] modes 12/01/2020 TC36686048 ov

(SDOT Project Development)

45580 Neighborhood Summer Jawson On: 10TH AVE S,12TH AVE S,16TH AVE 01/01/2018 Greenway 206-684-8264 S,18TH AVE S,20TH AVE S,5TH AVE S,6TH to TC366760-24 [email protected] AVE S,7TH AVE S,MAYNARD AVE 12/31/2019 ov S,RAINIER AVE S,S KING ST,S WELLER ST (SDOT Project CID, Little Saigon and Judkins Park Development) Neighborhood Greenway

46006 Next Generation Melaku Dubie On: 15TH AVE NE,25TH AVE NE,35TH AVE 01/01/2020 Intelligent 206-641-4423 SW,4TH AVE S,COLUMBIA ST,Madison to Transportation [email protected] St,GREENWOOD AVE N,M L KING JR WAY 12/31/2020 Systems (ITS) S,MONTLAKE BLVD NE,N 46TH ST,N 50TH TC367430 ST,NE 50TH ST,NW MARKET ST,NE PACIFIC ST,SW ROXBURY ST,RAINIER (SDOT Traffic AVE S,WESTERN AVE,,23RD AVE S,E Management) MADISON ST,HOLMAN RD NW,HOLMAN RD N,N 105TH ST,N MARKET ST,GREEN LAKE WAY N,N MIDVALE PL,N 45TH ST,NE 45TH ST Update traffic signal and install ITS equipment

44551 Monorail Ned Dunn On: 5TH AVE,5TH AVE N, 01/01/2012 Improvements 684-7212 Monorail guideway repairs along 5th Ave to S9403 [email protected] 12/31/2022

(Seattle Center) 44858 Center City Steve Byers On: 1ST AVE,STEWART ST 03/01/2018 Connector - Street 206.684.3637 SCL Network Intersection Crossings and Main to Car [email protected] Line Duct Bank Reconstruction 04/01/2019

(Seattle City Light)

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 76 Division 1: General Requirements

44860 Denny Substation Phil On: 6TH AVE,7TH AVE,FAIRVIEW AVE 01/01/2016 and Network Ambrose206.684.4654phili N,9TH AVE N,BOREN AVE N,DENNY to Distribution Paths [email protected] WAY,HARRISON ST,JOHN ST,LENORA 11/30/2018 ST,MINOR AVE,MINOR AVE N,PONTIUS

AVE N,REPUBLICAN ST,STEWART (Seattle City Light) ST,THOMAS ST,VIRGINIA ST,YALE AVEDistribution Ductbanks from Denny Substation Program

44851 Denny- Golnaz Camarda On: 5TH AVE,5TH AVE S,6TH AVE,6TH AVE 05/01/2020 Massachusetts 206.615.1136 S,7TH AVE,BOREN AVE,HUBBELL to Substation [email protected] PL,JAMES ST,JEFFERSON ST,MINOR 12/31/2021 Transmission Line ov AVE,PIKE ST,PINE ST,S MASSACHUSETTS ST,SEATTLE BLVD S,STEWART ST,YALE (Seattle City Light) AVE New transmission line connecting the Denny Substation to Massachusetts Substation.

45055 Waterfront Seattle Hathaway, Ross On: 1ST AVE,1ST AVE S,5TH 12/31/2018 WM Work AVE,ALASKAN SDOT?s Waterfront Seattle to [email protected] Program is a series of projects that includes 11/28/2023 (SPU - Water) v the following (in approx. chronological order): demolition of the Alaskan Way Viaduct by WSDOT (2016), a new Alaskan Way surface street and connector to Elliott Way (2016- 2018), a new promenade on the west side of Alaskan Way, redevelopment of multiple E-W streets connecting 1st Ave with Alaskan Way. Relocate and protect-in-place water mains, water services and fire hydrants as necessary to accommodate the urban space redevelopment of Seattle?s Waterfront. The scope of the relocations is unknown at the time of CIP number request.

45080 SDOT Madison Yang, On: MADISON ST, ,SPRING ST ,E MADISON 07/01/2018 BRT - Wtr(SPU - [email protected] ST Replace water mains and related to Water) appurtenances in conjunction with the SDOT 12/17/2019 Madison Street Bus Rapid Transit project.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 77 Division 1: General Requirements

45117 SDOT MS Yang, On: MADISON ST ,SPRING ST, MADISON 09/01/2017 Madison BRT- [email protected] ST, This E code will be used to track time to DWW(SPU - spent evaluating SDOT?s Madison Bus Rapid 12/15/2019 Water) Transit project for partnering opportunities. Work will include:? CCTV of DWW assets to determine condition.? Working with SPU staff to gather information needed for an engineer to determine the DWW level of engagement for each Move Seattle right-of-way project. ? Determination by an engineer of DWW level of engagement, e.g. whether SPU should repair, replace, or protect DWW assets in a given project area.? Determination by an engineer whether a capital solution is required.

46628 Spot Rehab Raymond Bernardez On: BOREN AVE N 05/17/2017 Crews 206-684-8941 STRUCTURE REHAB - WASTEWATER to raymond.bernardez@seatt MAINTENANCE HOLE - 035-351 05/17/2019 (SPU - Water) le.gov

44969 STTLWAXY-E- Fred Wilkes On: 6TH AVE,VIRGINIA ST 04/21/2018 F2B1A4B2B3 469-562-3986 Existing UG Conduit - TCP only to [email protected] 05/01/2018 (Verizon) 44897 STTPWA65-W- Fred Wilkes On: BOREN AVE N,REPUBLICAN 04/07/2018 F1A2 469-562-3986 ST,TERRY AVE N to (Verizon) [email protected] Existing UG Conduit - TCP only 04/17/2018

44959 STTLWAXY-E- Fred Wilkes On: 6TH AVE,VIRGINIA ST 04/18/2018 F2B1A4B2B3 469-562-3986 Existing UG Conduit - TCP only to [email protected] 04/28/2018 (Verizon) 44960 STTLWAGA-SC- Fred Wilkes On: UNION ST 04/15/2018 W-F1C 469-562-3986 TRENCH/BORE to [email protected] 04/25/2018 (Verizon) 45015 STTLWAGA-SC- Fred Wilkes On: UNION ST 04/11/2018 W-F1A 469-562-3986 Existing UG Conduit - TCP only to [email protected] 04/21/2018 (Verizon) 46854 STTPWA65-W- Fred Wilkes On: TERRY AVE N F1A2B2 469-562-3986 TRENCH/BORE [email protected] (Verizon)

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 78 Division 1: General Requirements

44837 SR 99 Tunnel Rudy Lemus On: 6TH AVE N,ALASKAN E RDWY 11/07/2011 206-805-2845 WAY,ALASKAN WAY,ALASKAN WAY to (Washington State [email protected]. S,AURORA AVE N,HARRISON ST,JOHN 12/31/2018 Department of wa.gov ST,MERCER ST,TAYLOR AVE N,THOMAS Transportation) ST The central waterfront section of the SR 99 Alaskan Way Viaduct will be replaced with a bored tunnel beneath downtown Seattle. The tunnel will connect to the new SR 99 roadway south of downtown and to Aurora Avenue in the north.' 44839 SR 99 South Bruce Nebbitt206-805- On: 1ST AVE S,S ATLANTIC ST,S ROYAL 06/01/2017 Access(Washingto [email protected] BROUGHAM WAYProject will construct to n State ov connection between bored tunnel and new on- 10/30/2019 Department of and off-ramps in SODO. Transportation)

44848 Northbound I-5 Bill James On: I5 NB 06/01/2017 MLK to NE 425-456-8638 Perform select panel replacement spall repair to Ravenna Bridge - [email protected] and diamond grind roadway surface from MP 01/31/2019 Grinding and 158.23 to 161.18 MP 166.21 to 168.34 & MP concrete panel 169.18 to 170.28. Pave 20 on/off ramps as work identified and upgrade ADA associated with these ramps.' Provide full panel repla (Washington State Department of Transportation)

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 79 Division 1: General Requirements

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 80 Division 1: General Requirements

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 81 Division 1: General Requirements

The Contractor is encouraged to access the most up to date information on construction in the City of Seattle by visiting the Planning and Coordination website: http://www9.seattle.gov/transportation/pactutility.htm . Or contact the Street Use Permit Counter at (206) 684-5253. See Seattle Construction Overview Timeline, provided for information only, on eBid site. In the event that the Contractor’s coordination efforts are unsuccessful with adjacent projects or street use permit holders, the Contractor shall notify SDOT of the coordination issue 30 working days prior to the start of work in the disputed area. In accordance with SMC 15.04.070, SDOT will provide the street use permit holder written notice to resolve issues with the contractor within SDOT right-of-way, with the least disruption to both projects. 1-06 CONTROL OF MATERIALS 1-06.1 APPROVAL OF MATERIALS PRIOR TO USE (SP 10-13-17) Add the following: All steel, iron, and manufactured products permanently incorporated into the project shall meet “Buy America” requirements per 49 CFR 661.410, 23 USC 313. 1-06.2 SAMPLES AND TESTS FOR ACCEPTANCE OF MATERIALS (GSP 8-15-14) In the Second Sentence replace Section 1-03.1(4) 6) a) with Section 1-03.1(4) 8) a. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 LAWS TO BE OBSERVED 1-07.1(2) SAFETY RULES AND STANDARDS Add the following Section: 1-07.1(2)A WORKING NEAR OVERHEAD ENERGIZED TROLLEY LINES (GSP 08-23-16) Trolley lines, when energized (active), conduct approximately 750 volts. Trolley line height varies. Typically, trolley lines are hung at 18.5 to 19 feet above roadway to support locations. Lines may sag between support locations. Refer to WAC 296-155-428 and Department of Labor and Industries Division of Occupational Safety and Health (DOSH) Directive 18.70 “Working Around Overhead Energized Trolley Lines” for requirements on working clearances, minimum approach distances from equipment or loads to energized trolley lines and contractor safety program requirements if working within 10 feet of the energized lines. MetroKC Trolley lines must be considered as energized at all times with the exception of time periods that MetroKC has de-energized (deactivated) the lines and provided a Lock-out, Tag-out code. The Contractor shall coordinate with the Engineer and Metro KC for de-energizing of the lines, temporary poles, transfer of wires, removal of existing strain poles, and temporary pole stabilization (see Section 8- 39.3(9) for existing pole support requirements. All activities near energized lines must comply with WAC 296-155-428 and DOSH Directive 18.70 “Working Around Overhead Energized Trolley Lines”. MetroKC Transit trolley coaches cannot travel more than nine feet from directly below their overheard lines. Unless otherwise provided for in the Contract, work shall be performed in such a manner so that MetroKC Transit coaches will be allowed to travel their normal routes without detours or disconnections from trolley lines. See Section 1-07.28 for notification of service disruptions or requests for service modifications of MetroKC Transit and Streetcar service and facilities. The Contractor shall submit a written request, and schedule to the Engineer for all requests and coordination meetings with KC Metro. KC Metro has indicated that deactivation of east/west streets can be performed with a minimum of (10) ten days advanced notification. Trolley lines in the north and south direction may be deactivated upon request but will not be deactivated indefinitely.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 82 Division 1: General Requirements

At Westlake and 5 th , the Contractor shall submit a schedule to the Engineer and coordinate SCL crew availability and deactivation and shifting of the trolley wires with KC Metro. Stewart Street will be reduced to one lane and the trolley wires will be shifted to accommodate vault construction. The Contractor shall coordinate new poles, design of temporary supports and guys, installation of temporary support systems, and any additional equipment, materials, labor, to support the overhead trolley lines, see also Section 8-39.3(9) for pole supports. Add the following Section: 1-07.1(4) PROJECT GENERAL SAFETY AND HEALTH PROGRAM (SP 10-13-17) The Contractor shall submit to the Engineer one Project General Safety and Health Program (PGSHP) that is to apply to all people on the Project Site for all Bid schedules at least 10 Working Days prior to the Contractor beginning Work and update as necessary as various Work schedules are completed. The PGSHP shall identify the Company Safety Officer, the On-Site Safety Officers, and any on-site alternates. The emergency contact list per Section 1-05.13(4) shall identify an emergency contact for safety issues. The PGSHP shall include any site specific safety and health requirements identified elsewhere in the Contract. The Contractor shall not begin any Work without an accepted PGSHP found to be within reasonable conformity of the Specifications. This program shall address at a minimum processes and safety protocol for working in close proximity to steam systems, energized duct banks, Work adjacent and potentially internal to areaways, and shoring around existing utilities. 1-07.1(4)A CONFINED SPACE PLAN The Contractor shall prepare and implement a Confined Space Plan for each of the confined spaces with the Project limits. The Contractor’s Confined Space Plan shall be included in or amend to the PGSHP at least 10 Working Days prior to the Contractor beginning Work in 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 Owner’s and Contractor’s workers when working in or near a confined space. Measurement and Payment All costs to prepare and implement and update the PGSHP including the Confined Space Plan(s) and site specific health and safety plan shall be included in theBid item ”Project General Safety and Health Program”. 1-07.3 MANAGEMENT AND DISPOSAL OF WASTE Add the following Sections: 1-07.3(6) DISPOSAL OF TREATED WOOD WASTE (GSP 5-28-14) Wood piles, utility poles, railroad ties, and other wood waste treated with specific chemical preservatives may be generated under this Contract. Arsenic-treated wood and wood treated with creosote and pentachlorophenol are exempt from the Washington State Dangerous Waste Regulations (WAC 173-303- 071) based on generator knowledge of the toxicity or persistence characteristics of this waste. The Contractor is responsible for worker protection and proper health and safety procedures during handling of treated wood waste in accordance with Section 1-07.1. The Contractor is responsible for managing the treated wood waste in accordance with WAC 173-303- 071. This includes disposing of the wood waste at an approved landfill that is permitted as a RCRA Subtitle D facility in accordance with chapter 173-350 WAC, Solid Waste Handling Standards or Chapter 173-351 WAC, Criteria for Municipal Solid Waste Landfills; or sending the wood waste to a facility that has all the regulatory authority required to treat the wood waste.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 83 Division 1: General Requirements

Contractor shall propose how the wood timbers are to be disposed per Section 1-07.3(2). The Contractor is responsible for obtaining waste clearance forms and providing estimated waste quantities and disposal facility information to the Engineer for review prior to disposal. 1-07.3(7) DISPOSAL OF MATERIAL CONTAINING ASBESTOS AND LEAD (SP 10-13-17) The Contractor is advised that asbestos, lead or lead based paints may be present as a component of existing utilities, duct banks, vaults, wiring, and within areaways. No tests have been performed to verify the presence of asbestos. Conduit materials labeled “TST” in the Drawings or vault detail Drawings are Transite Asbestos conduit materials. Where the presence of the material is known, it is labeled, and no additional investigations have been performed to determine the extent of the material (See Section 2- 02.3(10) “Removal and Disposal of Transite Pipe”. It shall be the Contractor’s responsibility to identify, remove and dispose of asbestos using equipment and procedures that meet all the requirements of local, State and Federal regulations, laws, ordinances and codes relating to the handling and disposal of asbestos and asbestos contaminated material. The Contractor shall include a detailed description of the proposed methods of identifying and removing asbestos contaminated material in the Project General Safety and Health Program required under the provisions of Section 1-07.30, including a description of proposed equipment, protective clothing, and methods of containing asbestos contaminated material during the removal process to ensure the safety of the Contractor’s personnel and the general public. 1-07.5 PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF NATURAL RESOURCES 1-07.5(4) NOISE POLLUTION Replace this Title and Section with the following: 1-07.5(4) NOISE CONTROL AND WORK PERFORMED AT NIGHT (GSP 01-01-11) The Contractor shall take all reasonable measures for the suppression of noise resulting from work operations. Mobile engine driven cranes, loaders and similar material handling Equipment; engine used in stationary service for standby power; air compressors for high and low pressure service and other similar equipment shall be equipped with exhaust and air intake silencers designated for use in critical noise problem locations such as high density residential, hotel and hospital areas. The Contractor shall conduct performance of the Work consistent with the applicable noise control levels set forth in SMC Chapter 25.08 or, if outside the City limits and in King County, Chapters 12.86 through 12.100, King County Code, and the requirements of local jurisdictions; or, if outside King County the requirements of local jurisdictions, including all reasonable measures for the suppression of noise resulting from Work operations including the equipping of engine driven equipment with such exhaust and air intake silencers designed to achieve the reasonable degree of silencing determined by Owner to be appropriately necessary. A temporary Noise Variance from the City of Seattle Department of Construction & Inspection (SDCI) Noise Abatement Program is required for all work occurring between 10 pm and 7 am on weekdays, 10 pm and 9 am on weekends and legal holidays. Impacts construction is limited to the hours between 5 pm and 8 am on weekdays and 5 pm and 9 am on weekends and legal holidays. The Contractor will either be provided a temproary noise variance or obtain one from SDCI. In addition to the above requirements, as a measure to mitigate noise, the Contractor shall perform any approved nighttime construction work in Seattle (between the hours of 10:00 PM to 7:00 AM Monday through Friday and 10:00 PM to 9:00 AM on Saturday and Sunday) under the following conditions: 1. All trucks performing export haul shall have rubber bed liners; 2. All backup warning devices shall be the least intrusive audible type or the Contractor may use a backup observer in lieu of backup warning devices as allowed by WAC 296-155-610(2)(e). Additionally, requirements in WAC 296-155-2F must be followed when reversing dump trucks and/or pup trailers; 3. Lighting equipment shall be directed away from oncoming traffic and residences, and shall be shielded as deemed necessary by the Engineer. Lighting that is encased in a balloon-like

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 84 Division 1: General Requirements

material that diffuses the light, and reduces the glare, and can be directional controlled is encouraged; 4. Equipment such as generators, air compressors, or any other similar machinery shall use approved mitigation shields; and, 5. Night work shall be addressed in the Project General Safety and Health Program (PGSHP); see Section 1-07.1(4). The Contractor will develop a noise control plan that will include the following: 1. Maintain a 1-foot-thick layer of muck or dirt in the bottom of haul truck beds. 2. Use only ambient-sensing broadband backup alarms and minimize backing up. 3. Limit engine idling to 5 minutes or less. 4. Use radios for long-range communication; only use raised voices and public address systems in an emergency. 5. Use upgraded engine exhaust mufflers, engine shrouds, or sound enclosures on noisier equipment. 6. Install portable sound barrier around noisier equipment. 7. Use electric and hydraulic equipment instead of diesel or pneumatic equipment. 8. Require the contractor to develop a noise control plan to identify and mitigate noise impacts based on specific means and methods. 9. Develop noise limits, address complaints, and monitor noise levels during construction. 10. Obtain a temporary noise variance for work performed at night. Please note that the City of Seattle has applied for three (3) initial temporary noise variances on behalf of the contractor. This application has been included in the Appendix. The Contractor is responsible for meeting the conditions of the approved application and for obtaining any additional variances necessary to complete the work. The Contractor will develop and implement a vibration control plan. The plan will require that the contractor: 1. Select haul routes to avoid areas with higher residential density, as feasible. 2. Phase vibration-producing activities so they do not occur simultaneously, as feasible. 3. Schedule vibration-producing activities outside time periods where sensitive receptors are most sensitive to vibration, as feasible. For example, execute vibration-producing work near residential buildings during daytime hours and commercial buildings during nighttime hours. 4. Minimize the use of impact tools, such as hoe rams and jackhammers; use lower-vibration equipment, such as concrete saws, for demolishing existing pavement. 5. Use lower power settings on vibratory rollers or large static rollers, as feasible. 6. To completely avoid risk of cosmetic damage to areaways or existing cast iron water mains, heavy/strong vibratory construction equipment will maintain a buffer around the areaways or existing water main of 8 feet to 15 feet, depending on the equipment being used. This buffer will limit vibration in areaways and cast iron water main to 0.2 PPV (inches/second). No jackhammers shall be used over the existing water main where it is to remain in place. Replace this Title and Section with the following: 1-07.5(5) ARCHEOLOGICAL AND HISTORIC PRESERVATION (SP 04-10-17) Archaeological resources (as defined in RCW 27.53) or historical objects, such as ruins, sites, buildings, artifacts, fossils, or other objects of antiquity that may have significance from a historical or scientific standpoint, which may be encountered by the Contractor, shall not be further disturbed. To protect

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 85 Division 1: General Requirements potential cultural resources in place, the Contractor shall follow the project’s Cultural Resources Inadvertent Discovery Plan. A draft plan has been provided in Appendix and will be finalized after issuance of the NTP. Add the following Sections: 1-07.5(6)A1 INADVERTENT DISCOVERY OF CULTURAL RESOURCES (SP 04-10-17) If any staff members of SDOT, the Contractor, or Subcontractors encounter cultural or archaeological remains of any kind, all work at and adjacent to the discovery shall immediately cease. He or she will inform the project Engineer. The area of work stoppage will be at minimum 50 feet from the discovery and adequate to provide for the security, protection, and integrity of the archaeological discovery. Contact SDOT’s Environmental Services Coordinator who will follow the project’s Cultural Resources Inadvertent Discovery Plan and notify these agencies”. If the Engineer finds that the suspension of Work in the vicinity of the discovery increases or decreases the cost or time required for performance of any part of the Work under this Contract, the Engineer will make an adjustment in payment or the time required for the performance of the Work in accordance with Sections 1-04.4 and 1-08.8. 1-07.5(6)A2 INADVERTENT DISCOVERY OF HUMAN SKELETAL REMAINS (SP 04-10-17) If human skeletal remains are encountered by the Contractor, they shall not be further disturbed. The Contractor shall immediately notify the Engineer of any such finds, and shall cease all work adjacent to the discovery, in an area adequate to provide for the total security and protection of the integrity of the skeletal remains. The finding of human skeletal remains must be reported to the King County Medical Examiner’s Office and the Seattle Police Department in the most expeditious manner possible. The remains should not be touched, moved, or further disturbed. SDOT’s Environmental Services Coordinator will follow the project’s Cultural Resources Inadvertent Discovery Plan and notify these agencies. If the Engineer finds that the suspension of Work in the vicinity of the discovery increases or decreases the cost or time required for performance of any part of the Work under this Contract, the Engineer will make an adjustment in payment or the time required for the performance of the Work in accordance with Sections 1-04.4 and 1-08.8. 1-07.6 PERMITS 1-07.6(1) CONTRACTOR OBTAINED PERMITS (GSP 7-24-15) Add the following: This is a Seattle Department of Transportation Project and a Street Use Permit will not be required. Where Seattle Department of Construction and Inspections permits are required, permits may be obtained online at the following website: http://www.seattle.gov/dpd/permits/ or applied for in person at the Applicant Service Center located at: 700 5 th Avenue, 20 th Floor Seattle, WA Notifications for scheduling SDCI inspections shall be provided in accordance with Section 1-07.28(21). Contractor may be required to obtain Temporary Noise Variance from the Seattle Department of Construction and Inspection (SDCI). 1-07.6(2) OWNER OBTAINED PERMITS (SP 04-10-17) Supplement this Section with the following: The Owner will obtain the following permits for the project: 1. Certificate of Approval from the Historical Commission 2. Temporary Noise Variance from the Seattle Department of Construction and Inspection (SDCI)

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 86 Division 1: General Requirements

3. NPDES Construction Stormwater Permit 4. Industrial Waste Discharge Permit. Copies of all Owner obtained documents noted above are included in the Appendix. 1-07.9 WAGES 1-07.9(1) PREVAILING WAGE RATES 1-07.9(1)B APPLICABILITY OF FEDERAL PREVAILING WAGE RATES (GSP 7-29-2013) Supplement this Section with the following: Davis-Bacon and Copeland Anti-Kickback Acts. This project is federally-funded and the following additional provisions apply.

(1) Minimum wages - (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), 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)(iv) 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 Part 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 classifications and wage rates conformed under paragraph (1)(ii) 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.

(ii)(A) 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:

(1) Except with respect to helpers as defined as 29 CFR 5.2(n)(4), the work to be performed by the classification requested is not performed by a classification in the wage determination; and

(2) The classification is utilized in the area by the construction industry; and

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

(4) With respect to helpers as defined in 29 CFR 5.2(n)(4), such a classification prevails in the area in which the work is performed.

(B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 87 Division 1: General Requirements 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, Employment Standards Administration, 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.

(C) 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.

(D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii) (B) or (C) 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.

(iii) 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.

(iv) 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.

(v)(A) The contracting officer shall require that any class of laborers or mechanics 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 therefor only when the following criteria have been met:

(1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and

(2) The classification is utilized in the area by the construction industry; and

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

(B) 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, Employment Standards Administration, 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.

(C) 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

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 88 Division 1: General Requirements

(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 with 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(v) (B) or (C) 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.

(2) Withholding - The Owner 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 (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, the Owner may, after written notice to the contractor, sponsor, applicant, or owner, 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 - (i) 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 (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). 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.

(ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Owner for transmission to the Federal Transit Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors.

(B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:

(1) That the payroll for the payroll period contains the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5 and that such information is correct and complete;

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 89 Division 1: General Requirements

(2) 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 Regulations, 29 CFR part 3;

(3) 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.

(C) 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 (a)(3)(ii)(B) of this section.

(D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.

(iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Federal Transit Administration 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 Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, 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 wage rates - (i) Apprentices - 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, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, 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 Bureau of Apprenticeship and Training 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 of the Wage and Hour Division of the U.S. Department of Labor determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 90 Division 1: General Requirements performed until an acceptable program is approved.

(ii) Trainees - 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 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.

(iii) 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. (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. (6) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Federal Transit Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses 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.

(9) Disputes concerning labor standards - 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 - (i) 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).

(ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 91 Division 1: General Requirements

Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

(iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 1-07.9(1)D OVERTIME (GSP 7-29-2013) Supplement this Section with the following: Contract Work Hours and Safety Standards. This project is federally-funded and the following additional provisions apply.

(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.

(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 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 of $10 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.

(3) Withholding for unpaid wages and liquidated damages - The (write in the name of the grantee) 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.

(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. 1-07.9(2) PAYROLL REPORTS (GSP 05-01-13) Replace the 2 nd paragraph with the following: Payrolls will be submitted on the federal payroll form WH-347 which is attached to this project manual. The reverse side of the form contains an affidavit that shall be filled out and signed. If the Contractor’s payroll reports are computerized, the computerized reports may be submitted along with the signed affidavit on the reverse side of form WH-347. Additionally, the Contractor shall attach to their weekly payroll report a Prompt Pay Affidavit for the previous week’s payments. 1-07.9(7) REQUIRED DOCUMENTS (GSP 08-23-11) Replace Item 2. with the following: 2. Each progress estimate submitted for payment shall include the following statement: “I certify that the prevailing wages have been paid in accordance with the pre-filed Statement(s) of Intent to Pay Prevailing Wages on file with the City Purchasing & Contracting Services Division of the Department of Finance and Administrative Services.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 92 Division 1: General Requirements

This statement covers the following period (month/day/year) to ______(month/day/year)” This statement shall be completed and signed by an authorized representative of the Contractor prior to payment of any voucher pursuant to RCW 39.12.040. This statement shall be attached to each progress estimate submitted to the Engineer for payment, certifying that the Statements of Intent to Pay Prevailing Wages have been approved by L&I and that prevailing wages have been paid in accordance with the previously filed Statement of Intent to Pay Prevailing Wages as specified in the first paragraph of Section 1-07.9(7), or the estimate will not be paid. 1-07.11 SOCIAL EQUITY IN CONTRACTING Delete the Section and Replace with the following: 1-07.11 CIVIL RIGHTS (GSP 05-13-13) The Owner provides assistance to contractors that desire to bid on, or have been awarded a City contract, funded in part or in whole by the Federal Transit Administration, to comply with the requirements set forth below. Should a contractor desire assistance or information, they may contact CPCS at 206- 684-0444. Any questions, reports, or other submittals regarding the requirements of this Section shall be directed to: City Purchasing and Contracting Services Division (CPCS) City of Seattle, Department of Finance and Administrative Services Seattle Municipal Tower 700 Fifth Ave, Suite 4112 Seattle WA 98104 1-07.11(1) NON-DISCRIMINATION In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. 1-07.11(2) EQUAL EMPLOYMENT OPPORTUNITY The following equal employment opportunity requirements apply to the underlying contract: (A) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: 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. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 93 Division 1: General Requirements

(B) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue.

(C) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. 1-07.11(3) SUBCONTRACTING COMPLIANCE Non-Discrimination Requirements The Owner will not enter into contracts with Contractors that do not agree to use Affirmative Efforts to employ or contract with women and minority group members as required under SMC 20.42, who do not agree to ensure an Acceptable Work Site, or who violate any provisions of that chapter, or those requirements set forth below. 1-07.11(4) DISADVANTAGED BUSINESS ENTERPRISES (DBE) (GSP 09-03-13) (A) This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs . A DBE goal of 8.3% has been established for this Contract. (B) The contractor 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 this DOT-assisted contract. 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 City of Seattle deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph ( see 49 CFR 26.13(b)). (C) DBE Utilization Certification - Bidders shall submit the name, address, DBE/Non-DBE status, annual gross receipts, and age of the firms bidding or quoting subcontracts on DOT-assisted projects. Compliance with the requirement to provide the Bidder’s List information is a matter of responsiveness. In order to be responsive, bidders must submit with their sealed bids the DBE Utilization Certification information on the form in section 0-01.3 Bid Form. (D) The Contractor will be required to report its DBE participation obtained through race-neutral means throughout the period of performance. 1. Reporting Requirement. The Owner requires that the Contractor report any actual DBE participation based on dollars paid on this Contract to enable the City to monitor DBE participation accurately and for reporting purposes. All DBE work shall be reported. The Contractor shall submit a report on the Owner provided form on a quarterly basis for any calendar quarter in which DBE Work is accomplished or upon completion of the project, as appropriate. The dollars are to be reported as specified herein. In the event that the payments to a DBE have been made by an entity other than the prime Contractor (as in the case of a lower-tier Subcontractor or supplier), then the prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity and submit the report to the Owner. 2. DBE Eligibility. A DBE may be eligible to count toward Contract participation if the firm is certified and performs work on the contract within their certified scope of work.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 94 Division 1: General Requirements

3. DBE Listing. A Directory of DBE firms certified by OMWBE is available online at the following website address: http://www.omwbe.wa.gov/directory/directory.htm or the OMWBE can be reached at 360- 753-9693. 4. Counting DBE Participation. The Owner will count DBE participation toward the overall DBE goal as provided for in 49 CFR 26.55, provided that the following are also met: a. DBE Contractor. The Owner will only count the work a DBE contractor performs with its own forces as well as the work performed by DBE subcontractors, with their own work forces. b. Joint Venture. When a DBE performs as a participant in a joint venture, the Owner will only count that portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work that the DBE performs with its own forces. c. Commercially Useful Function. The Owner will count expenditures to a DBE contractor only for DBEs who perform a commercially useful function on that contract. i. 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, installing (if applicable) and paying for the material itself. ii. DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract or project through which funds is passed in order to obtain the appearance of DBE participation. 1) A DBE does not perform a commercially useful function if it fails to exercise responsibility with its own work force for at least 30 percent of the total cost of its contract, or the DBE subcontracts a greater portion of the work of a contract than would be expected on the basis of normal industry practice for the type of work involved. d. Trucking. Use the following factors in determining whether DBE trucking company is performing a commercially useful function: i. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible on a particular contract, and there cannot be a contrived arrangement for meeting the DBE goals. ii. The DBE must itself own and operate at least one fully licensed, insured, and operational truck that is used on the contract. iii. The DBE receives credit for the total value of the transportation services it provides on the contract using trucks it owns, insures, and operates using drivers it employs. iv. The DBE may lease trucks from another DBE firm, including an owner-operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provides on the contract. v. The DBE may also lease trucks from a non-DBE firm and may enter an agreement with an owner-operator who is a non-DBE. The DBE who leases trucks from a non-DBE or employs a non-DBE owner-operator is entitled to credit only for the fee or commission it receives as a result of the lease arrangement. The DBE does not receive credit for the total value of the transportation services provided by the lessee, since these services are not provided by a DBE vi. In any lease or owner-operator situation, as described in subparagraphs d and e above, the following rules shall apply: 1) A written lease/rental agreement on all trucks leased or rented, showing the true ownership and the terms of the rental must be submitted and approved by the

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 95 Division 1: General Requirements

Contracting Agency prior to the beginning of the work. The agreement must show the lessor’s name, trucks to be leased, and the agreed upon method of payment (hour, ton, or per load). All lease agreements shall be for a long-term relationship, rather than for the individual project. Does not apply to owner-operator arrangements 2) Only the vehicle (not the operator) is leased or rented. Does not apply to owner- operator arrangements. vii. In order for DBE project goals to be credited, DBE trucking firms must be covered by a subcontract or a written agreement approved by the City prior to performing their portion of the work. viii. For purposes of this subparagraph 4, a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. e. Expenditures with DBEs. Expenditures with DBEs for materials or supplies shall be counted as provided in the following: i. Manufacturer. If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies towards the DBE goal. A manufacturer is a firm that operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications. ii. Regular Dealer. If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies. A regular dealer is a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. 1) To be a regular dealer a firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. 2) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided in this Section (5)(b), if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers’ own distribution equipment shall be by a long-term lease agreement and not on an ad hoc or of the cost of the materials and supplies themselves shall be counted on a contract by contract basis. 3) Packagers, brokers, manufacturers’ representatives, or other persons who arrange or expedite transactions are not regular dealers. iii. Purchases from a DBE. With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, count the entire amount of 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 a job site, provided the fees are reasonable and typical for the services rendered. No part of the cost of the materials and supplies themselves shall be counted. (E) Disadvantaged Business Enterprise And Other Small Contractors And Suppliers Participation. The Owner encourages Contractors to pursue opportunities for DBE participation. The Owner encourages bidders to carry out the following steps to facilitate DBE and other small contractors and suppliers participation, which may be either on a direct basis in response to this solicitation or as a subcontractor to a bidder.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 96 Division 1: General Requirements

(a) Solicit through all reasonable and available means (e.g., attendance at pre-bid meetings, advertising and/or written notices) DBE and other small contractors and suppliers that have the capability to perform the work of the contract. (b) Select portions of the work to be performed by subcontractors to increase the likelihood that DBE and other small contractors and suppliers’ goals will be achieved. (c) Provide interested subcontractors with adequate information about the plans, specifications, and requirements of the contract in a timely manner to assist them in responding to a solicitation. (d) Negotiate in good faith with interested DBEs and other small contractors and suppliers. (e) Avoid rejecting DBEs and other small contractors and suppliers as being unqualified without sound reasons based on a thorough investigation of their capabilities. The Contractor’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 Contractor’s efforts to obtain DBE and other small business participation. (f) Make efforts to assist interested DBEs and other small contractors and suppliers in obtaining bonding, lines of credit, or insurance as required by the recipient or contractor. (g) Make efforts to assist interested DBEs and other small contractors and suppliers in obtaining necessary equipment, supplies, materials, or related assistance or services. (h) Effectively use the services of available minority/women community organizations, contractors’ groups, local, state, and Federal minority/women business assistance offices; Disadvantaged Business Enterprise and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of DBEs and other small contractors and suppliers. (F) The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor’s receipt of payment for that work from the Owner. In addition, the Contractor may not hold retainage from its subcontractors. (G) The contractor must promptly notify the Engineer whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of the Owner. 1-07.11(4)A ACCEPTABLE WORK SITE (SP 07-10-17) The Contractor must ensure an Acceptable Work Site and must include this Section in all subcontracts. The intent of the person that appears to violate the Acceptable Work Site is not a measure of whether such behaviors are appropriate; rather the standard is whether a reasonable person should have known that such behavior would cause a worker to be humiliated, intimidated, or otherwise treated in an inappropriate, discriminatory, or differential manner. Behaviors that violate an Acceptable Work Site include but are not limited to: 1. Persistent conduct that to the reasonable person would be perceived as offensive and unwelcome; 2. Conduct that a reasonable person would perceive to be harassing or bullying in nature; 3. Conduct that a reasonable person would perceive to be hazing; 4. Verbal references that a reasonable person would perceive to be offensive stereotypes or racial/gender slurs; 5. Jokes about race, gender, or sexuality that a reasonable person would perceive to be offensive; 6. Task assignments that stratify, or give a perception of stratification, based on race, gender, or other defining characteristics;

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 97 Division 1: General Requirements

7. Language that a reasonable person would perceive to be offensive based on race, gender, or oriented towards sexuality; 8. Name-calling, cursing, or unnecessary yelling, including from a supervisor, foreman, or other more senior person, that a reasonable person would perceive as offensive; 9. Repeating rumors about individuals in the Work Site that a reasonable person would perceive as harassing or harmful to the individual’s reputation; 10. Refusal to hire someone based on race, gender, sexuality, or any other protected class; and 11. References to or requests for immigration status other than those required by law, religious affiliation, gender affiliation, criminal background, or other related aspects of a worker unless mandated by federal law. To maintain an Acceptable Work Site, all Work must be assigned in a manner that respects training objectives for apprentices and ensures an equitable distribution of meaningful work, training, and assignments among all workers. While maintaining and managing an Acceptable Work Site is the Contractor’s responsibility, each Subcontractor must also have accountability for performance in sustaining and managing their Work Sites. CPCS will monitor Work Sites to ascertain whether a risk or circumstance exists that may merit a remedy. Monitoring may include proactive observations of the Work Site, interviews of individuals familiar with the Work Site, collection of data that may evidence disparities, investigation of complaints by an individual familiar with the Work Site, or collection of other evidence. If risks or circumstances that may merit a remedy are discovered, CPCS will notify and collaborate with the prime Contractor to discuss appropriate remedies, and may likewise notify Subcontractors and appropriate unions when necessary for the resolution of the situation, except when unusual circumstances require confidentiality. CPCS may also require other remedies such as those found in Section 1-08.1(3), if CPCS regards the situation as urgent, of potential harm, or without timely resolution. This Section is for the benefit of the Owner and its interest in the Project. It does not create any third-party beneficiaries or form the basis of any action against the Owner by a third party. 1-07.11(5) APPRENTICES AND TRAINEES (A) Apprentices The following Apprenticeship requirements apply to projects with an Engineer’s Estimate of $1,000,000.00 or more.

1. The Owner has determined that there is a need for increased training and apprenticeship opportunities in the construction industry and that a diverse and well trained workforce is critical to the economic as well as social vitality of the region. In establishing requirements for the use of apprentices on the Project, it is the Owner’s intent to encourage the training and promotion of apprentices to journey level status.

2. Apprenticeship Utilization and Goals The Contractor shall ensure that fifteen percent (15%) of the total Contract labor hours utilized on the Project are performed by apprentices registered with the Washington State Apprenticeship and Training Council (WSATC).

Total Contract labor hours: a. Include additional hours worked as result of Change Orders.

b. Exclude hours worked by foremen, superintendents, supervisors, owners, and workers who are not subject to prevailing wage requirements. However, it may be determined that they are subject to prevailing wage requirements pursuant to the following criteria of WAC 296-127-015: Two (2) supervisors (e.g. foreman, general foreman, superintendents, etc) are entitled to receive at least the journey level prevailing rate of wage for performing manual or physical labor: a. For each hour spent in the performance of manual or physical labor if it is for more than 20 percent by less than fifty percent of their hours worked on a public works project during any given week.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 98 Division 1: General Requirements

c. For all hours worked in any given week if they perform manual or physical labor for fifty percent or more of their hours worked on a public works project during such week.

The Contractor shall include the apprentice utilization requirements of this Section in all subcontracts executed for the Project, and ensure that all Subcontractors working on the Project are notified of the apprentice utilization requirements. The Contractor is responsible for meeting the apprentice utilization requirements of the Contract, including overall compliance on all Contract labor hours worked by Subcontractors.

The Contractor shall make good faith efforts to: a) Ensure that apprentice hours worked are equally distributed in each trade/craft and consistent with the apprentice utilization percentage requirement of the Contract. b) Recruit and hire minority and women apprentices for the Project. Of the total apprentice utilization requirement percentage, the Contractor shall pursue a goal of using twenty-one (21%) labor hours performed by minority apprentices and twenty percent (20%) labor hours performed by women apprentices.

The Contractor shall ensure compliance with RCW 49.04, WAC 296-05, and the apprenticeship training standards for each trade/craft classification used on the Project, as set forth by the Washington State Department of Labor and Industries.

3. Apprentice Utilization Plan On or before the date of the pre-construction meeting, the Contractor shall submit to CPCS, a comprehensive plan outlining how the apprentice utilization requirements will be met on the total Contract labor hours. The plan shall be submitted on a form provided by the Owner or by accessing http://www.seattle.gov/contracting/apprentice.htm. CPCS will provide assistance in directing the Contractor to available resources for hiring apprentices. The Contractor, the Engineer, and CPCS shall meet to discuss and modify the plan as may be appropriate.

4. Changes to the Apprentice Utilization Requirement If, during the term of the Contract, the Contractor determines that it will be unable to meet the apprentice utilization percentage required by Section 1-07.11(5)B, the Contractor may make a written request to CPCS to reduce the required apprentice utilization percentage. The request shall include documentation of the Contractor’s good faith efforts to hire apprentices registered with WSATC approved programs. These documents shall demonstrate:

a) That an inadequate number of apprentices are available to meet the required apprentice utilization percentage or that there is a disproportionately high ratio of material costs to labor hours, which does not make the required minimum levels of apprentice participation feasible for this Contract, and b) That the Contractor has made good faith efforts to comply with the requirement

CPCS will evaluate the request, and if appropriate, a change order will be prepared by the Engineer reducing the required utilization percentage. If CPCS determines that a reduction in the required utilization percentage is not justified, CPCS will communicate the decision in writing to the Contractor

5. Quarterly Apprentice Utilization Report The Contractor shall submit a Quarterly EEO/Apprentice Utilization Report in an electronic format to CPCS. The Contractor shall report information on all apprentices performing work on the Project, including those employed by Subcontractors during the reporting period. Forms are available by calling (206) 684-0430 or by accessing http://www.seattle.gov/contracting/apprentice.htm . The report shall be submitted by the 15th of the month following the end of the previous quarter (i.e. April, July, October, and January),

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 99 Division 1: General Requirements

starting with the end of the quarter after Notice to Proceed and continuing until the Physical Completion Date has been established. The Contractor shall submit such other information as may be requested by the Owner to verify compliance with the apprentice utilization requirements of the Contract. The Owner reserves the right to add, delete, change as necessary the information required by the Contractor on the Quarterly EEO/Apprentice Utilization Report form.

6. Monitoring CPCS will verify the registration of each apprentice used on the Project with the WSATC. CPCS will monitor the apprentice utilization data provided by the Contractor. The Owner will make routine visits to the Project Site for the purpose of confirming the use of apprentices.

7. FTA Information 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, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, 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 Bureau of Apprenticeship and Training 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 of the Wage and Hour Division of the U.S. Department of Labor determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor 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 - 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

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 100 Division 1: General Requirements full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman 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. 1-07.16 PROTECTION AND RESTORATION OF PROPERTY

Add the following Section: 1-07.16(1)B PARK PROPERTY PROTECTION (GSP 12-03-08) No property belonging to the Department of Parks and Recreation shall be used for staging or access, without prior written permission from the Engineer and the Department of Parks and Recreation. The Contractor shall notify the Engineer two (2) Working Days before excavating within 10 feet of the drip line of any tree on Park Property (including parks and boulevards) or removing any shrubs, bushes, or other vegetation. The Engineer will notify Park Arborist, at (206) 684-4113. The Contractor shall coordinate with the Engineer and Arborist to restoration of Park property.

Add the following Section: 1-07.16(1)C SEATTLE MONORAIL (SP 08-03-17) Adjacent to the Seattle Monorail columns, excavation is restricted within the zone measured at street level, 5.5 ft. from the center of each column face, perpendicular to the column face, forming a rectangle around the column and extending outward and downward at 45 degrees. Nearby excavations must be monitored to assure footing stability. Any Work to be performed in or near the restricted area must have prior approval from the Seattle Center director. Excavations in the restricted area may be possible provided a professional engineer designs a site-specific support system and the Seattle Center gives written approval. At or above grade: The piers above ground level must not be moved, nor can any items such as lighting or signage be attached to the piers without prior written consent from the Seattle Center director. Monorail piers must not be painted. Landscaping must not occur adjacent to piers or within 10 feet of a Monorail structure without prior written consent of the Seattle Center Director. Any construction activity in the area of the power rails must comply with OSHA guidelines and must comply with WAC 296.45 for working around high voltage. Construction equipment must remain outside the 14-footoperational envelope from each side of the beam at all times except for permitted work windows when allowed by the Seattle Monorail facilities. Contractors must employ spotters and must provide a method to delineate the operational envelope when any construction activity occurs within 25 feet of the beams. For notification requirements for Work adjacent to Seattle Monorail facilities, see Section 1-07.28 and Section 1-07.36

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 101 Division 1: General Requirements

Add the following Section: 1-07.16(5) HISTORIC AREAWAYS (NEW SECTION SP 05-10-17) Below grade areaways (areaways are noted in the Drawings), exist at multiple locations along the project corridor. These structures generally consist of a street wall located parallel to the roadway in the vicinity of the curb line, a structural sidewalk/ceiling, and partition walls at property boundaries. Building materials, dimensions and structural conditions vary between areaways. Some areaways have been filled in-place, some abandoned but remain open, and some are currently utilized as active (i.e. retail) or passive (storage) space by the property owner. Some of the areaways have been observed by the Engineer and these observation reports are included in the appendices to this project manual. The areaways on this project corridor have been identified as historic cultural resources and shall be protected at all times during construction, regardless of composition, condition, or use. Contractor shall include protection measures in all plans for work to be conducted inside or adjacent to existing areaways. Contractor shall refer to the cultural resource reports shown in Appendix H14 of the project Environmental Assessment, and comply with all environmental commitments set forth in the project Finding of No Significant Impact (FONSI).

1-07.17 UTILITIES AND SIMILAR FACILITIES 1-07.17(1) GENERAL (GSP 8-15-14) In the end of the 9th paragraph, replace See Section 1-05.3(5) with 1-05.3(6)

1-07.18 INSURANCE 1-07.18(1) MINIMUM INSURANCE COVERAGE, LIMITS, AND OTHER RESPONSIBILITIES 1-07.18(1)D RESERVED Replace this Section with the following: 1-07.18(1)D IN-TRANSIT POLLUTION LIABILITY INSURED (GSP 01-31-11) CA 99 48 and MCS 90 endorsements are required on the Automobile Liability insurance policy unless in- transit pollution risk is covered under a Pollution Liability insurance policy 1-07.18(1)E RESERVED Replace this Section with the following: 1-07.18(1)E XCU AND SUBSIDENCE PERILS NOT EXCLUDED (GSP 01-31-11). The Contractor’s CGL insurance shall not exclude perils generally known as XCU (Explosion, Collapse and Underground Property Damage), Subsidence, Absolute Earth Movement (except as respects earthquake peril only) or any equivalent peril. 1-07.18(1)F RESERVED Replace this Section with the following: 1-07.18(1)F PRODUCTS AND COMPLETED OPERATIONS ADDITIONAL INSURED (GSP 01-31-11) The Contractor’s CGL insurance shall include the Owner as an additional insured for Products and Completed Operations by providing additional insured status on the ISO CG 20 10 11 85 or CG 20 37 endorsement, or by an equivalent policy or endorsement provision. The Products and Completed Operations additional insured status for the Owner shall remain in effect for not less than three (3) years following the Physical Completion Date or Final Acceptance of the Work (as applicable) by the Owner. 1-07.18(1)G RESERVED Replace this Section with the following:

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 102 Division 1: General Requirements

1-07.18(1)G CONTRACTOR’S POLLUTION LIABILITY INSURANCE (GSP 03-09-12) The Contractor shall provide a Pollution Liability policy for pollutants being remediated on or off site covering claims, including investigation, defense, or settlement costs and expenses that involve bodily injury and property damage (including natural resources damages and loss of use of tangible property that has not been physically injured) covering: 1. Pollution conditions caused or made worse by the Contractor, including clean-up costs for a newly caused condition or a historical condition that is made worse. 2. The vicarious liability of subcontractors of any tier. Such Pollution Liability insurance shall provide a minimum limit of liability of $1,000,000 each claim with a minimum aggregate limit of 200% of the each claim limit. There shall be no requirement for a dedicated project aggregate limit provided that the Contractor shall (1) cause to be submitted to the City prior to the Notice to Proceed date with its insurance certification a written statement from its authorized insurance representative that the full minimum aggregate limit is available and has not been impaired by any claims reserved on another project, and (2) thereafter, until the completion of the Work, the Contractor shall provide notice in writing to the City within ten (10) Days of Contractor’s constructive knowledge of any pending or actual impairment of the aggregate limit. If in-Transit Pollution Liability is required but it is not provided under the Automobile Liability per 1-07.18(1)D, then the Contractor must provide evidence of transportation coverage under the Contractor’s Pollution Liability policy. 1-07.18(1)H RESERVED Replace this Section with the following: 1-07.18(1)H UMBRELLA OR EXCESS LIABILITY INSURANCE (GSP 01-31-11) The Contractor shall provide minimum Excess or Umbrella Liability coverage limits of $26,000,000 each occurrence in excess of the primary CGL and Automobile liability insurance limits specified in section 1- 07.18(1)A and 1-07.18(1)B. The minimum total limits requirement of $27,000,000 may also be satisfied with primary CGL and/or Automobile liability insurance limits or any combination of primary and excess/umbrella limits 1-07.18(1)K RESERVED Delete this Section

1-07.18(1)L RESERVED Delete this Section

1-07.18(1)M RESERVED Delete this Section

1-07.23 PUBLIC CONVENIENCE AND SAFETY 1-07.23(2) PEDESTRIAN CONTROL AND PROTECTION (GSP 08-23-16) Replace the third and fourth paragraph in this section with the following: Where sidewalks are required to be closed by construction, an alternate walkway shall be provided and the walkway shall be ADA compliant including curb ramps and detectable warnings Where it is necessary to divert pedestrians into the roadway, barriers shall be provided to separate the pedestrian walkway from the adjacent vehicular traffic lane. At no time shall pedestrians be diverted into a portion of a street used concurrently by moving vehicular traffic.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 103 Division 1: General Requirements

1-07.23(3) SPEED AND PARKING CONTROL (GSP 11-11-10) Replace this section with the following: If alteration of the legal (or posted) speed limit or parking control is necessary for the completion of the Work, as determined by the Engineer, there will be no cost to the Contractor. All costs for covering of parking meter(s) and placing no parking markers on “numbered” base plates where parking pay stations exist for Contractor's convenience will be at the Contractor's own expense. See Section 1-10.3(3)N. 1-07.24 REAL PROPERTY RIGHTS (SP 10-13-17) Replace the sixth paragraph with the following: The Contractor is responsible for providing, without expense or liability to the Owner, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of Materials, or other Contractor needs. Before using any private property, whether adjoining the Work or not, the Contractor must obtain appropriate permits as required in Section 1-07.6(1), file a written statement with the Engineer granting permission by the property owner for such property use. Upon vacating the private property, the Contractor must file a written release with the Engineer from the property owner. Each property disturbed or otherwise interfered with by the Contractor for reasons of construction pursued under this Contract requires a written permission and written release. The written permission and written release must be signed by the private property owner, or proper authority acting for the owner of the 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 including cleanup as required in Section 1-04.10 has been satisfactorily accomplished. The written permission and written release must include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Physical Completion Date can be established, as specified in Section 1-05.11(2). 1-07.28 NOTIFICATIONS RELATIVE TO CONTRACTOR’S ACTIVITIES (SP 10-13-17) Add the following at the end of the third paragraph: All written communications performed by the Contractor shall be submitted to the Engineer in advance of the planned notification. The Contractor shall also include the Engineer in all written notifications in order to provide confirmation that proper notifications have been made. 2) For Work That Partially or Completely Restricts Any Seattle Arterial, Street, Sidewalk, or Alley : Replace the first paragraph with the following: Contractor shall submit Maintenance of Traffic Plans for review and approval by SDOT Street Use MOT and Construction Hub Center (Ken Ewalt) and obtain permit approval prior to any activity in the right-of- way. After receiving approval of the traffic control plan (see Section 1-10.2(5)), the Contractor shall provide notice to the Engineer and SDOT (at 206-684-7623 Monday to Friday 8:00 AM to 5:00 PM) before the start of Work within the street Right of Way. The Contractor shall also provide SDOT notification upon completion of Work within the street Right of Way by no later than 9:00 AM the first Working Day following completion. This notification requirement includes partial or full lane closures, parking restrictions, sidewalk closures, detours, complete or partial street closures, shoulder work, and pedestrian rerouting, as well as the placing of building Materials or equipment on city streets, sidewalks, or alleys. Replace Items 2b and 2c with the following: b. Complete closure of any arterial within the Seattle City Limits: Provide 5 Working Days advance notice to SDOT (206-684-7623) Monday to Friday 8:00 AM to 5:00 PM. c. Complete closure of any local access street within the Seattle City Limits: Provide notice to SDOT (at 206-684-7623 Monday to Friday 8:00 AM to 5:00 PM) by 2:00 PM at least 3 Working Days in advance. Replace Item 2e with the following:

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 104 Division 1: General Requirements

e. To restrict parking on any street within the Seattle City Limits: Provide 3 Working Days advance notification to SDOT (206-684 7623 Monday to Friday 8:00 AM to 5:00 PM). To arrange for inspection of "No Parking" easels and other parking related signs by a parking enforcement officer or uniformed peace officer, contact 206-386-9012 after placing the easels and 24 hours in advance of the effective date of enforcement on the easels (see Section 1 10.2(5)C, item 4.). Delete Items 2f and 2g and replace with the following: f. Complete closure of any alley or sidewalk within the Seattle City Limits: Provide notice to SDOT (at 206-684-7623 Monday to Friday 8:00 AM to 5:00 PM) by 2:00 PM at least 1 Working Day in advance. 3) City of Seattle – Signage, Parking Pay Stations, Parking Meters: Add the following to Item 3a: 5) To coordinate the installation of “NUMBERED” BASE PLATES and SIGNS associated with PARKING PAY STATIONS, contact SDOT Traffic at (206)684- 5092) prior to completion of new sidewalk work or scheduled mounting of signs on new or existing infrastructure. Replace Item 3b with the following: b. Traffic Signs and Street Designation Signs: To coordinate and/or to verify location of the installation of the TRAFFIC SIGN, STREET DESIGNATION SIGNS, and STREET NAME, contact SDOT at (206 684-5370) at least 10 Business Days prior to completion of new sidewalk work or scheduled mounting of signs on new or existing infrastructure. See Section 8-21.3(1)A. 4) Disruptions to, or service modification requests for METROKC Transit, Streetcar service and facilities, Monorail, or Link service and facilities: Replace Item 4a with the following: a. Email the Construction Information Center (CIC) at [email protected] or call 206-477-1140 (for non-trolley requests) and 206-477-1150 (for trolley requests) or see the website at http://www.kingcounty.gov/transportation/kcdot/MetroTransit/Construction.aspx for the following: 1) For work resulting in temporary closure/relocation of a bus stop or for work within an area of a bus stop that will limit full access to it by coaches and pedestrians/passengers, three (3) Business Days advance notification is required. 2) For work resulting in Metro removing any transit facility structure including, but not limited to shelters, boards/kiosks and bus stop signs, fifteen (15) Business Days advance notification is required. 3) For work resulting in road closure on which buses operate that will require rerouting, ten (10) Business Days advance notification is required. 4) For work resulting in a full or partial road closure on which a streetcar operates that does not require overhead line deactivation or a shutdown to its track operation, a five (5) Business Days advance notification is required. 5) The request for assignment of diesel coaches for electric coaches on electric trolley routes on non-Business Days shall be made no later than ten (10) Business Days prior to the weekend requested (COB Monday two weeks prior). Metro will not grant diesel coach substitutions on Business Days. If trolley line deactivation is required see b) below.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 105 Division 1: General Requirements

Replace Item 4b with the following: b. Contact Janine Maury at METROKC for overhead power wire requests as follows: 1) Overhead power line modifications for an electric bus requires a minimum of twenty (20) Business Days advance notification (by COB twenty Days prior) and outage requests for an electric bus require fifteen (15) Business Days advance notification (by COB Monday two weeks prior). Request forms shall be submitted to the Trolley Impacts Office at [email protected] . North and south trolley lines will be deactivated upon request and east west trolley active Trolley bus overhead deactivation is limited to weekends only (4:30 AM Saturday morning until 2:00 AM Monday morning). 2) Overhead power line modifications for a streetcar requires twenty (20) Business Days advance notification (by COB twenty Days prior) and outage requests for a streetcar require fifteen (15) Business Days advance notification (by COB fifteen Days prior). Request forms shall be submitted to the Trolley Impacts Office at [email protected] Streetcar deactivations are limited to non- operational hours during periods when Streetcar staff are not testing cars or training new operators. 3) When working within ten (10) feet of any electric bus or streetcar overhead power, fifteen (15) Business Days advance notification is required. It is the responsibility of the Contractor to adhere to Washington Administrative Code guidelines in regards to working within the vicinity of high voltage lines. .See Section 1-07.1(2)A “Working Near Overhead Energized Trolley Lines”. 4) Requests for overhead power line modification or outage may have an associated cost. This cost will be invoiced directly to and paid for by SDOT in accordance with Section 1-10.2(5)d. In addition, outage requests for non-SDOT projects may be subject to a recently-legislated King County Trolley Ordinance Fee. The Contractor shall consult with MetroKC to determine costs and include such costs within the Bid. Requests may require additional information. Approval is dependent on METROKC Transit Power Distribution’s ability to perform requests (some overhead power line modification requests may require more than ten (20) Business Days advance notification). 5) KC Metro -Any construction or installation activities affecting transit operations or facilities must be coordinated through Metro Transit Construction Information Center. Contractor shall provide 5 business Days notification for bus reroutes and 3 business Days notification 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 206-477-1140.

Replace Item 5 with the following: 5) Property access restrictions: The Contractor shall provide notice to the Engineer regarding abutting property owners and tenants of impending access restrictions. Advanced notification shall be at least 15 Business Days for residential property and 21 Business Days for commercial property.

Replace Item 17 with the following: 17) Survey Monuments:

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 106 Division 1: General Requirements

When proposed construction or other activity requires removal or destruction of a monument, the Contractor shall provide a minimum 5 Working Days advance notice to the Engineer’s survey crew to tie out the monument. Removal or destruction is defined to mean the physical disturbance or covering of a monument such that the survey point is no longer visible or readily accessible. Before placing a monument casting, the Contractor shall provide a minimum 5 Working Days advance notice to the Engineer to allow survey crew to provide the monument casting placement location. Within 5 Working Days after placing the monument casting, the Contractor shall notify the Engineer to allow the Engineer’s survey crew to reset the monument. 1-07.29 RESERVED Replace this Section with the following: 1-07.29 FIELD OFFICE FOR THE ENGINEER’S STAFF (GSP 07-21-16) 1-07.29(1) DESCRIPTION This work shall consist of furnishing and setting-up a temporary field office for the sole use of the Owner. 1-07.29(2) RESERVED 1-07.29(3) CONSTRUCTION REQUIREMENTS The Contractor shall provide a field office, a space within a building, within four blocks of the Project Site between Jackson Street and Stewart Street at a location approved by the Engineer with space and supplies for a total of 8 employees to be located. The field office shall be available and equipped as required by these specifications for the use of the Engineer’s staff within 30 days of contract execution or as approved by the Engineer. The field office, its location, and an alternate date if necessary, shall be subject to the approval of the Engineer and shall be established at or prior to the pre-construction conference (see Section 1-08.1(2)). The field office shall meet the following requirements: 1. The field office shall be a minimum [800] square feet of clear floor space, having at least one door, and a window area of not less than [60] square feet. The minimum height from floor to ceiling shall be [8] feet. 2. The field office shall include a conference room capable of seating 25 people comfortably. Conference room shall have an internet connection and video projector to display computer or other outputs. 3. The field office shall have a solid and level floor and be weather-tight. The interior walls shall be covered with material suitable for displaying Contract plans and progress charts, etc. Windows including windows in the doors shall be provided with satisfactory shades, blinds, or other approved coverings. 4. The field office shall be strictly for the use of the Engineer’s staff. 5. Reserved parking spaces shall be provided near to the field office to accommodate a minimum of 3 vehicles. 6. The building furnished for the field office shall be in accordance with all applicable state and local codes and applicable WISHA requirements. 7. A Scrusher TM 3 sided boot and shoe cleaner or approved equal center mounted on a 24-inch long 2 x 8 (1-1/2” x 7-1/2”) board shall be provided for each field office entrance at locations as determined by the Engineer. Space within a Building: a. Windows shall open to allow ventilation or the building shall have a ventilation system satisfactory to the Engineer. Doors opening directly to the outside and windows that open shall have bug screens.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 107 Division 1: General Requirements

b. To deter break-in and theft, ground floor window(s) and door(s) with glass shall be protected with heavy security screens on metal frames bolted to the walls and doors, or have an alternate security that is satisfactory to the Engineer. All doors opening directly to the outside shall have 2 locks each: one doorknob keyhole lock and 1 deadbolt cylinder lock, each with its own distinct key or have an alternate security that is satisfactory to the Engineer. All other doors shall have locks with its own distinct key or have an alternate security that is satisfactory to the Engineer. c. The Contractor shall provide the number of sets of keys to the office as directed by the Engineer; minimum of 4 keys (and access cards or codes if applicable) for each lock (or access door). 8. The Contractor shall be responsible for maintaining and cleaning the field office; repairing any damage to the structure, equipment and appurtenances; providing weekly janitorial services including supplying appropriate toilet room paper products; refilling applicable dispensers with drinking water cups, waterless hand cleaner with pumice, and paper towels; cleaning windows and sweeping floors; and emptying trash receptacles and recyclables, disposing trash, and relining trash receptacles and recyclables. 9. The office shall be furnished with the following furniture, equipment and appurtenances reasonably presentable, in good working order, and acceptable to the Engineer: a. Executive chair with seat cushion, adjustable height seat, tilt back, arm rests, and floor wheels [3 unit(s)]; b. Office desk, 30” x 60” minimum size, with at least 4 drawers which can be locked with key & one of which is set up for file folders, 2 sets of keys [3 unit(s)]; c. Conference room, table and seating for 25 people; d. Office table, 36” x 72” [2 units(s)]; e. Office chairs with seat & back cushion [8 unit(s)] f. Plan rack [1 unit(s)] g. Four-drawer legal file steel cabinet with legal size folders and hanging folders, locking feature with 2 sets keys, and frame in each drawer to hold folders [1 unit(s)]; h. Electric pencil sharpener [1 unit(s)]; i. White board 2-1/2 feet by 4-1/2 feet minimum with 8 dry erase markers, 1 dry board eraser, and 16 ounces of dry broad cleaner [1 unit(s)]; j. Paper shredder: Type – strip cut, confetti, or x-cut; Capacity – can shred 5 to 7 sheets of paper at a time; Waste Bin – self contained and attached to shredder; Throat Width – nine (9) inch minimum width; and must be capable of shredding paper clips and staples [1 unit(s)]; and, k. Metal trash receptacles and recycle bins for paper, plastics and glass; with trash liner inserts and [100 ] extra trash liners [3] 41 quart size units & [2 ]- 28 quart size units; 10. The office shall be furnished with the following computer support office equipment in good working order, and acceptable to the Engineer for the duration of the project: a. The Contractor shall provide non-authenticated internet connectivity through a wireless access point (WAP) for VPN connectivity. The Contractor shall provide for 24 hour technical support and a local or 1-800 phone number to troubleshoot and maintain the broadband connectivity.[ 5] The Contractor shall provide necessary equipment to allow internet connectivity.; and b. 20-foot minimum length power cords with multiple plug-in surge protector for each of [4] computers with monitors, a Color Scanner/Copier/Printer, and 1 spare.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 108 Division 1: General Requirements

11. Electric power of sufficient capacity to operate an electric heater, air conditioner, internet access, all computers with monitors, calculators, and lights. Field office shall be provided with a minimum of [8] duplex convenience electrical outlets. The office shall be illuminated at the tables and desks. An outdoor light fixture with a 150 watt bulb or approved equal shall be installed to effectively light the area around the office facility. After obtaining inspection and approval of the field office electrical system and the proposed temporary power connection hook-up from the Seattle Department of Construction & Inspections, the Contractor shall provide a minimum 15 Working Days advance notice to Seattle City Light requesting a temporary power drop and connection. At and north of , contact 206- 615-0600, and south of Denny Way contact 206-386-4200. Generators (gas and diesel) for producing electrical power will not be allowed unless the Engineer permits such in writing. 12. Contractor shall provide drinking water with disposable cup dispenser filled with cups; drinking water with disposable cup dispenser shall be in accordance with all applicable state and local codes and applicable WISHA requirements. 13. Contractor shall provide private sanitary facilities including a flushing toilet and wash basin both with running water within the office and closed to the public. For field trailers only, where sewer connections are not reasonably possible as determined by the Engineer, an alternative acceptable to the Engineer such as port-a-potties or portable restrooms may be provided. Toilet and handwashing facilities shall be in accordance with all applicable state and local codes and applicable WISHA requirements. 14. Contractor shall provide a waterless hand cleaner dispenser filled with waterless hand cleaner with pumice; and a paper towel dispenser filled with paper towels. 15. The Contractor shall arrange for and provide temporary water service, and shall arrange for and provide temporary waste discharge to a sanitary or combined Sewer unless other sanitary disposal arrangements are arranged. Such provision may require excavation for installation and removal of temporary facilities including backfilling, temporary surface restoration, and other work as necessary. 16. The Contractor shall provide heating and air-conditioning of sufficient capacity to heat the office to 70 °F within 1 hour, and to cool the office 15 °F within 1 hour. If the Contractor fails to provide a field office at the location on the date agreed to at the preconstruction conference, the Engineer will provide written notice of such. If within 5 Working Days of the Engineer sending this written notice the Contractor has not provided the field office, then the Engineer will have the option to provide the field office. If the Engineer elects to provide the field office, the Engineer will give the Contractor a second written notice of such; will within three (3) Working Days of giving the second written notice provide the field office meeting the requirements specified in Section 1-07.29; and will charge the Contractor by deducting from monies due or to become due the Contractor on progress payments, all costs associated with the field office as specified in Section 1-07.29. Upon deliverance of the second written notice, the Contractor’s right to provide the field office shall be forfeited. The field office, equipment, and appurtenances supplied by the Contractor shall revert to and be removed by the Contractor when the Engineer, via the written notice of Physical Completion to the Contractor, establishes the Physical Completion Date. If the Contractor removes, closes, or discontinues the services specified in this Section (Section 1-07.29) prior to receiving the written notice of Physical Completion without first obtaining written approval from the Engineer, the Contractor will be charged Liquidated Damages in accordance with Section 1-08.9. All costs required to maintain the field office, including expenses for repairs and maintenance, and janitorial services required shall be included in the lump sum Contract Price for “Mobilization”.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 109 Division 1: General Requirements

1-07.30 DISCOVERIES OF CONTAMINATED MATERIAL(S), DANGEROUS WASTE(S) AND TSCA WASTE(S) 1-07.30(2) PRESENT SITE CHARACTERIZATION (SP 10-13-17) Replace this Section with the following: Refer to Chapter 4.10 and Appendix D4.10 of the Environmental Assessment (attached) for identification of the Contaminated Material(s), Dangerous Waste(s), or TSCA Waste(s) that the Owner has documented in the Project Vicinity. The Owner has not confirmed the presence or absence of contaminants in all areas of the Project Site. Therefore, the potential exists for encountering Contaminated Material(s), Dangerous Waste(s), or TSCA Waste(s) at the Project Site. 1-07.30(3) DISCOVERIES (SP 10-13-17) Add the following Items to the second paragraph: 6. The existing water main consists of cast iron pipe with lead joints. 7. Existing utilities may consist of asbestos cement pipe material. 8. Asbestos insulation or other product. 9. Lead paint. 1-07.30(5) PAYMENT (SP 10-13-17) Add the following: Removal, disposal, and waste disposal documentation of cast iron pipes with lead joints shall be paid for as part of the “remove pipe” Bid items. The Contractor may encounter minor instances of contaminated materials as part of prosecuting the Work. Suspected contaminated materials shall be addressed per Section 1-07.30(3). Add the following Section: 1-07.31 HEALTH, SAFETY AND ENVIRONMENTAL PROVISIONS (SP 10-13-17)) 1-07.31(1) RESERVED 1-07.31(2) HEALTH AND SAFETY 1. The Contractor shall comply with the requirements of Section 1-07.1(2). 2. Contractor shall comply with all safety and health provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA), as amended, including DOSH Safety and Health Core Rules (Washington Administrative Code [WAC] 296-800), Confined Spaces (WAC 296-809) and Hazardous Waste Operations ((WAC 296-843), as applicable); all other applicable federal, state, county and local laws, ordinances and codes; the requirements set forth herein, and any regulations that may be specified in other parts of this Contract. In case of conflict or overlap, the provisions more protective of employee safety and health shall apply. Failure to become thoroughly familiarized with these safety and health provisions shall not relieve the Contractor of responsibility for compliance with the obligations and requirements set forth therein.

3. Definitions of terms used in this specification shall be those found in WAC 296-809-099 for Confined Space, including the terms Permit-Required Confined Space, Non-permit Confined Space, and Permit-Required Confined Space Program. 4. There are Non-permit Confined Spaces in this project. 5. The Contractor shall have instituted a corporate health and safety program. 6. The Contractor shall identify hazards, and develop and implement an appropriate Health and Safety Plan for all activities involving Non-permit Confined Spaces and Permit-Required Confined

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 110 Division 1: General Requirements

Spaces, and include a Permit-Required Confined Space Program as per WAC 296-809. The Engineer will review the Health and Safety Plan and reserves the right to comment on it, but the Engineer will not be responsible for approval of the Contractor's Health and Safety Plan. The Health and Safety Plan shall be submitted to the Engineer no later than ten (10) working days prior to the start of Project Site Work. 1-07.31(3) SUBMITTALS LIST The Contractor shall submit to the Engineer for review all of the following documents:

1. Project General Safety and Health Program; See Section 1-05.3(5).

1-07.31(4) MEASUREMENT Measurement for “Project General Safety and Health Program” will be by lump sum.

1-07.31(5) PAYMENT Compensation for the expenses incurred to complete the work described in Section 1-07.31 will be made at the Contact unit prices Bid only for the pay items listed or referenced below:

1. “Project General Safety and Health Program”, per lump sum.

The Bid item price for “Project General Safety and Health Program” shall include all costs for the Health and Safety Plan and all work required by Section 1-07.31 with the exception of Rescue and Emergency Services. Payments for “Project General Safety and Health Program” will be pro-rated in equal monthly payments beginning in the month or pay period in which the Work begins and ending in the month or pay period in which the projected last Working Day occurs, not allowing for Work suspensions .

Add the following Section: 1-07.35 ADDITIONAL FEDERAL TRANSIT ADMINISTRATION REQUIRED CONTRACT CLAUSES (SP 10-13-17) Incorporation of Federal Transit Administration (FTA) Terms - All contractual provisions required by DOT, as set forth in FTA MASTER AGREEMENT and Circular 4220.1F, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any the Owner’s requests which would cause the Owner to be in violation of the FTA terms and conditions. 1-07.35(1) FEDERAL CHANGES Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Owner and FTA, as they may be amended or promulgated from time to time during the term of this Contract. Contractor's failure to so comply shall constitute a material breach of this Contract. 1-07.35(2) BUY AMERICA The Contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7,

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 111 Division 1: General Requirements

A Bidder shall submit with the Bid the Buy America certification Bids or offers that are not accompanied by a completed Buy America certification will be rejected as nonresponsive. This requirement does not apply to lower tier Subcontractors. 1-07.35(3) ENERGY CONSERVATION The Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 1-07.35(4) CLEAN WATER (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The Contractor agrees to report each violation to the Owner/Engineer and understands and agrees that the Owner/Engineer will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each Subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 1-07.35(5) CLEAN AIR (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq. The Contractor agrees to report each violation to the Owner and understands and agrees that the Owner will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each Subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 1-07.35(6) ACCESS TO RECORDS The following access to records requirements apply to this Contract: The Contractor agrees to provide the Owner, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this Contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. The Contractor agrees to maintain all books, records, accounts and reports required under this Contract for a period of not less than three years after the date of termination or expiration of this Contract, except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case Contractor agrees to maintain same until the Owner, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). 1-07.35(7) NO GOVERNMENT OBLIGATION TO THIRD PARTIES (1) The Owner and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this Contract and shall not be subject to any obligations or liabilities to the Owner, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 112 Division 1: General Requirements

(2) The Contractor agrees to include the above clause in each Subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the Subcontractor who will be subject to its provisions. 1-07.35(8) PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying Contract or the FTA assisted project for which this Contract Work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each Subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the Subcontractor who will be subject to the provisions. Add the following new Section: 1-07.36 COORDINATION WITH UTILITIES (SP 10-13-17) 1-07.36(1) COORDINATION WITH PUBLIC AND PRIVATE AGENCIES Contractor shall coordinate with the Engineer and Utility representatives when working within close proximity to the utilities and as required at the weekly job site meetings. Notification requirements are included in Section 1-07.28.

AGENCY CONTACT PHONE # SeattleIT Kris Henry-Simmons (206) 684-0265 Seattle City Light Steve Byers (206) 684-3637 SDOT Traffic Operations Raymond Hill (206) 391-3714 Seattle Public Utilities Bill Benzer (206) 684-7845 KC Wastewater Treatment Division Mark Lampard (206) 477-5414 WA State Dept. of Transportation Ramin Pazooki (206) 440-4710 Puget Sound Energy Will Foster (425) 462-3947 Enwave Seattle Adam Weyer (206) 623-6366 Ericsson (Verizon/MCI Rep) Rich Fenton (541) 490-3497 CenturyLink Diane Kreiner (206) 345-1177 Comcast Andy Octavo (425) 263-5483 Electric Light Wave Bob Knight (206) 812-3358 Level3 Communications Krishna Mitchell (206) 549-4090

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 113 Division 1: General Requirements

Zayo Group Bob Thoman (206) 596-7988 Wave Broadband Gary Vervalin (360) 630-8499 King County Metro Ken Madden (206) 477-5964 Eno Yliniemi, Ph.D. (206) 396-7853 Pike Place Market Foundation Lillian Sherman* (206) 774-5246 • All Correspondence shall go through the Engineer and Outreach Coordinator. 1-07.36(2) COORDINATION WITH PUGET SOUND ENERGY Puget Sound Energy (PSE) owns and operates existing low, intermediate, and high-pressure gas mains in the project area. PSE anticipates that relocation of gas facilities will not be necessary. The operational status of gas lines in the project area includes three (3) types: active, active that could be deactivated, and deactivated. Regardless of status, the Contractor will be required to protect these facilities. Scope of PSE work and coordination requirements are summarized below. PSE Scope of Work 1. PSE or its Contractor will perform the following Work: a. Inspect and take corrective action, if deemed necessary by PSE, on all PSE gas facilities uncovered by the Contractor’s excavation. b. Review and comment on, and if acceptable, approve the Contractor’s design submittal for support of the encountered gas lines requiring such. c. Monitor, inspect, and assist the Contractor regarding steps necessary to protect, and support PSE Facilities during undercrossing and trench excavation. 2. Adjust existing gas line crossings in response to the Contractor’s activities. Costs of any Contractor requested work performed by PSE is the responsibility of the Contractor. Duct bank and PSE Work Sequence 1. Contractor shall coordinate any PSE oriented work sequence into the various construction stages, with the dates of Work to be determined by the Contractor prepared schedule. 2. Contractor shall coordinate any Work with PSE through the Engineer in accordance with the following provisions: a. PSE contact is Will Foster 425-462-3947 (Office) b. Notification requirements: upon Notice to Proceed for the High Pressure and intermediate pressure mains, 3 weeks on gas services. c. All Work related to, or in the vicinity of High Pressure gas lines and any areas that raise doubt or question, directly or indirectly, associated with other gas line infrastructure, must be reviewed by PSE’s Public Improvement Field Inspector. d. At locations within Contractor’s work zone where PSE installs facilities in a trench dedicated solely to PSE facilities, PSE will install temporary patching. Contractor will maintain and repair PSE installed temporary patching until such time as the Contractor installs permanent trench surface restoration. e. At locations outside Contractor’s work zone where PSE installs facilities in a trench dedicated solely to PSE facilities, PSE will install temporary and/or permanent trench surface restoration. f. Schedule and coordination of any PSE related work shall be addressed through the Engineer. The Engineer will escalate any issues not resolved at the weekly coordination meeting to PSE. g. PSE will be responsible for notifying customers of gas outages.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 114 Division 1: General Requirements

h. PSE will provide trench and backfill for gas line installation. i. Any PSE work shall be scheduled to be performed concurrent with the Contractor's undergrounding work. 3. If the Contractor’s means and methods require temporary relocation or support of PSE facilities, the Contractor shall make arrangements with PSE at no additional cost to PSE and the arrangements shall be coordinated with PSE. 4. All backfilling of PSE gas lines shall comply with General Requirements (CFR 192.319) and PSE standards and specifications as referenced in Preventing Damage to Natural Gas Pipelines In Construction Zones (Pocket Guide) by Puget Sound Energy (01/2011). a. Sand Backfill for Gas Pipe i. Standards Sand shall meet the latest revision of the following applicable national standards: ASTM C33 - Standard Specifications for Concrete Aggregates ASTM C40 - Standard Test Method for Organic Impurities in Fine Aggregates ASTM 136 – Standard Test Method for Sieve Analysis for Fine and Coarse Aggregates ASTM D 2419 – Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregates ASTM D 2774 – Standard Practice for Underground Installation of Thermoplastic Pressure Piping ii. Material Sand shall consist of inert granular material, either naturally occurring or processed. It shall be free from various types of wood waste or other extraneous or objectionable materials. The Material specified shall not include recycled glass products. The sand equivalent percentage of the Material shall not be less than 20. Organic matter, by colormetric test, shall not be darker than the reference standard color (organic plate No. 3) in ASTM C40, unless another test proves a darker color to be harmless. iii. Gradation Sand shall be well graded from coarse to fine. When separated by means of laboratory sieves, grain size distribution shall conform to the following requirements.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 115 Division 1: General Requirements

PERCENT PASSING (BY WEIGHT) Sieve Size Minimum Maximum 3/8- inch 100 ---- US No. 4 95 100 US No. 8 80 100 US No. 16 50 85 US No. 30 25 60 US No. 50 15 30 US No. 100 0 10 US No. 200 0 7 b. Use of Controlled Density Fill In cases where controlled density fill (CDF) is used, it will conform to the requirements of the Contract. When used, a minimum 6-inch layer of initial sand backfill Material shall be installed around PSE’s pipeline to separate the pipe from the final backfill. c. Compaction All backfill shall be consolidated according to the terms of applicable permits and right-of- way agreements. In non-ductbank areas, the backfill shall be consolidated to match the original soil structure. Care shall be taken when compacting around service and branch connections and points of transition between PE and steel piping to ensure well compacted support and to protect the pipes and fittings from excessive external loads. Backfill Material shall be compacted in lifts thick enough to prevent damage to the pipe. If the trench is wide enough, the spaces to the sides of the pipe shall be compacted first. If compaction is done by: • Powered hand-operated equipment (such as Bigfoot or Jumping Jack), then the initial backfill lift over the pipe shall be 12 inches minimum. • Machine –operated equipment (such as Hoe-Pack or Hydro-Hammer), then the initial backfill lift over the pipe shall be 24 inches minimum. d. Supporting Exposed Gas Pipes i. All PSE gas lines requiring support shall be supported per the General Requirements as defined by RCW 19.122.040 ii. Each support used for an exposed pipeline must be made of a durable, noncombustible material, and must be designed and installed such that: 1. Free expansion and contraction of the pipeline between supports or anchors is not restricted. 2. Movement of the pipeline does not cause disengagement of the support equipment. 3. Damage to the pipe and its coating is prevented where the pipe contacts the support or anchor. 4. When steel piping is supported or anchored, the pipe shall be insulated from the support or anchor. 5. The temporary support or anchor shall be removed in its entirety without damage to the pipe and its coating

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 116 Division 1: General Requirements

6. Steel cables, steel chain, or any sharp object shall not be used to support natural gas piping iii. Maximum spacing between pipe supports for PSE natural gas piping shall conform to the tables below. MAXIMUM SPACING BETWEEN PIPE SUPPORTS FOR PSE NATURAL GAS STEEL PIPE Nominal Recommended Recommended Pipe Size (in.) Spacing (ft.) Hanger Rod Size (in.) ½ 6 3/8 ¾ 8 3/8 1 8 3/8 1-1/2 10 3/8 2 13 3/8 3 15 ½ 4 17 5/8 6 21 ¾ 8 24 ¾ 10 26 7/8 12 30 7/8 16 35 1 18 37 1** 20 39 1-1/4** 24 42 1-1/2**

** Or trapeze

MAXIMUM SPACING BETWEEN PIPE SUPPORTS FOR PSE NATURAL GAS PE PIPE Nominal Recommended Pipe Size (in.) Spacing (ft.) ½ CTS 2-3/4 1 CTS 3 1-1/4 IPS 4 2 IPS 5 3 IPS 6 4 IPS 6 6 IPS 8 8 IPS 9

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 117 Division 1: General Requirements

NOTE: When necessary, additional supports may be used to avoid sag in PE pipe. 5. Safety Response to Natural Gas Incidents Notify the PSE Public Improvement Field Inspector and call Puget Sound Energy immediately at 1-888-225-5773 to report any damage, leaks, or other natural gas incident. If natural gas is leaking, evacuate immediate areas where gas is present. Keep people and traffic at a safe distance and remove any sources of ignition (open flames, engines/equipment, radios, etc.) from around the area of the damaged line until PSE arrives. If there is a concern with public safety always call 911 first. Do not try to repair a damaged or broken natural gas line by covering, crimping, bending, or otherwise restricting the flow. All repairs must be made by PSE. Any time pipe is dented, or if the pipe’s coating is scraped, PSE will need to inspect it before it is buried or covered with fill. Even if the pipe is just nicked or bent, leave it exposed so PSE can inspect it and make any repairs they deem necessary. Care should be taken to avoid breaking cathodic protection and other small wiring near natural gas pipelines. Some are used for locating and others are necessary to monitor for protection from corrosion. If wires are broken notify PSE for repairs to be made. If natural gas is burning, let it burn. Call 911 then PSE at 1-888-225-5773. 1-07.36(3) COORDINATION WITH ENWAVE SEATTLE Enwave Seattle (Enwave) owns and operates existing high and low pressure steam lines in the project area. These lines must remain active throughout duct bank construction and as such the Contractor is to use utmost care and caution when working in their vicinity. Enwave will provide on-site inspection and coordination with the Contractor. Description of Enwave Steam Lines a. Enwave operates two independent steam distribution systems. The high-pressure system is operated at 140 psig saturated and the low pressure system is operated at 12 to 15 psig. In all cases the high-pressure system is constructed at a 300# rating and the low pressure system is constructed at a 150# rating. b. Design operating temperatures are 421 Degrees F for the High Pressure system and 365 Degrees F for the Low Pressure system. c. An indeterminate thermal envelope surrounds all steam lines, affecting soil and groundwater temperatures. As such the Contractor is urged to use extreme care and caution when working in the vicinity of Enwave steam lines. d. The Contractor is directed to reference to become familiar with the pipe and insulation materials, fittings construction and testing practices affiliated with these facilities. e. Older steam lines encountered may be constructed of jointed ductile iron, surrounded with insulation (likely asbestos based) and a wooden stave (barrel type) encasement. Due to its age this encasement is easily damaged and volatile when exposed to air. f. Proposed utilities cross existing steam faciltiies at a number of locations along the project corridor, as shown in the Drawings. 1st Avenue1st Avenue Seattle Steam indicates a potential for encountering regulated material (insulation). Should a conflict between the proposed utility and steam log occur and the Contractor elects to cut and relocate this line, or if the insulation has deteriorated and erodes upon exposure, the handling and disposal of the regulated material shall be performed in accordance with applicable laws and regulations. See Section 1-07.30.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 118 Division 1: General Requirements

Enwave Scope of Work Enwave or its designated Contractor will perform the following Work: a. Provide onsite coordination, monitoring, and inspection of all SSC steam lines located and encountered by the Contractor. Cost of the Enwave on-site inspector will be the responsibility of Enwave. b. Inspect exposed steam lines and repair any identified damaged encasement, pipe, fittings, and insulation as determined necessary by the Enwave On-site representative. The Contractor shall provide adequate schedule, traffic control and staging areas for Enwave for such repairs. Should the Contractor or his Subcontractor cause the damage, the cost of such repair will be the responsibility of the Contractor, and reimbursed directly to Enwave c. Provide guidance and recommendations for the stabilization and the support of potentially suspended steam lines being under-excavated by the Contractor. When necessary, the structural support system shall be designed and constructed by the Contractor at no expense to Enwave Seattle. Such designs are to be submitted to Enwave for review and approval in advance of the Work. d. Tie over and/or replace all services impacted. Enwave Work Sequence a. Contractor shall coordinate Enwave work sequence into the various construction stages, dates of Work to be determined by the Contractor prepared schedule. b. Contractor shall coordinate the Work with Enwave through the Engineer in accordance with the following provisions: 1. Enwave contact is Adam Weyer at 206-623-6366 (Office) c. At locations within Contractor’s work zone where Enwave installs facilities in a trench dedicated solely to Enwave facilities, Enwave will install temporary pavement patching. Contractor will maintain and repair Enwave installed temporary patching until such time as the Contractor installs permanent trench surface restoration. d. Schedule and coordination of the Work related to Enwave will be addressed at weekly utility coordination meetings. The Engineer will escalate any issues not resolved at the weekly coordination meeting to Enwave. e. Enwave will rely on the Contractor to secure permits, provide traffic control and coordinate and resolve conflicts with other existing and proposed utilities for any Work required by Enwave. f. Enwave will be responsible for notifying customers of steam line related issues or operational impacts. g. If necessary the Contractor will provide trench and backfill for all steam line installation according to the “Enwave Seattle Typical Construction Standards for Steam Distribution Systems”, (2010 edition), unless otherwise indicated in the Contract documents. The cost for such shall be the responsibility of the Contractor. h. Enwave work shall be scheduled to be performed concurrent with the Contractor's undergrounding work. Cost to Owner a. There is no separate Bid item for all required steam line work as described in the Drawings, and specifications. These costs shall be included in the Bid item prices for the various Bid items of Work listed in the Bid Form.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 119 Division 1: General Requirements

b. If the Contractor’s means and methods require temporary relocation or support of Enwave facilities, the Contractor shall make arrangements with Enwave at no additional cost to Owner and the arrangements shall be discussed at the weekly meetings. 1-07.36(4) COORDINATION WITH SEATTLE IT The City of Seattle Department of Information Technology (SeattleIT), also referred to as DOIT in the Drawings, has responsibility for fiber optic beneath the Stewart Street and 1st Avenue. The Contractor shall identify conflicts or impacts and coordinate with SeattleIT/DOIT representatives during construction of the new duct bank. Contact Andy Stankovics at (206) 386-4029. The electrical Drawings specifically show the anticipated location where Seattle IT/DOIT fiber optic cable is thought to be located. The shown locations are based on record Drawings, system maps, and picture inventory of the vaults. The Contractor shall locate all Seattle IT/DOIT fiber optic located in the existing SCL duct banks and locations where the lines will be exposed or otherwise impacted. Where duct bank is shown to be removed and replaced in the Drawings and thought to contain DOIT fiber optic cable, the Contractor shall protect the cable in an operable condition and support the cable during demolition and replacement of the duct banks. The Contractor shall furnish and install split casing (PVC Schedule 40) conduit around the cable and reconstruct the duct bank to include and perpetuate the Seattle IT/DOIT fiber optic system to the satisfaction of the Engineer. CONTRACTOR REQUIREMENTS: 1. Notify private communication companies through the Engineer a minimum of 5 Working Days in advance of any Work in the area of their facilities. Provide 5 Working Days’ notice for any vault requiring entry by core drill for installation of new conduit or duct bank. 2. Coordinate Work throughout limits of the Contract with companies through the Engineer. The presence of private utility company workers who will transfer cabling from existing poles to new poles, or underground facilities, install wires, cables, and hardware for both overhead and underground communications, connect communication services, set new poles, remove existing poles, and other Work shall be anticipated by the Contractor. 3. Coordination with private utility company underground utility work shall also include: a. Site access for inspecting Contractor undergrounding infrastructure work, for installing communications cabling and hardware, for installing new and removing existing utility poles, relocating and removing lines, service connections, wires, cables and other equipment and make transfers between old and new facilities. b. Assist and coordinate with modifications during construction. 4. Contact Engineer for all information requests, approval or Contract decisions. Private communication companies shall not be the primary contact for information, approval, or other Contract decisions. 5. If the Contractor’s means and methods require temporary relocation or support, the Contractor shall make arrangements with companies at no additional cost to Utility Owner and the arrangements shall be discussed at the weekly meetings. Because the company crews performing the temporary relocations or support will be the same crews performing the undergrounding work, temporary relocations or support could cause delays to the undergrounding work and the work of other utility contractors. The Contractor shall be responsible for the delays and impacts of temporary relocations for the convenience of the Contractor. 1-07.36(5) COORDINATION WITH SEATTLE CENTER MONORAIL Seattle Center operates the Monorail train system (Monorail) along 5th Avenue and crosses the project corridor at Stewart Street. Work under this contract will occur within the operating envelope of the Monorail, and will require coordination between the contractor and Seattle Center operations and management to ensure safe working conditions on the project, and safe operations for the Monorail during construction. The Contractor shall provide construction notifications per Section 1-07.28(11), and

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 120 Division 1: General Requirements follow all safety guidelines noted in the memo dated July 17, 2015, titled “Monorail Proximity Guidelines and Requirements for Development Adjacent to City of Seattle Monorail Line (Revised July 2015)” and as noted herein (Section 1-07.16(1)C). A copy of the memo has been included in the Appendix. 1-07.36(6) COORDINATION WITH SEATTLE CITY LIGHT The Contractor shall coordinate with the Engineer for SCL crew support, inspection, and standby effort. The Contractor shall furnish a 5 week look-ahead schedule every week. All requests for SCL crew or inspection support shall be placed with a minimum of 10 days advanced notice. Contractor shall coordinate all day, night, and off-hour work with the Engineer. SCL crews will be on-call for 24/7 service support 6 days a week unless emergency response for power or storm outages occurs. The Contractor shall be responsible for securing the Work zone with traffic control prior to SCL activity on-site. Contractor shall coordinate with SCL for actual duration of time SCL crews will be on-site. SCL crews will not commit to any more than 8-hours per Work day on-site. The Contractor shall submit all requests for power outages to the Engineer in writing, twenty (20) Working Days prior to any necessary outages. The request shall specify the electrical boundaries, the date the outage will begin and the date the SCL facilities can be energized and put into service. The request may be prohibited by operational necessity, a previously scheduled outage conflicts with the outage requested by the Contractor, or emergency conditions prohibit the outage or limit the availability of SCL crews. If denied the Engineer will coordinate with SCL in finding another outage window. If granted the Engineer will provide the Contractor the conditions related to the approved outage. 1-08 PROSECUTION AND PROGRESS 1-08.1 PRELIMINARY AND ON-GOING MATTERS 1-08.1(2)A PRECONSTRUCTION CONFERENCE (GSP 8-23-16) Delete everything after item 7 of the second paragraph and replace with:

8. To review public notification requirements. See sections 1-07.23 and 1-07.28

9. Review the 360 Review process for projects as applicable; see 1-05.13(2). The first 360 review will take place at the first weekly project meeting.

10. Review FTA reporting and payment procedures

11. Review the ROM provided by Owner

12. To discuss such other related items as may be pertinent to the Work.

13. Pre-Construction Phase Presentation to discuss:

a. Design background and history

b. Influences to major design decisions

c. Expectations for Contractor coordination

d. Permit status

e. Cooperation with other contractor requirements (Section 1-05.14)

14. Preconstruction Agenda provided in the Appendix

The meeting will last up to 4 hours and will take place at the Seattle Municipal Tower.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 121 Division 1: General Requirements

See section 1-05.3(5) for submittals due at the preconstruction conference.

Add the following Section: 1-08.1(2)D PRECONSTRUCTION PHASE (SP 10-13-17) A. After Contract has been executed, the Contractor shall immediately start to perform the Preconstruction Phase of Work which includes pre-construction work planning that is to take place prior to the start of the on-site construction work. The planning effort includes identification and organization of the Contractor’s work team, planning of the construction activities with the Owner and Engineer, preparation and delivery of priority submittals and other activities related to planning and coordination activities identified within this Section. B. To accomplish the pre-construction activities, the Contractor shall be required to provide staff to meet in Seattle or at the project site as needed and maintain an office in the Puget Sound region to accomplish the work. Satisfactory completion of pre-construction activities described in this section will be a prerequisite and NTP will not be issued until complete. C. Submittal information must be provided to verify compliance with specifications during the pre- construction planning period and prior to issuance of NTP. The Contractor shall make arrangements with subcontractors and suppliers for preparation and submittal of required documentation. Consideration for planning and coordination activities, and preparation and submittal of information is included within bid item for Pre-Construction Phase. D. The following is a list of the preconstruction activities that must be approved by the Engineer prior to mobilization. Each of the activities and required work products are defined either within this specification or in specification sections referenced in the list below. 1. Schedules, see Section 1-08.3(1).

a. Work Breakdown Structure

b. Baseline CPM Schedule

c. Linear Schedule, TILOS or comparable as approved by Engineer

2. Submittal Control Document, see Section 1-05.3(4).

3. Submitting and ordering of any long lead items.

4. Waste and Disposal Sites, see Section 1-07.3.

5. Temporary Discharge Plan, see Section 8-01.

6. Contractor’s Work Plan, see Section 1-08.11.

7. Traffic Control Plan and Haul Route Plan, including Traffic Control Drawings for Submittal to initiate Advance Utility Potholing, see Sections 1-07.6, 1-10, 2-22.

8. Design, and stand-alone installation work plan and sequence of temporary water mains and services.

9. Dewatering Plan, see Section 2-08.3

10. Shoring Plan, see Sections 2-04.3(6) and 2-07.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 122 Division 1: General Requirements

11. Sewer Bypassing Plan, see Section 7-17.3(2)K.

12. Contractor’s Preconstruction Meeting Presentation describing the items identified in the Contractor’s Work Plan, see Section 1-08.11.

13. Securing a field office, which includes acquisition and furnishing see Section 1-07.29

14. Site staging plan detailing use of site for laydown and storage of materials by Contractor and ductile iron pipe lay plan shop drawings. (Side streets are for temporary business loading and unloading and shall not be used for Contractor staging operations).

E. Pre-Construction Phase Acceptance 1. Upon completion of the preconstruction activities indicated in this Section, the Engineer shall review the Contractors’ performance in preparing and executing the required tasks.

2. If the Contractors’ performance is considered acceptable by the Engineer, the Engineer will issue NTP. If the Contractors’ performance is considered unacceptable, the Engineer will provide written documentation of unresolved activities necessary for the Contractor to complete prior to issuing NTP.

Measurement and Payment for “Preconstruction Phase”, shall be per lump sum for all tools, equipment, labor, and materials to the tasks in the Preconstruction Phase. Contractor shall submit a schedule of values for each submittal item to serve as a reference for payment upon completion and acceptance.

Delete this Section and replace with the following:

1-08.1(4) HOURS OF WORK (SP 10-13-17) The normal hours of Work shall be: On First Avenue, from Madison Street up to and including Stewart Street and on Stewart Street from First Avenue up to and including 2 nd Avenue:24 hours per day 7 days per week except as indicated in Section 1-08.3(2) – Schedule Constraints. On Stewart Avenue, from 2nd Avenue up to 6 th Avenue: Weekday work shall be limited to 7:00 PM to 6:00 AM. Weekend work will be allowed between 7:00 PM Friday and 6:00 AM Monday.. The normal hours of Work and normal Work Week shall be established at the preconstruction conference or prior to the Contractor commencing the Work and shall not be changed or extended without approval of the Engineer. Permission to work other than the normal daily hours, normal work week, or Working Days may be given subject to certain conditions set forth by the Engineer with sole discretion. Permission to work outside normal hours of Work may be withdrawn at any time. The Contractor shall have no claim for damages or delay should such permission be withdrawn. Any request to perform Work outside of normal hours of Work or on Non-Working Days shall be submitted to the Engineer no later than noon on the Working Day prior to the Day that the Contractor is requesting permission to work. Delete this Section and replace with the following:

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 123 Division 1: General Requirements

1-08.1(5) REIMBURSEMENT FOR OVERTIME WORK OF EMPLOYEES OF OWNER (SP 10-13-17) If the Contractor requests permission to work outside of normal Work week, holiday, or in excess of the established normal hours of Work described in Section 1-08.1(4) and the Engineer approves, then on all such overtime Work, the Contractor shall not reimburse the Owner for each of the Owner’s employees required to work overtime hours to support the Contractor requested overtime on any project related construction activity. The number of Owner employees and the duration of their participation in supporting the Contractor’s overtime Work is at the sole discretion of the Engineer. 1-08.3 CRITICAL PATH SCHEDULE AND SCHEDULE CONSTRAINTS 1-08.3(1) CRITICAL PATH SCHEDULE Replace this Section with the following: 1-08.3(1)A GENERAL REQUIREMENTS (SP 10-13-17)

The scheduling of the Work shall be the responsibility of the Contractor by use of a CPM Schedule. The scope, price, responsibilities and completion times reflected in Contractor’s CPM Schedule shall correspond and conform to the Contract. The Engineer's acceptance of the CPM Schedule shall not transfer any of the Contractor’s responsibilities to the Owner or Engineer. Acceptance indicates that the CPM Schedule conforms to the requirements of the Contract. Acceptance shall not constitute a change in the scope, price, responsibility or completion times in the event CMP schedule does not conform to the Contract for the Work. CPM Schedules shall meet the following general requirements: 1. Schedules shall be prepared using P6 Professional Project Management Release 8.3. Linear Schedules shall be prepared using TILOS or comparable as approved by Engineer. 2. Show all activities necessary to complete the Work for all Bid Schedules combined and requirements per the Contract. 3. Show Preconstruction Phase work breakdown structure, as approved by the Engineer. 4. Each task shall have a descriptor sufficiently detailed to understand the scope of work encompassed by that task. Overly-broad descriptors (e.g. “grading”, “electrical”, “plumbing”, etc.) may be rejected by the Engineer, especially when in conjunction with long durations. 5. Activities shall be assigned durations consistent with the activity’s scope of work, assuming that work will be done continuously over the entire task duration. Float time shall not be represented as a part of the task duration. Excluding the preliminary CPM Schedule, the maximum duration for any one activity shall be ten (10) Working Days unless otherwise accepted by the Engineer. 6. Sequential work activities shall be linked logically by precedent/successor activities and shall not be constrained. 7. Display the Critical Path as a red-colored sequence within the project schedule. Multiple parallel Critical Paths will not be allowed unless the Contractor can demonstrate that each of the parallel paths has minimal total float time. 8. Each activity shall be assigned a responsibility between Owner, Contractor, Subcontractor, etc. 9. Show durations in Working Days. 10. Show Contract milestones including the following: a. Notice to Proceed Date,

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 124 Division 1: General Requirements

b. Substantial Completion Date, c. Physical Completion Date, d. Any milestones defined in the Special Provisions of this Contract, including phased completions per Section 1-08.3(2). e. Other milestones at the discretion of the Contractor 11. Show required submittals for significant activities. Establish discrete work activities for provision and review of submittals, ensuring durations conform to the time allowed by the Contract. 12. Identify Subcontractors, special labor or equipment needs that may constrain or limit the Contractor’s ability to perform project tasks simultaneously. These shall be shown as “Resources” within the CPM Schedule, or described as part of the activity description. 13. Show procurement, manufacture and delivery activities for significant material items of Work that affect the schedule. 14. Show significant Owner activities and/or delivery of Owner-supplied materials that may impact the schedule. 15. Show intersection work, relevant nearby projects impacting this contract’s work zone, and other milestones as defined in the Special Provisions. 16. Include project close-out items such as punch-list items, provision of O&M manuals and as-built drawings. 17. Refrain from use of leads or lags when the creation of an activity will perform the same function (e.g. concrete cure time). Lag durations contained in the project schedule shall not have a negative value. 18. Refrain from using start-to-finish relationships and minimize the use of the finish-to-finish relationships. 19. Actual start and finish dates shall reflect real dates and not be automatically updated by default mechanisms that may be included in the CPM scheduling software. 20. The Contractor shall maintain and provide a computer-generated log report listing all the changes made between every submitted schedule and its last submitted predecessor schedule using the Claim Digger schedule comparison module provided in P6 Project Management software bundle.

Unless otherwise specified in the Contract, the Contractor shall allow the Engineer a reasonable amount of time to perform his activities. Reasonable will be defined as “customary or normal” for the type of work involved. Float available in the CPM Schedule, at any time, shall not be considered for the exclusive use of either the Contractor or the Engineer. Float used by the Owner that is later needed by the Contractor and results in delay to the Critical Path will be considered an excusable non-compensable delay. If the Engineer deems that the CPM Schedule is not within reasonable conformity to the specifications and Contract, it will be returned to the Contractor for correction and re-submittal. The Contractor, or its Subcontractor(s), shall not deviate from the projected start and completion times for major phase(s) of the Work shown on the accepted CPM Schedule without providing at least fourteen (14) Days advance notice to the Engineer. Failure to notify the Engineer of a deviation from projected start and completion times for a major phase of the Work shown on the schedule may impact costs to the Owner, including the cost of additional community outreach to communicate changes in schedule to the public. Resulting costs due to this “failure to notify” shall be the responsibility of the Contractor. The Owner will deduct these costs from any payment due or to become due to the Contractor.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 125 Division 1: General Requirements

1-08.3(1)B SCHEDULE TYPES (SP 10-13-17) 1-08.3(1)B1 PRELIMINARY CPM SCHEDULE (SP 10-13-17) The Contractor shall prepare and submit a preliminary CPM Schedule at the preconstruction conference. The preliminary CPM Schedule shall show the first 30 Days of Work in reasonable conformity to these Specifications including all Bid schedules. The remaining Work activities (beyond 30 days) shall be scheduled using broad Work activities and major milestones, and cost resource loading for the purpose of review and discussion at the preconstruction conference. 1-08.3(1)B2 BASELINE CPM SCHEDULE (SP 10-13-17) The Contractor shall submit for Engineer’s review and acceptance a baseline CPM Schedule and corresponding baseline Payment Schedule in accordance with the Preconstruction Phase in Section 1- 08.1(2)D. The Payment Schedule shall account for mobilization (Section 1-09.7), materials on hand (Section 1- 09.8) and the final progress payment (Section 1-09). No payment shall be made without approval of the Baseline Payment Schedule. The baseline schedule will not be accepted unless it satisfies Section 1-08.3(1)A General Requirements. Within seven (7) days of the Engineer receiving the submittal, the Engineer and the Contractor shall meet for joint review, correction, and adjustment of the initial baseline CPM Schedule. Baseline CPM Schedule shall be submitted in both hard copy and electronic file format. Within seven (7) days, baseline CPM Schedule shall be resubmitted to the Engineer showing the agreed upon adjustments. Adjusted baseline CPM schedules submitted by the Contractor will be reviewed by the Engineer and returned to the Contractor within seven (7) Days of the Engineer receiving the submittal. If necessary, the joint review and adjusted CPM Schedule submittal process shall be repeated. The schedule shall be finalized within 30 Days after Notice to Proceed.

1-08.3(1)B3 CPM SCHEDULE UPDATE (SP 10-13-17) The Contractor shall submit CPM Schedule and corresponding Payment Schedule updates monthly. The Contractor shall also submit CPM Schedule and corresponding Payment Schedule updates whenever changes occur that affect substantial or physical completion by 5 or more working days. CPM Schedule shall be submitted in both hard copy and electronic file format. A written narrative describing the project schedule status, the Critical Path and any revisions to the schedule shall be included with the updates. The updated Payment Schedule shall correspond to the amount of Work completed and Work anticipated to be completed as per the updated CPM Schedule.

1. At the discretion of the Engineer, progress meetings may be held monthly for the purpose of reviewing the CPM Schedule and Payment Schedule. Progress will be reviewed to verify actual start and finish dates, remaining duration and percent complete of activities, and any proposed revisions to the schedule. It is the Contractor’s responsibility to provide the Engineer with the status of activities at this progress meeting and prepare CPM Schedule and Payment Schedule updates based on this information.

2. The monthly updated CPM Schedule and Payment Schedule shall contain the agreed upon revisions or shall be resubmitted. The Contractor shall submit a supplemental CPM Schedule and Payment Schedule update within seven (7) Days of a request by the Engineer and of Substantial Completion.

The CPM Schedule updates shall conform to the following additional requirements:

1) Schedule updates shall be presented in a “Tracking Gantt” format, showing two sets of Gantt-style progress bars consisting of 1) the latest approved Baseline CPM Schedule versus 2) a combination of the actual start/finish progress of completed tasks and projected start/finish dates of uncompleted tasks.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 126 Division 1: General Requirements

2) Include columns showing actual or projected start and finish dates of all activities.

3) Highlight any new activities or additional activities resulting from the restructuring/splitting of existing baseline activity(ies).

4) Identify the current Critical Path, which could vary from the baseline Critical Path due to actual Work progress, additional work, or changed conditions.

One CPM schedule shall be submitted and updated and shall include all Work identified per Bid Schedule. Unresolved issues or disputes with asserted time effects may be reflected in a schedule update by comparing the Baseline CPM Schedule Critical Path to the updated CPM Schedule Critical Path. If Work cannot be completed within the Contract Time, the updated schedule shall reflect the earliest completion date practicable, and a narrative shall be provided by the Contractor addressing the reason(s) behind the delay. Acceptance of late completion schedules shall not relieve the Contractor from Liquidated Damages. 1-08.3(1)B4 LOOK-AHEAD SCHEDULE (SP 10-13-17) For each week that Work will be performed, the Contractor shall submit a look-ahead schedule showing the Contractor’s, and all subcontractors’ proposed Work activities and any Owner activities or supplied Materials for the next 5 weeks and the previous 1 week. Include the description, duration and sequence of Work, the planned hours of Work, changes to street, driveway or sidewalk access, any property access restrictions and potential utility interruptions. For the first schedule, Week 1 should begin with Notice to Proceed. Submit the look-ahead schedule to the Engineer by the midpoint of the week preceding the scheduled Work or some other mutually agreed upon submittal time. The look-ahead schedule shall be submitted at least 2 Working Days prior to each weekly project team meeting. Unless otherwise specified in the Contract, the Contractor shall notify the Engineer at least 2 Working Days in advance of changing Work and any Work affecting any street, driveway, commercial loading zone or dock, valet station, passenger loading zone or sidewalk access for utility service as shown in the look-ahead schedule; an updated look-ahead schedule shall be submitted with the notification. 1-08.3(1)B5 LINEAR SCHEDULE (SP 10-13-17) The Contractor shall prepare and submit a Linear Schedule as follows: 1. The Linear Schedule shall include similar information and meet the requirements of the CPM Schedule in Section 1-08.3(1)A; 2. The Linear Schedule shall be prepared in TILOS or comparable software, as approved by the Engineer; 3. The Linear Schedule shall include the Preconstruction submittal requirements; 4. The Linear Schedule shall be updated and submitted monthly to the Engineer; 5. The Linear Schedule shall be delineated by stationing. 1-08.3(1)C SUBMITTALS The Contractor shall submit one (1) copy of the Critical Path Schedule logic diagram (Gantt chart), Schedule Report (data printouts), and any narrative; and one (1) full electronic copy in selected CPM software format. The Critical Path Schedule logic diagram (Gantt chart - 22 in. x 34 in minimum), Schedule Report (data printouts), and narrative shall also be submitted in PDF format. 1. The logic diagram shall be plotted on sheets with a horizontal time scale that is the project calendar. The plotted length of each activity shall correspond to its duration and dates on the horizontal time scale. Logic diagrams that are not plotted according to a horizontal time scale will not be acceptable. The diagram shall be furnished on full size 22 in. x 34 in. sheets or as accepted by the Engineer. Activity information shall include activity numbers, activity descriptions, durations, total float, and projected or actual start and finish dates. The diagram shall clearly

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 127 Division 1: General Requirements

show the sequence and interdependence of all activities required for complete performance of all items of Work under the Contract and shall indicate the critical path 2. The schedule report shall provide the following information for each activity: activity number, activity description, activity calendar, original duration, remaining duration, percent complete, projected or actual start and finish dates, and total float. The schedule report shall be sorted by Work-Breakdown Structure as approved by the Engineer. 3. The electronic copy of the Critical Path Schedule shall be compatible with P6 Professional Project Management Release 8.3. The Contactor shall submit a functional and complete CPM schedule electronically via email, on compact disk (CD), or other medium accepted by the Engineer. The Contractor shall allow 14 Days for the Engineer's review. If rejected by the Engineer, the Contractor shall resubmit the document, allowing an additional 14 Days for each review required until accepted by the Engineer. The Owner will not issue the Certificate of Completion unless the final as-built Critical Path Schedule is received and accepted. 1-08.3(1)D EARLY COMPLETION (SP 10-13-17) The Engineer allocates resources to a Contract based on the Contract Time. The Engineer may review and accept a Critical Path Schedule indicating an early Physical Completion Date but cannot guarantee Owner resources will be available to meet the accelerated schedule. No additional compensation or time will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of Owner resources or for other reasons beyond the Engineer's control. 1-08.3(1)E MEASUREMENT AND PAYMENT (SP 10-13-17) Compensation for the cost necessary to complete the Work described in this Section will be made at the Bid item price for “ Critical Path Schedule Update, Min Bid = $2,150 ”, per each per schedule. The Bid item price for “Critical Path Schedule Update, Min Bid = $2,150”, shall include all costs for the Work specified in Section 1-08.3(1). Payment will be made based on the following measurement criteria: If the “base Critical Path Schedule” is accepted by the Engineer within 30 Days of Notice to Proceed, the schedule will be measured and paid as 5 Critical Path Schedule updates (5 each). If not acceptable to the Engineer within 30 Days of Notice to Proceed the Contractor is not relieved of the requirement to provide a base CPM; but once accepted it would be measured and paid as a single Critical Path Schedule update (1 each). Note: no adjustment of Contract Time will be considered prior to the acceptance of the base CPM. Each updated Critical Path Schedule or supplemental Critical Path Schedule accepted by the Engineer within specified time will be measured and paid as a single Critical Path Schedule update (1 each). If the monthly Critical Path Schedule update is not accepted by the Engineer prior to the next scheduled monthly update, no measurement or payment will be made for that Critical Path Schedule update. The As-built CPM will be considered a Critical Path Schedule update for measurement and payment. Should there be an extension to Contract Time by the Owner and additional Critical Path Schedule updates are required, the Critical Path Schedule updates will be measured and paid as indicated above. No measurement or payment will be made for Critical Path Schedule updates resulting from Contractor caused delays or Contractor changes to the scheduling of Work; if these required updates are not submitted and approved before the next monthly update, than a deduction of a single Critical Path Schedule update (1 each) will be made. No measurement or payment will be made for preliminary or look-ahead schedules. No measurement or payment will be made for monthly Critical Path Schedule updates not required. A minimum Bid as indicated on the Bid Form has been established for the item “Critical Path Schedule Update, Min Bid = $2,150”. For minimum Bid see Section 1-03.1(2).

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 128 Division 1: General Requirements

1-08.3(2) SCHEDULE CONSTRAINTS (SP 10-13-17) Replace this Section with the following: The Contractor’s CPM schedule shall reflect constraints imposed by applicable laws and regulations, and those specified in the Contract. As a first order of Work, the Contractor shall perform utility locates for all utilities within the right-of-way, perform potholing for all utilities crossing proposed utility alignments, and submit for review all pothole data to the Engineer prior to trenching or ordering materials. Early utility conflicts shall be raised by the Contractor for resolution prior to ordering materials. Constraints including but not limited to the following: 1. The CPM schedule shall show the AUP 1 Contract (by others), from Marion Street South on First Avenue, including temporary water main to be Physically Completed by October 26, 2018. 2. All Work on Stewart Street between 1 st Avenue and 2 nd Avenue shall be coordinated for access to the hotel and adjacent construction activity. New vault installation shall not occur simultaneously with vault repair Work including lid or access improvements. All Electrical ducts, vaults, and track power Work shall be substantially complete by April 6 2018 and physically complete May 25, 2018. 3. Work on 1st Avenue between Madison Street and Seneca Street shall be substantially completed by July 2, 2018 and physically completed by August 1, 2018. 4. Liner Work between Seneca and Spring shall be substantially complete by July 2, 2018 and physically complete by August 1, 2018. 5. SCL and SPU related work between Westlake Avenue and 5 th Avenue on Stewart Street and 5 th Avenue to Olive Way shall be substantially completed by July 13, 2018 and physically completed by August 17, 2018. Submittal requirements and review durations (see Section 1-05.3) 6. Work on 1 st Avenue between Seneca Street and approximately 100’ south of Union Street shall be substantially complete by September 21, 2018 and physically complete by October 27, 2018. 7. Work 150’ north of Union to Stewart on 1 st Avenue shall be substantially complete by September 7, 2018 and physically complete by October 17, 2018 except Electrical duct Work between Pike and Street and Union Street on 1 st Avenue which shall be substantially complete by January 18, 2019 and physically complete by February 12, 2019. 8. All Work between 100’ south of Union Street to 150’ north of Union Street on 1st Avenue shall be substantially completed by January 25, 2018 and physically completed February 23, 2019. 9. 2nd Avenue up to Westlake Avenue on Stewart Street shall be substantially complete by March 29, 2019 and physically complete by April 22, 2019. 10. Traffic Control restrictions (see Section 1-10.2(5)) 11. Environmental restrictions (see Section 1-07.5, 1-07.15 and permits) 12. Safety restrictions (see regulations and permits) 13. Construction Moratorium and summer work restriction (see Section 1-10.2(5)C) 14. The Contractor shall reach physical completion on all work by July 26, 2019. 15. Phasing restrictions (see section 1-08.3(3)) 1-08.3(3) RESERVED Replace this Title and Section with the following: 1-08.3(3) PHASING REQUIREMENTS (SP 10-13-17) The Contractor’s CPM schedule shall reflect the following phasing requirements:

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 129 Division 1: General Requirements

Curb Ramps – All curb ramps and associated landings/sidewalk shall be poured within 3 Working Days of demolition/removal of existing ramps/sidewalk. See notification requirements for layout approval in 8- 14.3(7)A. Noise Restrictions – Night time work by the contractor shall be in accordance with approved Noise Variance Permits included in the Appendix. Water and electrical Work phase sequencing and coordination activities. The existing water main on 1 st Avenue between Stewart Street and Seneca Street shall be maintained in full service concurrent with the new water main construction until service transfers can be performed. Service interruptions for the segment at Union Street in which the new water main is in the same location as the old main shall be installed with a temporary main in place to maintain service north and south of the Union Street segment such that PSE can use the existing water main corridor for gas relocation. The connection segment at the intersection of Stewart Street and 1 st Avenue shall be the final connection to the system and shall be coordinated with both SPU and SCL Work activities. See Section 7-10 for additional requirements. Hydrants which are removed from service shall be perpetuated with temporary fire department connections. The Contractor shall coordinate with the Engineer to furnish and install temporary connections for hydrant service for all phases of the water main construction. See Section 7-10 for additional requirements. The phasing Drawings indicate one method to deliver the project. The Contractor may develop other phasing or sequencing Drawings and submit for review illustrating means and methods to accelerate the schedule. 1-08.4 NOTICE TO PROCEED AND PROSECUTION OF THE WORK (SP 10-13-17) Replace this Section with the following: Upon execution of the Contract, notice is given to proceed on work for submittals, and for procurement of material critical to Project completion within Contract Completion Dates. The Contractor shall not commence with any other work until the Notice to Proceed has been given by the Engineer. For this Project, the Contractor shall bear all risks for any portion of the Work begun outside such areas other than work submittals, work identified in the preconstruction phase bid item, and procurement after execution of the Contract. The Contractor shall commence construction activities on the Project Site within 10 Calendar Days of the Notice to Proceed Date, unless otherwise approved in writing. Contract time shall begin on the Notice to Proceed Date. 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. 1-08.9 LIQUIDATED DAMAGES (SP 10-13-17) (FTA C 4220.1F, CH. IV.2.B(6)(B)(I) Replace this Section with the following: Time is of the essence of the Contract. Delays inconvenience the traveling public, obstruct traffic, interfere with and delay commerce, and increase risk to Highway users. Delays also cost tax payers undue sums of money, adding time needed for administration, Engineering, inspection, and supervision. Because the Owner finds it impractical to calculate the actual cost of delays, it has adopted the amount for liquidated damages for failure to complete the Physical Work of a Contract on time. If the Work is not Substantially Complete within the Contract Time, the Contractor shall pay to the Owner, as Liquidated Damages, the sum of $6,000 for each Working Day that the Work has not achieved Substantial Completion exclusive of those days where the Engineer has granted an extension of time. After Substantial Completion, for each Working Day that the Contractor fails to achieve Physical Completion within the Contract Time, the Contractor shall pay to the Owner, as Liquidated Damages, the

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 130 Division 1: General Requirements sum of $3,000 for each Working Day that the Work has not achieved Physical Completion exclusive of those days wherefore the Engineer has granted an extension of time. The Contractor shall complete the remaining work as promptly as possible. Upon request by the Engineer, the Contractor shall furnish a written schedule for completing the physical work on the Contract. Liquidated damages will not be assessed for any Days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire Contract. Because the Owner finds it impractical to calculate the actual cost of delays, it has adopted the following following approach. Failure to meet the interim milestones will incur a penalty using this formula and the original time for substantial completion based on the calendar date minus the notice to proceed date.

When the Contract work has progressed to the extent that the Owner has full use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains to physically complete the total Contract, the Engineer may determine the Contract work is substantially complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract Time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract Time occurring after the Substantial Completion Date or interim milestones, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract work. The Contractor shall complete the remaining work as promptly as possible. Upon request by the Engineer, the Contractor shall furnish a written schedule for completing the physical work on the Contract. Liquidated damages will not be assessed for any Days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire Contract. Add the following new Section: 1-08.11 WORK PLAN (SP 10-13-17) 1-08.11.1 DESCRIPTION The Contractor shall prepare and submit a Work Plan as incidental to the Preconstruction Phase, describing in detail the approach and methods for prosecuting the work in accordance with the contract. The Work Plan, at a minimum, shall include the following Plan Subsections: 1. Organization and Contact 2. Site Security and Access 3. Contractor Parking 4. Laydown and Storage 5. Temporary Facilities 6. Utility Work Sequencing and Coordination Work Plan Sections noted above shall contain at a minimum, the following: 1. Organization and Contact A. An organization chart describing: i. The hierarchy and relationship of the Contractor’s project staff ii. The hierarchy of subcontractors and suppliers including trade(s) or portion(s) for which each is responsible. B. An address and phone directory of the Contractor, subcontractor, and priority suppliers.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 131 Division 1: General Requirements

C. A narrative describing how the Contractor intends to staff, equip, and supply the job by trade in order to meet the contract work sequence and schedule constraints. Include the size of the work crew, and description of onsite equipment. 2. Site Security and Access Plan A. The Contractor shall develop and provide a Site Security and Access Plan. B. The Site Security and Access Plan shall include required secured locations, access points to Contractor’s secured locations, access requirements to private areaways/properties, deliveries and contacts for deliveries. 3. Contractor Parking A. The Contractor shall develop and submit a plan to accommodate Contractor employee parking to minimize impacts to residential and commercial properties adjacent to the project site. See Section 1-10.2(5)C 4. Laydown and Storage A. The Contractor shall develop and submit a Laydown and Storage Plan. B. The Laydown and Storage Plan shall include laydown and storage sites, rented locations, proposed street use for laydown and storage, coordination with adjacent properties, and any site preparation and restoration for proposed laydown and storage sites. 5. Temporary Facilities A. The Contractor shall develop and submit a Temporary Facilities Plan. B. Temporary Facilities Plan shall include all arrangements for temporary water service, temporary electrical service, and toilet facilities as required by the Contractor. All temporary facilities shall meet the applicable regulatory requirements. 6. Utility Work Sequencing and Coordination Plan A. The Contractor shall develop a Utility Work Sequencing and Coordination Plan shall be developed that describes the work as sequenced on the CPM schedule and Linear schedule, including how existing site functionality will be maintained. The Plan shall address: i. Schedule constraints described in Section 1-08.3(2) ii. Requirements for material and equipment procurement iii. Coordination for areaway access iv. Means and methods for executing the Contract adjacent and under trolley wires per Section 1-07.1(2)A. v. Coordination for Temporary Water Mains and Services per Section 7-10. vi. Utilities addressed in the plan shall include but not be limited to electrical distribution, electrical transmission, communication ducts, water, sanitary sewer, and storm drainage, steam, MetroKC Trolley Lines, and any others with associated service connections. B. When sequencing is other than as indicated in the Drawings, the Contractor shall develop independent sequencing drawings and traffic control drawings which shall be developed in conjunction with a schedule to illustrate coordination between different work activities, traffic control, and estimate durations for specific activities. C. Sequencing drawings shall include the following:

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 132 Division 1: General Requirements

i. Drawing(s) showing the dimensioned plan view locations of all intercepts, temporary bypasses, connections to found existing services, and utilities to be constructed by the Contractor and other utility agencies. ii. Profile drawings for water mains, storm sewers, sanitary sewers, and duct banks shall be used to graphically represent found conditions for existing utilities. iii. Intercept drawings showing crossings of main line utilities by utilities that do not include profile information in the contract, including but not limited to communications, catch basin and inlet connections, side sewers, and utility service connections. The Contractor shall establish a grade line where they cross other utilities to avoid potential conflicts. D. The Contractor Sequencing Plan shall provide for installation of subsequent utilities to be installed, for example providing sleeves or casings through duct banks and other potential physical barriers for services to be installed later in the contract. No additional payment will be made for delays or extra work resulting from new utilities that are in conflict with utilities that were previously installed by the Contractor. E. The Contractor shall maintain existing utility systems until such time that they are to be abandoned or removed. Work may include providing a temporary utility system or protecting the existing utility in-place. All costs associated with temporary utility systems or protection of existing systems shall be included in the various Bid items in the bid and at no additional cost to the Owner. F. When sequencing is other than as indicated in the Drawings, the Contractor shall develop independent sequencing/phasing drawings and traffic control drawings which shall be developed in conjunction with a schedule to illustrate coordination between different work activities, different Work shifts, traffic control, and estimate durations for specific activities. Phasing developed by the Contractor shall at no time impact more than four continuous blocks. 1-09 MEASUREMENT AND PAYMENT 1-09.6 FORCE ACCOUNT 1-09.6(3) MATERIALS (GSP 8-15-14) In the second sentence, replace “materials” with “direct material costs”

Add the following Section: 1-09.6(8) FORCE ACCOUNT INCLUDED IN THE BID FORM (GSP 10-10-08) The Owner has estimated and included in the Bid Form, 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 the Contractor’s total Bid. However, the Owner does not warrant expressly or by implication that the actual amount of work will correspond with those estimates. Payments will be made on the basis of the amount of work actually authorized by the Engineer.

1-09.7 PAYMENT FOR MOBILIZATION (SP 10-13-17) Replace this Section with the following: Mobilization consists of preconstruction expenses and the costs of preparatory Work and operations performed by the Contractor that occur at the start of a project. For the basis of calculating and paying mobilization as defined in this Section, the Contract Price excludes the mobilization Bid Item, the price of Change Orders, and payments made for Materials on hand. If applicable, taxes will be included in all calculations for mobilization payment.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 133 Division 1: General Requirements

Based on the Bid Item lump sum price for “Mobilization,” progress estimates will be made per schedule as follows: 1. When 5 percent of the Contract Price per schedule (with exclusions applied) is earned from the original Contract Bid items, 50 percent of the amount Bid for mobilization or 5 percent of the Contract Price (whichever is lower), will be paid per schedule. 2. When 10 percent of the Contract Price per schedule (with exclusions applied) is earned from the original Contract Bid items, 100 percent of the amount Bid for mobilization or 10 percent of the Contract Price (whichever is lower), will be paid per schedule. 3. Any remaining costs for the mobilization Bid item will be paid following the project’s Physical Completion Date per schedule.

1-09.9 PAYMENTS (FTA C 4220.1F, CH. IV, 2.B(5)(C)) 1-09.9(2) RETAINAGE OPTIONS Replace this Title and Section with the following: 1-09.9(2) RETAINAGE (GSP 9/17/14) Pursuant to RCW Chapter 60.28.011(b) no retainage will be withheld. The Contract Bond will serve as protection and payment of any claims of any person or persons arising under the Contract and the State with respect to taxes, increase and penalties incurred on the Project. 1-09.9(4)A REQUEST FOR CONTRACT COMPLETION DATE (GSP 8-15-14) Under 1. add g. and make the current g. the new h. g. The 360 Review is completed for all applicable projects; and

1-09.14 PROMPT PAYMENT TO SUBCONTRACORS AND PERSONS SUPPLYING LABOR, MATERIALS AND SUPPLIES Replace this Section with the following: 1-09.14 PROMPT PAYMENT TO SUBCONTRACTORS AND SUPPLIERS (GSP 9-17-14) This section requires every Contractor, at any tier, to pay subcontractors for satisfactory performance of their contracts, for Work not under dispute, no later than 30 days from receipt of each payment from the Owner. As a federally funded project, the project bond serves as assurance from the Contractor for any payment, no retainage will be withheld. Contractor is therefore prohibited from holding retainage from subcontractors.

1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 GENERAL 1-10.1(1) DESCRIPTION (SP 10-13-17) Section 1-10.1(1) is supplemented with the following: Traffic Control and Project Coordination The Contractor shall designate one person as the Traffic Control and Project Coordination Manager to plan, schedule, and coordinate the traffic control as noted in these provisions and as outlined below. It is anticipated that this project will require an extensive effort to coordinate project traffic control and construction activities with the adjacent projects, other Contractors, King County Metro, local developers

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 134 Division 1: General Requirements and businesses, downtown residents and hotels, public and private utilities, and others. The Traffic Control and Project Coordination Manager shall be responsible for planning and coordinating the Work with these various groups to assure completion of the Contract with a minimum of disruptions to all parties and the community. Traffic Control and Project Coordination Manager duties shall include: 1. Attending monthly downtown HUB coordination meetings. 2. Preparing Traffic Control, Pedestrian Traffic Control, Bicycle Traffic Control, and Detour Plans in accordance with the latest adopted edition of the Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD), including the Washington State Modifications to the MUTCD, the most current edition of the Public Rights-of-Way Accessibility Guidelines (PROWAG), the City of Seattle Traffic Control Manual for In-Street Work, and applicable SDOT Director’s Rules. 3. Coordinating the review and approval of the Contractor prepared Traffic Control, Pedestrian Traffic Control, Bicycle Traffic Control, and Detour Plans with the Engineer and the City of Seattle. 4. Coordinating project traffic control, Contractor Haul Routes, use of Contractor Staging Areas, with City of Seattle and other Contractors in accordance with section 1-05.14. Contractor staging shall not take place on side streets. 5. Ensure that milestone activities for each traffic control setup are included in the Master Schedule and weekly look ahead schedules and that the Master Schedule shows the availability of Contractor Haul Routes, and availability of Contractor Staging Areas as shown in the Staging Plans. Staging shall not take place on side streets connected to First Avenue or Stewart Street. The schedule shall show how each of these milestone activities interfaces with other Contract Work and with other Projects as specified in section 1-05.14. The schedule shall be updated Bi-monthly or more often if changes in the Work affect the schedule. See Section 1-08.3(1)A) for additional information regarding the Master Schedule. 6. Develop a detailed schedule for work activities that require weekend or long term roadway closures to complete. The detailed schedule shall break down the work activities, on an hour by hour basis if needed. The Traffic Control Manager shall submit the detailed schedule for approval a minimum of 30 days in advance of these closures. 7. Develop a contingency Plan that details the procedures the Contractor shall implement if any work activities are delayed beyond the late finish dates as identified in the detailed weekend or long term roadway closure schedule. 8. Identify impacts to adjacent businesses and properties, such as obstruction of alleys, driveways, building entrances, or loading zones, and nighttime noise near residences and hotels. Notify affected residents, businesses, and property owners no later than 10 working days prior to the impact. 9. Provide a status update at weekly construction meeting with City of Seattle Haul Route Submittal The Contractor shall submit formal proposal for haul routes for the project. The submittal shall include a narrative of the street by street routing to and from the job site either from the interstate or the City limits. Maps are ok for submittal, but secondary to the narrative. The following shall be contained in the narrative: - How much material will be imported and/or exported? - Number of trucks running and the frequency of the trucks; please include routing for general deliveries also. Note the size and type of trucks being used. i.e. solo or truck and trailer for mass ex. Concrete trucks etc. - How and where will the trucks be loaded. - All contact information for the trucking contractor and the Superintendent on site. - Hours of operation

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 135 Division 1: General Requirements

- All trucking routes shall be using the arterial streets to and from the site using to most direct route - Description of measures in place to prevent and tracking of any debris onto City Streets - Description of measures in place to prevent any queuing or staging on City streets If haul route is submitted prior to obtaining a trucking contractor, then an additional haul route shall be submitted a minimum 2 weeks prior to work commencing. Any changes to routing will need prior approval All over size loads shall have separate approval for each movement. Contact Don Smith via email or telephone to obtain oversize load permits. No truck queuing or staging is allowed at or in the vicinity of the job site including I-5 or side streets connected to 1 st Avenue and Stewart Street. No compression (Jake brake) brakes shall be allowed All applicable traffic laws shall be adhered to as defined in Seattle Municipal Code Title 11. Approval of a Haul Route submittal does not guarantee the haul route will be available for the duration of the project. Haul routes may be changed by the Owner due to conflicts or issues related to the trucking Activity

1-10.2 TRAFFIC CONTROL MANAGEMENT 1-10.2(5) TRAFFIC CONTROL PLANS 1-10.2(5)B CONFORMANCE TO ESTABLISHED STANDARDS (GSP 08-23-16) Replace first paragraph with the following: Flagging, signs, and all other traffic control devices and procedures furnished or provided shall conform to the standards established in the current version (in effect on the Day the Work was advertised for Bid) of the “Manual on Uniform Traffic Control Devices for Streets and Highways” as modified and adopted by WSDOT (hereinafter referred to as the "MUTCD”), as supplemented by the current edition of The City of Seattle "Traffic Control Manual for In-Street Work" (hereinafter referred to as the "Seattle Traffic Control Manual" (STCM)), the most current approved edition of the Public Rights-of Way Accessibility Guidelines (PROWAG), and such additional requirements as may be included in the Contract. The Revised Code of Washington (RCW) 47.36, Traffic Control Devices, requires traffic control devices along city streets to conform to the WSDOT adopted standards to the extent possible. Add the following after the third paragraph: The most current edition of the Public Rights-of-Way Accessibility Guidelines (PROWAG) may be accessed at the United States Access Board website at: https://www.access-board.gov/guidelines-and-standards/streets-sidewalks/public-rights-of- way/background/revised-draft-guidelines

1-10.2(5)C GENERAL TRAFFIC CONTROL RESTRICTIONS (SP 10-13-17) Add the following to Item 3: During the Holiday Moratorium and Summer Construction work restriction, the Contractor shall restore the work area and open to one lane of traffic in both directions along within project limits that are within the Holiday Construction Moratorium limits . The employees of the Contractor must not park their private vehicles on the street as follows: a) Within the McGraw Square or Westlake Square area, defined as bounded by 6th Avenue, Westlake Avenue, Olive Way, and Stewart Street.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 136 Division 1: General Requirements

b) Or in commercial areas where general parking has been prohibited for construction or safety purposes. c) Or in loading zones. The employees of the Contractor must not park their private vehicles on the street, at the Project Site, or in commercial areas where general parking has been prohibited for construction or safety purposes. Add the following Item 5: 5. Pike Place Market Summer work restriction: No construction activities will be allowed on any portion of the project that lies within the area 50-feet north of the North street margin of Union Street to 50-feet south of the Southwest Margin on Stewart Street on 1 st Avenue and west of the centerline of right of way. The Summer work restriction will be in effect beginning at 7:00 PM on the Friday before Memorial Day Weekend and will end at 6:00 AM on the Tuesday following Labor Day. 1-10.2(5)D RESERVED Replace this Title and Section with the following Sections: 1-10.2(5)D PROJECT SPECIFIC TRAFFIC CONTROL RESTRICTIONS (SP 08-16-17) The traffic control plans shall be submitted and implemented in accordance with the phasing and sequencing indicated in the Drawings, constraints contained in Section 1-08.3 and the following street and lane closure restrictions: Prior approval of Traffic Control Plans must be attained before implementing any traffic control and Maintenance of Traffic (MOT). Any signal equipment and timing adjustments modifications shall be included in the submittal of Traffic Control Plans. At no time shall two consecutive intersections be fully closed along any roadway simultaneously. Pedestrian Traffic Control : Except where pedestrians have one block or less between detours, pedestrian traffic shall be maintained on both sides of the street. Only one crosswalk may be closed per intersection at any given time. All ADA accessible routes and building entrances shall be maintained or detoured to an alternate ADA accessible location. See also temporary pavement patch below for additional pavement patching for pedestrian access. All pedestrian access shall comply with Directors Rule 10-2015 for pedestrian access around Work zones. The Contractor shall develop a pedestrian access plan for each phase of Work. The pedestrian access plan shall be included in the Traffic Control Plan and shall include water filled barriers, kickboards, signing, barrels, or other means to control pedestrian access. The Contractor shall furnish and install, relocate as necessary, and remove, water filled barriers, kickboards, or other pedestrian control devices according to project phasing and as directed by the Engineer. Flagger / Spotter: required as necessary for pedestrian safety. Business access must be maintained at all times. On 1st Avenue, from Madison Street to Stewart Street: Two lanes of traffic shall be maintained, one in the northbound and one in the southbound direction, at all times. The Contractor will be allowed one parking lane and one additional lane width for work zone closure. Access shall be maintained to all hotels at all times. Contractor shall coordinate relocation of loading zones, and pedestrian access with the Engineer. Turning movement eastbound from 1st Avenue shall likewise be maintained where side streets allow for turning movements.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 137 Division 1: General Requirements

No traffic shall be held on any of the above listed streets during the peak periods, 8:00am to 10:00am and 4:30pm to 6:30pm weekdays for any movement of vehicles, equipment, materials or supplies in or out of the work zone. Full intersection closures will be allowed at night and on non-Special Event weekends with an approved detour. The table below indicates maximum number of closures for each intersection:

Intersection Number of Full Closures – Number of Full Closures – Single evening Weekend 7:00pm to 5:00am Fri 7:00pm to Monday 5:00am 1st Ave/Madison St 10 4 1st Ave/Spring St 10 4 1st Ave/Seneca St 10 4 1st Ave/Union St 10 6 1st Ave/University St 10 6 1st Ave/Pike St 6 4 1st Ave/Pine St 6 4 1st Ave/Stewart St 10 6 Full street closures will be allowed between intersections at night and non-Special Event weekends with an approved detour.

On Stewart Street, from 1st Avenue to Westlake Avenue: Except as noted otherwise, two lanes of traffic shall be maintained, one in the eastbound and one in the westbound direction, at all times between the Macy’s Garage and 3rd Avenue. One lane eastbound shall be maintained at all times on Olive Way and one lane westbound shall be maintained on Stewart Street. Turning movements southbound from Stewart Street shall likewise be maintained where side streets allow for turning movements. No traffic shall be held on any of the above listed streets during the peak periods, 8:00am to 10:00am and 4:30pm to 6:30pm weekdays for any movement of vehicles, equipment, materials or supplies in or out of the work zone. Full intersection closures will be allowed at night and on non-Special Event weekends with an approved detour. The table below indicates maximum number of closures for each intersection: Number of Full Closures – Number of Full Closures – Intersection Single evening Weekend 7:00pm to 5:00am Fri 7:00pm to Monday 5:00am Stewart St/2 nd Ave 4 3 Stewart St/3 rd Ave 4 3 Stewart St/4 th 10 6 Ave/Olive Way Stewart St/5 th Ave 10 8 Stewart St/Westlake 10 4 Ave

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 138 Division 1: General Requirements

Full street closures will be allowed between intersections at night and non-Special Event weekends with an approved detour. Westlake Avenue and other Locations:

Number of Full Closures – Number of Full Closures – Intersection Single evening Weekend 7:00pm to 5:00am Fri 7:00pm to Monday 5:00am Westlake 4 2 Ave/Republican St Olive Way/5 th Ave 4 2

Full street closures will be allowed between intersections at night and non-Special Event weekends with an approved detour. For work zones impacting current streetcar operations, see Sec 1-07.27. Contractor must be on notice that traffic detours and closures due to the demolition of the Alaskan Way Viaduct will affect vehicle traffic within the project. In addition, ongoing work at the Washington State Ferry Coleman Dock facility may affect vehicle traffic within the project. See Section 1-05.14 for additional projects that may impact construction. Work zones shall not exceed four consecutive blocks including work for temporary sewer and water bypass or service. Temporary water main work may extend up to one block beyond the two-block work zone but shall not restrict traffic or intersection access. On Stewart Street, from 1 st Avenue to 2 nd Avenue Private development work at 1613 2 nd Avenue will include the placement of a tower crane that will impact parking and traffic lanes along the south curb line of Stewart Street on this block. The crane is expected to impact traffic from November 1 st , 2017 through November 1 st , 2019. If needed, Contractor may develop traffic control plans to fully close Stewart Street from 1 st Avenue to 2 nd Avenue, not including the intersections, for an extended period of time (6 weeks maximum) in order to expedite construction of improvements under this project. Full closure shall be long enough to complete all improvements in this area and fully restore the site. Once the full closure is lifted, no other closures in this area shall be permitted. During the closure, Contractor shall coordinate through Community Communications Officer with adjacent businesses to maintain local access for commercial deliveries, waste removal, and emergency services. Intersection of Stewart Street and 5 th Avenue Improvements under this contract are expected to significantly restrict traffic movement through this intersection. Contractor may develop traffic control plans to close the intersection as indicated in the previous table to expedite the work. Closure shall be long enough to complete all improvements in this area and fully restore the site for traffic. Closures shall be limited to the periods listed above and half intersection closure on 5 th Avenue at the vault construction location as well as up to 3 lanes closed (allocating for bus movements) on Stewart Street between 5th Avenue and Westlake Avenue for a maximum of two and a half months. During the closure, Contractor shall coordinate through the Community Communications Officer with adjacent businesses to maintain local access for commercial deliveries, waste removal, and emergency service. One lane shall be maintained westbound at all times and shall be wide enough for bus turning movements. Driveway Access All driveway accesses shall be maintained at all times with the exception of closure of driveways for construction of the driveway, sidewalk, or roadway immediately adjacent. Closures for each activity shall be limited to half of each driveway at a time. This requirement shall be extended to all driveways regardless of construction activities, reconstruction, temporary traffic closures, or other construction

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 139 Division 1: General Requirements activities. At no time shall the use of any driveway be more than half obstructed. Phased construction activities shall be developed by the Contractor demonstrating means and methods to maintain access to hotels, and driveways full time. The Contractor, through use of the Community Communications Officer, may negotiate alternate agreements with adjacent residents, businesses, and property owners for more prolonged driveway closures. Such arrangements, shall receive approval from the Engineer prior to implementation. Food truck access to McGraw square shall be maintained, as directed by the Engineer, while the non- standard curb ramp at the south end of the park is out of service. Turnout Loading Zones Where indicated in the drawings or as directed by the Engineer, turnout loading zones shall be maintained at all times with the exception of closure of the loading zone for construction of temporary utilities, restoration of the pavement, and construction of the driveway, sidewalk, or roadway immediately adjacent. Closures for each activity shall be limited to 5 working days total maximum closure. Temporary utilities routed through the turnout shall be buried in order to restore operation after installation is complete. During installation of permanent public utilities, turnout loading zones may be closed for the duration of work. The Contractor, through use of the Community Communications Officer, may negotiate alternate agreements with adjacent residents, businesses, and property owners for more prolonged turnout loading zone closures. Such arrangements, shall receive approval from the Engineer prior to implementation. Contractor shall provide alternative access to Valet parking for all hotels including the Hotel 1000, and the Thompson Seattle at the intersection of 1 st Avenue and Stewart Street. The Contractor shall perform all Work maintaining access on Pine Street to the loading zone for the Inn at the Market. Special Events No traffic shall be held, for any movement of Contractors vehicles or equipment in or out of the work zone, on streets within one block of work zone from two hours before to two hours after any Special Events within the CBD, Pike Place Historic District or Pioneer Square Historic District expect cumulative attendance of 20,000 or more including, but not limited to, the following events. • St. Patrick’s Day Parade - March • St. Patrick’s Day Dash - March • Upstream Festival - May • Color Run Seattle – May • Race for the Cure – First weekend in June • Rock ‘n’ Roll Marathon - June • Seattle Pride Parade – June • Fourth of July • Torchlight Run & Parade – July • Seattle Hempfest – Third weekend in August • Seattle Marathon – Sunday after Thanksgiving • WSDOT Semi-annual inspection of the viaduct (typically March & October)

Contractor is advised to see http://www.seattle.gov/event-calendar[seattle.gov] for special events, and the month they occur. The Engineer makes no assertion that this list is complete, or will not change during this Contract.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 140 Division 1: General Requirements

Additionally, for all special events, the traveled lanes shall be cleaned within 4 hours of the event, all sidewalk and crosswalks shall be open to all traffic. King County Metro Transit Trolley Lines The Project has work that is near Metro KC Transit overhead trolley lines. Trolley lines, when energized conduct 750 volts. Trolley line height varies, but typically trolley lines are hung at 18.5 feet to 19.0 feet above the roadway to support locations. Lines may sag between support locations. Trolley lines will be de-energized throughout the entire Project and will not be taken down with the exception of cable shifting or removal at Stewart Street and 5 th Avenue. Crossing lines on Stewart Street at 2 nd Avenue and 3 rd Avenue and at the Madison Street and 1 st Avenue intersection will also remain up. These crossings will remain energized and active for the duration of the project The Contractor may request temporary deactivation of these intersections to accommodate construction needs as noted in Section 1-07.1(2)A and Section 1-07.28(4). The total number of de-energizations is allowed for each intersection as noted below”

Stewart Street and 2 nd Avenue: 4 total de-energizations Stewart Street and 3 rd Avenue: 4 total de-energizations Stewart Street and Westlake Avenue: 2 total de-energizations At the Intersection of Stewart Street and Westlake Avenue, the trolley lines will be removed or shifted for the construction of the vault 0277V010. The Contractor shall develop a work sequence plan coordinated with SCL and KC Metro. On Stewart Street KC Metro will reroute bus route 62 and 99. The Contractor shall provide a schedule and notification to the Engineer regarding schedule of Work on 1 st Avenue for coordination with KC Metro. The Contractor shall coordinate all closure times and Work windows for KC Metro bus schedules and SDOT Traffic Control Plan approval.Metro KC Transit fees for the number of de-energizations listed above will be paid directly by the Owner. Costs associated with any additional de-energizations shall be included only if the de-energizations have been approved by the Engineer prior to completion of the work. All costs associated with de-energizations that have not been approved prior to the work will be considered incidental to the contract The maximum distance a trolley coach can be shifted, without physically adjusting the track (overhead power lines) location, to one side or the other is nine (9)-feet measure from the center point of the track to the side of the bus closet to that track relative to its specific direction of travel. This maximum distance applies to straight-wire situations only and does not include situations where either curvature of track or special configurations (for example, switches) are present. If it is necessary to detour MetroKC trolleys more than one lane on either side of its track, that work shall be scheduled in accordance with Section 1-07.28. Advance notice is required. Any physical adjustment to the lines is for the sole benefit of the Contractor’s means and methods and alternative means and methods exist. The Contractor shall be responsible to negotiate, coordinate, and pay for physical adjustment with MetroKC Transit Power Distribution; see Section 1-07.28; advance notice is required. Approval is dependent on MetroKC Transit Power Distribution’s ability to perform requests. In order to facilitate construction, it has been determined that some Project locations will require a MetroKC Trolley detour of greater than one lane. In order to satisfy MetroKC requirements as listed in Section 1-10.2(5)D, these Project locations will require that MetroKC Trolley lines are de-energized and that diesel coach be implemented or bus routes be detoured. All closures and working times shall meet the restrictions required by MetroKC and are subject to SDOT approval. KC Metro closures are subject to weekend-only from Saturday at 04:00 through Monday at 05:00. Single evening closures will not be accommodated by Metro. Temporary Pavement Patching

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 141 Division 1: General Requirements

Trenches in which active utility work is being performed shall be steel plate covered. The Contractor shall completely restore the pavement surface over utility trenches to a paved and drivable condition during the designated phase of construction prior to advancing to another phase of work. Temporary pavement shall be furnished, placed, and maintained if permanent trench pavement restoration is not furnished and placed by the Contractor. By substantial completion, all trenches shall be in a paved condition for maintenance of traffic. Temporary Pavement Patch included in the Unit Bid Price List will be used to modify pedestrian routes as directed by the Engineer. This item is exclusive to the use for addressing minor transitions, routing pedestrians, patching sidewalk and other miscellaneous requests by the Engineer. This bid Item will not be used for patching roadway, trenches, or to address temporary pavement patching necessary to support Contractor sequencing and phasing of the Work when temporary pavement patching is incidental to those “Other” Unit Bid Items. 1-10.2(5)E PROJECT SPECIFIC TRAFFIC CONTROL REQUIREMENTS (SP 10-13-17) The traffic control plans shall be submitted to the Engineer for review and implemented in accordance with the project work plan(s), utility phasing and sequencing, and other schedule or permit requirements. Contractor shall provide traffic control for all activities in the right of way. Traffic control shall include flaggers, spotters, placement and relocation of barriers, fencing, signs, placement of steel trench plates covers for all trenches open and not open to traffic, temporary sidewalk access revisions, advance utility potholing, relocation of overhead utilities, signals, light poles, and other Work activities. This Work includes weekends, holidays, days, and night traffic control. 1-10.3 TRAFFIC CONTROL LABOR, PROCEDURES AND DEVICES 1-10.3(1) TRAFFIC CONTROL LABOR 1-10.3(1)C TRAFFIC CONTROL PEACE OFFICERS (GSP 8-15-14) In the sixth paragraph, delete everything after “showing the hours actually worked” And place a period after the word “worked”.

1-10.3(3) TRAFFIC CONTROL DEVICES 1-10.3(3)N SPEED AND PARKING CONTROL (GSP 1-28-14) Replace this last paragraph in this Section with the following: Costs related to speed limit revisions and parking control shall be in accordance with Section 1-07.23(3).

1-10.4 MEASUREMENT (SP 10-13-17) Add the following: Measurement for “Traffic Control and Project Coordination Manager” will be per week, per schedule, and will be made for the actual project time elapsed with a full-time staff member designated and employed the contractor and actively working on the project in accordance with Section 1-10.1(1)

1-10.5 PAYMENT (SP 10-13-17) Replace item 1 with the following: 1. “Maintenance and Protection of Traffic Control including Flagging" per lump sum per schedule. Payment for “Maintenance and Protection of Traffic Control including Flagging" shall include all costs for the Work required to control traffic as specified in Section 1-10 not including Traffic Control Peace Officers. This includes all traffic control including flagging to support traffic control plans and permitting for Advance Utility Potholing, see Section 2-22.3(1).

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 142 Division 1: General Requirements

Add the following:

2. “Traffic Control and Project Coordination Manager ”, per week, per schedule. The per week Contract price for “Traffic Control and Project Coordination Manager” shall be full pay for all costs incurred by the Contractor in performing the Contract work as specified, including coordination with other Contractors (as in Section 1-05.14) and Haul Route Submittal.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 143 Division 2: Earthwork

DIVISION 2: EARTHWORK 2-02 REMOVE, ABANDON OR RELOCATE STRUCTURES AND OBSTRUCTIONS 2-02.1 DESCRIPTION (SP 10-13-17) Replace this Section with the following: Section 2-02 describes removing and disposing of, salvaging, or abandoning selected items identified in the Contract within a Right of Way or an area of existing improvement. This work also involves backfilling of trenches, holes, or pits resulting from the removal of the existing improvements. Work includes removal of existing pipe, removal of small pieces of existing pipe in areaway(s), valves, restraints, valve chambers, concrete blocking, valve boxes, and water main appurtenances. This work also includes removal of existing pipe valves, restraints, valve chambers, concrete blocking, valve boxes, and appurtenances associated with services. This Work includes reconstruction of existing valve chambers and water meter vaults to maintain water service as indicated in the Drawings.

This Work also includes, demolition of existing duct banks (which have been de-energized), demolition of existing electrical maintenance holes (electrical vaults), abandoning electrical vaults, abandoning and filling electrical vaults, and abandoning and filling existing duct banks. This Work also includes removal of the existing top slab (ceiling) on existing electrical vaults indicated in the Drawings and reconstruction of the top slab to provide a 42-inch diameter access frame and cover. Additional Work includes enlarging the access hole in existing vault top slabs (ceilings) and constructing new topping slabs to go over the existing vault ceiling with a new 42-inch diameter ring and cover.

The contractor shall construct duct banks, vaults, conduits, core existing vaults for new duct bank penetrations, and construct the electrical duct bank system in preparation for SCL cable pulling and electrical connections and cross-overs. The Contractor shall provide support for SCL crews for all work involving demolition, duct bank construction, vault demolition, vault construction, de-energizations, energizations, cross-overs, and other Work to support Work performed by SCL crews on energized duct banks and vaults.

Sawcutting and pavement limits indicated in the Drawings are based on neat line limits of utility trenching. Additional removal for temporary service connections, cathodic protection, and for conflicting existing utilities shall be considered part of this Work. For projects within the City of Seattle, actual pavement and related restoration may be modified by the extended limits of restoration required to comply with the current version of the “Right-of-Way Opening and Restoration Rule” at the date of Advertisement for Bids. This document may be obtained at The Street Use Counter, Room 2300, 23rd Floor, Seattle Municipal Tower, 700 Fifth Avenue, Seattle, WA 98104 or found at:

http://www.seattle.gov/transportation/stuse_pavementopen.htm

Any modifications to the Contract based on the “Right-of-Way Opening and Restoration Rule” must be approved by the Engineer. The Contractor must conduct all removal operations included in this Section per Section 1-07.16(2) when removals fall within the dripline of existing trees to be protected.

2-02.3 CONSTRUCTION REQUIREMENTS 2-02.3(3) REMOVAL OF EXISTING STREET IMPROVEMENTS 2-02.3(3)D REMOVE CATCH BASIN, SAND BOX, VALVE CHAMBER, MAINTENANCE HOLE, OR INLET (SP 10-13-17) Add the following: Where in conflict with the new utilities, the Contractor shall excavate and completely remove the valve chamber structure including valve castings, restraints, pipe, lids, hatches, and appurtenances.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 144 Division 2: Earthwork

2-02.3(3)G REMOVAL ELECTRICAL AND TRAFFIC CONTROL DEVICES (SP 10-13-17) Add the following: Remove Vehicle Signal Head as indicated in the Drawings shall include all tools, equipment, and labor to remove the vehicle signal head as indicated in the Drawings. This Work shall include modifying the signal sequence or timing as directed by the Engineer to account for the removed head and associated traffic movement conditions. 2-02.3(3)L REMOVAL OF EXISTING STREETLIGHT EQUIPMENT (SP 10-13-17) Add the following: Remove Wiring, Street Lighting shall include the removal of overhead or underground street lighting equipment or other miscellaneous electrical conduit systems associated with street lighting, park lighting, signs, or other street furniture with electrical appurtenances. 2-02.3(7) SALVAGE 2-02.3(7)A GENERAL (SP 10-13-17) Replace this Section with the following: Unless otherwise indicated in the Contract, all materials identified as salvageable by the Engineer to be removed from the project shall be carefully salvaged in its existing condition as amended in the following paragraph. Delivery of salvageable material shall be as specified in Sections 2-02.3(7)B through 2- 02.3(7)F. Delivery of salvageable guardrail components shall be in accordance with Section 2-02.3(3)H. Materials deemed not salvageable by the Engineer shall be removed by the Contractor and disposed of. All castings and other materials removed from the project which are not to be re-used on the project, and which in the opinion of the Engineer are suitable for salvage, shall have excess concrete, debris and dirt removed. Items which will be removed, salvaged, and re-installed by the Contractor shall be transported and stockpiled at a secure location provided by the Contractor. Materials shall be stored in a protected environment to prevent deterioration, discoloration, or other objectionable wear, weathering, or deformation. 2-02.3(7)B WATER MAINS AND APPURTENANCES (SP 10-13-17) Add the following: Removal of existing water main includes removal of the existing pipe within the envelope of the new water main and performing additional excavation beyond the neat line limits of the new water main trench for removal of existing water main where the alignments and vertical profiles separate as shown in the Drawings. This includes removal of all pipe, fittings, valves, restraints, and appurtenances associated with buried services as indicated in the Drawings. All items shall be removed and disposed of at the Contractors expense unless otherwise directed for salvage by the Engineer. Removal of water service materials and appurtenances within the areaways shall be coordinated with SPU. The Contractor shall coordinate with the Engineer and remove, and dispose of all materials within the areaways related to service renewals indicated in the Drawings unless otherwise directed by the Engineer to salvage materials. All service shut-offs, and connections shall be performed by SPU with Contractor support. Contractor shall coordinate with the Engineer and SPU Field Operations for removal of existing pipe, fittings, restraints, valves, and appurtenances associated with temporary service connections. See specification Section 7-10.3 Contractor Support for Temporary Water Service. Add the following Sections: 2-02.3(7)B1 REMOVE HYDRANT, WITH SALVAGE (SP 10-13-17) Where indicated in the Drawings, the Contractor shall remove and salvage existing fire hydrants. Where hydrants are cast into open areaways, the Contractor shall chip out the cement around the hydrant and

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 145 Division 2: Earthwork remove the hydrant and form, seal, grout, or otherwise restore the areaway to usable conditions. Where removal of the hydrant is within an abandoned areaway, filled areaway, or areaway to be filled and not in use, the Contractor shall not restore the areaway to a usable condition. For hydrant replacement, see Section 7-14. Hydrants which are removed from an abandoned areaway, filled areaway, or areaway to be filled and not in use, shall be backfilled with controlled density fill per Section 2-10.2(3) and as directed by the Engineer. The Contractor shall coordinate with the Engineer and deliver the fire hydrant from 1895 (located at 1412 1st Avenue, and 1501 1st Avenue) to the Engineer. The Engineer shall coordinate delivery of these two hydrants to MOHAI for use as an example of an early fire hydrant from the time period after the 1889 fire. Contractor shall take care to not damage the hydrants during removal, or transfer. Contractor shall coordinate with the Engineer for appropriate packaging, palleting, or other crating appropriate for safe transfer. 2-02.3(7)B2 REMOVE VALVE BOX Contractor shall remove all valve boxes. This includes all work to carefully remove castings using a method which ensures the casting is not damaged and includes all tools, equipment, and labor to remove the entire casting, sleeve, and lid. 2-02.3(7)E GUTTER BRICK, PAVEMENT BRICK AND COBBLESTONE, AND GRANITE CURB (SP 10-13-17) Replace this Section with the following: When the Bid item description includes “with salvage”, the Contractor shall exercise reasonable care in the removal and salvage of existing gutter brick, sidewalk brick, brick pavers, pavement brick, cobblestone, and granite curb encountered during removal operations. The method of removal shall not damage the brick, cobblestone, granite curb, or any adjacent brick, cobblestone, or granite curb. If necessary, the Contractor shall hand excavate to ensure these materials are not damaged. The Contractor shall coordinate the loading operations with the SDOT Pavement Supervisor, see Section 1- 07.28. The Contractor shall be responsible for loading of the salvaged material. Add the following Sections: 2-02.3(9) REMOVE ELECTRICAL VAULT (SP 10-13-17) The Contractor shall remove the existing vault as depicted in the contract plans. The Contractor shall notify Seattle City Light 7 days in advance before removal of an existing vault for coordination of items to be salvaged before removal. All shoring for the removal of the existing vaults shall be in accordance with section 2-07.3. After removal, has been completed, the excavated area shall be backfilled with Controlled Density Fill or Type 17 aggregate to the restored roadway sub-grade elevation. In each of the vaults, as specified to be removed on plans along 1 st avenue, the existing clay ducts containing energized conduits need to be de-energized and encased in concrete before vault removal. Before the encasement of ducts, the ducts must be de-energized by SCL crews and the contractor will support any and all work to be done by SCL. The approximate size of encasement of clay ducts in each of the vaults to be removed is 12”x12” running the length of the vault. If for some service reason the SCL conduits cannot be de-energized, then the contractor shall provide all necessary support services for the SCL crews to perform the work. This Work shall include all chipping, breaking, transport, and disposal of the vault materials. 2-02.3(10) REMOVAL AND DISPOSAL OF ELECTRICAL DUCT BANK (SP 10-13-17) The Contractor shall remove existing duct bank when in conflict with new duct banks. De-energized duct bank removal shall be performed by the Contractor and coordinated with the Engineer for the work schedule and allowable outages. All outages shall be directed by the Engineer. This Work shall include removal of the existing duct bank, haul, and disposal.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 146 Division 2: Earthwork

2-02.3(10)A REMOVAL AND DISPOSAL OF TRANSITE PIPE AND DUCT BANK Transite concrete pipe and conduit containing asbestos may be encountered and will require removal and/or disposal on- or off-site in accordance with applicable laws. When asbestos is encountered, the Contractor shall be responsible for obtaining all permits from, and provide notification to, the Washington State Department of Labor and Industries, the U.S. EPA, the local air pollution control agency, and other permitting and regulatory agencies with jurisdiction over the work involving asbestos as the law requires. The Seattle City Light (SCL) duct banks to be removed include transite pipe encased in concrete. Before commencing asbestos related work, the Contractor shall provide the Engineer with written verification of approvals and notifications that have been given and/or obtained from the required jurisdictional agencies, and the Contractor’s schedule for all work involving asbestos removal. The schedule shall include the sequencing and scheduling of asbestos related work, and coordination with subcontractors. The Contractor shall notify the Engineer when all approvals have been received and notifications have been made, as required by the agencies involved. The Contractor shall ensure the safety of all workers, visitors to the site, and the public in accordance with all applicable laws, rules, and regulations. 2-02.3(11) ABANDON ELECTRICAL VAULT (SP 10-13-17) Abandon electrical vault in accordance with section 2-02.3(1) of Standard Specifications. 2-02.3(14) ABANDON AND FILL ELECTRICAL VAULT (SP 10-13-17) Abandon and Fill Electrical Vault will follow additional construction requirements in addition to all the requirements specified in section 2-02.3(1). 1. The Contractor shall abandon the existing vault as depicted in the contract plans. The Contractor shall notify Seattle City Light 7 days in advance before preparing to abandon an existing vault for coordination of items to be salvaged and for the electric safety observer to be made present. Contractor must pull taught all cables coming into and going out of the vault and encase the cables split PVC conduit and encase conduits in concrete duct bank to connect to the existing ducts 6-inches minimum beyond the extent of the abandoned vault structure. 2. The contractor must remove the vault structure to a depth of 6 inches below the concrete encased duct back and break up basement floor to promote drainage. 3. Fill the vault and other cavities left by the removal of the vault to match the level of surrounding ground surrounding the concrete encased ducts. Complete backfilling as specified in Section 2-10. 4. 4. The upper portion of abandoned vault must be replaced with material matching the existing pavement structure unless specified otherwise in the Contract. 2-02.3(15) ABANDON AND FILL ELECTRICAL DUCT BANK (SP 10-13-17) Abandon and Fill Electrical Duct Bank shall include all work to fill, plug, and abandon existing duct banks in place with Controlled Density Fill as indicated in the Drawings. Ducts 6 inches and smaller do not need to be filled and shall be plugged with grout. All ducts larger than 6 inches diameter shall be filled. 2-02.3(16) REMOVE EXISTING BURST PIPE (SP 08-25-17) Where shown on the drawings, remove existing abandoned pipe that has been previously replaced with a new pipe via trenchless pipe bursting technology. Existing pipe condition is unknown, but it is anticipated that portions of the abandoned pipe may remain in place. Removal shall be completed along a neat line and the full circumference of existing pipe shall be removed from around the active pipe. Removal of the burst pipe shall be completed for the width of the excavation at the active pipe. During removals, take care to not damage the active pipe. Any pipe damaged during removal shall be replaced at no additional cost to the Owner. 2-02.4 MEASUREMENT (SP 10-13-17) Revise the third to the last paragraph to read:

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 147 Division 2: Earthwork

Measurement for the removal of the former street car foundation or abandoned railroad track foundation, up to 24 inches in thickness, will be per square yard using the Bid item “Remove Pavement, Over 14 Inch Depth, Including Rails and Railroad Ties” or “Remove Pavement, Over 14 Inch Depth, Including Railroad Ties”. No separate measurement will be made for the removal of rails and railroad ties for “Remove Pavement, Over 14 Inch Depth, Including Rails and Railroad Ties” and railroad ties for “Remove Pavement, Over 14 Inch Depth, Including Railroad Ties”. Add the following: Measurement of "Sawcut Rigid Pavement, Full Depth", "Sawcut Asphalt Concrete, Full Depth" and "Sawcut Cement Concrete Sidewalk, Full Depth" shall only be measured for payment in locations shown in the Drawings. No separate measurement will be made for sawcutting for phasing or to establish temporary service or service connections or for additional cuts within the removal limits. Measurement for “Remove Brick, with Salvage” will be per square yard measured from the neat line of the trench for the material removed, stockpiled, hauled, and salvaged. Measurement for “Remove Curb, Granite, with Salvage” will be per linear foot along the curb face. Measurement for “Remove Monument Frame and Cover” will be per each monument removed and salvaged. Measurement for “Remove Transite Electrical Duct Bank” will be per linear foot of encased duct bank removed. Measurement for “Remove Existing Duct Bank” will be per linear foot of encased duct bank, clay duct bank, or orangeburg duct bank, or other duct bank material removed. Transite duct bank material shall not be included in this unit Bid item. Measurement for “Remove Pipe” will be per linear foot of water main pipe or buried service pipe, and appurtenances removed and disposed of regardless of material or diameter or depth. Bypass piping, fittings, and appurtenances including blocking, harnesses, or restraints, parallel with the main or service shall not be measured separately and shall be considered incidental to removals associated with the water main pipe or service. See Section 1-07.30 for Discoveries of Contaminated Materials. Measurement for “Remove Pipe, in Areaway” will be by the linear feet of water main pipe or service pipe including fittings, restraints, and valves. Water main pipe or service pipe and appurtenances removed from the areaways shall be measured horizontally from the main to the building face and shall not include vertical pipe drops or lateral pipe segments, bends, or other configurations within the areaway. See Section 1-07.30 for Discoveries of Contaminated Materials. No separate measurement will be made for pipe removal associated with electrical duct bank or vault excavation and construction. All pipe removal associated with duct bank or vault excavation shall be considered incidental to the Work. Measurement for “Remove Gate Valve” will be per each for each valve removed which is accessed with a cast iron valve box riser and lid cover connected to the existing water main or side main in the street or service connected to the main or side main. Valves internal to valve chambers, internal to service vaults, areaways, or other water service related structures shall not be included in the measurement or payment and shall be considered incidental to all other unit Bid items. Measurement for “Remove Hydrant, with Salvage” will be per each. Measurement for “Remove Valve Box” will be per each. Measurement for “Remove Valve Chamber” will be per each and shall include removal of all valves, fittings, restraints, foundations, external and internal blocking, pipe, lids, hatches, ladders and appurtenances. Valves and appurtenances removed as part of the valve chamber shall not be measured separately. Valves 16-inches diameter and larger shall be salvaged or disposed of as directed by the Engineer.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 148 Division 2: Earthwork

No separate measurement will be made for removal of tops, access lids, castings, or rings, and covers to access, remove, or install components internal to the valve chambers, meter vaults, or other water main structures. No separate measurement will be made for removal of tops, access lids, castings, or rings and covers to replace square castings on existing meter vaults and replacement with new round castings. Measurement for “Remove Electrical Vault” will be per each and shall include all labor, materials, and equipment to coordinate with SCL for de-energization, and removal, disposal, and backfill, of the structure. Measurement for “Abandon Electrical Vault”, will be per each for all work to excavate, shore, remove the top 5-feet of the structure, break the bottom, and backfill and compact the remaining structure in place. See Section 2-10.3(2) for backfill requirements. Measurement for “Abandon and Fill Electrical Vault”, will be per each for all work to excavate, shore, remove the structure to a depth below new duct banks or foundations, break the bottom, and backfill and compact the remaining structure in place. See Section 2-10.3(2) for backfill requirements. Measurement for “Abandon and Fill Electrical Duct Bank”, will be per linear foot for duct bank filled in place with controlled density fill. This includes plugging existing vault penetrations prior to controlled density filling. No additional measurement will be made for “Remove Existing Burst Pipe”. Measurement for “Remove Vehicle Signal Head”, will be per each for all tools, equipment, and labor to remove the vehicle signal head as indicated in the Drawings. This Work shall include modifying the signal sequence or timing as directed by the Engineer to account for the removed head and associated traffic movement conditions. Measurement for “Remove Wiring, Street Lighting”, will be per lump sum for the removal of overhead or underground street lighting equipment or other miscellaneous electrical conduit systems associated with street lighting, park lighting, signs, or other street furniture with electrical appurtenances.

2-02.5 PAYMENT (SP 10-13-17) Add the following: Payment for “Remove Pipe” will be per linear foot shall include all trenching, excavation, shoring, and backfilling to remove existing buried water main pipe and service pipe falling inside and outside the neat line limits of the new water main and service pipe. Removal of blocking, and water main appurtenances, sewer and drainage pipes in conflict with water main construction shall be considered incidental to all other unit Bid items. No separate payment will be made for removal of the pipe within the vault and duct excavation zones. Payment for “Remove Pipe, in Areaway”, will be per linear foot and shall include all trenching, excavation, shoring, and backfilling to remove existing buried water main pipe and service pipe falling inside and outside the neat line limits of the new water main and service pipe. Where existing pipe and appurtenances cannot be extracted through areaway wall, Contractor shall develop a plan for removing and transporting pipe and appurtenances through adjacent building. All Work associated with removing pipe through building, including coordinating with building Owner, preparing and using existing internal and external stairs and elevators, cleaning pathways through building, and repairing damages to building shall be considered incidental to this Bid item. No separate payment will be made for removal of existing sewer and drainage pipe, fittings, and appurtenances where in conflict with the new buried water main or service pipe or electrical duct banks or vaults in which the water main or service pipe, ducts, or vaults cannot be adjusted to clear; replacement of sewer or storm pipes to grade with new ductile iron pipe matching the pipe diameter of the existing pipe shall be considered incidental to all other unit Bid items. No separate payment will be made for removal of

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 149 Division 2: Earthwork existing sewer and drainage pipe, fittings, and appurtenances which cannot be supported across the trench and require replacement as directed by the Engineer. Payment for “Remove Gate Valve” will be per each for each valve removed (including salvage as directed by the Engineer) which is accessed with a cast iron valve box riser and lid cover connected to the existing water main or side main in the street. Valves internal to valve chambers, internal to service vaults, areaways, or other water service related structures shall not be included in the payment and shall be considered incidental to all other unit Bid items. Buried butterfly valves connected to the water main or side main and accessed with only cast iron valve boxes (no valve chamber) shall be included in this payment item. Payment for “Remove Hydrant, with Salvage”, will be per each and include removal, hauling and delivery to 2700 Airport Way South (OCC). The Contractor shall notify the Engineer and coordinate with yard personnel at least 5 days prior to delivery or as otherwise designated by the Engineer. This work includes tools, equipment, and labor to remove the hydrant and riser spool, blocking, restraints, and portions of the areaway as necessary to remove the hydrant. Where no new hydrant will be installed, the Contractor shall close up the areaway, and backfill as necessary. Backfill, pavement, curb, and sidewalk replacement will be paid according to the respective unit Bid items. When the Engineer determines an item identified for Salvage is not in a condition satisfactory for salvage, the Contractor shall haul, and dispose of with no additional compensation. Payment for “Remove Valve Box” will be per each and include all labor, tools, and equipment to fully remove all casting and components. Payment for “Remove Valve Chamber”, will per each and include all labor, tools, and equipment to fully remove all casting and components. No separate payment will be made for removal of tops, access lids, castings, or rings, and covers to access, remove, or install components internal to the valve chambers, meter vaults, or other water main structures. All materials, labor, and equipment to remove tops, or access lids and risers shall be considered incidental to other Bid items. No separate measurement will be made for removal of tops, access lids, castings, or rings and covers to replace square castings on existing meter vaults and replacement with new round castings. All materials, labor, and equipment to remove tops, or access lids and risers shall be considered incidental to other Bid items. Payment for “Remove Electrical Vault” will include all labor, materials, and equipment to coordinate with SCL for de-energization, and removal, disposal, and backfill, of the structure. The Bid item price for “Remove Transite Electrical Duct Bank,” will include all cost for the related work, including notifications, permits, excavation, removal, haul-off site, and disposal of encased transite duct banks. Payment for “Remove Existing Duct Bank” will be per linear foot of encased duct bank, clay duct bank, or orangeburg duct bank, or other duct bank material including haul and disposal. Transite duct bank material shall not be included in this unit Bid item. Payment for “Abandon Electrical Vault”, will include all work to excavate, shore, remove the top 5-feet of the structure, break the bottom, and backfill and compact within the remaining structure in place, and haul, and dispose of removed materials. Payment for “Abandon and Fill Electrical Vault”, will include all work to coordinate with SCL, furnish tools, equipment, and materials necessary to support the installation of conduit, dismantle portions of the vault to clear the new duct bank, and backfill around newly encased electrical and fiber optic cables while maintaining service. Payment for “Abandon and Fill Electrical Duct Bank”, will be per linear foot for duct bank filled in place with controlled density fill. This includes plugging existing vault penetrations prior to controlled density filling.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 150 Division 2: Earthwork

Payment for “Remove Vehicle Signal Head”, will be per each for all tools, equipment, and labor to remove the vehicle signal head as indicated in the Drawings. This Work shall include modifying the signal sequence or timing as directed by the Engineer to account for the removed head and associated traffic movement conditions. Payment for “Remove Wiring, Street Lighting”, will be per lump sum for the removal of overhead or underground street lighting equipment or other miscellaneous electrical conduit systems associated with street lighting, park lighting, signs, or other street furniture with electrical appurtenances. 11. Other Payment Information Delete the First Paragraph and Replace with the Following: Removal of former street car foundation or abandoned railroad track foundation up to 24 inches in depth shall be paid for as “Remove Pavement, Over 14 Inch Depth, Including Rails and Railroad Ties” per square yard. No separate payment shall be made for sawcutting or removal of the overlaying asphalt. Depth excludes overlaying asphalt; see Section 2-02.3(3)C. If railroad ties are found to be Contaminated Material, ties shall disposed of in accordance 1-07.30(3), the disposal costs shall be paid for separately in accordance with Section 1-04.4. Add the following: No additional payment will be made for “Remove Existing Burst Pipe”. Costs for that work shall be incidental to the adjacent work. 2-03 STRUCTURAL DEMOLITION 2-03.5 PAYMENT (SP 10-13-17) Add the following: No separate measurement or payment will be made for containment, transport, or disposal of contaminated materials found interior to structures. See Section 1-07.30 for Discoveries of Contaminated Materials.

2-04 EXCAVATIONS 2-04.1 DESCRIPTIONS 2-04.1(1) GENERAL (SP 10-13-17) Add the following: Controlled Density Fill was discovered over various utilities throughout the project vicinity during potholing for design purposes. Controlled density fill encountered by the Contractor shall be considered common excavation and is incidental to all other Work to excavate, shore, and otherwise prepare trenches for utility construction.

2-04.3 CONSTRUCTION REQUIREMENTS 2-04.3(1) GENERAL REQUIREMENTS 2-04.3(1)A STOCKPILING AND REUSE OF EXCAVATED MATERIAL (GSP 2-24-16) Delete the third sentence of the second paragraph and replace with the following: Within Seattle City limits, stockpile height shall not exceed 10 feet in accordance with the City of Seattle Grading Code. 2-04.3(1)I UNSUITABLE FOUNDATION EXCAVATIONS (SP 10-13-17) Add the following:

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 151 Division 2: Earthwork

Unsuitable Foundation Excavation shall consist of removal and disposal of unstable material, including, but not limited to, peat, muck, swampy, or other unsuitable materials as buried logs, stumps, timbers, bricks, blocks, abandon structures or foundations, or cobbles. Unsuitable Foundation Material shall be removed as directed or specifically ordered in writing by the Engineer. Excavation for valve chambers shall be as indicated in the Drawings. Where noted in the Drawings, Unsuitable Foundation Excavation below the valve chamber structures shall consist of one additional foot of excavation to be backfilled with Quarry Spalls and Mineral Aggregate Type 2 to provide a firm and un- yielding surface or as otherwise directed by the Engineer. Electrical vaults shall be excavated and backfilled as shown in the Drawings. 2-04.3(6) UTILITY EXCAVATIONS (SP 10-13-17) Add the following: Vacuum excavation and moled excavation may be necessary for trench excavation around existing utilities, adjacent to structures, or for undermining existing utilities, track slabs, trees, walls, or other items. The Contractor shall provide vacuum or moled excavation as indicated in the Drawings and as directed by the Engineer. Backfill shall be performed with materials and requirements in Section 2-10. Vacuum excavation shall be performed for pipe, casing, conduits, duct banks, and services 4-inch diameter and larger as indicated in the Drawings. Services 2-inch diameter and smaller shall be installed with impact moling methods or as approved by the Engineer. Sleeves installed under retaining walls near Olive Way and Stewart Street Park shall be installed by vacuum excavation. Ground support in portal areas, shafts, and pits, whether launch, intermediate, or receiving, shall be designed to support adjacent structures, the sides of excavation, and withstand all forces from jacking and other operations. Safety Rules and Standards shall comply with Section 1-07.1(2). At least one designated person shall be on duty above ground whenever any employee is working underground. The Contractor shall have in place communications, hoisting equipment, emergency provisions, air quality monitoring, and ventilation equipment as necessary. At least 20 Working Days in advance of underground construction activities, the Contractor shall submit 8 sets of a single Shop Drawing and all necessary calculations describing these activities, including: 1. Dimensions of shaft, pit, or portal; 2. Method of shaft excavation, shoring installation, maintenance and removal, and all supporting equipment; 3. Method of trenchless construction and all supporting equipment; 4. Control and monitoring equipment, including provisions to maintain line and grade, minimize over excavation and control the face of the excavation; 5. Staging and surface support, including waste disposal, including slurry handling and disposal, when applicable, in accordance with the requirements of Section 1-05.3; 6. Qualifications of trenchless construction Contractor; The submittal shall include the name of the designated person. The material, procedure, and equipment employed by the Contractor shall not relieve the Contractor of responsibilities nor waive or modify any provisions of the Contract. Where excavation is located within the drip line of an existing tree, the Contractor shall vacuum excavate and protect in place the existing root mass. Where necessary, the Contractor shall root prune for clearance of the pipe or casing, see Section 8-02.3(7). Backfill and compaction shall be according to Standard Plan 350 and Section 2-10. Within the root zone, the Contractor shall place Topsoil Type A and Mulch as directed by the Engineer for restoration of park areas. See Section 8-01.3(2)B for Tree and Vegetation and Soil Preservation Plan. See also, Section 7-15.3.B for vacuum and moled trenching for service crossings. Under sidewalks and roadway surfaces, backfill shall be as directed by the Engineer.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 152 Division 2: Earthwork

2-04.3(6)A DUCT BANK EXCAVATION (SP 8-30-17) Excavation for electrical duct banks shall include removal of all materials, to construct the duct banks according to SCL standard requirements and as indicated in the Drawings. See Section 8-39.3(4) “Trenching” for additional requirements for duct bank excavation, backfill, and construction.

2-04.4 MEASUREMENT (SP 08-31-17) Add the following: Measurement for “Duct Bank Excavation” will be per linear foot measured along the centerline of the duct bank from edge of vault to edge of vault.

2-04.5 PAYMENT (SP 10-13-17) Add the following: No separate measurement and payment will be made for vacuum excavation or other trenchless technology. Unless otherwise noted, vacuum excavation for SPU services and water main or SCL duct banks shall be considered incidental to all other Bid items. Vacuum excavation around existing utilities shall also be considered incidental to all other Bid items. For moling of 2-inch diameter and less services, trenchless excavation methods shall be considered incidental to all other Bid items. Payment for “Duct Bank Excavation” shall be per linear foot and shall include excavation, haul, and disposal, tools, equipment, and labor to excavate the duct bank trenches including removal of any CDF, fluidized thermal backfill, or other items and additional excavation to accommodate clearances of existing utilities. 2-07 PROTECTIVE SYSTEMS 2-07.3 CONSTRUCTION REQUIREMENTS 2-07.3(1) GENERAL (SP 10-13-17) Delete the second paragraph and replace with the following: Protective systems for use in excavations more than 8 feet in depth shall be designed by a registered Professional Engineer (see Section 1-05(12)). 2-07.3(3) SUPPORT AND SAFETY SYSTEMS (SP 10-13-17) Delete the first sentence of the first paragraph and replace with the following: In addition to worker safety requirements specified in Section 2-07.3(2) Safety Systems, where trench or structural excavations are to be laterally supported as required in the Contract at locations indicated on the Drawings, the lateral support system shall be as defined in WAC 296-155-650. Trench boxes do not meet the requirements of a support system. Delete the third paragraph and replace with the following: The Contractor shall submit shop drawings (see Section 1-05.3) and design calculations (Section 1- 05.3(12)) of the proposed support system including loading calculations, structural member and system calculations, and sufficient details of installation, maintenance, and removal concurrent with excavation, installation, removal, and backfilling. Calculations shall also address adjacent structures and/or underground installations and construction related loads imposed on the support and safety system. Add the following: The Contractor shall design the shoring system according to criteria and recommendations in the Center City Connector Streetcar Project Geotechnical Report (Dated January 2017). The shoring system shall be designed to prevent settlement beyond the neat line limit of the trench and protect existing utilities, foundations, and adjacent infrastructure in place.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 153 Division 2: Earthwork

Add the following Section: 2-07.3(4) UTILITY SUPPORT IN TRENCH (SP 10-13-17) The Contractor shall provide utility crossing support for all existing utilities. Temporary support during shoring, excavation, undermining, and utility construction shall be designed by the Contractor. All pipe segments, conduit segments, joints, or fittings shall be fully supported to prevent sagging, breaking, or other damage to the utility. Contractor shall coordinate shoring and bracing and utility crossing support with each utility owner. The Contractor shall submit shop drawings showing utility crossing support concepts which have been vetted with each utility purveyor for review by the Engineer. The Contractor shall prepare support systems for all existing utilities which are exposed and undermined both crossing the utility trenches and running parallel with the trenches. Notable locations include but are not limited to the communications/fiber optic on 5 th Street between Stewart Street and Olive Way (B-Line duct bank), communication conduits and vaults over the I-Line duct bank (2 nd /3 rd Alley), and between Madison and University at various locations on 1 st Avenue. The Contractor shall coordinate with all utilities and develop a Utility Protection Plan and submit the Plan to the Engineer for review prior to sawcutting, shoring, or excavation. The Plan shall identify utilities affected by the Work, temporary shoring and support, for crossing utilities, adjacent utilities, and utilities which need to be undermined for the Work and re-laid in place.

Add the following Section: 2-07.3(5) ALLOWABLE DEFORMATION TOLERANCES, ALERT LEVEL, AND MAXIMUM LEVELS FOR SEATTLE CITY LIGHT FACILITIES (SP 10-13-17) Alert Level and Maximum Levels for settlement and other parameters are found in the following table. The Alert Level is the numerical value for the following: 1. The allowable Deformation tolerance; and 2. The Deformation that triggers action in accordance with the Action Plan. Consider both heave and settlement in the determination of differential settlement. The Alert Level shall trigger a stoppage of work for the activity causing the deformation. Allowable deformation tolerances for settlement and/or heave at SCL facilities (vaults and manholes) and duct banks are shown in the table below (the most stringent criteria shall apply),

Differential Movement Settlement or Heave between vault and duct Allowable change in (inches) bank at the vault wall vertical slope across Facility Number (inches) vaults (inches) Alert Maximum Level Maximum Alert Level Maximum/Alert Level All duct bank s or other one-eight inch per structures not 1.50 0.75 0.75 0.35 foot max and 1/16” listed per foot for alert

2-07.4 MEASUREMENT (SP 10-13-17) Add the following: Measurement for “Utility Support in Trench” will be per lump sum per schedule.

2-07.5 PAYMENT (SP 10-13-17) Add the following:

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 154 Division 2: Earthwork

Payment for “Utility Support in Trench” will be per lump sum per schedule and include all costs for material, labor, equipment, and coordination to provide temporary support for utilities crossing open trenches. Delete the third paragraph and replace with the following: Payment for “ Safety Systems in Structural Excavation ” will be per lump sum per schedule.

2-10 BACKFILLING Replace this Title with the following: 2-10 BACKFILLING AND EMBANKMENT (SP 10-13-17) 2-10.2 MATERIALS 2-10.2(2) BORROW 2-10.2(2)A BORROW SITES (GSP 09-30-14) Delete the second and third paragraphs of this section and replace with the following: Borrow sites located within the City limits of Seattle shall be in accordance with the Seattle Municipal Code, Chapter 22.170 and shall require a grading permit issued to the property owner by the Director of Construction and Inspections. Borrow sites located outside the City limits of Seattle but within unincorporated King County, shall be subject to the rules and regulations set forth in the King County Code, Title 16 Building and Construction Standard. Borrow sites may also be subject to rules and regulations of a local governmental authority if located within its’ jurisdiction. 2-10.3 CONSTRUCTION REQUIREMENTS 2-10.3(2) FILLING ABANDONED STRUCTURES (SP 10-13-17) Replace this Section with the following: Structures and portions of structures, including maintenance holes, valve chambers, and maintenance vaults, when encountered, shall not be partially removed and filled and abandoned in place. All of the existing structure shall be fully removed and backfilled with Mineral Aggregate Type 17 and compacted according to Section 2-11. Exceptions to this are electrical vaults specifically identified with other Bid items for abandonment in place or abandon and fill.

2-10.3(3) UTILITY BACKFILL (SP 10-13-17) Add the following: Prior to backfilling installed pipe and appurtenances, the Contractor is responsible for surveying all new utilities per Section 1-05.5(3)F. 2-10.3(4) STRUCTURE BACKFILL (SP 10-13-17) Add the following: Mineral Aggregate Type 17 is to be used for backfill material. Unless otherwise indicated in the Contract, or when, in the opinion of the Engineer compaction around or over structures or within confined trenches will not be sufficient to achieve suitable compaction requirements, low strength fluidized thermal backfill or controlled density fill shall be furnished and placed by the Contractor. Voids, spalling, or other cavities which cannot be compacted to suitable compaction requirements shall also be backfilled with controlled density fill. When specified in the Contract or when approved or directed by the Engineer, the Contractor shall supply controlled density fill per City of Seattle Standard Specifications. When approved by the Engineer, Low Strength Fluidized Thermal Backfill (LSFTB) shall be used as backfill material. Low Strength FTB shall be used over concrete encased duct banks, see Section 8-39.2.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 155 Division 2: Earthwork

Controlled Density Fill . CDF shall meet the requirements of Section 2-10.2(3)A and shall be accepted based on a Certificate of Compliance. Compaction . Backfill from Structure excavation shall be placed and compacted in accordance with Section 2-11. Compaction of controlled density fill or LSFTB will not be required. If water prevents the Contractor from properly placing and compacting backfill, it shall be removed by pumping or other means. 2-15 CONSTRUCTION GEOTEXTILE 2-15.1 DESCRIPTION (SP 10-13-17) Add the following: This Work also includes furnishing and installing Construction Geotextile for Soil Stabilization where unsuitable foundation excavation materials are discovered and the Engineer directs removal and material backfill stabilization prior to placing vaults, valve chambers, pipes, duct banks, or other items. This Work also includes furnishing and installing Construction Geotextile for Separation (80 mil HDPE liner) as indicated in the Drawings for cathodic separation between the future track subgrade and the water main. 2-15.2 MATERIALS (SP 10-13-17) Add the following: Construction Geotextile for Soil Stabilization shall be “High Survivability” and “Drainage Class C”. Construction Geotextile for Separation shall be a High Density Polyethylene Geomembrane (80 mils thick and textured: 80 Mil Textured HDPE Properties Test Method Test Value Testing Frequency (minimum)

80 mils

Thickness (min. avg.) D5199 Nom. (-5%) Per Roll • Lowest individual for 8 out of 10 values -10% • Lowest individual for any of the 10 values -15% Asperity Height mils (min. avg.) D 7466 16 mil every 2 nd roll Density (min. avg.) D 1505/D 792 0.940 g/cc 200,000 lb. Tensile Properties (min. avg.) D 6693 20,000 lb. • yield strength Type IV 168 lb./in. • break strength • yield elongation 120 lb./in. • break elongation 12% 100% Tear Resistance (min. avg.) D 1004 56 lb. 45,000 lb. Puncture Resistance (min. avg.) D 4833 120 lb. 45,000 lb. Stress Crack Resistance D 5397 (App.) 500 hr. Per GRI- GM10 Carbon Black Content (range) D 4218 2.0 -3.0% 20,000 lb. Carbon Black Dispersion D 5596 note (1) 45,000 lb.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 156 Division 2: Earthwork

Oxidative Induction Time (OIT) (min. avg.) 200,000 lb. (a) Standard OIT D 3895 100 min. --or— (b) High Pressure OIT D 5855 400 min. Oven Aging at 85°C D5721 per each formulation (a) Standard OIT (min. avg.) - % retained after 90 days D 3895 55% --or— (b) High Pressure OIT (min. avg.) - % retained after 90 days D 5855 80% UV Resistance D 7238 per each formulation (a) Standard OIT (min. avg.) D 3895 N.R (3) --or-- (b) High Pressure OIT (min. avg.) - % retained after 1600 hrs. D 5855 50% (2)

(1) Carbon black dispersion (only near spherical agglomerates) for 10 different views: 9 in Categories 1 or 2 and 1 in Category 3 (2) UV resistance is based on percent retained value regardless of the original HP-OIT value. (3) Not recommended since the high temperature of the Std-OIT test produces an unrealistic result for some of the antioxidants in the UV exposed samples. 2-15.3 CONSTRUCTION REQUIREMENTS 2-15.3(1) GENERAL 2-15.3(3) SEPARATION (SP 10-13-17) Remove and Replace with the Following: The 80-mil “Geotextile for Separation” (liner) shall be one continuous matt installed a minimum of 2-feet deep and 10-feet wide centered over the water main or service pipes indicated in the Drawings. Contractor shall survey and locate with visible markings the edge of the future track slab based on track alignment data and demonstrate the HDPE liner extends a minimum of 2-feet or as indicated in the Drawings beyond the track slab. All joints shall be fused, not overlapped. The Contractor shall install the liner under or over other existing or new utilities and shall be responsible for coordinating the utility installations such that the liner will not be excavated, cut, damaged, or otherwise penetrated after installation. The liner locations are indicated in the Drawings and the contractor shall cut or otherwise adjust the liner horizontally to clear manholes, catch basins or other underground structures. At no time shall the liner and protective soil over the liner be less than 2-feet deep. The liner shall be “sandwiched” between two -2-inch thick layers of Mineral Aggregate Type 10 or Type 11. 2-15.5 PAYMENT (SP 10-13-17) Add the following: The Bid item prices for “Construction Geotextile for Separation” shall include excavation, backfill, and compaction of the 2-inch layers of Mineral Aggregate Type 10 or 11 for underlying layer and aggregate cover over the HDPE liner material.

Add the following new Section:

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 157 Division 2: Earthwork

2-22 ADVANCE UTILITY POTHOLING AND RESOLUTION OF EXISTING UTILITY CONFLICTS (SP 10-13-17) 2-22.1 DESCRIPTION This Work involves the identification and resolution of potential utility conflicts not identified on the Drawings between proposed improvements and existing utilities in advance of the installation of proposed utilities improvements. The Contractor shall be responsible for exploratory excavation (potholing) of all existing utilities where power, gas, communications, water and sewer (SPU utilities), fiber optics, duct banks, vaults, and steam cross the proposed improvements. The location of the top, bottom, and sides of the utility shall be determined and submitted to the Engineer. 2-22.2 RESERVED 2-22.3 CONSTRUCTION REQUIREMENTS 2-22.3(1) ADVANCE UTILITY POTHOLING Unless otherwise noted, all horizontal and vertical depths indicated in the Drawings are based on record documents. The utilities shown are schematic in nature and shall be field verified by the Contractor prior to excavation. Contractor shall perform utility locating within the project limits. The Contractor shall advance pothole a minimum of 150 feet ahead (or a minimum of 22 days in advance) of utility excavation to locate and determine actual depths of existing utilities. The Contractor shall provide the Engineer record of all potholes including pipe size, material, conduit sizes/dimensions, depth to top and bottom, width, and identify any utility which may be in conflict with the proposed improvements. See Section 1-05.5(3)E regarding Advance Utility Potholing surveying. Notification of potential conflicts shall be provided before work will commence in the area of the conflicting utility. Potholing shall include locating the exterior of areaway walls, vaults, chambers, maintenance holes, duct banks, or other structures within the anticipated shoring limits necessary for construction of the new utilities or as directed by the Engineer. Contractor shall expose the utility, if found to be in conflict, the hole shall be plated over. If not found to be in conflict, the pothole may be backfilled according to Section 2-10. Potholing over existing cast iron water main shall be performed by sawcutting the existing pavement and removing the pavement. Impact jack hammering pavement for removal shall not be allowed. 2-22.3(2) RESOLUTION OF EXISTING UTILITY CONFLICTS All utilities shown are schematic in nature and shall be verified by the Contractor prior to excavation. Shoring and excavation limits shall be adjusted by the Contractor to avoid conflict with existing utilities to be protected in place. The Contractor shall identify potential utility conflicts at least 150 feet ahead of (or at least 22 days in advance of) construction in the vicinity of the conflict and notify the Engineer. The Contractor shall coordinate with the respective utility “Owner”, the Engineer, and any other third parties which may be affected. Potential conflicts shall be identified and the Contractor shall notify the Engineer for each conflict. This item shall be used to resolve clearances less than specified, revising the line and grade of the pipe through fittings or deflections to clear existing utilities, revising duct bank bends or sweeps, or adjusting found utilities to clear the new utilities. Conflicts which cannot be solved with vertical or horizontal adjustment of the watermain or other utilities will be addressed through Sections 1-04.4 Changes and 1- 04.7 Differing Site Conditions. 2-22.4 MEASUREMENT Measurement for “Advance Utility Potholing” will be per each.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 158 Division 2: Earthwork

2-22.5 PAYMENT Payment for “Advance Utility Potholing”, per each shall include all coordination, labor, materials, and equipment, to expose the utilities, prepare documentation and backfill, or cover the hole with steel plates. Multiple potholes to locate an individual utility will not be measured or paid for individually and will be considered part of the unit measurement for that utility. See Section 1-05.5(3)E for Advance Utility Potholing Survey and Section 1-10.2(5)E for Project Specific Traffic Control Requirements. “Resolution of Existing Utility Conflicts ”, will be paid by force account. For the purposes of providing a common Proposal for Bidders, the Owner has entered an estimated amount in the Bid form to become part of the total Bid by the Contractor. Only utilities not shown on the Drawings and found to be in conflict with the proposed utilities shall be addressed in this Bid item.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 159 Division 5: Surface Treatments and Pavements

DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT (HMA) AND WARM MIX ASPHALT (WMA) PAVEMENT 5-04.3 CONSTRUCTION REQUIREMENTS 5-04.3(21) NON-STRUCTURAL HMA APPLICATIONS Add the following Section: 5-04.3(21)C HMA CURB RAMP (SP 08-31-17) HMA curb ramps must be constructed to temporarily replace existing cement concrete curb ramps at the locations specified on the Drawings. HMA curb ramps must be constructed with a 4-inch section of compacted crushed rock Mineral Aggregate Type 2 and covered with 3 inches of compacted HMA Class ½ Inch. Slopes and dimensions of curb ramps shall be approved by the Engineer and shall match the existing cement concrete curb ramp at that location. Through or contraction joints are not required at the interface of the asphalt curb ramp and the existing sidewalk. Detectable warning plate shall be installed at each ramp in accordance with 8-14.3(7)E and 9-36.3. See also, Section 1-10.2(5) for interim transitions with temporary asphalt. Add the following Section: 5-04.3(21)D HMA CURB (SP 08-31-17) HMA curb ramps must be constructed as shown in the Drawings. HMA curb shall be constructed adjacent to asphalt sidewalk and shall be 6 inches in height from the finished roadway grade. 5-04.5 PAYMENT (SP 08-31-17) Add the following: All cost to construct HMA curb ramps including labor, equipment, materials, and tools, shall be considered incidental to and included in the applicable Bid item price for “Pavement, HMA, (Cl ½”) and Mineral Aggregate, Type 2, and no separate or additional payment will be made. All cost to construct HMA curb including labor, equipment, materials, and tools, shall be considered incidental to and included in the applicable Bid item price for “Pavement, HMA, (Cl ½”) and Mineral Aggregate, Type 2, and no separate or additional payment will be made. 5-05 CEMENT CONCRETE FOR ROADWAY AND RELATED WORK 5-05.3 CONSTRUCTION REQUIREMENTS 5-05.3(1) CONCRETE MIX DESIGN (GSP 09-30-14) In the far right column of Table 1 under the column header of “Maximum % of Cementitious Material” (under Pozzolans): Change the percentages allowed for “GGBFS” and “Combined” from 25% to 30% for ALL occurrences. Add the following Section: 5-05.3(31) BRICK MORTAR SET UNIT PAVEMENT (SP 08-31-17) 5-05.3(31)A GENERAL The project includes constructing areas of brick walkways to replace existing brick sidewalk surfacing. Brick mortar set unit pavement shall be constructed as shown in the Drawings and placed in locations shown on the Plans or as required by the Engineer. Brick shall be salvaged brick from the same location. If additional brick is necessary, if shall be provided by the Contractor at no additional cost to the Owner, and color, size and finishing pattern shall closely match existing surfacing. For approval by the Engineer, and as necessary to closely match existing brick surfacing, the Contractor shall provide a minimum of three sample bricks.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 160 Division 5: Surface Treatments and Pavements

5-05.3(31)B CONCRETE BASE FOR BRICK SIDEWALK Prior to placement of the brick surfacing, a minimum of a 9” depth concrete base shall be installed over 6” of Mineral Aggregate Type 2. The concrete base shall be Non-Roadway Cement Concrete. The base shall be placed uniformly over the working area and screeded accurately to allow for the final surface of the brick walkway be finished within the tolerances defined in 5-15.3(15)D. 5-05.3(31)C PLACEMENT OF BRICK SURFACING Brick shall be placed on the base from the low side to the high side, in a pattern that matches existing sidewalk paver pattern. Bricks shall be set in mortar and joints between bricks shall be determined in the field to match existing brick sidewalk. Full bricks shall be laid first with the gaps at the edges filled with standard pieces or with pieces cut to fit. Cut brick shall be cut to a straight even surface without cracks or chips. Cutting shall be done with a masonry saw or a guillotine cutter. 5-05.3(31)D FINISHED SURFACE Finished surface shall be true to grade and not vary by more than 1/4 inch when tested with a 10-foot straight edge. Joints between existing brick and new brick surface shall be flush. Any brick sidewalk placed that does not meet these tolerances shall be removed and reset and no additional cost to the Owner. 5-05.4 MEASUREMENT (SP 08-31-17) Add the following: Measurement for “Brick Mortar Set Unit Pavement” will be by the square yard of completed finished surface. 5-05.5 PAYMENT (SP 08-31-17) Add the following: 14. “Brick Mortar Set Unit Pavement”, per square yard. The Bid item price for “Brick Mortar Set Unit Pavement” shall include all costs for the Work required to construct brick surface over the base, including all Work, tools, labor, equipment, and materials to match existing surfaces, provide samples of materials, and construct brick surfacing as required for the complete installation. Additional payment will be made for concrete base and aggregate base required for the construction of brick mortar set unit pavement. 5-05.5(1) PAVEMENT THICKNESS 5-05.5(1)A THICKNESS DEFICIENCY ADJUSTMENT (GSP 09-30-14) Replace table with the following:

Average Thickness Average Thickness Deficiency Adjustment Deficiency (in) by Echo Deficiency (in) by Core (per square yard)

<=0.10+(.03xD) <=0.10 -0.02

>0.10+(.03xD) & <=0.20+(.03xD) >0.10 & <=0.20 -0.04

>0.20+(.03xD) & <=0.30+(.03xD) >0.20 & <=0.30 -0.09

>0.30+(.03xD) & <=0.40+(.03xD) >0.30 & <=0.40 -0.16

>0.40+(.03xD) & <=0.50+(.03xD) >0.40 & <=0.50 -0.25

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 161 Division 5: Surface Treatments and Pavements

>0.50+(.03xD) & <=0.60+(.03xD) >0.50 & <=0.60 -0.36

D = specified thickness (in) 5-05.5(1)B THICKNESS DEFICIENCY REJECTION (GSP 09-30-14) Replace the first sentence in this Section with the following: When a thickness deficiency greater than 0.6 – inch is encountered, the Engineer will determine from supplemental thickness measurements the limits of the secondary unit.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 162 Division 6: Structures

DIVISION 6: STRUCTURES 6-02 CEMENT CONCRETE STRUCTURES AND CEMENT CONCRETE FOR MISCELLANEOUS WORK 6-02.3 CONSTRUCTION REQUIREMENTS 6-02.3(6) PLACING CONCRETE 6-02.3(6)B PLACING CONCRETE IN FOUNDATION SEALS (SP 10-13-17) Replace this Section with the following: See Section 2-08.3(3) Placing Concrete in Foundation Seals. 6-02.3(6)C DEWATERING CONCRETE SEALS AND FOUNDATIONS (SP 10-13-17) Replace this Section with the following: See Section 2-08.3(4) Dewatering Concrete Seals and Foundations. 6-02.3(16) PLANS FOR FALSEWORK AND FORMWORK (GSP 09-30-14) Delete the 2 nd sentence of item 4. “Plan approval can be done” and items 5., 6., 7., and 8. Replace with the following in a separate paragraph directly after item 4.: Plan approval can be done by the Engineer for footings and walls 4-feet to 8-feet high (excluding pedestal height) provided: 1. Concrete placement rate is 4-feet per hour or less. 2. Facing is ¾-inch plywood with grade as specified per Section 6-02.3(17)J. 3. Studs, with plywood face grain perpendicular, are 2x4’s spaced at 12-inches. 4. Walers with 3,000-pound safe working load ties spaced at 24-inches are 2-2x4’s spaced at 24-inches.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 163 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

DIVISION 7: STORM DRAINS, CULVERTS, SANITARY AND COMBINED SEWERS, WATER MAINS AND RELATED STRUCTURES 7-05 MAINTENANCE HOLES, CATCH BASINS, INLETS, JUNCTION BOXES AND BRIDGE DRAINS 7-05.3 CONSTRUCTION REQUIREMENTS 7-05.3(1) MAINTENANCE HOLE Add the following Section: 7-05.3(1)V MAINTENANCE HOLE RISER RECONSTRUCTION (SP 10-13-17) Where noted on the Drawings, the Contractor shall rebuild the existing brick maintenance hole as shown in the detail Drawings for Maintenance Hole Riser Reconstruction. Work under this item includes all Work necessary to expose the existing riser, remove the existing structure and appurtenances, and reconstruct the new riser or lid components as shown in the Drawings. Salvage shall be in accordance with Section 2-02.3(7). The Contactor shall provide submittals for the new riser assembly, including structural design of the riser sections, transition slab, and any other appurtenances shown in the Drawings. 7-05.3(2) CATCH BASINS AND INLETS (SP 10-13-17) Add the following Sections: 7-05.3(2)G INLET, TYPE 250A.1 Where noted on the Drawings, the Contractor shall provide a new inlet structure meeting the requirements of COS Standard Plan No. 250, but modified as shown in the detail Drawings for Inlet Type 250A.1. Work under this item includes all Work necessary to excavate the site for installation, install the new structure, frame and grate as shown in the Drawings, provide watertight grout barrier between new structure and existing street wall, and provide concrete transition collar around the new structure. 7-05.3(2)H INLET, TYPE 250A.2 Where noted on the Drawings, the Contractor shall provide a new inlet structure meeting the requirements of COS Standard Plan No. 250, but modified as shown in the detail Drawings for Inlet Type 250A.2. Work under this item includes all Work necessary to excavate the site for installation, install the new structure, frame and grate as shown in the Drawings, provide concrete transition collar around the new structure, and to remove, salvage, refurbish and reinstall the existing granite curbing to accommodate the new structure. Work also includes the removal existing sidewalk and installation of new thickened edge sidewalk as shown in the Drawings. 7-05.4 MEASUREMENT (SP 10-13-17) Add the following paragraphs: Measurement for “Maintenance Hole Riser Reconstruction, (Type)” will be by each fully constructed and approved riser, including casting, frame and cover, transition slab, and all other materials shown in the Drawings or required to complete the Work, unless noted otherwise for payment under a separate Bid item.

Measurement for “Utility Casting, (TYPE)” will be by each fully constructed and approved casting reconstruction, including casting, frame and cover, adjustment, and all other materials shown in the drawings or required to complete the Work, unless noted otherwise for measurement and payment under a separate Bid item 7-05.5 PAYMENT (SP 10-13-17) Add the following to item 10, after the first Paragraph:

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 164 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

Where site conditions prevent the installation and proper compaction of backfill as noted, provide controlled density fill. The bid item prices listed shall include all costs associated with the provision and installation of controlled density backfill in lieu of mineral aggregate as noted. Add the following Section: 11. “Maintenance Hole Riser Reconstruction, (Type)”, per each. The Bid Item for “Maintenance Hole Riser Reconstruction, (Type)” shall include all costs for the Work required to furnish and install the maintenance hole complete to finish grade, including excavation, bedding, mortar, non-shrink grout, joint seal membrane, brick, block, castings, channeling, ladder, steps, connections to pipelines, transition slabs, and haul, stockpile and/or disposal of soil. Backfill material will be paid for under separate item. 12 “Utility Casting, (Type) ”, per each. The Bid item for “Utility Casting, (Type)” shall include all costs for the Work required to furnish and install a new casting on an existing structure complete to finished grade, including excavation, removals, adjusting materials, casting frame and lid, backfill, and haul, stockpile and/or disposal of soil or existing materials removed from the site.

7-08 MISCELLANEOUS PIPE CONNECTIONS 7-08.3 CONSTRUCTION REQUIREMENTS 7-08.3(5) INLET CONNECTIONS (SP 10-13-17) Replace this section with the following: Inlet connections are pipe connections from drainage inlets to catch basins or other approved outlets. Install inlet connections up-grade from catch basin openings or other originations. Inlet connection slopes must be at least 5-percent but less than 50 percent, unless noted otherwise in the drawings or directed by the Engineer. Where a straight alignment or a uniform slope is not possible, change the alignment either by deflecting each pipe into a smooth curve, or with fittings. When using deflection, submit the manufacturer’s pipe joint deflection criteria to the Engineer for approval. Such deflection must be water tight and allow rodding the pipe in a relatively easy manner. Under no circumstances will deflection or change of direction be allowed by cutting or trimming the end of the pipe on a bias or an angle. All pipe ends must be factory made and normal angle. When using fittings, maximum bends are 22.5 degrees. Between each bend, install am minimum 1-foot section of straight pipe, or an equivalent manufactured sweep. Do not connect to the catch basin or other approved outlet until the excavation around the catch basin has been backfilled and compacted to an elevation which provides support for pipe bedding and the inlet connection pipe. Bedding for inlet connection pipe must be Class B bedding, as shown in Standard Plan No 285, but shall use Mineral Aggregate Type 7, in lieu of Type 9 where ductile iron pipe is used.

Replace this Title and Section with the following: 7-10 TEMPORARY WATER MAINS AND SERVICES (SP 10-13-17) 7-10.1 DESCRIPTION Section 7-10 describes Work consisting of installing temporary water service ahead of water main demolition, new water main construction, and service transfers. This Work includes locating existing mains for intercept, existing services for intercept, sawcutting, excavating, shoring, installing temporary water main or service pipe, and supporting SPU crews for all cuts, caps, and connections. This includes all temporary steel plating, asphalt patching, traffic control, flagging, or other items as necessary to

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 165 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures maintain the temporary condition and remove and backfill as directed by the Engineer when no longer needed. This Work also includes constructing temporary blocking, temporary wood platform covers over above grade pipe, and establishing a safe and clean zone around the temporary water main and service connections. 7-10.2 MATERIALS The Contractor shall furnish all pipe, fittings, valves, restraints, and appurtenances as necessary to install the temporary water main and service connections as indicated in the Drawings. The Contractor shall develop lay plans for the temporary water service and submit to the Engineer for review. The Contractor shall also coordinate with the Engineer and SPU for connections. For temporary water service pipe below grade, the Contractor shall submit a request for review and approval for the use of C900 pipe for temporary use below grade. All above grade pipe and fittings shall be ductile iron or copper or as indicated in the Drawings. 7-10.3 CONSTRUCTION REQUIREMENTS 7-10.3(1) TEMPORARY WATER SERVICE PLANNING The Contractor shall submit a work plan and lay plan to the Engineer including schedule, sequence of work, and identify phasing for all work items at least 10 working days in advance. In preparation of the work plan, the Contractor shall meet with the Engineer, SPU Operations Crews, and Public Information Officer to plan the service shut-downs, transfer to temporary water service, and reconnection back to permanent service. Each service connection will be negotiated independently between the SPU Public Information Officer and the Owner or Tennant. After negotiations, the Contractor shall revise the work plan to reflect the new agreements and schedule. The Contractor shall provide tools, materials, equipment, and labor to the extent and duration necessary to perform the work. Multiple crews may be necessary for off-hour work, weekend work, and other non- typical times. The Contractor shall not plan on sequential transfer of services and shall be on-call to address services as they are available for transfer. The Contractor shall demonstrate through the CPM schedule the ability to achieve critical milestones identified in Section 1-08 for all revisions to the sequencing and project phasing. The Contractor shall maintain the existing water main in service concurrent with the new water main construction. Temporary side main or temporary main connections shall be 12-inch diameter minimum and shall be designed by the Contractor and all restraint, anchors, and bracing systems shall be submitted to the Engineer for review. All blocking calculations shall be sealed by an Engineer Licensed in Washington State. In the Union Street vicinity, the new water main is located in-line with the existing water main and the Contractor shall prepare a temporary water main service connection connecting portions of the existing main and services both north and south of the Work prior to shutting down or removing any of the existing water main. Water main work which is not constructed in the location of the existing water main may be constructed according to the phasing indicated in the Drawings or in concurrent schedules. All sequencing and phasing alternatives shall be prepared by the Contractor and submitted to the Engineer for review and approval. Between Madison Street and Seneca Street temporary water service connections are indicated in the Drawings. Full bypass of the water main is not indicated in the Drawings. The Contractor shall develop a plan demonstrating means and methods to maintain services and Construct the new main according to the schedule milestones identified in Section 1-08. The connection and reconstruction of the existing water main at 1 st and Stewart Street shall be performed with a temporary water main bypass in place. The Contractor shall develop specific phasing, sequencing, schedule, and service connection plans for submittal to the Engineer. The Contractor shall coordinate with the Engineer and the Fire Department and SPU Operations Crews to furnish and install temporary fire department connections to maintain access to hydrants in service and establish temporary fire service where hydrants are temporarily out of service.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 166 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

7-10.3(2) TEMPORARY WATER SERVICE CONSTRUCTION The Contractor shall coordinate with SPU for locations to establish each connection for temporary water service, locate the existing pipe, excavate, shore, and provide equipment to support SPU crews to make the tap connections. The “Valve Sequencing/Phasing Plan, and Temporary Service Connection Plan” Drawings have been developed for general sequencing and service support. Sequencing indicated in the Drawings were developed in order of the Phasing (1 through 7) according to the design CPM schedule. Revisions to the sequencing shall be submitted to the Engineer for review. The Contractor shall demonstrate through the CPM schedule the ability to achieve critical milestones identified in Section 1-08 for all revisions to the sequencing and project phasing. Temporary service connection locations are schematic in nature and detailed end conditions noted in the Drawings may be revised by the Engineer. To avoid water main service interruptions, SPU may perform wet taps rather than require the end conditions noted in the Drawings. Contractor shall coordinate with the Engineer on a location by location basis to establish exact cut and cap locations, end details, and temporary service connections. Detailed sequencing Drawings and schedule shall be developed by the Contractor and coordinated with SPU for implementation of temporary services and water main construction. For temporary water service pipe below grade, the Contractor shall submit a request for review and approval for the use of C900 pipe. All above grade pipe and fittings shall be ductile iron or copper as indicated in the Drawings. The Contractor shall perform all temporary pipe installation for ductile iron pipe material or C900 pipe material. SPU will perform all temporary piping smaller than 4 inches and make all connections to the main and services. Sawcutting and pavement removal, sidewalk removal, curb removal, excavation and shoring, and temporary asphalt pavement patching for temporary water services shall be considered part of this Work by the Contractor. Temporary services shall be installed to maintain loading, unloading access to buildings per Section 1- 10.2(5)D. Temporary pavement and sidewalk sawcutting and patching and all restoration necessary to return the loading zones and passenger loading zones to street restoration conditions approved by the Engineer shall be considered part of this work. Contractor shall provide alternative access to Valet parking for all hotels including the Hotel 1000, and the Thompson Seattle at the intersection of 1 st Avenue and Stewart Street. The Contractor shall perform all Work maintaining access on Pine Street to the loading zone for the Inn at the Market. 7-10.3(3) TEMPORARY WATER SERVICE TAP OR CONNECTION The Contractor shall perform all traffic control, temporary steel plates, barriers, and signs as necessary to maintain traffic and pedestrian access for the duration of the temporary water main service. Where directed by the Engineer, the Contractor shall provide fencing or barricades to maintain a safe separation zone between the sidewalk and work zone or traffic lanes and work zone. SPU operations crews will make all cuts, taps, and connections to charged, live water mains. See Section 7-11.3(9) for additional cut, cap, and connection requirements. 7-10.3(4) TESTING, DISINFECTION, AND FLUSHING See Section 7-11.3(9)A Connections to Existing Water Mains and relevant referenced sections for requirements for pressure testing, flushing, and disinfecting, including all relevant inspections, taste and odor tests prior to making connections. All pipe, fittings, and appurtenances which shall be installed during a service shut-down without cutting and blocking shall be furnished by the Contractor and delivered to the Engineer for testing, disinfection, and flushing prior to installation, (See Section 7-11.3(4)B). 7-10.4 MEASUREMENT Measurement for “Contractor Support for Temporary Water Service” will be by lump sum and include all labor, tools, equipment, and materials to support SPU crews for temporary cuts, caps, and connections and establish temporary water service prior to water main shut-down, demolition, and new water main

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 167 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures construction. This Work includes temporary hydrants, fire connections, pavement, sidewalk, and curb sawcutting and patching for temporary service. 7-10.5 PAYMENT Payment for “Contractor Support for Temporary Water Service”, will be by lump sum. This activity will be considered complete when all temporary water service materials have been removed from service.

7-11 PIPE INSTALLATION FOR WATER MAINS 7-11.3 CONSTRUCTION REQUIREMENTS 7-11.3(4) GRADE AND ALIGNMENT 7-11.3(4)B VERIFICATION OF LOCATION (SP 10-13-17) Add the following: Prior to any pavement cutting or removal or excavation for pipe or service installation, the Contractor shall verify, in the presence of the Engineer and SPU field crew, the locations of existing services. The Contractor shall arrange to establish the depths at points where connections are to be made and determine if existing rod restrained or otherwise restrained connections are impacted by the new service connections. Should a condition be discovered which materially differs from indicated in the Contract, the Contractor shall immediately notify the Engineer. When encountering conflicts with existing utilities, or side service laterals are at depths which will require vertical bends between the main and the service connection, the Contractor shall notify the Engineer. When necessary, the profile and alignment shall be adjusted as directed by the Engineer to prevent abrupt changes in grade and alignment of the services. The Contractor shall provide all materials and support for SPU crews to make connections and re- establish restrained conditions. Water main crossing replacement on 2 nd Avenue, 4 th Avenue, 5 th Avenue, and the intersection of Republican Street and Westlake Avenue may be adjusted to reduce the total pipe removed and replaced due to service shut-down limitations. For these locations, the Contractor shall coordinate with the Engineer for the cut locations. The Contractor shall furnish all parts, pipe, fittings, and appurtenances to SPU for flushing, pre-disinfection, chlorination, and preliminary assembly. The Contractor shall coordinate with SPU for delivery of items and pick up of items for installation in these locations. The water service shall be shut down, and SPU shall make the cuts and the Contractor shall provide support services to remove the existing main and assist SPU with installation of the pre-treated components during the single shut-down event. See also, Section 9-30.2(1)A Reducers for additional fitting requirements associated with modified connection locations. 7-11.3(4)D INSTALLING PIPE ON CURVES (SP 10-13-17) Replace the first paragraph with the following: On long radius curves, either horizontal or vertical, pipe may be installed with standard pipe by deflecting the joints. Deflection points are indicated in the Drawings along with maximum deflection values. The Contractor shall create a lay plan showing the lengths of pipe, fittings, and deflection locations such that the maximum deflection shall not exceed 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. 7-11.3(6) INSTALLING AND JOINTING PIPE 7-11.3(6)A INSTALLING AND JOINTING DUCTILE IRON PIPE AND APPURTENANCES (SP 10-13- 17) Replace this Section with the following: The installation of ductile iron pipe and appurtenances shall be in accordance with AWWA C600. Except where restrained joints are required, mechanical joints may be used.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 168 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

The Contractor shall identify all connections points through or adjacent to areaways in which rod restrained or otherwise restrained pipe is impacted, see Section 4-11.3(4)B and provide materials to re- instate restrained conditions for side services or side mains with mechanical joints. At transitions between ductile iron pipe and mechanical joint fittings, wedge restraint glands shall be used to restrain mechanical joint fittings. Where connecting ductile iron pipe to existing rod restrained fittings, and wedge restrained glands are not suitable for connection to the existing fittings, harness lugs and tie rods or Duc Lug and 90 degree eye bolts (tie bolts) may be used. Add the following Section: 7-11.3(7) INSTALLING STEEL PIPE 7-11.3(7)C STEEL CASING PIPE 7-11.3(7)C1 GENERAL (SP 10-13-17) Add the following: Where shown on the Drawings, the Contractor shall install steel casing pipe for the water main. Unless otherwise noted, casing shall be installed by open excavation and bedded with Class B Bedding. Casing shall be split casing with welded tabs and continuous welded seams. Where shown in the Drawings, Steel Casing Pipe shall be backfilled with Controlled Density Fill for trench backfill per Standard Specification 2-10.2(3)A2 The casings shall be half shell casings with the bottom half bedded, the carrier pipe with spacers installed, joint bonding, heat shrink joint sleeves, and the top half welded closed. All joints internal to the casings shall be restrained and heat shrink joint sleeve sealed according to Section 9-30.1(6)E. Full electrical isolation is required between the casing and the carrier pipe and there shall be no metallic contact between the two structures. Where shown in the Drawings, vacuum excavation shall be implemented per Section 2-04.3(6) and Section 7-15.3B.

7-11.3(9) CONNECTIONS 7-11.3(9)A CONNECTIONS TO EXISTING WATER MAINS (SP 10-13-17) Replace the last paragraph with the following: The Contractor shall provide support for temporary cutting of the water main, temporary capping, and connection to the water main. SPU shall make all cuts, caps, and connections. The Contractor shall provide all tools, labor, and equipment to excavate, shore, and construct temporary blocking for connection locations. Locations of connections between segments of new water main are indicated according to phased construction and agreements regarding the duration and amount of work zone available for phased construction. Locations of connections shown are schematic and shall be fully developed by the Contractor on a case by case basis and reflect the Contractor’s operations. The Contractor shall design temporary restraint systems for both the existing water main and temporary ends between segments of the new water main. See Section 7-11.3(13). 7-11.3(9)C WATER SERVICE CONNECTIONS 7-11.3(9)C1 INSULATED COUPLINGS AND FLANGE KITS (SP 10-13-17) Add the following: For all existing services which are to be reconstructed up to the union, the Contractor shall locate the existing insulated couplings or flange kits and submit the location of the isolation system to the Engineer a minimum of 10 Days prior to supporting SPU crews for service transfer or renewal. The documentation shall clearly show where the service connection is located and where the existing isolation coupling or

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 169 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures flange kit is located and where the new isolation coupling or flange kit is proposed. The Contractor shall coordinate with SPU for installation of insulated couplings or Type E flange kits and access within the areaways. 7-11.3(13) CONCRETE THRUST BLOCKING (SP 10-13-17) Replace this Section with the following: All temporary and permanent blocking shall be designed, stamped, and signed by a State of Washington Licensed Engineer. The Contractor shall submit the plans and calculations for the thrust blocking to the Engineer for review. Permanent concrete thrust blocking, as indicated on Standard Plan nos. 330a through 331b, and as otherwise indicated in the Drawings, shall be placed at bends, tees, dead-ends, and crosses at locations indicated in the Drawings. Blocking shall be Class 3000 (see Section 6-02) concrete mix poured in place or pre-cast. Ecology block substitutes shall not be allowed. All blocking shall be at full design strength prior to pressure testing. Temporary concrete thrust blocking, as indicated in the Drawings shall be designed by the Contractor and installed at the Contractors discretion according to Contractor phasing, sequencing, operations, and means and methods. The Contractor shall be responsible for the sequencing of the thrust block installation and removal in vicinity of other thrust blocks or public and private infrastructure to avoid damage, or undermining other thrust blocks. Temporary blocking shall be designed and sealed by a structural engineer licensed in the state of Washington and shop drawings and load calculations shall be submitted to the Engineer for review and approval (20) twenty Days prior to schedule needs. Concrete shall be Class 3000 minimum per Section 6-02. Controlled Density Fill shall be used to enhance soil conditions as directed by the Engineer and as indicated in the Drawings for temporary thrust blocks against soils with allowable soil bearing pressures less than indicated in the Drawings or allocated for in the Contractor’s design. Concrete blocking shall bear against solid undisturbed earth at the sides and bottom of the trench excavation and shall be shaped so as not to obstruct access to the joints of the pipe or fittings. The Contractor shall read the Center City Connector Streetcar Geotechnical Report and become familiar with site soils conditions. The Contractor shall test soil bearing capacity for all temporary or permanent thrust blocks restraining 16-inch diameter or larger water main. Where poor soils conditions warrant, or as directed by the Engineer, and as indicated in the Drawings. Permanent concrete thrust blocking dimensions are shown in the Drawings and are based on 300 psi water main pressures for all water main 12-inches diameter and less and 250 psi water main pressure for all water main 16-inches diameter and greater. Temporary Blocking of the new main shall be designed by the Contractor and shall be designed for test pressures of 300 psi water pressure for all pipes 12-inches diameter and less and 250 psi water pressure for pipes 16-inches diameter and greater. Temporary blocking of the existing main shall be designed by the Contractor with 200 psi water pressure for all pipe diameters and soil bearing pressures corresponding with site specific conditions. If poor soils conditions are encountered and CDF backfill is recommended by the Engineer, as indicated in the Drawings, soil bearing pressures may be raised to 2,000 psf. Pressures used for blocking requirements in the Drawings are noted with the corresponding details and tables. When used, CDF shall be tested to demonstrate full strength prior to pressuring the line. The Contractor shall provide the Engineer at least 1 Working Day advance notice before pouring concrete thrust blocking or placing precast blocking and 1 Working Day advance notice for inspection and approval of all concrete clocking or placement of precast blocking prior to backfilling. All exposed metallic components of thrust blocking shall be protected from corrosion by a wax tape system or another method approved by the Engineer.

Protection of the pipe coating is required. Any contact to or damage to the coating will be repaired by methods listed in 9.30.1(6). Any tears in the polyethylene sleeve (bag) will require replacement of the entire sheet. Unacceptable concrete blocking and corrosion protection shall be replaced at the Contractor’s expense.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 170 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

For all blocking calling for plastic vinyl warning tape in the drawings, the Contractor shall install non- metallic non-detectible blue warning tape one foot over the top of the cement concrete blocking. The tape shall be installed in a grid spaced 2-feet on center in both north-south and east-west directions to create a 2’ warning grid. The grid shall extend 2-feet beyond the blocking limits in all directions. Note; detectable underground tape shall be used for the water main and service laterals, but not extend beyond the main to cover the blocking. 7-11.3(15) ELECTROLYSIS MONITORING SYSTEM FOR DUCTILE IRON PIPE 7-11.3(15)C ELECTROLYSIS TEST STATION 7-11.3(15)C1 GENERAL (SP 10-13-17) Add the following: Contractor shall provide tubular resistors, rectifiers, wire shunts, vapor phase corrosion inhibitors, spray lubricants and other appurtenances compatible with items and materials identified in the Drawings and Standard Drawings. Locations of test stations are graphic in nature and the Contractor shall coordinate with the Engineer to field locate. Test stations shall be located in non-traffic bearing areas with 360- degrees access for maintenance and monitoring. Test stations shall not be located in ADA ramps or in- line with cross-walks. Locations of the Anode Wells are similarly graphic in nature and shall be field located as shown in the Drawings and where access for drilling equipment can be accommodated. The well shall not be installed in the wheel path or curb flow-line. Add the following Section: 7-11.3(15)C5 MAGNESIUM ANODE AND WELL INSTALLATION (SP 10-13-17) Anodes for pipe installation The anode(s) shall not be handled or lowered by their wire leads. Anodes shall be kept dry prior to installation and removing the plastic shipping bag prior to backfill. Anodes shall be installed per City of Seattle Standard Drawing 363 unless otherwise noted. A minimum of two anodes shall be located at all isolation couplings, isolation flanges, on all fire hydrant laterals, and ductile iron water services as shown on the drawings. The anodes shall be connected through the test station without splices and the test lead wires connected to the pipe with a thermite weld, primed and coated with wax tape coating. Test leads or Anodes connected to copper water services shall be at a factory installed bonding pad and wax tape coated. Soldering directly to plastic coated pipe shall not be allowed. Install anodes at all casings

Casing Diameter (inches) Spacing Sacrificial Anode Bare Weight (LBS) (ft) (Type) 12 - Magnesium 1 min for each casing, Anode (40 lb bar) 16 - Magnesium 2 min for each casing Anode (40 lb bar) 20 - . Magnesium 2 min for each casing. Anode (40 lb bar)

Magnesium alloy anode shall meet the requirements of ASTM B843, 32D5 with a factory attached wire of guage12 TW insulated solid copper silver soldered (45% silver) to the galvanized steel core. Minimum wire length shall be 10 feet. Contractor shall fill the core cavity with electrical sealing

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 171 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures compound to insure fully insulated and protected connection. Center anode in ingot in a cotton bag and surround with a backfill mixture consisting of 75% hydrated gypsum, 20% bentonite, and 5% sodium sulfate. Contractor shall furnish packaged anodes in multiple layer paper sacks, palletized, and film wrapped for shipping.

Anodes for Anode Wells A minimum of one magnesium rod shall be furnished and installed in each sacrificial anode well as shown in the Drawings. Each well shall be accompanied with a cathodic protection test station located out of the roadway as shown in the Drawings. Test stations connected to the anode wells do not require additional (two) magnesium anodes buried below the pipe or test station, only one magnesium rod anode is required. Magnesium rod anodes shall be 3.25 inches diameter by 15-feet long and installed in the well and consist of the alloy materials tabled below. The anode shall be supplied with a factory installed 15-foot #10 HMWPE lead wire with waterproof seal. All wire splices shall be waterproof sealed.

Other imp. Cu% Ni% Fe% Material Mg% Al% Mn% Zn% % max max max max each total Mag Bal. 2.5-3.5 0.20 min 0.7-1.3 0.01 0.001 0.002 0.05 0.30 Alloy

The anode backfill shall be a mixture of 75% gypsum, 20% bentonite, and 5% sodium sulfate. The backfill shall be packed around the anode by vibration so that the rod is completely surrounded by the material. If wet, the backfill shall be mixed into a slurry and poured into the casing displacing the water. The top 5 feet of the well backfill shall be pea gravel as indicated in the drawings.

The Anode Well cap casting shall be cast or ductile iron stamped with CP on the lid and of the size necessary to allow for insertion of the well casing, anode, backfill, and anode leads. The lid shall be H-20 load rated.

The well casing shall be 25 feet deep, and 6-inch diameter. The casing shall be flush threaded PVC and slotted on the bottom 15 feet.

All buried cables shall have plastic warning tape installed a minimum of 12-inches above the top of the cables. The warning tape shall be a minimum of 3-inches wide and shall be yellow/red with black lettering with legend, “CAUTION, CATHODIC PROTECTION LINE BURIED BELOW”.

7-11.4 MEASUREMENT (SP 10-13-17) Delete the last paragraph and replace with the following: Measurement for “Station, Electrolysis Test, Type 1” will be per each installed complete. Test station Type 1 shall not include two magnesium anodes and not include a spare bolt terminal. Type 1 Test Stations shall be connected to Anode Wells.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 172 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

Measurement for “Station, Electrolysis Test, Type 1B” will be per each installed complete. Test station Type 1B shall include one spare bolt terminal for second anode location; and be connected to both the pipe at location 1 with two anodes, and location 2 with two anodes (if present).

Measurement for “Station, Electrolysis Test, Type 2” will be per each installed complete. Test stations shall include two magnesium anodes and connect to the pipe or casing.

Sacrificial anode wells shall not be measured separately. 7-11.5 PAYMENT (SP 10-13-17) Replace Item 2 with the following: 2. "Blocking, Cement Concrete”, per cubic yard. The Bid Item price for "Blocking, Cement Concrete" includes all costs for the work required as follows: a. Costs of placing concrete blocking including: excavation, turnbuckles, shackle rods, steel plates, corrosion protection of all metallic components including wax tape, concrete form work, finishing, removal and disposal of material not required for backfill.

b. Other work that may be necessary for constructing the blocking in place as specified. Add the following: Payment for “Contractor Support for Temporary Cut, Cap, and Connection”, will be per lump sum and include all tools, equipment, and labor to support SPU to isolate the existing water main and connect the new main to the existing main. This Work includes all Contractor design, manufacturing, installation and other items necessary to furnish temporary blocking and appurtenances. This shall be considered incidental to “Contractor Support for Temporary Cut, Cap, and Connection” and no separate measurement or payment will be made for temporary blocking.

Delete Item 7 and replace with the following: 7. “Station, Electrolysis Test (Type)”, per each. The Bid item price for “Station, Electrolysis Test (Type)” shall include all costs for the Work required as follows: (1) Costs of furnishing and installing water meter box, test box, terminal blocks, wires, zinc reference electrodes, removal and restoration of sidewalks; and (2) All other Materials and labor required to complete this construction including anode wells and associated cathodic protection test stations; (3) “Station, Electrolysis Test (Type)” associated with anode wells will be payed separately. Measurement for “Station, Electrolysis Test (Type)” will be per each installed complete. Anode wells as shown in the drawings shall be considered incidental to test stations and not be measured separately. 7-12 VALVES FOR WATER MAINS 7-12.2 MATERIALS Add the following: See Section 9-30.3 herein for Material requirements associated with 16, 20, and 24-inch gate valves.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 173 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

7-12.3 CONSTRUCTION REQUIREMENTS 7-12.3(2) VALVE CHAMBERS 7-12.3(2)A GENERAL (SP 10-13-17) Add the following: All valve chambers shall be designed and sealed by a Washington State Licensed Structural Engineer. Shop drawings shall be submitted to the Engineer at least (20) twenty Days prior to fabrication for review. Drawings shall show bottom elevations, wall thickness, internal clearances to pipe and valves, and vertical clearances to valves, nuts, actuators, or other components. Contractor shall review the Center City Connector Water and Sewer Line Replacement Geotechnical Report, January 2017 for soils and groundwater information. All structures shall be designed for a minimum HS-25 loading. As part of the Shop Drawing review, the Contractor shall field survey and locate the boundary of the proposed valve chamber for each of the valve chambers and pothole to determine the edge of other existing utilities. The Contractor shall submit with the shop drawings, shop drawing pothole data and verification that the designed vault will clear the adjacent utilities. Valve chamber wall thickness in the Drawings are shown as 12 inches thick. The actual wall thickness shall be determined by the Licensed Structural Engineer and shown in the shop drawings provided for each vault. Supporting calculations shall be submitted for review. Wall thicknesses greater than 12 inches shall not be accepted. Clearances between the valve chamber and adjacent areaway walls or other utilities will vary. Where clearances do not allow for suitable compaction, controlled density backfill shall be used to fill voids or gaps. When using controlled density fill around a valve chamber, the inside of the vault shall be braced. Precast valve chambers shall be designed for the applicable portions of the following codes: 1. ACI 318-11, “Building Code Requirements for Structural Concrete and Commentary”, 2. ANSI/AWS D1.4/D1.4M-11, “Structural Welding Code-Reinforcing Steel”, 3. ASTM A123/A123M-08, "Standard Specifications for Zinc (Hot Dip Galvanized) Coatings on Iron and Steel Products”, 4. ASTM A185/A185M-07, “Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete”, 5. ASTM A497/A497M-07, “Steel Specification for Steel Welded Wire Reinforcement, Deformed for Concrete”, 6. ASTM A615/A615M-09B, “Standard Specification for Deformed and Plain Carbon Steel Bars for Concrete Reinforcement”, 7. ASTM C39/C39M-10, “Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens”, (Three shall be tested for each structure and test results shall be submitted to the Engineer), 8. ASTM C150/C150M-12, “Standard Specification for Portland Cement”, 9. ASTM C478-09, "Standard Specification for Precast Reinforced Concrete Manhole Sections”, 10. ASTM C857-11, “Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures”, 11. ASTM C858-10e1, “Standard Specification for Underground Precast Concrete Utility Structures”. Minimum compressive strength of concrete shall not be less than 4,500 pounds per square inch in 28 days as determined by ASTM Method C39. Cement shall conform to ASTM C150. No additives containing calcium chloride or any other material that will produce corrosive ions shall be used in the concrete.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 174 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

Welded wires fabric shall conform to ASTM A185 or A497. Steel reinforcing bars shall conform to ASTM A615, Grade 60 or ASTM A706, Grade 60. Welding of reinforcing steel shall conform to the Structural Welding Code, Reinforcing Steel (AWS D1.4) of the American Welding Society. The concrete finish shall be free of rock pockets and honeycombed areas. The interior walls, ceiling, and exterior surfaces shall be smooth. Rock pockets over 3/8-inch deep and other imperfections on all surfaces shall be patched and troweled to match the surrounding surface. Corner chips shall be epoxy coated if rebar is exposed.

Structural Design Structural design of the precast vault shall conform to ACI 318 and ASTM C857 with the following clarifications: 1. Reinforced concrete vaults shall be constructed to be watertight. 2. The Live Load shall be AASHTO HS-25 truck, P=16 kips with traffic approaching from any direction. 3. Lids shall be HS-25 load rated. 4. A 30% live load impact load factor for soil cover less than or equal to 3-feet shall be applied. 5. No live load surcharge for soil cover greater than 8-feet. 6. Soil density shall be 120 lb force per cubic foot min. 7. 40 lb force per cubic foot equivalent fluid pressure lateral soil pressure above the water table. All structures shall be designed with groundwater assumed to be 5-feet deep below finished grade. 8. 80 lb force per cubic foot equivalent fluid pressure lateral soil pressure below the water table min. 9. 80 lbs per square foot live load surcharge min. 10. Buoyancy: Vault weight (without equipment) plus weight of soil cover shall be greater than 1.1 times the hydrostatic uplift force on the base of the vault. It cannot rely on skin frictional resistance between backfill and vault wall surfaces. If the gravity load is insufficient, then the vault shall be designed with restraints to withstand buoyant force. The restraint design shall be submitted for review and approval. Lifting methods shall be developed by the Contractor but all vault covers, pads, or slabs, or risers less than 9,000 pounds shall have ¾-inch lifting inserts on each corner of the top slab surface. All vault covers or structures weighing over 9,000 pounds shall have either a 2-ton or a 4-ton Burke lift fitting, Alp Quicklift, Dayton Superior quick lift or approved equal, rated for the applicable load, and placed in each corner of the top surface or on the four walls and be galvanized or stainless steel and be submitted to the Engineer for review.

7-12.3(2)C CHAMBERS MADE WITH PRECAST CONCRETE BLOCKS (SP 10-13-17) Replace the last Paragraph with the following: Chambers shall have a cast-in-place or precast concrete top slab suitable for HS-25 traffic loading unless greater loading is required by the Contract. 7-12.3(6) LADDERS (SP 10-13-17) Replace this Section with the following: Ladders shall be installed in all valve chambers and be fully supported from the bottom and side wall. See Section 7-05.3(1)Q for additional material requirements.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 175 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

7-12.5 PAYMENT (SP 10-13-17) Replace Item 3 with the following: 3. “Valve Chamber, (Type), (Size)”, per each. The Bid item price for “Valve Chamber, (Type), (Size)” shall include all costs for the work required to furnish and install the precast concrete, brick and block, or cast-in-place chamber, including foundation, adjustment brick, castings and lid, cast iron valve box(es) for access to the operating nut, ethafoam cushion, ethafoam rings, mortar plastering, bypass valves, drain tees, ports, and appurtenances, support piers, water proofing Materials and steps or ladders.

7-14 HYDRANTS 7-14.3 CONSTRUCTION REQUIREMENTS 7-14.3(1) SETTING HYDRANTS (SP 10-13-17) Replace the second paragraph with the following: Where shown on the Drawings, hydrants shall be installed in accordance with the detail shown on Standard Plan nos. 310a through 314. Where possible, Contractor shall not install hydrants within 3 feet of a traveled roadway, except when underground areaway walls, structural reinforced sidewalk slabs, or other underground obstruction prevents relocation of the hydrant 3-feet away from the traveled roadway. For these cases, the new hydrant shall be re-installed in the same location as the existing hydrant. The Contractor shall establish the location of the existing hydrants prior to removal for re-installation of the new hydrants. At a minimum all hydrant hose connection ports shall clear the face of curb. In addition, a minimum 4-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. Add the following: As indicated in the Drawings, hydrants for removal and replacement may be partially cast or fully cast into existing areaways. The exact condition for each hydrant is unknown and shall be determined in the field. The Contractor shall expose the existing hydrant, identify the existing condition, and notify the Engineer of found field conditions. The Engineer shall determine if existing hydrants will remain or be removed and replaced as shown in the Drawings. For hydrants requiring removal and replacement, the Contractor shall carefully chip out the existing hydrant, taking care to chip out only as much walkway section and areaway section to safely remove the existing hydrant. The Contractor shall clean and prepare the existing concrete or brick or cobble surface to provide a roughened clean surface free of dust and debris. The Contractor shall dress the exposed concrete surface with a masonry bonding primer according to manufacturer recommendations and frame, and closure pour cement concrete to cast the new hydrant into the old hydrant space. See Section 6-11.3(4) for cast-in-place concrete requirements. For hydrant removal (and no replacement), see Section 2-02.3(7)B. 7-14.3(2) HYDRANT CONNECTIONS 7-14.3(4) RELOCATING EXISTING HYDRANTS (SP 10-13-17) Replace this Section with the following: Relocating hydrants, or moving an existing hydrant and connection pipe to a new location, will be done by SPU Water Operations Crews only when moving the hydrant will be performed on a live main and does not involve casings. All pipe installation requiring casing Work will be performed by the Contractor. Contractor shall coordinate with SPU for the handoff location. 7-14.5 PAYMENT (SP 10-13-17) Replace Item 1 with the following: 1. “Hydrant, 6-inch Connection (Type)” , per each.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 176 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

The Bid item price for "Hydrant, 6-Inch Connection (Type)" shall include all costs for the Work required to pickup, deliver and install Type 310 or Type 311 hydrants, and furnish and install on new Water Main (or existing Water Main with existing tee) complete including but not limited to excavation; backfill and compaction with suitable material; disposal of material; furnishing and installing auxiliary valve, valve box, restraint system and shackles, barrel extension, gravel drain, concrete blocks, bleeder, special coating, field painting, shear block and rebar, marker posts, the 6-inch ductile iron pipe connection between the hydrant and the Water Main, any hydrant marker or quick connect adapter required; and obtaining the hydrant and hydrant extension. Replace the last paragraph of Item 2 with the following: All costs associated with installing and removing temporary blocking, and removing existing blocking when indicated in the Contract shall be incidental to the various Bid items and no separate or additional payment will be made therefore. All costs to remove existing areaway cobbles, existing drain rock, existing hydrant drain pipes, chipping out areaway walls around the existing hydrant, chipping out the existing sidewalk around the existing hydrant riser, and related restraints and appurtenances shall be considered incidental to the various Bid items and no separate or additional payment will be made therefore.

7-15 WATER SERVICE CONNECTION TRANSFERS 7-15.1 RESERVED Replace this Title and Section with the following: 7-15.1 SEQUENCING AND PHASING AND TEMPORARY SERVICE COORDINATION (SP 10-13-17) The Contractor shall coordinate all construction activities with the Engineer, SPU Water Operations Crews, and Public Information Officer. The Contractor shall develop and maintain a schedule for water main progress, service transfers, and other Work, see Section 7-10 Temporary Water Mains and Services. 7-15.3 CONSTRUCTION REQUIREMENTS (SP 10-13-17) Replace the fifth paragraph with the following: Where the Contract indicates four-inch, six-inch, or eight-inch diameter service connections, the Contractor shall furnish and install tees, valves, plugs, valve boxes, and pipe through casings as specified in Section 7-11.5 and a three-inch diameter water service shall be considered a four-inch diameter water service. Unless otherwise noted, the tees shall be mechanical joint (MJ) x mechanical joint x flange (FL). Valves shall be MJ x FL, and removable plugs shall be MJ for the service connection. The MJ plugs will be returned to the Contractor after SPU Water Operations completes the service connections. Add the following Sections: 7-15.3(1) CONTRACTOR SUPPORT FOR SERVICE CONNECTION (SP 10-13-17) The configuration of a few water services(Service 85, 94, 95, and a hydrant at Seneca and at Pike Street) are not fully understood due to the limited access to investigate existing conditions in areaways or buried services. The baseline assumption for each service is shown in the Drawings. The Contractor shall review the Existing Conditions Assessment Report (April, 2017) included in the Appendix for selected areaways to provide a general sense of areaway conditions. The document does not necessarily address the afore mentioned services. Existing conditions will vary from service to service and materials and extent of work will vary, see Section 7-15.3D for supplemental Contractor furnished materials. It is the intent of the project to limit the amount of water service Work in the areaways and generally connect outside of the areaways. The two hydrants may involve construction activities within the areaways. The following are design assumptions:

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 177 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

• Service 85 This service was not found in the field and is thought to located on a side main. SPU has indicated connection before the areaway is desirable providing the pipe is in suitable condition for connection. • Service 94 This service was found and is thought to be inside a filled areaway so no work will need to take place in an occupied areaway. • Service 95 It is unclear if this service is in an active areaway or a filled areaway. It is the assumption of this project that the areaway is filled and the Work can be performed without going into an active areaway. • Seneca Hydrant This hydrant is thought to be butted against the areaway wall or internal to the sidewalk over the areaway. This hydrant is not anticipated to require Work inside the areaway. • Pike Street Hydrant This hydrant is anticipated to be cast into the areaway wall and will require minor Work within the areaway. The Contractor shall construct water main, tees, valves, casings, and extend all ductile iron pipe to the meter location, meter vault, or backflow assembly as indicated in the Drawings. The Contractor shall coordinate with the Engineer and SPU Field Operations crews for exact locations for each service where SPU will take over service construction and connection (anticipated locations are indicated in the Drawings). Regardless of the location at which SPU crews take over service construction and connection, the Contractor shall provide all tools, equipment, materials, and labor to install or assist SPU crews for installation of the services. Field conditions for each service shall be verified by the Contractor. The Contractor shall provide service support for SPU crews including developing a list of existing service parts, fittings, components, and appurtenances, and a list of new items furnished by the Contractor (when different than those identified in the Drawings) to re-establish the service and submit to the Engineer and SPU Operations Crews for review at least 5 days prior to construction. The Contractor, Engineer, and SPU Operations Crews shall coordinate efforts and schedules for each service. The Contractor shall provide sawcutting and removal of pavement, sidewalk, curb, excavation, pipe and appurtenance removal, temporary blocking, shoring, dewatering as necessary, work zone illumination for night work, traffic control, steel plating, labor, tools, equipment, and materials necessary to test, disinfect, flush, and re-establish the service. SPU shall perform all water shut-offs and connections to live mains and buildings. The Contractor shall furnish and perform all dielectric bonding, coating, wrapping, sacrificial anodes, and backfilling of the services. Assistance shall include lights, scaffolding, carrying materials and equipment into the areaways, providing power as needed, all tools, equipment, materials and labor to drain the pipes, clean the areaways, penetrate the areaways by chipping, grouting, or other means and other Work to complete the service connection with SPU operations crews. The Contractor shall provide a minimum of 2 support staff for each service location and 3 minimum if work is performed at two different locations at the same time for each service (outside the areaway and internal to the areaway is considered two different locations). If coring of the areaway walls is selected for pipe penetrations as an alternative to chipping out the existing hole, the Contractor shall scan the wall in the penetration zone to identify existing reinforcing. The penetration shall be cored to protect existing reinforcing. Access to the areaways shall be coordinated by SPU “outreach” with the assistance of the Contractors Service Lead Coordinator. The Contractor shall provide a Service Lead Coordinator who will develop a work plan and schedule for each service and meet with the Engineer, SPU operations crews, community outreach lead, and the building owner and/or tenants to discuss the work plan and negotiate access, time, duration, and any work restrictions. Based on these (minimum two meetings per service), SPU outreach will coordinate access for the Contractor into each areaway. To support this effort the Contractor shall prepare a preliminary schedule and work plan for each service. The work plan shall identify the anticipated work, number of staff provided, equipment, materials, and tools, schedule, and anticipated duration of work. This work plan will be used for coordination with each

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 178 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures service owner or tenant. Based on coordination meetings, the work plan shall be revised prior to performing the work. At the end of each day/night, the Contractor shall notify the Engineer of progress for each service. The service lists indicated in the Drawings are anticipated components for each service to be furnished by the Contractor. Unless otherwise indicated, the Contractor shall furnish all materials. SPU shall assess all meters and determine at time of construction, replacement or salvage of meter components. SPU shall furnish meters where replacement is determined necessary. Unless otherwise shown, SPU shall install services in Contractor prepared trenches for services two- inches diameter and less and the Contractor shall perform all bedding, backfilling, and compaction. Services 2-inches diameter and less within the drip line of trees shall be moled unless bends or sleeves are required in which case open excavation or vacuum excavation methods shall be required. The service shall be installed by SPU crews or as otherwise indicated in the Drawings or directed by the Engineer. SPU shall provide all copper tubing and corporation stops for services installed by SPU crews. Unless otherwise directed by the Engineer or SPU crews, Contractor shall provide copper tubing for services installed by the Contractor (moled services) and SPU shall provide the corporation stop. SPU shall make all connections. Any bare metal associated with the services shall be protected by the Contractor with a three component wax tape system comprised of primer, wax tape, and fiberglass tape as directed by the Engineer. For services larger than two inches, the Contractor shall install the pipe and casings as indicated in the drawings and coordinate with SPU for the hand-off location as indicated in the Drawings. SPU will perform all service shut-offs, connections to existing services, and taps on live mains with Contractor support for Service Connections. For all services, the Contractor shall protect in place existing water service structures and remove, reset, relocate, adjust to grade all handholds, meter boxes, service vaults, and access ports for the new services as directed by the Engineer or SPU Water Operations Crews. When directed by the Engineer, the Contractor shall remove and replace valve chamber or meter vault top slabs to allow for temporary access for SPU crews. When directed by SPU crews to construct the new service adjacent to the existing service while the existing service is live (as opposed to in-line renewal as shown in the drawings), the Contractor shall construct the service pipe and fittings as directed by the Engineer and all shoring, excavation, sawcutting, pavement patching, and other materials, labor, and equipment provided by the Contractor shall be incidental to other Unit Bid items. 7-15.3(2) VACUUM EXCAVATION AND MOLING (SP 10-13-17) The Contractor shall field locate the location of existing services within 30 feet of trees by painting with white spray paint on the surface. Service laterals, hydrant laterals, blocking, casings, or other water main construction within the drip line of an existing tree shall be performed by vacuum excavation. Within the drip line of a tree, small diameter services, two-inches diameter and less shall be “moled”. The Contractor shall root prune the existing roots for clearance of the service pipe or casing as directed by the Engineer. See Sections 2-04.3(6) and 8-02.3(7). 7-15.3(3) SERVICES IN AREAWAYS (SP 10-13-17) See Section 7-15.3(1) for a list of areaway work conditions and assumptions. For the few minor areaway Work locations, the Contractor shall provide support services to SPU for all piping, valves, and appurtenances including blocking, restraints, hangars, and supports to establish service connections to the existing pipe, meter, or building union connection as indicated in the Drawings. Support shall include temporary support, blocking, jacks, ladders, scaffolding, temporary lighting, tools, materials, equipment, and labor necessary to assist SPU with service modifications in the areaways. Access and areaway plumbing is not consistent from service to service or areaway to areaway and is shown schematically as a straight line connection from the main to the building through the areaway. The actual condition of each service varies. In general, two-inch diameter services and less penetrate the areaways and are hung from the ceiling or walls. Piping and fittings bend as necessary to connect to the existing building. Services four-inch diameter and greater penetrate the areaway and drop down to the

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 179 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures floor and cross the areaway and bend or rise back up to building connection. Internal to the areaways are tees, service manifolds, metering, backflow prevention, and other appurtenances which vary from service to service. 7-15.3(4) FURNISH MISCELLANEOUS SERVICE MATERIALS (SP 10-13-17) Contractor shall coordinate with SPU for materials necessary to address varied conditions associated with each service. This Work includes providing materials as directed by the Engineer and SPU Operations Crews to address field found conditions associated with services both inside and outside the areaways and within backfilled areaways. The Contractor shall furnish items beyond those indicated in the Drawings. Items may include but are not limited to additional pipe, bracing, blocking, piping, rod restraint systems, bolts, fittings, valves, transition couplings, isolation fittings, cathodic protection items, or as requested by the Engineer. 7-15.3(5) MISCELLANEOUS RESTORATION OF PRIVATE PROPERTY (SP 10-13-17) Contractor shall provide all tools, equipment, and labor to restore miscellaneous items within public and private property as Directed by the Engineer. The Contractor shall provide all tools, materials, labor, and equipment to restore furnished and occupied areaways areas in which SPU services alter in any way finishing’s which create an objectionable or otherwise unsuitable space for the Owner, Tennant, or designated use. The Contractor shall repair and replace brick, cobble, masonry, and other minor alterations to clean and dress the affected area to the satisfaction of the Engineer. Should improvements affect storefronts, entryways, specialty tile, brass street names, or other surface features, the Contractor shall repair, replace, or address as directed by the Engineer. Damage to existing facilities as a result of Contractors operations shall not be included in this item of Work. At the Direction of the Engineer, the Contractor shall remove, relocate, haul, salvage, or dispose of materials according to all Local, State, and Federal Laws. 7-15.5 PAYMENT (SP 10-13-17) Add the following: “Contractor Support for Service to Existing Service Pipe (< 2 IN. DIAMETER)”, per each. The Bid item price for “Contractor Support for Service to Existing Service Pipe (< 2 IN DIAMETER)” shall include all costs for the Work required to furnish materials, tools, equipment, and labor to assist SPU crews to renew service and connect to the existing service pipe at a location designated by the Engineer and as indicated in the Drawings. This work includes support for all services equal or less than 2-inches diameter constructed by open excavation or trenchless technology. This Work shall include support for excavation, installing services in open trenches, backfilling, routing pipe and fittings through existing valve chambers, meter boxes, areaways, and routing, adjusting, or otherwise modifying service pipes and fittings to make service connections. For open excavation methods for services 2-inch diameter and less, the Contractor shall provide all bedding, backfill, and compaction as incidental Work and Materials to this bid item. SPU shall install service pipe equal or less than 2-inches diameter with Contractor support. This work shall include restoration of valve chambers and lids, meter boxes, supports, blocking, restraints, dielectric isolation and other appurtenances as necessary. This Bid item includes two-inch diameter services and all services less than two-inch diameter. This item also includes all costs for the Work to furnish materials, tools, equipment, and labor for the Contractor to install services less than or equal to 2-inch diameter which are within the drip line of trees indicated in the Drawings and shall be constructed with “trenchless” moling methods. Copper pipe and corporation stops for non-moled services shall be provided by SPU. Corporation stops shall be provided by SPU for moled services and the copper pipe and compression fitting connections shall be provided by the Contractor.

“Contractor Support for Service to Existing Service Pipe (> 2 IN. DIAMETER)”, per each.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 180 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

The Bid item price for “Contractor Support for Service to Existing Service Pipe (< 2 IN DIAMETER)” shall include all costs for the Work required to furnish materials, tools, equipment, and labor to assist SPU crews to renew service and connect to the existing service pipe. The Contractor shall install all ductile iron pipe and casing for services to the location identified in the Drawings or as otherwise directed by the Engineer. This Work shall include installing services through existing valve chambers, meter boxes, areaways, and routing, adjusting, or otherwise modifying service pipes and fittings to make service connections. This work shall include restoration of valve chambers and lids, meter boxes, supports, blocking, restraints, dielectric isolation and other appurtenances as necessary. This Bid item includes three-inch diameter and larger services. All services three-inch diameter and greater shall be constructed by Contractor crews. SPU will make final connections. This item also includes all costs for the Work to furnish materials, tools, equipment, and labor for the Contractor to install services greater than 2-inch diameter which are within the drip line of trees indicated in the Drawings and shall be constructed with “trenchless” moling methods.

“Contractor Support for Service to Union at Building (< 2 IN. DIAMETER)”, per each. The Bid item price for “Contractor Support for Service to Union at Building (< 2 IN DIAMETER)” shall include all costs for the Work required to furnish materials, tools, equipment, and labor to assist SPU crews to renew service and connect to the existing building at the building union. SPU shall install service pipe equal or less than 2-inches diameter with Contractor support. All tools, equipment, materials, and labor to perform open excavation, trenching, bedding, and backfilling for services 2-inch diameter and less shall be considered incidental to this Bid item. Existing pipe routing between the main and the building union is somewhat unique for each service and service lines may run perpendicular from the main into an areaway and go straight to the building or may turn, drop, angle, split into a multitude of different configurations. This Work shall include support to install services from the main all the way to the building union through existing valve chambers, meter boxes, areaways, and routing, adjusting, or otherwise modifying service pipes and fittings to make service connections. This Work shall include restoration of valve chambers and lids, meter boxes, supports, blocking, restraints, dielectric isolation and other appurtenances as necessary. This Bid item includes two-inch diameter services and all services less than two-inch diameter. Copper pipe and corporation stops for non-moled services shall be provided by SPU, and bedding and backfill shall be provided by the Contractor. Corporation stops shall be provided by SPU for moled services and the copper pipe and compression fitting connections shall be provided by the Contractor. The Contractor shall provide all tools, equipment, materials, and labor for “trenchless” moled services.

“Contractor Support for Service to Union at Building (> 2 IN. DIAMETER)”, per each. The Bid item price for “Contractor Support for Service to Union at Building (> 2 IN DIAMETER)” shall include all costs for the Work required to furnish materials, tools, equipment, and labor to construct pipe, valves, and fittings to the point designated in the Drawings and support SPU crews to renew service and connect to the existing building at the building union. Existing pipe routing between the main and the building union is somewhat unique for each service and service lines may run perpendicular from the main into an areaway and go straight to the building or may turn, drop, angle, split into a multitude of different configurations. This Work shall include support to install services from the main all the way to the building union (wherever that may be) through existing valve chambers, meter boxes, areaways, and routing, adjusting, or otherwise permit modifying service pipes and fittings to make service connections. This Work shall include restoration of valve chambers and lids, meter boxes, supports, blocking, restraints, dielectric isolation and other appurtenances as necessary. This Bid item includes three-inch diameter services and all services greater than three-inch diameter. This item also includes all costs for the Work to furnish materials, tools, equipment, and labor for the Contractor to install services greater than 2-inch diameter which are within the drip line of trees indicated in the Drawings and shall be constructed with “trenchless” moling methods.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 181 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

“Furnish Miscellaneous Service Materials”, will be paid by force account for all items furnished to SPU Field Operations Crews to address materials necessary to install, renew, or revise service conditions as directed by the Engineer which are beyond those shown in the service lists or water main plan and profiles. Payment will be based on Contractor invoicing which shall include labor, materials, and equipment rates to procure and furnish items requested by the Engineer. For the purposes of providing a common Proposal for all Bidders, the Owner has entered an estimated amount in the Bid form to become part of the total Bid by the Contractor. Special fittings used but not called for on the Drawings will be paid for at the Supplier's invoice cost plus 15 percent for overhead and profit. Special fittings called for on the Drawings but not used will be deducted from the Contractor's final estimate based on the current cost to the Supplier of fittings used on the improvement.

“Miscellaneous Restoration of Private Property”, will be paid by force account for materials, labor, and equipment rates invoiced by the Contractor and shall include payment for items furnished and tools, equipment, and labor to address unforeseen conditions as directed by the Engineer. For the purpose of providing a common Proposal for all Bidders, the Owner has entered an estimated amount in the Bid form to become part of the total Bid by the Contractor.

7-17 STORM DRAINS AND SANITARY SEWERS 7-17.2 MATERIALS 7-17.2(1) GENERAL (GSP 02-24-16) Delete the first table in this Section and replace with the following:

Flexible Pipe Material Rigid Pipe Material Polyvinyl Chloride (PVC) All Concrete Acrylonitrile butadiene styrene (ABS) Ductile Iron Corrugated Metal Vitrified Clay Spiral Rib Polyethylene (PE) Polypropylene (PP) Steel Reinforced Polyethylene

7-17.3 CONSTRUCTION REQUIREMENTS 7-17.3(2) INSTALLING SEWER PIPE 7-17.3(2)F JOINTING – BREAK-OUT AND RECONNECT & MISMATCHED WALL THICKNESS (SP 10-13-17) Replace this Section with the following: Where it is necessary to break out or connect to an existing pipe, only new pipe having the same inside diameter shall be used in reconnecting the pipeline. Inverts, grade, and alignments are to match. Where joints must be made between pipes with a mismatched wall thickness, the Contractor shall measure the outside diameter of both pipes to the hundredth of an inch, and install a coupling manufactured to the actual dimensions for each pipe to be connected. A record of the measurement of

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 182 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures the pipes and the coupling Manufacturer’s model number installed shall be submitted to the Engineer in accordance with Section 1-05.3. Couplings shall be shielded, flexible gasketed coupling, adapter or coupling-adapter to make a watertight joint that maintains the internal pipe alignment. Couplings shall be manufactured by Indiana Seal, Joints, Couplings, Romac, Smith-Blair, Fernco, Mission or approved equal.

Replace the Section title with the following : 7-17.3(2)J OPEN-CUT AND TRENCHLESS CONSTRUCTION OF CASING PIPE (SP 10-10-17) 7-17.3(2)J1 GENERAL Replace this section with the following: Open-cut construction of casing pipe shall be in accordance with the requirements for pipe installation as noted in Section 7-17, unless noted otherwise. Bedding requirements shall be in accordance with Section 7-17.3(1)B5. If trenchless installation is required, directional drilling shall be in accordance with Section 2-16. Trenchless construction other than directional drilling shall be as specified in the Contract. Qualifications of the trenchless construction Contractor shall be as specified in the Contract. Casing pipe materials shall be as noted and specified in the contract, and meet the requirements of Section 9-30. Carrier pipe, spacers and end seals shall be as specified in the Contract.

7-17.3(2)K TEMPORARY SEWER BYPASS (SP 10-13-17) Delete this section in its entirety and replace with the following: 7-17.3(2)K1 DESCRIPTION This section describes the existing conditions and requirements for temporary bypassing and dewatering of sewers during construction activities, internal television inspection (CCTV), cleaning operations, rehabilitation, and inspection of the project pipelines.

1. Contractor shall provide labor, equipment, materials, and supervision to temporarily bypass flow around the Contractor’s work in accordance with the specific needs of the re-route/rehabilitation method being utilized. All references to the bypass pumping and/or bypass pumping system include, but are not limited to, all pumps, piping, valves and other equipment needed to move the intended flow from one location to another. 2. The design of the bypass arrangement and alignment shall be prepared by the Contractor, and shall be submitted for review to determine conformance to project objectives. Means and methods of accomplishing the bypassing shall be the responsibility of the Contractor. 3. Sanitary sewer pipes shall remain in service at all times throughout the duration of the project. Contractor shall be responsible for diverting flow away from the limits of construction through the use of bypass pumping or flow diversions with prior written approval by the Engineer. 4. It is the Contractor’s responsibility to coordinate and arrange all necessary access and temporary construction agreements with all affected parties for the location of the bypass pumping system. It is the Contractor’s responsibility to coordinate with and notify all affected property owners of the need for reduction in their sewer usage during construction. 5. The bypass pumping system shall be designed to normally maintain the wastewater flow below the top of the pipe, without surcharging. 6. The Contractor shall have the complete bypass pumping system in place and successfully pressure tested per Section 7-17.3(4)D before bypassing any sewage.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 183 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

7. The bypassed flow shall be continuously monitored. 8. Contractor is responsible for immediate and proper cleanup should any spill occur, regardless of amount. 7-17.3(2)K2 SUBMITTALS The Contractor shall submit, in accordance with Section 1-05.3 drawings and complete design data showing methods and equipment he proposes to utilize in sewer bypassing for approval by the Engineer. A plan shall be submitted for each location where a bypass will be installed, including side sewers. The design criteria shall be replication of existing flows in the sewer system. Elevating the hydraulic grade line above the crown of the pipe will not be allowed. The contractor shall not discharge dewatering flow to the sewer system when overflow of the sewer system is imminent or in progress. The submittal shall include the following information:

1. Drawings indicating the type and location of temporary sewer plugs and bypass discharge lines. The drawings shall also show the configuration and location for discharging flow from the bypass lines into the sewer system 2. Expected hours of operation 3. Capacities of pumps and standby equipment 4. Design calculations proving adequacy of the system and selected equipment 5. Standby power source 6. Staffing plan including experience record 7. Suction and discharge points with elevations and stationing on the design plans 8. Pump performance curves 9. System curve and operating point of the pump-conveyance system 10. Bypass piping inspection plan Approval of submitted plans for sewer connection and temporary rerouting shall in no way relieve the Contractor of their responsibility for the protection of adjacent properties, downstream drainage systems and water tributaries against sewage spill. Any litigation, claims, fines, etc. associated with any sewage spill shall be the responsibility of the Contractor. 7-17.3(2)K3 PROTECTION In areas where flows are bypassed, all bypass flows shall be discharged as approved by the Engineer. No bypassing to the ground surface, receiving waters, storm drains, or bypassing which results in soil or groundwater contamination or any potential health hazards shall be permitted. 7-17.3(2)K4 SCHEDULING The bypassing system shall not be shut down between shifts, on holidays or weekends, or during work stoppages without written approval from the Engineer. The bypass system shall have an attendant around the clock whose only duty is to maintain the bypass pumping system until the bypassing of that specific pipeline is no longer required. 7-17.3(2)K5 PUMPING AND PIPING SYSTEMS Contractor shall maintain on site, the following minimum requirements for all bypass pumping systems: 1. Sufficient equipment and materials to ensure continuous and successful operation of the bypass and dewatering systems. The complete bypass system, including all piping, shall be continuously monitored by Contractor personnel 2. A system of pumps and piping operating on site to accommodate and maintain a minimum 50% over capacity of the anticipated maximum flow. The Contractor shall have standby pump(s) fueled and

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 184 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures operational at all times. Additional spare pipelines shall be constructed and plumbed for immediate operation 3. The Contractor shall maintain on site a sufficient number of valves, tees, elbows, connections, tools, sewer plugs, piping, hoses and other parts of system hardware to ensure immediate repair or modification of any part of the system as necessary. 7-17.3(2)K6 ESTIMATED FLOWS Past flow estimates for mainline PS are provided in the drawings. The Contractor is responsible for obtaining current flow condition information at the time of construction and for estimating side sewer flows. The Owner is not responsible for any deviations in quantity of sewage flow at any time during the construction period. Higher flows may be encountered depending on weather and other upstream conditions. It is the Contractors responsibility to anticipate changing flow conditions and provide required bypassing capacity or restore flows to existing systems. 7-17.3(2)K7 INSPECTION The Contractor shall inspect the entire bypass pumping and piping system for leaks for spills on an hourly basis or as approved by the Engineer. The Contractor shall also create an inspection log and shall enter the time of the inspections and the condition of the piping and the name of the inspector into the log for review by the Engineer.

7-17.3(2)K8 DAMAGES The Contractor shall be responsible for any and all back-ups and claims associated with bypass pumping operations. The Contractor shall repair, without cost, any damage that may result from negligence, inadequate or improper installation, maintenance and operation of bypassing system, including but not limited to mechanical or electrical failures. 7-17.3(4) CLEANING AND TESTING 7-17.3(4)A GENERAL (GSP 02-24-16) Delete the first paragraph of this Section and replace with the following: Pipelines and appurtenances shall be cleaned, be television inspected and tested, after backfilling, by the low pressure air method. Infiltration testing is additionally required when the ground water elevation is in, or fluctuates through the pipe zone. Exfiltration testing shall be substituted for the low pressure air method, when the pipe or detention system is in, or near, as indicated in the Contract, Environmentally Critical Areas designated as geologically hazardous areas. 7-17.3(4)B EXFILTRATION TEST (GSP 02-24-16) Delete the last paragraph of this Section. 7-17.3(4)C INFILTRATION TEST (GSP 02-24-16) Delete this Section in its entirety and replace it with the following: Acceptance may be based on no visible leakage when the Engineer observes the pipe directly or through CCTV after groundwater pumping has been discontinued for a minimum of 24 hours and the Engineer determines the ground water elevation is at a suitable head above the crown of the pipe to represent the expected operational conditions. When leakage is observed, the Contractor may select to measure the infiltration rate. Testing shall be from maintenance hole to maintenance hole. For vitrified clay pipe, infiltration testing and acceptance shall be per ASTM C1091. For concrete pipe, infiltration testing and acceptance shall be per ASTM C969.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 185 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

7-17.3(4)D AIR PRESSURE TEST 7-17.3(4)D1 TEST TIME (GSP 02-24-16) Delete the third, fourth, and fifth paragraphs of this Section and replace with the following: Calculate the required test time at a given allowable air loss as follows: T = K ×(D 2L/Q)

Calculate air loss with a timed pressure drop as follows: Q = K ×(D 2L/T) Symbols: D = nominal size, inches, K = 0.371 × 10 −3 for inch-pound units, L = length of line of one pipe size, ft, Q = air loss, ft 3/min, and T = time for pressure to drop 1.0 psi, min. 7-17.3(4)I TELEVISION INSPECTION WITH AUDIO ASSESSMENT Add the following: See Section 7-23.3(8) Pre-Installation CCTV Inspection and Cleaning of Host Pipe for television inspection requirements prior to performing lining Work. 7-17.5 PAYMENT Delete item g. in payment item 2. and replace with the following: (GSP 02-24-16) g. pipe coupling, measuring outside diameters of pipes to be connected, and Add the following to item 9: (GSP 05-21-14) All costs associated with preparing the site for tee installation by SPU per the SPU core tap procedures shall be included in the applicable bid items of work. 7-20 ADJUSTMENT OF NEW AND EXISTING UTILITY STRUCTURES 7-20.3 CONSTRUCTION REQUIREMENTS 7-20.3(1) ADJUSTMENT OF MAINTENANCE HOLES, CATCH BASINS, AND SIMILAR STRUCTURES 7-20.3(1)A GENERAL Add the following paragraph Throughout the project corridor, there may be existing castings with artistic, historic, or cultural value to the Owner. Where the structures that include these castings are impacted by improvements under this contract, or as noted in the drawings, Contractor shall remove, and salvage the existing castings. If the structure that is impacted is to be replaced, Contractor shall reset the existing casting on the new structure. Where the existing structure is to be removed, Contractor shall reset the casting on new structure as directed by the Engineer. 7-20.5 PAYMENT Add the following paragraph to Item 11 All costs associated with salvaging and resetting existing castings will be included in the Bid Item prices for the associated structure removal. No additional payment will be made for this item.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 186 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

Add the following Section: 7-22 CURED IN PLACE PIPE (CIPP) LATERAL LINING – CB CONN (SP 10-13-17) 7-22.1 DESCRIPTION Where shown on the Drawings, Contractor shall provide complete rehabilitation of existing catch basin connection lines via Cured-In-Place-Pipe (CIPP) technology. CIPP Liner for CB connection applications will utilize a non-styrene, epoxy-based resin impregnated liner. Work under this item shall include all costs necessary to fully rehabilitate the existing catch basin connection line and as described herein or indicated on the Drawings. Finished product shall feature a smooth and consistent flow line, be free of surface defects, and consist of a fully structural stand-alone liner pipe that supports the required live and dead loads without assistance from the existing host pipe. 7-22.2 MATERIALS 7-22.2(1) REFERENCES This Section incorporates by reference the latest revisions of the following documents. They are part of this Specification insofar as specified and modified herein. In case of conflict between the requirements of this Specification and the listed documents, the requirements of this Specification shall take precedence. All references to codes and standards shall be to the latest revised version at the time the Contract is awarded. Reference Title ASTM D543 (2006) Standard Practices for Evaluating the Resistance of Plastics to Chemical Reagents

ASTM D638 (2010) Standard Test Method for Tensile Properties of Plastics

ASTM D790 (2010) Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials

ASTM F1216 (2009) Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin-Impregnated Tube

7-22.2(2) DESIGN CRITERIA AND PHYSICAL PROPERTIES The CIPP design shall be in accordance with the latest version of ASTM D543. Provide CIPP with minimum chemical resistance requirements in accordance with ASTM D543. Conduct exposure to the chemical solutions listed in Table 1 at temperatures of up to 23.9 degrees C 75 degrees F. Conduct this test for a minimum period of one month. Loss result cannot exceed 20 percent of the initial structural properties.

TABLE 1 - CHEMICAL RESISTANCE REQUIREMENTS Chemical Solution Concentration Percent Tap Water (pH 6-9) 100.0 Nitric Acid 5.0 Phosphoric Acid 10.0 Sulfuric Acid 10.0

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 187 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

Gasoline 100.0 Vegetable Oil 100.0 Detergent or Soap 0.1

Ensure the CIPP meets the minimum structural properties listed in Table 2 below:

TABLE 2 - CIPP INITIAL STRUCTURAL PROPERTIES - ASTM F1216 & NSF Standard - 14 Property ASTM Test Method Minimum Value

Flexural Strength ASTM D790 4,500 psi Flexural Modulus ASTM D790 250,000 psi Tensile Strength ASTM D638 3,000 psi Tensile Elongation ASTM D638 5 psi Compressive Strength ASTM D695 4,000 Chemical Resistance ASTM D543 <20% loss Leakage Test* NSF Standard 14 0/gal/day * Leakage test performed by ANSI/NSF International

All final test results are to be performed by an A2LA accredited laboratory. Manufacturer must have United States based manufacturing headquarters. The manufacturer must have at least 15 years of manufacturing / supplying C.I.P.P. Air Inversion Liner Tube and Materials in the United States. The manufacturing plant must have a Quality Assurance / Quality Control program in place and overseen by NSF International and IAPMO R&T Laboratories. At each installation site, liner for catch basin connection line shall be in accordance with the latest version of ASTM F1216 CIPP, with physical properties and chemical resistance demonstrated per ASTM D5813, Type III, with final approval from the Engineer. The liner thickness shall be designed based on the engineering formulas listed in ASTM F1216 for “fully deteriorated” pipes for soil conditions listed in the geotechnical reports included in the appendices of the project manual and the conditions indicated on the Table below.

Flexural Modulus of Elasticity (Short Term), Minimum 250,000 psi Flexural Strength Minimum (Short Term) 4,500 psi Design Safety Factor 2.0 Creep Retention Factor 50% Ovality 2%, or as measured by field inspection Constrained Soil Modulus Per AASHTO LRFD Section 12 and AWWA Manual M45 Also per ASTM D3839 Groundwater Depth At ground surface for the deepest point on the line

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 188 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

Soil Depth As specified on the project plans Live Load HS-25 Soil Load 130 lbs/cf Minimum Service Life 50 years

The liner thickness shall be sufficient to prevent groundwater from entering the pipe, while maintaining the maximum cross-sectional pipe area possible. The diameter of the existing pipes may be different from the nominal inside diameter due to manufacturing or construction tolerances, presence of existing liner, settlement or corrosion. It is the Contractor’s responsibility to determine the diameter of the liner. The outside and/or inside layer of the fabric tube shall be coated with an impermeable, flexible membrane that will contain the resin and facilitate, if applicable, vacuum impregnation and monitoring of the resin saturation during the resin impregnation (wet out) procedure. This membrane shall be compatible with the curing methods. The composite materials of the fabric liner tube and resin shall, upon installation inside the host pipe, exceed the minimum CIPP initial structural properties indicated in ASTM F1216 and in the Contractor’s approved design for that location and the initial chemical properties of the most current version of D 5813 when tested in accordance with ASTM D790 and D 5813. Provide submittals for liner material, curing resin and any other materials needed to complete the installation of the new liner. In addition to material submittals, provide installation plans indicating the equipment layout, installation method, and proposed installation schedule, including cleaning, installing, curing and inspecting the liner for approval. Plan should also include proposed layout for sewer bypass system and provide details on proposed curing method for the new liner. 7-22.3 CONSTRUCTION REQUIREMENTS 7-22.3(1) CONTRACTOR REQUIREMENTS AND RESPONSIBILITIES The Contractor shall be responsible for all direct and incidental Work required in installing the liner. Contractor shall be responsible for designing and installing a CIPP liner system in accordance with the Contract Documents, referring to all the Plans, Specifications and shop drawings submitted to provide details of the liner system that affect the Work covered under this Section. This Work consists of the following elements: 1. Preparation and execution of QA/QC and safety plans, including, but not limited to: a. Odor Control Plan b. Repair Plan 2. Installation of Cured In Place Pipe (CIPP) lining, including, but not limited to: a. Obtaining all necessary permits or variances b. Night and weekend working hours c. Public relations, informing residents/businesses which will be affected by the lining operation d. Coordinating Work with other utilities/municipalities, working in same area e. Responsibility for backups and claims resulting from liner installation and bypass pumping operations. f. Bypass pumping of the mainline and lateral connections if required. g. Cleaning and inspection of the host pipe

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 189 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

h. Removal and proper disposal of host pipe debris including roots. i. Installing pre-liner at sites as indicated on the plans or as specified by the Engineer. j. Installing and molding the liner to the host pipe. k. Sealing the liner at the upstream and downstream terminations. l. Furnishing a pre and post installation CCTV DVD-R disc to the Engineer for final acceptance prior to payment for the CIPP. m. Repairing or replacing a defective CIPP, if required by the Owner. 7-22.3(2) LICENSING AND CERTIFICATIONS 1. The Contractor or Subcontractor installing the CIPP shall have a current license agreement with the product Supplier. Individuals installing the CIPP shall be certified by the product Supplier. Submit certification documentation to the Engineer prior to installation. 7-22.3(3) VACANT 7-22.3(4) SAFETY REQUIREMENTS The Contractor shall perform all Work in strict accordance with all OSHA/WISHA, the manufacturer’s safety requirements, and the approved Health and Safety Plan as specified in Section 1-07.31. Particular attention is drawn to the safety requirements regarding entering confined spaces. 7-22.3(5) EMISSIONS AND ODOR CONTROL The Contractor shall submit an Odor Control Plan to the Engineer for approval prior to starting construction. The Odor Control Plan shall outline the specific measures and procedures to be implemented if the Owner or Contractor receives a public complaint regarding styrene emissions or other construction-related odors. Specific measures to address odor complaints may include ventilating upstream and downstream maintenance holes; using pressure cleaners, fans, or other measures to reduce or eliminate styrene odors; and other industry standard practices that may minimize project- related odors. 7-22.3(6) CIPP REPAIR AND REPLACEMENT The Contractor shall submit a Repair and Replacement Plan to the Engineer for approval prior to starting construction. The Repair and Replacement Plan shall outline the specific repair or replacement procedure for potential defects that may occur in newly installed CIPP. Defects including, but not limited to, loose ends, protrusions, significant wrinkling, delamination, deformation or surface imperfections will require repair or replacement before final acceptance. Repair and replacement procedures shall be in accordance with the recommendations of the CIPP system manufacturer. Defects in the installed CIPP that will not affect the operation and long-term life of the product shall be identified and defined in the Repair Plan. Repairable defects that may occur in new CIPP installations shall be defined in the Repair Plan. For each repairable defect defined, the Contractor shall include a detailed step-by-step repair procedure which results in a finished product meeting the requirements of these Contract Specifications. Un-repairable defects that may occur in new CIPP installations shall be defined in the Repair Plan. For each un-repairable defect defined, the Contractor shall include a detailed recommended procedure for the removal and replacement of the defective CIPP. 7-22.3(7) VACANT 7-22.3(8) PRE-INSTALLATION CCTV INSPECTION AND CLEANING OF HOST PIPE The Contractor shall clean each sewer pipe to be lined prior to the installation of the liner to assure that there are no obstructions or deleterious substances present that would interfere with the installation. Such obstructions and substances may include, but are not limited to, sludge, dirt, sand, mineral deposits,

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 190 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures rocks, gravel, grease, roots, and other solid or semi-solid materials. The Contractor shall exercise caution to avoid damaging existing pipes during pre-installation cleaning. Damage caused by the pre-installation cleaning or CCTV inspection shall be repaired by the Contractor, at the Contractor’s expense. Sludge, dirt, sand, rocks, gravel, grease and other solids or semi-solid material resulting from the cleaning operation shall be trapped and removed from the maintenance hole of the sections being cleaned. Flushing of debris to mainline sections downstream from the CIPP repair is not permitted. Flushing of debris downstream can cause line blockages and damage pumping equipment. A cleaning report for each line shall be submitted to the Engineer after cleaning is completed. Trucks hauling solids or semi-solids from the site shall be watertight so that no leakage or spillage will occur. Under no circumstances shall sewage or solids be dumped onto the ground surface, streets, catch basins, or storm drains. Materials removed from the sewers during the cleaning operation, shall be disposed of in accordance with local ordinances associated with vactor decanting. Contractor shall provide the Engineer with trip tickets documenting proper disposal of solids. All CCTV inspections shall conform to Section 7-17.3(4)I. The entire pipe shall be visible during CCTV. The Contractor shall notify the Engineer a minimum of 48 hours prior to performing the CCTV inspection and shall provide the Engineer with a copy of the CCTV video and report for approval prior to the installation of the liner. The Contractor shall, during this inspection, determine the exact locations of: 1. Lateral connections to be reinstated 2. Damaged or delaminated segments of existing liner in DIP pipe. The Contractor shall submit to the Engineer a list of any damaged or delaminated segments of existing liner that are not listed in Section 7-17.3(7). Any required bypass shall conform to Section 7-17.3(2)K. A Cleaning Plan shall be submitted to the Engineer for approval prior to the first pre-installation mainline cleaning. The Cleaning Plan shall include a detailed description of the Contractor’s proposed procedures and equipment for removal of any existing blockages in the pipeline that may be encountered during the project. ALL DEBRIS MUST BE CAPTURED AND REMOVED. THE CONTRACTOR SHALL NOT PERMIT ANY DEBRIS TO TRAVEL DOWNSTREAM OF THE PROJECT SITE. 7-22.3(9) VACANT 7-22.3(10) CIPP INSTALLATION CIPP installation and correction of defective Work shall be in accordance with the latest version of ASTM F1216 and with Suppliers recommendations for the felt and liner system to be installed. Neither the CIPP system, nor its installation shall cause adverse effects to any of the Owner’s processes or facilities. The use of the product shall not result in the formation or production of any detrimental compounds or by-products at the wastewater treatment plant. The Contractor shall notify the Engineer and identify any by-products produced as a result of the installation operations, test and monitor the levels, and comply with any and all local waste discharge requirements. The Contractor shall cleanup, restore existing surface conditions and structures, and repair any of the CIPP system determined to be defective. The Contractor shall conduct installation operations and schedule cleanup in a manner to cause the least possible obstruction and inconvenience to traffic, pedestrians, businesses, and property owners or tenants. Resin Impregnation (Wet Out) Contractor shall accurately calculate and measure the amount of resin and catalyst required, thoroughly mix the resin and catalyst, thoroughly saturate/impregnate the flexible felt tube with the pre-calculated amount of epoxy resin prior to installation, and handle the resin impregnated flexible tube to retard or prevent resin setting until it is ready for insertion as indicated by the product manufacturer. In addition, field wet-out operations shall meet the following standards: 1. Vacuum-impregnate the liner fabric with resin under controlled conditions.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 191 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

2. Use a volume of resin sufficient to fill all voids in the liner material at nominal thickness and diameter. Volume should be adjusted by adding 5 to 10% excess resin for the change in resin volume due to polymerization and to allow for any migration of resin into the cracks and joints of the host pipe. 3. Trip tickets documenting roller gap setting and the amount of resin used for each lining to be provided to the Engineer prior to each installation and signed by the Wet-Out crew supervisor. 4. The resin impregnated tube shall be stored in such a manner that it will not be damaged, exposed to direct sunlight, exposed to any curing environment, or result in a public safety hazard. All materials may be subject to inspection and review by the Engineer prior to installation. Insertion Install the liner/bladder system using the Inversion method. Invert the liner/bladder system to the specified location in the pipe. Inflate the bladder using compressed air or circulated water to a pressure adequate to form the liner to tightly fit the internal circumference of the pipe and to cause the resin to migrate into pipe joints, voids and defects. Install the liner at minimum low pressure. Curing Inflate the bladder using compressed air or circulated water and leave the liner in place until the resin curing cycle is complete.. When the curing process is complete, release the pressure and pull out the inflation bladder. Ensure the cured composite liner remains in place within the host pipe and provides a smooth bore interior that conforms to the existing pipe [eliminating rain water leakage]. Ensure the tube is continuous in length, wall thickness, and is uniform. Service Connections / Reinstatements All CIPP lined over branch pipeline connections, tie-ins, drain pipe connections, and vents must be opened using a robotic reinstatement cutter. The cutter must be able to provide video relay of the reinstatement cutting operation from start to finish. The reinstatement of all branch pipelines must be conducted from the inside of the lined pipe or from inside the branch line. The branch pipe opening connection must be cut to allow 100% flow from the branch pipelines. Finish Do not leave in the host pipe, any barriers, coatings, or any material other than the cured liner tube/resin composite, specifically designed for desirable physical and chemical resistance properties. Remove any materials used in the installation, other than the cured liner tube/resin composite. Remove any cured liner tube/resin composite pipe left protruding from the service connection. Ensure that the finished CIPP is continuous and free from visual defects such as foreign inclusions, dry spots, pinholes, and delimitation. 7-22.3(11) SEALING OF PIPE LINER AT THE ENDS The upstream and downstream ends of the liner shall be sealed to the rehabilitated host pipe to prevent water movement between the two systems using sealing method recommended by the liner manufacturer. The seals shall be watertight, and shall be subject to the approval of the Engineer. Seals shall be installed within 2 feet of all maintenance hole channel entrance or exit points to be lined. Seals shall be manufactured by LMK Technologies or approved equal and meeting the following criteria: 1. Hydrophilic end seals for CIPP installations shall consist of a circular rubber sealing element capable of resisting groundwater pressures up to 15 psi. 2. Hydrophilic end seals shall be manufactured in a seamless o-ring shape specific to the host pipe size. 3. The rubber sealing element shall be of a type formulated to resist degradation when exposed to domestic sewage or any component of the CIPP system, and shall permanently swell in the presence of water to not less than 175% of its original thickness.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 192 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

4. Hydrophilic end seals shall be furnished with a mechanical or adhesive means of retention that will prevent any shifting or movement during and after CIPP installation and curing. 5. Once installed and swelled, the hydrophilic end seals shall not reduce the internal diameter of the host pipe by more than 5%. 7-22.3(12) TESTING At a minimum, provide the following: 1. Contractor shall provide restrained field samples as per ASTM F1216, Section 8. The sample shall be large enough to allow for a minimum of five specimens for flexural testing per ASTM D790. One sample per CIPP installation shall be taken. If more than one section of mainline pipe was lined in one installation, one restrained sample shall be sufficient. Testing of the samples will be performed by the Owner’s Materials Testing Laboratory. Tests will be conducted in accordance with ASTM D790. Samples shall be clearly marked with the location, date, diameter, and wall thickness. Samples shall be furnished to the Engineer within 24 hours of installation. 2. The Contractor shall be required, at no expense to the Owner, to repair any CIPP liners failing to pass flexural and wall thickness testing. All CIPP repair procedures and materials shall be approved by the Supplier and Engineer. Field Testing Test system in accordance with ASTM F1216 and NSF Standard 14, as supplemented and modified by CIPP manufacturer's written installation instructions. Complete low pressure air test prior to reinstatement of service laterals as specified in 7-17.3(4)D. Upon completion, submit the DVD records of pre-lining inspection and post-lining inspection, along with the written report summarizing the extent of pipe lining performed. Update pipe lining Contract Record Drawings to reflect the as-built condition after lining is complete and submit to the Contracting Officer. The Contracting Officer may review the video and documentation, and may inspect the work site to determine that the scope of Work is complete, that the Work is satisfactory, and the site has been returned to its original condition. The Contractor shall repair the CIPP per Supplier recommendations if defects, including infiltration of groundwater, are observed. 7-22.3(13) VACANT 7-22.3(14) QUALITY ASSURANCE The Contractor shall provide the Supplier’s certification to the Engineer stating that the Contractor’s installation methods, including equipment and crew experience, meet the Supplier’s requirements. At the request of the Engineer, the Contractor shall schedule and organize a 2-hour conference call with the product Supplier’s representative to discuss inspection items that the Engineer may observe and record for subsequent installations. Inspection items may include pre-installation activities, product identification, installation procedures, equipment operations, and post-installation activities. Invitees to the conference call shall include the Owner’s Project Manager, Project Engineer, Resident Engineer, Supervising Engineer, and other identified project staff, and the Contractor’s Project Manager and Superintendent. All Work shall be performed by factory certified applicators only. The finished CIPP shall be continuous over the entire length of an insertion run between two maintenance holes or access points. Visual inspection should verify a leak-free, uniform appearance.

7-22.3(15) RECORD DRAWINGS An as-built record of CIPP installation must be submitted to the SPU Resident Engineer within two weeks

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 193 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures of the site repairs and television inspection. As-built records shall be submitted using the “As-Build for Reline of Sewer/Storm Mainlines” template provided in the Appendix. At a minimum, the as-built records shall include the following: 1. The start and completion dates of the CIPP installations; 2. The length of pipe(s) repaired; 3. Pipe size; 4. The location of the repairs and side sewers, in relation to either the Upstream Maintenance Hole(USMH) or Downstream Maintenance Hole (DSMH); 5. Type and thickness of liner installed; 6. Number of laterals reinstated; 7. The approximate depth of the repairs; 8. SPU Maximo Work Order #(s); 9. Any unusual circumstances of repairs; 10. Address of repairs 7-22.4 MEASUREMENT Bid items completed pursuant to Contract will be measured as provided in Section 1-09.1, unless otherwise provided for by individual measurement paragraphs herein this Section. Measurement for “CIPP Lateral Lining – CB Conn” will be per linear foot of liner installed, successfully tested and accepted by the Engineer. Measurement will be from inside face of CB to end of liner seal at PS trunk main, measured horizontally at the surface. Measurement will be to the nearest 0.1 foot. 7-22.5 PAYMENT Compensation for the cost necessary to complete the Work described in Section 7-22 will be made at the Bid item prices Bid only for the Bid items listed or referenced as follows: 1. “CIPP Lateral Lining – CB Conn”, per linear foot. The Bid item price for “CIPP Lining – CB Conn” shall include all costs for the Work required to successfully install and seal the new CIPP liner into the existing CB connection line. Costs shall include, but are not limited to: excavation, haul, stockpile and disposal of existing pavement and soil; removal amd salvage of existing CB hardware; furnishing and placement of new outlet trap per COS standard plans; removal, salvage and resetting of CB frame and lid; and backfilling as needed to accommodate installation of the new liner. All costs associated with the installation of the CIPP liner will be considered incidental to the unit price Bid for the Work.

Add the following Section: 7-23 CURED IN PLACE PIPE (CIPP) LINING – (SP 10-13-17) 7-23.1 DESCRIPTION Where shown on the Drawings, Contractor shall provide complete rehabilitation of existing public sewer main via cured in place pipe (CIPP) lining technology. CIPP Liner for PS applications will utilize styrene- based resin impregnated liner. Work under this item shall include all Work necessary to fully rehabilitate the existing sewer line, including: preparing the installation and extraction sites, cleaning host pipe, repair of host pipe defects, temporarily plugging side sewer services, installing new liner pipe, reconnecting live side sewer services and restoration of installation and extraction sites, and as described herein or as shown in the Drawings. Finished product shall feature a smooth and consistent flow line, be free of surface defects, and consist of a fully structural stand-alone liner pipe that supports the required live and

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 194 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures dead loads without assistance from the existing host pipe. Installation of CIPP liner shall meet the requirements of Standard Specifications or as described herein. 7-23.2 MATERIALS 7-23.2(1) REFERENCES This Section incorporates by reference the latest revisions of the following documents. They are part of this Specification insofar as specified and modified herein. In case of conflict between the requirements of this Specification and the listed documents, the requirements of this Specification shall take precedence. All references to codes and standards shall be to the latest revised version at the time the Contract is awarded. Reference Title 1. ASTM D543 Standard Practice for Evaluating the Resistance of Plastics to Chemical Reagents 2. ASTM D638 Standard Test Methods for Tensile Properties of Plastic 3. ASTM D790 Standard Test Methods for Flexural Properties of Non-reinforced and Reinforced Plastics and Electrical Insulating Materials 4. ASTM D792 Standard Test Methods for Density and Specific Gravity of Plastics by displacement 5. ASTM D903 Standard Test Method for Peel or Stripping Strength of Adhesive Bonds 6. ASTM D2122 Standard Test Method for Determining Dimensions of Thermoplastic Pipe and Fittings 7. ASTM D2990 Standard Test Methods for Tensile, Compressive, and Flexural Creep and Creep-Rupture of Plastics 8. ASTM D3567 Standard Practice for Determining Dimensions of Fiberglass (Glass Fiber Reinforced Thermosetting Resin) Pipe and Fittings 9. ASTM D3681 Standard Test Method for Chemical Resistance of “Fiberglass” (Glass Fiber Reinforced Thermosetting Resin) Pipe in a Deflected Condition 10. ASTM D5813 Standard Specification for Cure-In-Place Thermosetting Resin Sewer Pipe 11. ASTM F1216 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin-Impregnated Tube 12. ASTM F1743 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by Pulled- In-Place Installation of Cured-In-Place Thermosetting Resin Pipe (CIPP) 13. ASTM F2019 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) 14. ASTM F2561 Standard Practice for Rehabilitation of a Sewer Service Lateral and Its Connection to the Main Using a One Piece Main and Lateral Cured-in-Place Liner 7-23.2(2) DESIGN CRITERIA AND PHYSICAL PROPERTIES The CIPP design shall be in accordance with the latest version of ASTM F1216. At each installation site, liner shall be in accordance with the latest version of ASTM F1216 CIPP, with physical properties and chemical resistance demonstrated per ASTM D5813, Type III, with final approval from the Engineer. The liner thickness shall be designed based on the engineering formulas listed in ASTM F1216 for “fully deteriorated” pipes for soil conditions listed in the geotechnical reports included in the appendices of the Project Manual and the conditions indicated on the Table below.

Flexural Modulus of Elasticity (Short Term), Minimum 250,000 psi

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 195 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

Flexural Strength Minimum (Short Term) 4,500 psi Design Safety Factor 2.0 Creep Retention Factor 50% Ovality 2%, or as measured by field inspection Constrained Soil Modulus Per AASHTO LRFD Section 12 and AWWA Manual M45 Also per ASTM D3839 Groundwater Depth At ground surface for the deepest point on the mainline Soil Depth As specified on the project plans Live Load HS-25 Soil Load 130 lbs/cf Minimum Service Life 50 years

The liner thickness shall be sufficient to prevent groundwater from entering the pipe, while maintaining the maximum cross-sectional pipe area possible. The diameter of the existing pipes may be different from the nominal inside diameter due to manufacturing or construction tolerances, presence of existing liner, settlement or corrosion. It is the Contractor’s responsibility to determine the diameter of the liner. The outside and/or inside layer of the fabric tube shall be coated with an impermeable, flexible membrane that will contain the resin and facilitate, if applicable, vacuum impregnation and monitoring of the resin saturation during the resin impregnation (wetout) procedure. This membrane shall be compatible with the curing methods. The composite materials of the fabric liner tube and resin shall, upon installation inside the host pipe, exceed the minimum CIPP initial structural properties indicated in ASTM F1216 and in the Contractor’s approved design for that location and the initial chemical properties of the most current version of D 5813 when tested in accordance with ASTM D790 and D 5813. Provide submittals for liner material, curing resin and any other materials needed to complete the installation of the new liner. In addition to material submittals, provide installation plans indicating the equipment layout, installation method, and proposed installation schedule, including cleaning, installing, curing and inspecting the liner for approval. Plan should also include proposed layout for sewer bypass system and provide details on proposed curing method for the new liner.

7-23.3 CONSTRUCTION REQUIREMENTS 7-23.3(1) CONTRACTOR REQUIREMENTS AND RESPONSIBILITIES The Contractor shall be responsible for all direct and incidental Work required in installing the liner. Contractor shall be responsible for designing and installing a CIPP liner system in accordance with the Contract Documents, referring to all the Plans, Specifications and shop drawings submitted to provide details of the liner system that affect the Work covered under this Section. This Work consists of the following elements: 1. Preparation and execution of QA/QC and safety plans, including, but not limited to: a. Odor Control Plan

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 196 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

b. Repair Plan 2. Installation of Cured In Place Pipe (CIPP) lining, including, but not limited to: a. Obtaining all necessary permits or variances b. Night and weekend working hours c. Public relations, informing residents/businesses which will be affected by the lining operation d. Coordinating Work with other utilities/municipalities, working in same area e. Responsibility for backups and claims resulting from liner installation and bypass pumping operations. f. Bypass pumping of the mainline and lateral connections if required (see Section 7-17.3(2)K). g. Removal of all intruding laterals h. Cleaning and inspection of the host pipe (see Section 7-17.3(4)I). i. Removal and proper disposal of host pipe debris including vermin, cobbles, bricks, sediment and roots. j. Installing pre-liner at sites as indicated on the plans or as specified by the Engineer. k. Installing and molding the liner to the host pipe. l. Sealing the liner at the upstream and downstream maintenance holes. m. Furnishing a pre and post installation CCTV DVD-R disc per Section 7-17.3(4)I to the Engineer for final acceptance prior to payment for the CIPP. n. Repairing or replacing a defective CIPP, if required by the Owner. 3. Identification and reinstatement of lateral connections, including, but not limited to: a. Determine the exact location of all laterals. b. Use CCTV notes and direction from the Engineer create and submit a verified list of active/inactive laterals a minimum of 2 weeks prior to liner installation. c. Reinstate only the laterals verified for reopening by the Engineer. 7-23.3(2) LICENSING AND CERTIFICATIONS 1. The Contractor or Subcontractor installing the CIPP shall have a current license agreement with the product Supplier. 2. Individuals installing the CIPP shall be certified by the product Supplier. Submit certification documentation to the Engineer prior to installation. 7-23.3(3) SEATTLE PUBLIC UTILITIES RESPONSIBILITIES The Owner will supply the following items to the Contractor: 1. Available records of the pipe to be lined, including CCTV records, maintenance work orders, and lateral locations as shown on the most recently updated side sewer card. All lateral locations and conditions must be verified by the Contractor. If additional information related to the host pipe and soil conditions, such as plan views/profiles, boring logs, etc., are desired, said information may be available in the City of Seattle Records Vault on the 47th floor of the Seattle Municipal Tower, at 700 5th Avenue. Copies of the original side sewer cards are also available in the City’s Street Use Section on the 37th floor of the Seattle Municipal Tower. It is the responsibility of the Contractor to obtain any of this additional information. The Owner makes no expressed or implied guarantee as to the accuracy or completeness of the information contained on its video files or documents. The Contractor shall make his or her own judgment

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 197 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures as to the condition of the sewer mains and shall not rely on the description provided on the City inspection records and video files. If pipe conditions at the time of installation are significantly different than the condition shown in the Appendix of Project Manual, the Contractor will adhere to the procedures outlined in Section 1-04.7 “Changed Conditions (Differing Site Conditions)” of the Standard Specifications. It is anticipated that the lining work will be completed after removal of the existing MH frame, lid, and corbeled riser section as noted in the Drawings. Contractor is responsible for all tools, material, and labor necessary to provide suitable access for completion of the lining work, and shall notify the Engineer at least 10 Days prior to beginning the Work. 7-23.3(4) SAFETY REQUIREMENTS The Contractor shall perform all Work in strict accordance with all OSHA/WISHA, the manufacturer’s safety requirements, and the approved Health and Safety Plan as specified in Section 1-07.31. Particular attention is drawn to the safety requirements regarding entering confined spaces. 7-23.3(5) STYRENE EMISSIONS AND ODOR CONTROL The Contractor shall submit an Odor Control Plan to the Engineer for approval prior to starting construction. The Odor Control Plan shall outline the specific measures and procedures to be implemented if the Owner or Contractor receives a public complaint regarding styrene emissions or other construction-related odors. Specific measures to address odor complaints may include ventilating upstream and downstream maintenance holes; using pressure cleaners, fans, or other measures to reduce or eliminate styrene odors; and other industry standard practices that may minimize project- related odors. 7-23.3(6) CIPP REPAIR AND REPLACEMENT The Contractor shall submit a Repair and Replacement Plan to the Engineer for approval prior to starting construction. Repair and Replacement Plan shall outline the specific repair or replacement procedure for potential defects that may occur in newly installed CIPP. Defects including, but not limited to, loose ends, protrusions, significant wrinkling, delamination, deformation or surface imperfections will require repair or replacement before final acceptance. Repair and replacement procedures shall be in accordance with the recommendations of the CIPP system manufacturer. Defects in the installed CIPP that will not affect the operation and long-term life of the product shall be identified and defined in the Repair Plan. Repairable defects that may occur in new CIPP installations shall be defined in the Repair Plan. For each repairable defect defined, the Contractor shall include a detailed step-by-step repair procedure which results in a finished product meeting the requirements of these Contract specifications. Un-repairable defects that may occur in new CIPP installations shall be defined in the Repair Plan. For each un-repairable defect defined, the Contractor shall include a detailed recommended procedure for the removal and replacement of the defective CIPP. 7-23.3(7) MAINLINE SEWER BYPASS The Contractor shall furnish a temporary sewer bypass system for each reline site, including CCTV, per Section 7-17.3(2)K. All costs for bypass shall be included under the unit price Bid for that Work, and shall not be included in the unit price Bid for CIPP lining. 7-23.3(8) PRE-INSTALLATION CCTV INSPECTION AND CLEANING OF HOST PIPE The Contractor shall clean each sewer pipe to be lined prior to the installation of the liner to assure that there are no obstructions or deleterious substances present that would interfere with the installation. Such obstructions and substances may include, but are not limited to, sludge, dirt, sand, mineral deposits, rocks, gravel, grease, roots, and other solid or semi-solid materials. The Contractor shall exercise caution to avoid damaging existing pipes during pre-installation cleaning. Damage caused by the pre-installation cleaning or CCTV inspection shall be repaired by the Contractor, at the Contractor’s expense.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 198 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

Sludge, dirt, sand, rocks, gravel, grease and other solids or semi-solid material resulting from the cleaning operation shall be trapped and removed from the maintenance hole of the sections being cleaned. Flushing of debris to mainline sections downstream from the CIPP repair is not permitted. Flushing of debris downstream can cause line blockages and damage pumping equipment. A cleaning report for each line shall be submitted to the Engineer after cleaning is completed. Trucks hauling solids or semi-solids from the site shall be watertight so that no leakage or spillage will occur. Under no circumstances shall sewage or solids be dumped onto the ground surface, streets, catch basins, or storm drains. Materials removed from the sewers during the cleaning operation, shall be disposed of in accordance with local ordinances associated with vactor decanting. Contractor shall provide the Engineer with trip tickets documenting proper disposal of solids. All CCTV inspections shall conform to Section 7-17.3(4)I. The entire pipe shall be visible during CCTV. The Contractor shall notify the Engineer a minimum of 48 hours prior to performing the CCTV inspection and shall provide the Engineer with a copy of the CCTV video and report for approval prior to the installation of the liner. The Contractor shall, during this inspection, determine the exact locations of: 1. Lateral connections to be reinstated 2. Damaged or delaminated segments of existing liner in DIP pipe. The Contractor shall submit to the Engineer a list of any damaged or delaminated segments of existing liner that are not listed in Section 7-17.3(7). Any required bypass shall conform to Section 7-17.3(2)K. A Cleaning Plan shall be submitted to the Engineer for approval prior to the first pre-installation mainline cleaning. The Cleaning Plan shall include a detailed description of the Contractor’s proposed procedures and equipment for removal of any existing blockages in the pipeline that may be encountered during the project. ALL DEBRIS MUST BE CAPTURED AND REMOVED. THE CONTRACTOR SHALL NOT PERMIT ANY DEBRIS TO TRAVEL DOWNSTREAM OF THE PROJECT SITE.

7-23.3(9) REMOVAL OF INTRUDING LATERALS Prior to liner installation, Contractor shall identify and remove all intruding lateral connections. A lateral shall be considered intruding if it protrudes into the mainline by more than 5 percent of the pipe’s diameter. An intruding lateral shall be considered removed when the lip of the lateral connection is flush with the internal wall of the mainline pipe. Shavings from lateral cut-outs shall be removed prior to CIPP installation, and shall be disposed of as specified in Section 7-17.3(6)B2. 7-23.3(10) CIPP INSTALLATION CIPP installation and correction of defective Work shall be in accordance with the latest version of ASTM F1216 and with Suppliers recommendations for the felt and liner system to be installed. Neither the CIPP system, nor its installation shall cause adverse effects to any of the Owner’s processes or facilities. The use of the product shall not result in the formation or production of any detrimental compounds or by-products at the wastewater treatment plant. The Contractor shall notify the Engineer and identify any by-products produced as a result of the installation operations, test and monitor the levels, and comply with any and all local waste discharge requirements. The Contractor shall cleanup, restore existing surface conditions and structures, and repair any of the CIPP system determined to be defective. The Contractor shall conduct installation operations and schedule cleanup in a manner to cause the least possible obstruction and inconvenience to traffic, pedestrians, businesses, and property owners or tenants. Resin Impregnation (Wet-Out) 1. Vacuum-impregnate the liner fabric with resin under controlled conditions. 2. Use a volume of resin sufficient to fill all voids in the liner material at nominal thickness and diameter. Volume should be adjusted by adding 5 to 10% excess resin for the change in resin volume due to polymerization and to allow for any migration of resin into the cracks and joints of the host pipe.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 199 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

3. Trip tickets documenting roller gap setting and the amount of resin used for each lining to be provided to the Engineer prior to each installation and signed by the Wet-Out crew supervisor. 4. The resin impregnated tube shall be stored in such a manner that it will not be damaged, exposed to direct sunlight, exposed to any curing environment, or result in a public safety hazard. All materials may be subject to inspection and review by the Engineer prior to installation. Pre-Liner Installation Contractor shall install a pre-liner prior to the liner installation, as specified on the plans or as directed by the Engineer. Pre-liner Product Data and installation method shall be submitted to the Engineer for approval prior to installation to the host pipe. 1. The pre-liner tube shall be a fiber reinforced polyethylene sheet formed into a tube and sized to fit the host pipe. The pre-liner diameter shall not exceed the host pipe diameter by more than 10%. 2. The pre-liner shall be continuous throughout the host pipe, from maintenance hole to maintenance hole. Liner Installation 1. Inversion Method a. The product shall be inserted through an existing maintenance hole or other access point by means of the Supplier’s recommended installation process and in accordance with ASTM F1216. The application of a hydrostatic head or compressed air shall fully extend the liner to the next designated maintenance hole or termination point, fully inflate the liner, and firmly adhere the liner to the host pipe wall in accordance with ASTM F1216, Section 7.4. b. The rate of the product installation shall not exceed the maximum rate recommended by the Supplier. 2. A lubricant may be used by the Contractor at their discretion to reduce friction during the liner installation. The lubricant shall be approved for use by both the Supplier and the Engineer, shall be a nontoxic product that meets the King County Industrial Waste discharge regulations and is acceptable for discharge into Metro sewers, shall have no detrimental effect on the liner and resin, and shall not support bacteria growth. Curing 1. For water or steam cure: a. After placement of the liner is complete, the Contractor shall provide a suitable heat source and distribution equipment. The equipment shall be capable of circulating hot water or steam throughout the lined section to raise the temperature uniformly above the temperature required to affect the resin cure, in accordance with the resin Supplier’s instructions. The temperature and pressure requirements shall be determined by the liner and resin Supplier based on the resin/hardener system employed, and shall be maintained in accordance with the Supplier’s instructions and ASTM F1216. b. The temperature of the steam or water supply shall be continuously recorded and monitored along the full length of the CIPP. Water or steam temperature during the cure period, as measured and recorded along the full length of the CIPP, shall be in accordance with the resin Supplier’s instructions. Temperature monitoring system shall be VeriCure, or approved equal. c. The Contractor shall provide standby equipment to maintain the heat source supply. 2. The Contractor shall submit a file copy of the boiler log to the Engineer for each pipe from the Contractor. This sheet shall contain, but not be limited to, the following: a. The date b. The curing method used (i.e. Water or Steam). c. The time when the pipe is at pressure and begins curing. d. Pressure readings. e. Temperature readings. f. Time of cure from start to finish. g. Temperature readings throughout curing and cool down. h. Time of cool down from start to finish.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 200 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

Both temperature and pressure reading shall be recorded at a minimum of every 15 minutes throughout the curing and cool down process. Cool Down 1. The Contractor shall follow the resin Supplier’s cool-down instructions prior to relieving the static head or air pressure. 2. When relieving the static head, the discharged water temperature shall not exceed 100 degrees Fahrenheit. 3. The rate of water being discharged while relieving the static head shall not exceed the capacity of the downstream pipe. The Contractor shall be responsible for determining the capacity of the downstream pipe prior to relieving the static head. Any damage resulting from the discharge operation including sewer backups shall be addressed by the Contractor, at the Contractor’s expense. 4. The Contractor shall ensure that a vacuum is not induced on the new CIPP during the release of head or pressure which could damage the installation. 5. The Contractor shall not allow debris from the curing and installation process to be discharged downstream. 7-23.3(11) SEALING OF PIPE LINER AT THE ENDS The upstream and downstream ends of the liner shall be double sealed to the rehabilitated host pipe to prevent water movement between the two systems using two hydrophilic end seals. The seals shall be watertight, and shall be subject to the approval of the Engineer. Seals shall be installed within 2 feet of all maintenance hole channel entrance or exit points to be lined. Seals shall be manufactured by LMK Technologies, or approved equal and meeting the following criteria: 1. Hydrophilic end seals for CIPP installations shall consist of a circular rubber sealing element capable of resisting groundwater pressures up to 15 psi. 2. Hydrophilic end seals shall be manufactured in a seamless o-ring shape specific to the host pipe size. 3. The rubber sealing element shall be of a type formulated to resist degradation when exposed to domestic sewage or any component of the CIPP system, and shall permanently swell in the presence of water to not less than 175% of its original thickness. 4. Hydrophilic end seals shall be furnished with a mechanical or adhesive means of retention that will prevent any shifting or movement during and after CIPP installation and curing. 5. Once installed and swelled, the hydrophilic end seals shall not reduce the internal diameter of the host pipe by more than 5%. 7-23.3(12) TESTING At a minimum, provide the following: 1. Contractor shall provide restrained field samples as per ASTM F1216, Section 8. The sample shall be large enough to allow for a minimum of five specimens for flexural testing per ASTM D790. One sample per CIPP installation shall be taken. If more than one section of mainline pipe was lined in one installation, one restrained sample shall be sufficient. Testing of the samples will be performed by the Owner’s Materials Testing Laboratory. Tests will be conducted in accordance with ASTM D790. Samples shall be clearly marked with the location, date, diameter, and wall thickness. Samples shall be furnished to the Engineer within 24 hours of installation. 2. The Contractor shall be required, at no expense to the Owner, to repair any CIPP liners failing to pass flexural and wall thickness testing. All CIPP repair procedures and materials shall be approved by the Supplier and Engineer.

Test system in accordance with ASTM F1216 and NSF Standard 14, as supplemented and modified by CIPP manufacturer's written installation instructions. Complete low pressure air test prior to reinstatement of service laterals as specified in 7-17.3(4)D.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 201 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures

Upon completion, submit the DVD records of pre-lining inspection and post-lining inspection, along with the written report summarizing the extent of pipe lining performed. Update pipe lining Contract Record Drawings to reflect the as-built condition after lining is complete and submit to the Contracting Officer. The Contracting Officer may review the video and documentation, and may inspect the work site to determine that the scope of Work is complete, that the Work is satisfactory, and the site has been returned to its original condition. The Contractor shall repair the CIPP per Supplier recommendations if defects, including infiltration of groundwater, are observed. 7-23.3(13) REINSTATEMENT OF LATERALS & POST-INSTALLATION CCTV INSPECTION For non-bypassed laterals, after the reline material has cured and the Contractor has received preliminary approval from the Engineer, the Contractor shall immediately relieve each lateral, to be reinstated, by opening a hole large enough to allow the liquid to drain off.

The CIPP shall be made flush with the invert of the lateral. The opening, when complete, shall be smooth with no rough edges that could cause debris to collect and cause future blockages. All laterals will be completely reinstated within 24 hours from the time the liner was inserted. If reinstatement is delayed for any reason, it shall be the Contractor’s responsibility to accommodate the property owner by by-passing their lateral, if needed, at no additional cost to the Owner. The post installation inspection shall be made with no flow in the pipe except flow from side sewers connected directly to the pipe being inspected. The view shall be up close, and shall slowly pan each lateral opening. During the post CCTV inspection, the camera must show the new CIPP at the upstream and downstream maintenance holes to provide visual on the sealer for the liner. Each CCTV inspection shall include a close up view of the cut at each lateral invert. All CCTV inspections shall conform to Section 7-17.3(4)I. The lateral cutter shall be operated in the same direction as the pre-lining CCTV inspection and measured from the same reference point as the verified list of active laterals. The Contractor shall ensure that only laterals indicated on the approved list of laterals to be reinstated are opened. Any laterals opened that are not on the approved list of laterals to be reinstated shall be sealed at no cost to the Owner. 7-23.3(14) QUALITY ASSURANCE The Contractor shall provide the Supplier’s certification to the Engineer stating that the Contractor’s installation methods, including equipment and crew experience, meet the Supplier’s requirements. At the request of the Engineer, the Contractor shall schedule and organize a 2-hour conference call with the product Supplier’s representative to discuss inspection items that the Engineer may observe and record for subsequent installations. Inspection items may include pre-installation activities, product identification, installation procedures, equipment operations, and post-installation activities. Invitees to the conference call shall include the Owner’s Project Manager, Project Engineer, Resident Engineer, Supervising Engineer, and other identified project staff, and the Contractor’s Project Manager and Superintendent. All Work shall be performed by factory certified applicators only. The finished CIPP shall be continuous over the entire length of an insertion run between two maintenance holes or access points. Visual inspection should verify a leak-free, uniform appearance.

7-23.3(15) RECORD DRAWINGS An as-built record of CIPP installation must be submitted to the SPU Resident Engineer within two weeks of the site repairs and television inspection. As-built records shall be submitted using the “As-Build for Reline of Sewer/Storm Mainlines” template provided in the Appendix. At a minimum, the as-built records

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 202 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures shall include the following: 1. The start and completion dates of the CIPP installations; 2. The length of pipe(s) repaired; 3. Pipe size; 4. The location of the repairs and side sewers, in relation to either the Upstream Maintenance Hole (USMH) or Downstream Maintenance Hole (DSMH); 5. Type and thickness of liner installed; 6. Number of laterals reinstated; 7. The approximate depth of the repairs; 8. SPU Maximo Work Order #(s); 9. Any unusual circumstances of repairs; 10. Address of repairs 7-23.4 MEASUREMENT Bid items completed pursuant to Contract will be measured as provided in Section 1-09.1, Measurement of Quantities, unless otherwise provided for by individual measurement paragraphs herein this Section. Measurement for “CIPP Lining – PS, (Size)” will be by the linear foot of liner installed, successfully tested and accepted by the Engineer. Measurement will be from inside face of MH to inside face of MH, measured horizontally at the surface. Measurement will be to the nearest 0.1 foot. 7-23.5 PAYMENT Compensation for the cost necessary to complete the Work described in Section 7-23 will be made at the Bid item prices Bid only for the Bid items listed or referenced as follows: 1. “CIPP Lining – PS, (Size)”, per linear foot. The Bid item price for “CIPP Lining – PS, (Size)” shall include all costs for the Work required to successfully install and seal the new CIPP liner into the existing PS trunk line.

Add the following Section: 7-24 SPOT REPAIR (SP 10-13-17) 7-24.1 DESCRIPTION Where noted on the Drawings, Contractor shall repair defects to the existing sewer or drainage pipe. Each site shall be referenced by its respective identification number as well as the corresponding SPU work order number, which details the SPU maintenance report and notes regarding the defect to be repaired. Work order details are provided in the appendices of the Project Manual. Where noted on the Drawings, noted in the repair packets, or directed by the Engineer, the contactor shall install a one-piece cured in place liner (Tee-liner) to fully rehabilitate a failed pipe segment at the existing tap connection between the existing side sewer and public sewer main. Tee-liners shall be manufactured by LMK Technologies, Interfit USA, or approved equal. 7-24.2 MATERIALS Repairs are to be made using materials matching size, shape and geometry of the existing pipe to be repaired, or as noted on the Drawings or herein. All new pipe, bedding and cover materials re subject to the requirements listed in Division 2 and Division 7 of the Standard Specifications. Tee liners shall be designed, sampled and installed in accordance with ASTM F2561, except where non- shrinking resins are used, hydrophilic O-rings are not required. The Tee-liner shall be in accordance with

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 203 Division 7: Storm Drains, Culverts, Sanitary and Combined Sewers, Water Mains and Related Structures the latest version of ASTM F2561 CIPP, with physical properties and chemical resistance demonstrated per ASTM D5813 and ASTM F232+ for Type III, Grade 2/3 CIPP, with final approval from Engineer. 7-24.3 CONSTRUCTION REQUIREMENTS Repairs shall be made as shown in the Drawings, at the locations referenced in the following table:

Site No. Description 1 SPOT REPAIR UN-1 (WO #5451987)

Additional information regarding the existing conditions to be repaired are referenced as “Repair Packets” and are included in the Appendix to the Project Manual. Where Tee-liners are installed, lateral lining shall extend from the main into the lateral, up to a point 2 joints past the repair point in the existing side sewer, with a minimum of 60”. The internal seal at the service penetration shall extend 5” minimum radially in all directions from the edge of penetration and shall seal the full circumference of the penetration. The Contractor shall submit for approval by the Engineer all tools and materials necessary to complete the spot repair work as noted in the Drawings. Installation of the Tee-liner system shall be completed by a Contractor certified by the systems manufacturer and with experience installing the proposed system within the 5 years prior to NTP. The Contractor or Subcontractor’s Superintendent or Project Manager shall be certified by the product manufacturer and have supervised or performed installation of the proposed system within 5 years prior to NTP. 7-24.4 MEASUREMENT Measurement for “Spot Repair (ID) (WO#)” will be lump sum per each site identified in the Drawings or in the table above. 7-24.5 PAYMENT Payment for “Spot Repair (ID) (WO#)” shall be made on a lump sum basis for each site identified in the Drawings or in the table above. Payment shall include all costs associated with the complete repair of the identified segment, including trench excavation, haul, stockpile and disposal of materials; dewatering of the trench; cleaning and testing of repair; bedding and cover material; and repair materials, pipe, couplings, and any other appurtenances necessary to complete the Work.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 204 Division 8: Miscellaneous Construction

DIVISION 8: MISCELLANEOUS CONSTRUCTION 8-01 CONSTRUCTION STORMWATER POLLUTION PREVENTION 8-01.3 CONSTRUCTION REQUIREMENTS 8-01.3(1) GENERAL (GSP 02-24-16) Delete the second and third paragraph of this Section and replace with the following: If applicable, Stormwater Pollution Prevention Plan (SWPPP) requirements of a National Pollutant Discharge Elimination System (NPDES) construction permit, local jurisdiction, or both shall be addressed in the CSECP and the TDP. The Contractor’s Work and Project Site conditions shall ensure elements are in place to protect water quality and to protect downstream resources. These elements shall cover aspects of general water quality protection strategies consisting of: limiting Project Site impacts, protecting the public drainage system and water bodies, preventing erosion and sedimentation, protecting the infiltration rate of soils, and managing activities and potential pollutant sources. Delete items 9) through 18) and replace with the following: 9) Protect storm drains and ditches (CSECP) 10) Stabilize channels and outlets (CSECP) 11) Control pollutants (CSECP, TDP, SP & others as applicable) 12) Control dewatering (CSECP & TDP) 13) Maintain BMPs (ALL) 14) Inspect BMPs (ALL) 15) Execute Construction Stormwater Control Plan. (ALL) 16) Minimize open trenches (CSECP) 17) Phase the project (ALL; should also be shown in CPM Schedule, see Section 1-08.3) 18) Install permanent flow control and water quality facilities 19) Protect infiltrative stormwater BMPs (CSECP & TVSPP) 8-01.3(2) CONSTRUCTION STORMWATER POLLUTION PREVENTION SUBMITTALS 8-01.3(2)A CONSTRUCTION STORMWATER AND EROSION CONTROL PLAN (CSECP) (GSP 7-21- 16) Delete the first sentence of the third paragraph of this Section and replace with the following: The Contractor shall refer to SPU Director’s Rule DWW-200, Volume 2 Construction Stormwater Control of the Stormwater Manual for guidance on the CSECP. Delete item 15) and replace it with the following: 15) Identify the method for collecting, containing, removing and properly disposing washout of concrete trucks and concrete handling equipment. Concrete washout is not permitted onto the ground unless otherwise approved by the Engineer. Insert the new item 17) as follows: 17) When detention of collected stormwater is proposed in any location designated for vegetation or pervious cement concrete sidewalk on the Drawings, describe the proposed restoration of the underlying soils. 8-01.3(2)B TREE, VEGETATION AND SOIL PROTECTION PLAN (TVSPP) (SP 03-25-16) Insert the new items g. and h. as follows:

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 205 Division 8: Miscellaneous Construction

g. All areas marked as “Pervious Concrete Sidewalk” on the Drawings. h. All areas marked as “Rain Garden” or “Bioretention” on the Drawings. i. Vegetation and soil protection fencing shall be placed around all median areas containing trees.

Delete the first sentence of item 1. in the first numbered list in this Section and replace with the following: 1. For a., b., c., and h. above: if the duration of construction operations at the affected location is less than or equal to 30 Calendar Days, a four (4)-foot– six (6)-inch high PVC pipe frame with orange safety fencing attached on all sides as shown in the Standard Plan 132b shall be used about the perimeter unless otherwise approved per the TVSPP. Delete item 6. in the first numbered list in this Section, and replace it with the following: 6. For g. above, following removal of any existing pavement, a four (4)-foot– six (6)-inch high PVC pipe frame with orange safety fencing attached on all sides as shown in the Standard Plan 132b shall be used about the perimeter unless otherwise approved per the TVSPP. 7. For all of the above; no storage of equipment or material shall be allowed within the areas marked on Drawings as “Do Not Disturb Area" or within the dripline (zone B) of a tree unless “specific protective measures” per the TVSPP approved by the Engineer are in place.

Construction Stormwater Pollution Prevention plans specified in Section 8-01.5 and in the Bid Form will be measured by lump sum per Bid schedule.

1. “Construction Stormwater and Erosion Control Plan (CSECP)”, per lump sum per Bid schedule. 2. “Tree, Vegetation and Soil Protection Plan (TVSPP)”, per lump sum per Bid schedule. 3. “Spill Plan (SP)”, per lump sum per Bid schedule. 4. “Temporary Discharge Plan (TDP)”, per lump sum per Bid schedule.

8-02 LANDSCAPE CONSTRUCTION 8-02.3 CONSTRUCTION REQUIREMENTS 8-02.3(3) PESTICIDES (GSP 02-24-16) Insert new item f. under Item 2 as follows: f. a SPU Chemical Use Request Form as provided by the Engineer. The form shall be submitted to the Engineer for approval by the pesticide review board, and must comply with the City of Seattle pesticide use policies. Insert new item d. under Item 3 as follows: d. Information on pesticide application shall be posted on site for 24 hours post application. Postings shall include the following information: Name of licensed applicator, pesticide used, time of application, method of application, and target vegetation. 8-04 CEMENT CONCRETE CURB, CURB AND GUTTER 8-04.1 DESCRIPTION (SP 10-13-17) Add the following: This Section covers resetting of salvaged or damaged granite curb to grade.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 206 Division 8: Miscellaneous Construction

8-04.2 MATERIALS (SP 10-13-17) Add the following: Salvaged and existing granite curb shall be used to the maximum extent practical. Contractor shall utilize granite curb from the City’s stock piles of salvaged granite curb for any existing granite curb that it is determined by the Engineer as unfit to be reset and the Engineer requires to be replaced with granite curb. 8-04.3 CONSTRUCTION REQUIREMENTS Add the following Section: 8-04.3(7) RESET GRANITE CURB (SP 08-31-17) Existing granite curb not indicated for removal and salvage in the plans shall be protected from damage due to field operations. Existing curb damaged by the Contractor’s operations, as a result of failing to protect the existing curb, will be replaced at no additional cost to the Owner. Existing granite curb, less than 4 feet in length, shall not be reset. Sections of granite curb that become loosened shall be brought to the attention of the Engineer. The Engineer will determine if the loosened granite curb shall remain or needs to be reset and/or replaced. Granite curb requiring resetting due to Contractor operations shall be carefully removed, cleaned free of all debris and stored properly while the base conditions are prepared for resetting the curb. Resetting Granite Curb Resetting the granite curb requires the following: 1. Excavate, by chipping or other approved means, the old curb base as necessary to provide a minimum of an 18” wide by 6” thick bed of dry mix concrete. Dry mix concrete bedding shall be a 3000 psi mix. 2. Prior to placing the granite curb a string line shall be set to ensure that the curb is set to true line and grade. 3. Inspect granite curb ends, if ends preclude providing a butt joint with a maximum of 1/8” gap, the ends shall be sawcut. 4. Set the curb to line and grade. Following setting the curb the excavated area along the curb shall be infilled with 3000 psi concrete to 12” below the top of curb. Thickened edge concrete sidewalk shall be installed against the back of the curb. Resetting Granite Curb with Curb from City’s Stockpile Where granite curb is to be salvaged from the City’s Stockpile and used to replace loosened or damaged granite curb the Contractor shall select curb that is a minimum of 6’ in length and curb that will provided reasonably undamaged or not excessively worn exposed surfaces. Both ends of the salvaged curb shall be cut to provide good butt joints and the installation shall follow the same steps outlined above for resetting granite curb. 8-04.4 MEASUREMENT (SP 10-13-17) Add the following: Measurement for “Reset Granite Curb”, will be by the linear foot along the front face of the curb for the length constructed. 8-04.5 PAYMENT (SP 10-13-17) Add the following Bid items: 7. “Reset Granite Curb ”, per linear foot.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 207 Division 8: Miscellaneous Construction

Payment for “Reset Granite Curb” shall include all costs for the Work required to reset the granite curb. Payment for this item does not include the thickened edge sidewalk adjacent to the curb, which will be paid for as “Sidewalk, Thickened Edge” per linear foot and “Sidewalk, Cement Concrete” per square yard. 8-14 CEMENT CONCRETE SIDEWALK 8-14.2 MATERIALS (SP 10-13-17) Add the following: Salvaged bricks shall be used to the maximum extent possible for “Sidewalk, Brick” and “Reset Brick Pavers”. 8-14.3 CONSTRUCTION REQUIREMENTS 8-14.3(7) CURB RAMP 8-14.3(7)A GENERAL (GSP 3-10-15) Replace the sixth paragraph with the following: Concrete for curb ramps shall not be overlaid or topped. The adjacent sidewalk “V” groove scoring pattern shall not extend into the ramp or flared side surfaces. The subgrade for curb ramps shall be graded and formed to provide a minimum concrete depth of 6-inches adjacent to the curb and tapering to a minimum depth of 3 1/2-inches at the back terminus. Curb ramp surfaces and surfaces of curb ramp landing areas shall have straight and consistent line and grade. Surfaces shall not vary more than ¼-inch from a 4-foot straight edge placed on the surface. Replace this Section with the following: 8-14.3(7)E DETECTABLE WARNING PLATE RETROFIT (SP 08-31-17) Where indicated in the Contract, existing curb ramp without a detectable warning plate shall be retrofitted with a detectable warning retrofit plate. Detectable warning retrofit plate may also be used in through cuts of traffic islands, or on edges of platforms. Curb ramps detectable warning plate retrofits shall be located as shown on Standard Plan nos. 422a and 422b. Other installations shall be applied at locations and dimensions detailed in the Drawings. Detectable warning plate retrofits shall be a surface applied detectable warning plate system as defined in Section 9-36.3. Where indicated in the Contract, detectable warning plate shall be surface applied to asphalt curb ramps. Asphalt curb ramps detectable warning plates shall be located approximately as shown on Standard Plan nos. 422a and 422b or as approved by the Engineer. Detectable warning plate retrofits shall be a surface applied detectable warning plate system as defined in Section 9-36.3. The Contractor shall submit to the Engineer for approval at least 5 Working Days in advance, information on the detectable warning retrofit plate as follows: 1. Complete description of the Material including Shop Drawings showing fabrication details, composite structural system, and Supplies used for installing the plate. If not one piece, a complete description of the jointing, spacing of joints, joint details and how the plate will satisfy the ADA requirements; 2. Complete description of preparation of the surface to receive the retrofitted plate including detailed instruction on the installation and bonding procedure. Also include any curing and time to cure requirements; 3. Manufacturer’s Certificate of Compliance indicating Material testing and performance satisfying the requirements of Sections 8-14.3(7) and 9-36.3, and additional testing indicating performance of the bond between the plate and existing curb ramp material over a period of time. Also include information on the test laboratory providing the test information, including a letter of certification from a designated recognized testing standards organization stating the test laboratory is accredited; and, 4. Manufacturer’s warranty (minimum one year) against breakage, fading, deformation, and loss of bonding Add the following Section:

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 208 Division 8: Miscellaneous Construction

8-14.3(12) BRICK SIDEWALK (SP 08-31-17) 8-14.3(12)A GENERAL The project includes constructing areas of brick walkways to replace existing brick sidewalk surfacing. Brick sidewalk shall be constructed as shown in the Drawings and placed in locations shown on the Plans or as required by the Engineer. Brick shall be salvaged brick from the same location. If additional brick is necessary, if shall be provided by the Contractor at no additional cost to the Owner, and color, size and finishing pattern shall closely match existing surfacing. For approval by the Engineer, and as necessary to closely match existing brick surfacing, the Contractor shall provide a minimum of three sample bricks. 8-14.3(12)B CONCRETE BASE FOR BRICK SIDEWALK Prior to placement of the brick surfacing, a minimum of a 3” depth concrete base shall be installed. The concrete base shall be Non-Roadway Cement Concrete. The base shall be placed uniformly over the working area and screeded accurately to allow for the final surface of the brick walkway be finished within the tolerances defined in 8-14.3(14)D. 8-14.3(12)C PLACEMENT OF BRICK SURFACING Brick shall be placed on the base from the low side to the high side, in a pattern that matches existing sidewalk paver pattern. Bricks shall be set in mortar and joints between brick shall be 3/8” or as determined in the field to match existing brick sidewalk. Full bricks shall be laid first with the gaps at the edges filled with standard pieces or with pieces cut to fit. Cut brick shall be cut to a straight even surface without cracks or chips. Cutting shall be done with a masonry saw or a guillotine cutter. 8-14.3(12)D FINISHED SURFACE Finished surface shall be true to grade and not vary by more than 1/8 inch when tested with a 10-foot straight edge. Joints between existing brick and new brick surface shall be flush. Any brick sidewalk placed that does not meet these tolerances shall be removed and reset and no additional cost to the Owner. 8-14.4 MEASUREMENT (SP 08-31-17) Add the following: Measurement for “Sidewalk, Brick” will be by the square yard of completed finished surface. No measurement will be taken for concrete base required for the construction of brick sidewalk. 8-14.5 PAYMENT (SP 08-31-17) Add the following: 18. “Sidewalk, Brick” , per square yard. The Bid item price for “Sidewalk, Brick” shall include all costs for the Work required to construct brick sidewalk including all Work, tools, labor, equipment, and materials to match existing surfaces, provide samples of materials, concrete base, brick surfacing as required for the complete installation.

8-21 PERMANENT SIGNING AND POSTS 8-21.3 CONSTRUCTION REQUIREMENTS 8-21.3(2) POST INSTALLATION 8-21.3(2)A SIGN POST INSTALLATION 8-21.3(2)A3 TELESPAR QWIK-PUNCH AND WOOD SIGN POST INSTALLATION (GSP 05-15-15) Supplement this section with the following:

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 209 Division 8: Miscellaneous Construction

A reflective sleeve shall be attached to the steel sign posts with four steel self tapping screws #10 x ½” with hex washer head zinc plated. The four screws shall be located at each corner of the shield a minimum of 1” from the top and bottom of the sleeve. The reflective sleeve is “U” shaped with an open side. The reflective sleeve shall be installed so that the open side shall be on the right side of the sign face on the post. The one exception is at locations where the cross street is a one-way street and the traffic can only turn left. At those locations, the reflective sleeve shall be installed so that the open side shall be on the left side of the sign face on the post. The reflective sleeve shall be installed a minimum of one foot above the top of the anchor. 8-21.5 PAYMENT (GSP 05-15-15) Supplement item 4 with the following: 4. “Post, (type)” , per each. Bid item price of the post shall include the reflective sleeve as described in Section 8-21.3(2)A3.

8-22 PAVEMENT MARKING 8-22.1 DESCRIPTION 8-22.1(2) PAVEMENT MARKING DESIGNATIONS (GSP 09-30-14) Add the following sentence before the table: Pavement markings using methyl methacrylate (MMA) material will be denoted with a suffix of “M”. 8-22.3 CONSTRUCTION REQUIREMENTS 8-22.3(1) PRELIMINARY SPOTTING (GSP 04-04-08) Replace this Section with the following: The Contractor shall provide the preliminary layout as indicated on the Drawings for permanent pavement marking alignment following paving operations. Preliminary layout is required for all permanent pavement markings. Legend and symbols shall be placed in accordance with the 700 series Standard Plans at locations indicated on the Drawings. At least 5 Working Days before applying the preliminary layout, the Contractor shall notify the Engineer. The Engineer’s approval shall be obtained before applying permanent pavement markings. Permanent pavement markings shall be installed by the Contractor within 5 Working Days, if permitted by the weather, after preliminary layout has been approved by the Engineer. Temporary pavement marking tape for centerline or lane lines or other pavement markings, if required by the Engineer, shall be installed in accordance with Section 5-04.3(17). Temporary pavement marking tape shall meet the requirements of Section 9-29.4. 8-22.3(3) MARKING APPLICATION 8-22.3(3)A GENERAL (GSP 12-21-11) The second paragraph shall be revised to Read : The traffic paint shall be applied with two (2) coats of spray paint. The first coat shall be applied with a thickness of 10 mils and the second application shall be 15 mils. The second coat of paint shall be squarely on top of the first pass. The application time in between the first coat and the second coat shall be per manufacturer’s recommendation. 8-22.5 PAYMENT (GSP 04-04-08) Add the following:

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 210 Division 8: Miscellaneous Construction

There will be no compensation for the work required for preliminary layout of permanent pavement markings. The Contractor shall consider the cost for the preliminary layout included in applicable pavement marking Bid items.

8-27 PROJECT IDENTIFICATION SIGN 8-27(3) CONSTRUCTION REQUIREMENTS 8-27.3(1) LOCATION OF SIGNS (SP 10-09-17) The Contractor shall install project identification signs at locations indicated on the drawings or as directed by the Engineer. Signs facing in each direction of traffic shall be placed at each end of the Project Site prior to construction. Intermediate work signs shall also be located at each end of the active work zone, and relocated as needed to follow the sequence of the work. Signs shall be placed so as to convey their message effectively without restricting lateral clearances or sight distance. When the Engineer requires the Contractor to relocate signs, sign support shall be as required in Section 8-27.2(5).

8-32 POLES, PEDESTALS, AND FOUNDATIONS 8-32.5 PAYMENT Add the following: 18. “Pole, Metal Strain, 28.5 FT, Fluted CSB Style ”, per each. The Bid item price for “Pole, Metal Strain, 28.5 FT, Fluted CSB Style” must include all costs for the work required to furnish and install the pole complete, in accordance with SCL Stock Catalog 57-11 and Material Standards 5680.33 and 5680.44 Pole must be capable of accommodating the traffic signal span wire and attachments. 19. “Chief Seattle Base and Collar (Size), (Material) ”, per each. The Bid Item price for “Chief Seattle Base and Collar (Size), (Material)” must include all costs for the work required to furnish and install the base, including costs for transporting the mold to and from SCL’s facility to the factory. Chief Seattle base and collar must be sized to match the pole base for mast arm poles. For mast arm poles, Chief Seattle base must meet the requirements in appearance to SCL Stock Catalog 57-11 and Material Standards 5680.33 and 5680.44. Bases must meet all requirements in accordance with SCL Material Standards 5680.33 and 5680.44. 20. “Bracket Arm, (Size), Aladdin Assembly ”, per each. The Bid Item price for “Bracket Arm, (Size), Aladdin Assembly)” must include all costs for the work required to furnish and install the bracket arm. Bracket arm must meet the requirements in appearance to SCL Stock Catalog 57-10.

Add the following Titles and Sections: 8-34 CONTRACTOR SUPPORT FOR ELECTRICAL WORK (SP 10-13-17) 8-34.1 DESCRIPTION This Work consists of providing Contractor Support for Electrical Work performed by SCL crews and addressing unforeseen private property issues and miscellaneous restoration of private property issues associated with electrical duct bank improvements. Work by SCL crews may include but not be limited to the following: 1. Contractor support for SCL Crews to construct the Vault EMH#01 (277V010) shall include precast shop drawings, calculations, vault details, coordination with SCL for panel segment and sequence of construction, coordination for delivery, tools and equipment to haul, hoist, lift, and

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 211 Division 8: Miscellaneous Construction

otherwise assist construction of the vault as part of unit Bid items associated the vault, “Furnish and Install Vault, (Type), (Size).” This Work is intended to cover those unforeseen items which may be unique to the vault location (including but not limited to relocating or working around existing communications or fiber optic utilities), and which requires additional Contractor support to excavate, shore, support existing utilities, coordinate with other utilities for relocation, and work around energized cables and ducts, Contractor shall provide all other support for installation of the vault. This vault will be constructed by SCL crews with Contractor support. This Work item is intended to cover all miscellaneous items not addressed by the unit Bid items “Furnish and Install Vault, (Type), (Size).” 2. Contractor support for SCL Crews to construct the Vault EMH#02 shall include those unforeseen items which may be unique to the vault location (including but not limited to supporting or working around existing communications or fiber optic utilities), and which requires additional Contractor support to excavate, shore, support existing utilities, coordinate with other utilities for relocation. Contractor shall provide all other support and tools, labor, and equipment to install this vault with Contractor labor. This Work item is intended to cover all miscellaneous items not addressed by the unit Bid items “Furnish and Install Vault, (Type), (Size).” 3. Contractor supporting SCL Crews for de-energizing and energizing vaults and unforeseen duct bank cables and conduits. 4. Providing materials, labor, and equipment to support temporary power service connections and disconnections and Contractor Support for SCL crews to pull cable or make temporary service transfers. 5. Street lighting power to street lights and signals may be powered through existing vaults. This Work shall include identifying field conditions and connections and providing Contractor support for relocating or removing existing poles and re-configuring electrical systems to existing poles due to duct or vault construction impacts. 6. Protection of street lighting in place, and all costs associated with removal and replacement as directed by the Engineer. 7. Providing Contractor support for planning electrical Work, coordinating with other utility Work, and furnishing materials, tools, and equipment as requested by the Engineer for unforeseen conditions. 8. For all existing vaults, handholes, and electrical structures, SCL crews shall inspect the structure for cracks, leaks, and general items in need of repair. The Contractor shall furnish materials, labor, tools, and equipment to repair the structures as directed by the Engineer. The Contractor shall perform all Work on de-energized structures. The Contractor shall furnish all materials for energized structures and SCL crews shall perform the Work. 9. Grounding rods found in existing structures which need to be repaired shall be repaired by SCL crews. Materials to repair the welds, wiring, and grounding rod connections shall per furnished by the Contractor.

This Work also includes Unforeseen Private Property Interface Issues 1. Providing materials, labor, and equipment to maintain access to businesses during demolition of duct banks and vaults, trenching, shoring, and construction of the duct banks and vaults adjacent to the sidewalks. This includes safety barriers, plating, signing, and coordination with the Engineer for work sequencing and scheduling. Each business may have unique requirements as coordinated and directed by the Engineer. Contractor shall provide support to adequately address those items as identified including direct building front access for the fire department. 2. This includes maintaining a safe pedestrian access, driveway access, loading and unloading zone access, and operable conditions throughout moratorium and summer work restriction, delays, or other phases of the utility Work.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 212 Division 8: Miscellaneous Construction

This Work also includes Contractor support for Miscellaneous Restoration of Private Property which includes, but is not limited to the following items: 1. Providing materials, labor, and equipment to locate and expose existing Seattle IT (DOIT) fiber optic cables in the duct banks and vaults and reconstruct DOIT conduits as directed by the Engineer. This Work includes furnishing all materials for temporary support of the active fiber optic system, coordinating adjustments, and re-laying with split PVC conduit or existing conduit as directed by the Engineer. 2. Restoring areaways to clean finished condition after penetrating for electrical ducts as directed by the Engineer. The wall shall be grout sealed smooth, interior paint (if any) shall be matched and touched up, and interior décor (if any) shall be returned to the condition prior to Work taking place. Contractor shall furnish lighting, scaffolding, and other tools and equipment necessary to perform work in the areaways. 3. Patching cracks, restoring ladders, restoring cable struts, C-channels, and other items internal to the vaults. 8-34.2 MATERIALS The Contractor shall furnish all labor, tools, and equipment to support SCL crews for Work performed by SCL as indicated in the Drawings and Specifications. Contractor support shall include labor and tools, and equipment during nights, weekends, and off-hours to support SCL Crews for network de- energization, and temporary shoring protection internal to maintenance holes, and additional support for found active communications systems. Materials shall include furnishing additional conduits, split PVC or as directed by the Engineer for protection of existing cables and backfill materials. See also the following SCL design and construction criteria: • 0222.02 Ducts • 0214.00 Clearances • 0226.06 FTB Installation • 7015.80 Conduit Spacers • 7025.05 Fiberglass Conduit • 7050.05 RGS Conduit and other standards located in Section 8-38.1(1) and at http://www.seattle.gov/light/engineerstd.

8-34.3 CONSTRUCTION REQUIREMENTS The Contractor shall develop a Work Plan and schedule Work with SCL at least ten (10) days in advance of required Work tasks. The Contractor shall coordinate with SCL for SCL performed Work to furnish materials per the Contract requirements. Contractor support shall include labor during nights, weekends, and off-hours. The configuration of each duct bank and vault is illustrated in the details and existing conditions Assessment included in the Appendix. The Contractor shall review the Existing Conditions Assessment Report (2017) included in the Appendix for selected maintenance holes. Existing conditions will vary from maintenance hole to maintenance hole and materials and extent of work will vary, see Section 8-34.2 for supplemental Contractor furnished materials. The Contractor shall coordinate with the Engineer and SCL for internal shoring and protection of the existing electrical cables and components internal to each maintenance hole. The Contractor shall likewise coordinate with the Engineer for protection of all cables and systems located in existing duct banks. The Contractor shall prepare a Utility Work Plan indicating tasks, schedule, and durations to coordinate with SCL crews and the Engineer. The schedule will be subject to revision, review, and approval of the Engineer based on SCL Crew availability.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 213 Division 8: Miscellaneous Construction

Contractor support for Electrical work shall include all labor, tools, and equipment to assist the Engineer and SCL Crews to de-energize existing systems, furnish temporary electrical services, and develop a de- activated zone for the Contractor or SCL to perform Work indicated in the Drawings. Field conditions for each duct bank, communications cables, and maintenance hole shall be verified by the Contractor. The Contractor shall provide service support for SCL crews including developing a list of existing service parts, fittings, components, and appurtenances, and a list of new items furnished by the Contractor (when different than those identified in the Drawings) to re-establish the network service and perpetuate communications service and submit to the Engineer and SCL Operations Crews for review at least 10 days prior to construction. The Contractor, Engineer, and SCL Operations Crews shall coordinate efforts and schedules for each service. The Contractor shall provide sawcutting and removal of pavement, sidewalk, curb, excavation, shoring, and dewatering as necessary, work zone illumination for night work, traffic control, steel plating, labor, tools, equipment, and materials necessary to assist SCL Crews. SCL shall perform all Work on energized systems. The Contractor shall perform all Work on de-energized systems. The Contractor shall provide Support for Electrical Work for abandoning and filling existing electrical ducts found to have cables or services present. The Contractor shall coordinate with the Engineer and SCL for electrical revisions to remove or protect found cables in place. 8-34.4 MEASUREMENT “Contractor Support for Electrical Work”, will be measured by force account. For the purposes of providing a common Proposal for Bidders, the Owner has entered an estimated amount in the Bid form to become part of the total Bid by the Contractor. “Unforeseen Private Property Interface Issues” will be measured by force account. For the purposes of providing a common Proposal for Bidders, the Owner has entered an estimated amount in the Bid form to become part of the total Bid by the Contractor. “Miscellaneous Restoration of Private Property”, will be measured by force account for materials, labor, and equipment rates invoiced by the Contractor and shall include payment for items furnished and tools, equipment, and labor to address unforeseen conditions as directed by the Engineer. 8-34.5 PAYMENT “Contractor Support for Electrical Work”, will be paid by force account. For the purposes of providing a common Proposal for Bidders, the Owner has entered an estimated amount in the Bid form to become part of the total Bid by the Contractor. “Unforeseen Private Property Interface Issues” will be paid by force account. For the purposes of providing a common Proposal for Bidders, the Owner has entered an estimated amount in the Bid form to become part of the total Bid by the Contractor. “Miscellaneous Restoration of Private Property”, will be paid by force account for materials, labor, and equipment rates invoiced by the Contractor and shall include payment for items furnished and tools, equipment, and labor to address unforeseen conditions as directed by the Engineer. For the purpose of providing a common Proposal for all Bidders, the Owner has entered an estimated amount in the Bid form to become part of the total Bid by the Contractor. See Section 7-15.5 “Payment” for items related to water main Work.

8-38 (SEATTLE CITY LIGHT) ELECTRICAL VAULTS AND TRACK POWER (SP 10-13-17) 8-38.1 DESCRIPTION This Work consists of designing and furnishing all panel vaults, precast track power vaults, communication vaults, and handholds, and vault access modifications. Contractor coordination with SCL for temporary service connections/cross-overs, de-energization, and re-energization of the vaults shall be required at all stages of planning, construction, and completion of underground structures and is included as part of this Work. The Contractor shall not perform any Work on energized vaults.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 214 Division 8: Miscellaneous Construction

The Work consists of the following: 1. Remove existing non-energized conduit duct banks and vaults when in conflict with new vaults. 2. Protecting in place existing fiber optic, communications ducts and vaults, energized ducts and vaults, and other utilities. 3. Provide support for SCL crews to remove existing energized electrical duct banks, vaults, and handholes. 4. Furnish vault and support SCL for vault construction around energized ducts or cables. 5. Furnish and install electrical vaults and handholes. 6. Install grounding rods, grounding plates, conduit risers, and other electrical hardware required per the Drawings, Specifications, and SCL Construction Guidelines. 7. Furnish and place backfill for trenches, duct banks, and structure excavations associated with the underground facilities as shown in the trench and duct bank details.

8-38.1(1) GENERAL Electrical Power network grid distribution underground construction and track power system shall conform to requirements of: 1. The current edition of the SCL Standards for Electrical Service, SCL Construction Standards, and Material Standards for Electrical Service Connection. 2. State of Washington Electrical Workers Safety Rules, Chapter 296-45 WAC. 3. National Electrical Code. 4. City of Seattle Electrical Code Supplement. 5. Edison Electric Institute (EEI). 6. National Electric Safety Codes.

Seattle City Light Specifications documents can be found in the Appendix and at http://www.ci.seattle.wa.us/light/engstd/ Seattle City Light (SCL) facilities shall be constructed in conformance with Seattle City Light Standards for Electrical Service latest edition, including but not limited to the following: Guideline Number 0214.00 Clearances between SCL UG Structures and Other Utility Structures in Public Right of Way. 0222.02 Requirements for Duct Banks in the Public Right of Way. 0224.34 Steel Conduit Risers. 0226.06 Installation of Fluidized Thermal Backfill. 0226.11 Backfill Operations, General Requirements. 0231.01 Secondary Handhole Installation. 0232.05 Underground Residential Equipment Location of 577 Vaults and Secondary Handholes 0461.10 Grounding Electrodes for Handholes and Vaults. 7015.05 Schedule 40 PVC Conduits and Fittings. 7015.80 Conduit Spacers for PVC and FG Conduit. 7025.05 Fiberglass Conduit and Fittings, Standard Wall, 5” IPS. 7050.05 Zinc-Coated Steel Conduit and Fittings. 7150.00 Fluidized Thermal Backfill. 7150.30 Controlled Density Fill.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 215 Division 8: Miscellaneous Construction

7201.00 Acceptance Criteria for Installation of New Precast Concrete Distribution Facilities. 7203.21 Precast Reinforced Concrete Structures, General. 7203.81 Precast Reinforced Concrete Panel Vaults. 7204.15 Cover Slabs and Risers for Electrical Vaults. 7204.70 Frames and Covers, 42-inch Round, Iron. 7055.09 DB120, PVC Conduit Fittings. 7645.40 Mandrels, Proofing. NDK-140 Square Tile Duct Rebuild NDK-150 Insulation Detail for City Light Duct Banks that Cross Steam Lines. NTP-60 2” Discharge Pump – Preferred Installation. NVH-80 Network Area Requirements for Panel or Cast-In-Place Vaults U2-6/NVH-20 Inspection and Repair Procedures for Precast Vaults and Manholes. U2-11.2/NDK-20 Reinforcement of Concrete Encased Duct Runs. U2-11.3/NDK-30 Termination of Existing Ducts in New Vaults or Manuals. U2-11.40/NDK-40 Mandreling and Cleaning of Ducts and Conduits. U2-14.2 Vault Installation. U2-16 Vault, Manhole, Handhole Number Identification. U2-22 Precast Panel Vault Installation, General Non-Network Area.

ITEM STOCK NUMBER STANDARD TITLE 6010.00 600 Volt XLP Copper Cable Cadweld Splices or Equivalent Exothermic Welded Electrical Connections 6103.90 Wire, Copper, Bare, Soft-Drawn. 6300.00 Ground Bus Bar 6762.25 Ground Rods, Copper-Covered, Sectional. 6762.70 Ground Clamp 6770.70 Copper Compression Terminal 7015.05 Schedule 40 PVC Conduit and Fittings. 7015.80 Conduit Spacers for PVC and FG Conduit. 7025.05 Fiberglass Elbows, Sweeps and Fittings, Medium Wall, 5” IPS. 7050.05 Zinc-Coated Steel Conduits and Elbows. 7050.09 Conduit Fitting, Cable Protector. 7055.09 DB120, PVC Conduit Fittings. 7150.00 Fluidized Thermal Backfill. 7150.30 Controlled Density Fill 7201.00 Acceptance Criteria for the Installation of New Precast Concrete Distribution Facilities. 7203.04 3030 Handhole, Precast, Secondary.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 216 Division 8: Miscellaneous Construction

7203.08 231 and 232 Handholes, Precast, Secondary and Streetlight, Detailed. 7203.21 Precast Reinforced Concrete Structures 7203.26 444 Electric Vault, Primary Service. 7203.36 507 Electric Vault, Primary Service 7203.41 577 Electric Vault, Primary Service 7204.15 Cover Slabs and Risers for Electric Vaults 7204.70 Frame and Cover 7800.90 Anchor Bolts, Stainless Steel SL10-2/NSL-50 Arterial and Residential Street Lighting Installation Details for Anchor Base Aluminum Standard Mast Arm Luminaire with PE Control. SL10-5/NSL-80 Streetlight Pole Base Installation Details. SL10-9/NSL-92 Streetlight Pole Base, Offset.

Backfill for electrical vaults shall be with approved Type 17 or approved CDF mixes. When CDF is used, it shall be poured to the top of the electrical vault lid and mineral aggregate Type 17 from the top of the electrical vault lid to the surface. All materials and Work associated with the construction of the SCL facilities shall conform to the Seattle City Light Standards for Electrical Service, latest edition, unless explicitly noted within the Drawings or Specifications.

8-38.1(1)A WORK SITE COORDINATION AND SAFETY The Contractor and subcontractors shall comply with and attend all SCL-required safety courses, safety tailgates, and procedures. The Contractor shall ensure that all open excavations, manholes, vaults, and hand holes are properly barricaded at all times. The Contractor shall provide for safe flow of traffic and pedestrians around the work site. The Contractor shall be responsible for testing air quality in underground structures and providing continuous, mechanically-supplied fresh air when workers are inside. Blowers shall be placed such that exhaust fumes or gases do not enter the underground structure. All workers entering underground structures shall have current certification for confined space access as required by WAC 296-809. All certifications shall be provided to the Engineer before the performance of work and be kept on-site and readily available for review. 8-38.2 QUALIFICATIONS 8-38.2(1) QUALIFIED PERSONS The Contractor shall provide written certification to the Engineer of the qualifications of all persons working on or near energized electrical facilities or on the construction of new electrical facilities. Qualified persons shall be certified in accordance with WAC 296-24-95601(101). Written certification shall be provided before work begins. 8-38.2(2) SAFETY OBSERVER An SCL electrical safety observer shall be used, as defined in Section 1-05.2(2). 8-38.2(3) ELECTRICAL INSTALLATION QUALIFICATIONS The Contractor shall submit for Seattle City Light and the Engineer’s approval the qualifications of the personnel who will be constructing the Electric vaults. The personnel constructing the vaults shall meet

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 217 Division 8: Miscellaneous Construction or exceed the experience and qualifications as detailed in this Section. Work shall not proceed until SCL has reviewed and approved the Contractor and Subcontractor qualifications and the qualifications of personnel performing the work on these systems in accordance with this Section. The Contractor shall identify the network team that will perform all preliminary and detail design, technical services, training, testing, installation, and placing in service temporary and permanent Work related to the duct banks, vaults, luminaires, signals, and ancillary items indicated in the Drawings. The Contractor shall submit for approval an organizational chart of the team showing the key team members, including position and project responsibilities, including the resumes of the key members. SCL reserves the right to approve all project team members. Key project team members shall not be removed from the project without prior approval by SCL.

All or some of the network team members shall attend construction meetings and/or other discussions pertaining to the network system installation, depending on the matters scheduled to be discussed. The manufacturer of electrical vaults shall have demonstrated the following: • Must have been in business a minimum of three continuous years, manufacturing concrete electrical vaults with pulling irons. • Manufacturer must demonstrate through design calculations as well as a prototype testing that the pulling irons could withstand the designed ultimate load without failure. A prototype pulling iron test conducted by a testing laboratory must be successfully completed at a minimum of 45 days before fabrication. Failure of the pulling iron prototype test will disqualify the manufacturer from the contract. • The manufacture must have a local representative or agent who will provide technical support and who is authorized to allow returns and repairs to be conducted by SCL or contractors. • The manufacturer’s plant must be National Precast Concrete Association (NPCA) certified. • The manufacturer must have a Quality Control program, including testing and inspection, to ensure the quality of the product. • The manufacturer shall have an assortment of round and square grade ring risers available to bring the frame and cover to grade and to allow for future grade and access opening adjustments without altering the ring vault lid. • The manufacturer is required to deliver the vaults to the jobsite. • The manufacturer shall have a web site with contact information as well as catalog of available vault and related items.

8-38.3 CONSTRUCTION REQUIREMENTS 8-38.3(1) ELECTRICAL VAULTS 8-38.3(1)A DESCRIPTION This work shall consist of furnishing and installing electrical vaults (10’ x 20’, 444-LA and 4’ x 6’) in accordance with the contract at the locations shown in the Drawings. This work shall also include excavation, shoring, bedding, vault assembly and final installation, CDF backfill when approved and mineral aggregate backfill, and compaction. The Contractor shall furnish and install the vaults in accordance with the specifications and Drawings and as set forth and to the satisfaction of the Engineer and Seattle City Light. This Work shall also include Contractor support to furnish labor, equipment, materials, and tools, to support SCL crews for Work performed by Seattle City Light (SCL) crews. Work performed by SCL will be for all structures which will be energized. Work performed by the Contractor shall be for structures and conduit duct banks which will be de-energized by SCL crews. Electrical Vault EMH #01 (277V010) will be constructed by SCL Crews with Contractor Support. Electrical Vault EMH #02 shall be constructed by Contractor crews. This Work shall include excavation, subgrade preparation, placing vault components, internal bracing and support of the vault during backfilling and removal of all falsework, bracing, and plating. The Contractor

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 218 Division 8: Miscellaneous Construction shall develop a Work Plan and schedule for vault work and coordinate with SCL for crew availability, schedule, and duration. The Contractor shall provide excavation zone plating/cover design to accommodate bus traffic during the day. The design shall be sealed by a Washington State Licensed Structural Engineer and submitted to the Engineer for review. Electrical vault installations, as specified in the contract, shall be in accordance with SCL Standards for Electric Service located in the Appendices and at http://www.seattle.gov/light/engineerstd/docs/manuals/ses_2017_online.pdf 8-38.3(1)B VAULT MANUFACTURER QUALIFICATIONS The following shall be submitted to demonstrate the manufacturer’s qualification to provide electrical vaults. The vault manufacturer need not supply this information again if SCL has worked with them before and has these records on file. • Manufacturer’s experience: Provide a list of at least two owners, other than SCL, with at least two vaults similar in features and size installed as this project within the last two years, without failures associated with the manufacture, within one calendar year of the installation. For verification, the manufacturer shall provide for each owner a description of vaults, quantities, the firm’s name, the contact person’s name, contact phone number, and e-mail address. • Manufacturer’s quality control plan in accordance with the NPCA plant certification. • Manufacturer’s local representative contact information. • Proof of active NPCA plant certification. • Catalog cut sheets of vaults, frames, covers, and risers of similar size to Alaskan Way Viaduct project vaults. 8-38.3(1)C VAULT MANUFACTURER REQUIREMENTS Construction requirements for this work shall conform to the SCL Construction Guidelines. The Contractor shall comply with the latest edition for each material standard on the date of the Invitation to Bid. SCL Material Standards and Stock Catalog are available online at www.ci.seattle.wa.us/light/engstd/ . General vault requirements: 1. Vaults shall be reinforced with precast concrete with features shown on the Drawings. 2. Vault shall be designed and constructed to be water tight. 3. Vault shall have an exterior seal coat.

8-38.3(1)D VAULT SHOP DRAWINGS AND CALCULATIONS Vault design calculation and shop Drawings, approved by a licensed civil engineer in Washington, shall be submitted to the Engineer 30 days before fabrication for review to ensure compliance to specification. 1. Design Calculations shall include the following: a. Pothole data from advance utility potholing relevant for each vault. b. Material specification notes. c. Design loading notes. d. Load case for 2’ and 5’ of soil cover. e. Floor and ceiling design. f. Wall design. g. Hatch and cover design – hatch cover shall be designed for 26 kips wheel load (HS-25 truck + 30% impact load). h. Riser design. i. Buoyancy check assuming groundwater is 3’ below ground surface

Shop Drawings shall include the following: 1. Plan and section views, dimensioning to all features; 2. Elevation of existing utilities which connect to the vault and pothole data. 3. Reinforcement placement plans and rebar bent details; 4. Bill of material; 5. Structural design notes;

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 219 Division 8: Miscellaneous Construction

6. Cover and hatches detail; 7. Pulling iron detail; and 8. Vault transporting, handling, storing, and installation guidelines. 8-38.3(1)E PULLING IRON CERTIFIED TENSILE TEST REPORTS The pulling iron’s certified tensile strength test report will not be reviewed without an approved vault design submittal. The manufacturer shall not initiate any vault manufacturing for this project without an approved certified test report. The pulling iron tensile strength certified test report will be accepted for review in either of the two following conditions: 1. Where pulling iron tensile tests have been done previously for a ring vault with inside dimensions that are equal to or higher than required for this project, and with a pulling iron tensile strength equal to or higher than required for this project. The Manufacturer shall submit the certified test report for the above mentioned ring vault. 2. Where pulling iron tensile tests have not been conducted before the advertisement of this project, then for ring vault inside dimensions that are equal to or higher than required for this project, and with an equal to or higher than pulling iron tensile strengths required for this project, the manufacture shall conduct destructive testing of the largest of the vaults required for this project for pulling iron tensile strength. These tests shall be witnessed by an SCL representative via the Engineer. The Contractor shall provide notice 14 calendar days in advance of the pulling iron test to the Engineer. The certified test result of the tested vault shall be submitted to the Engineer for approval. Failure of the destructive testing shall require resubmission of the pulling iron calculations and additional destructive testing until the pulling iron tensile strength criterion has been met. 8-38.3(1)F PRECAST VAULT INSTALLATION AND COORDINATION PLAN The Contractor shall submit a work plan for the site preparation and installation techniques to be used for installing transmission precast vaults, or manholes, and ring vaults in accordance with the contract. The plan shall include a shoring plan, a de-watering plan, and techniques for the assembly and installation of the precast vaults or manholes. The work plan shall include the coordination required with the vault manufacturer, including the scheduling of the delivery and setting of the vaults, as well as a list of any overhead obstructions that may limit the setting of the vaults. It shall cover the coordinating the delivery dates of the precast vaults and ring vaults with the vault manufacturer a minimum of one week before required delivery date. Work plans shall be submitted to the Engineer for approval before work begins Advance Potholing shall be performed by the Contractor and submitted to the Engineer for the 10’ X 20’ Panel Vault at Stewart Street and 5 th Avenue. The Contractor shall develop panel vault shop drawings for submittal to the Engineer for review. The Contractor shall develop a work plan and schedule and coordinate with SCL and the Engineer. The schedule shall allow for 3 weeks for SCL crews to chip out the existing duct banks. The schedule shall allow for 4 weeks for SCL to install the vault, and an additional 2 weeks for other electrical Work. 8-38.3(2) EXCAVATION All open excavations shall comply with the requirements of WAC 296-155. The excavation for electrical vaults shall be sufficient to leave 1 foot in the clear between their outer surface and the shoring or earth bank. All ledge rock, boulders, stones, and any other object larger than 3 inches in any dimension shall be removed if found within 1 foot in any direction from the vault. All excavated material shall be loaded and hauled from the site for proper disposal. Clear access shall be provided to all fire hydrants, water valves, and water meters. Surface drainage and runoff along gutters to storm drain facilities and along natural watercourses shall not be blocked. The Contractor shall remove any safety or support system in a manner that does not disturb bedding or backfill. Where bedding or backfill is disturbed, the Contractor shall reconsolidate these materials to specified requirements.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 220 Division 8: Miscellaneous Construction

Over-excavation below the duct bank trench and vault excavation zone shall be required in saturated or poor soils, as determined in the field by the Engineer. Backfill in unsuitable soil zones shall be comprised of Geotextile for Soil Stabilization and quarry spall material as indicated in the Drawings. Place precast concrete structures on sand bedding and foundation material as indicated in the Drawings as stated in SCL Construction Guideline NVH-80 including setting tolerances, frame and grate, sealing entrances and openings and backfill. Backfill around vaults as described in Seattle City Light Construction Guideline NVH-80. Finish grade shall match finish roadway or sidewalk elevation without additional adjustment. Grade locally as required to maintain drainage if finish grade is different than existing grade.

In handhole, or vault excavations, the Contractor will encounter objects including, but not limited to, controlled density fill, fluidized thermal backfill, hazardous materials, railroad ties, woody debris, steel wall anchors, foundations, pilings, steel sheeting, clusters of pilings, buried pavement, previous wood construction, and underground structures. Such objects shall be removed and disposed of by the Contractor. All costs for the excavation, removal, stockpile, containment, haul, and disposal of these objects will be considered incidental to the trench excavation unless otherwise indicated in the Specifications.

8-38.3(2)A FOUNDATION PREPARATION Adequate foundation preparation shall be obtained by compacting the existing subgrade to 95 percent of maximum dry density for a 12-inch depth. Where unsuitable foundation conditions exist, the Contractor shall remove unsuitable material and replace it with compacted or imported material in accordance with SCL Construction Guideline NVH-80. The contractor shall provide SCL 48 hours notice for inspection of vault existing sub-grade material for vault installation. The contractor shall not place any vault base material and vault elements until SCL has accepted the vault sub-grade conditions. 8-38.3(2)B BEDDING AND FOUNDATION SUPPORT FOR PRECAST BASE SECTION Precast electrical vault base sections shall be placed to grade upon a thickness as shown on the Drawings. The Contractor shall place a layer of crushed rock (1.25 inches minus), screened and compacted to a minimum thickness of 4 inches, and 1½ inches of sand to an even level surface, in accordance with SCL Construction Guideline NVH-80. If the Panel floor does not a have a built in sloped floor the bedding shall be even and slope toward the sump to insure proper drainage. Vertical slope: ¼” +/- 1/8” in 10 feet towards the sump. 8-38.3(2)C VACUUM EXCAVATION The Contractor shall field locate the location of existing services within 30 feet of trees by painting with white spray paint on the surface. Duct banks, vaults, service laterals, or any other excavation within the drip line of an existing tree shall be performed by vacuum excavation. The Contractor shall root prune the existing roots for clearance of the vaults or ducts as directed by the Engineer. See Sections 2-04.3(6) and 8-02.3(7).

8-38.3(3) PRECAST VAULTS Vaults, handholes, junction boxes, and other appurtenances shall be installed at the locations shown in the Drawings and tabled below. Vaults, handholes, and junction boxes located within the sidewalk or paved traveled way shall be adjusted to be flush with the finished grade.

TABLE 1. NEW STRUCTURES STRUCTURE LOCATION STANDARD WORK

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 221 Division 8: Miscellaneous Construction

Handhold Type 6 with H-30 Westlake Ave and 7203.26 New Installation hatch cover Stewart Street Vault, Panel, EMH #01 Stewart Street and 5 th 7203.81 New Panel Vault (Furnished (277V010) Avenue by Contractor, installed by SCL with Contractor Support). Vault, Panel, EMH #02 Republican Street and 7203.81 New Panel Vault (furnished Westlake Avenue and constructed by Contractor) Vault, Communications with Republican Street and 7203.26 Remove and Replace by round 42-inch solid cover. Westlake Avenue Contractor Handhold Type 5 Olive and Stewart Park 7203.12 New Handhold by Contractor Handhold Type 2 Stewart Street and 3 rd 7203.12 New Handhold by Contractor Avenue Vault, Track Power, (4’X6’) Stewart Street and 3 rd 7203.41 New 577 vault with round 42 V#3 Avenue inch solid cover by Contractor Vault, Track Power, (4’X6’) Stewart Street and 2 nd 7203.41 New 577 vault with round 42 V#4 Avenue inch solid cover by Contractor Vault, Track Power, (4’X6’) Stewart Street and 7203.41 New 577 vault with round 42 V#5 1st /2 nd Alley inch solid cover by Contractor Vault, Track Power, (4’ X 6’) Stewart Street and 1 st 7203.41 New 577 vault with round 42 V#6 Avenue inch solid cover by Contractor Handhold Type 5 1st Avenue and Pine 7203.12 New handhold by Contractor Street

TABLE 2 NEW TOP SLAB VAULT ACCESS IMPROVEMENTS STRUCTURE LOCATION M049 EL114B M050 EL115A M247 (Two Structures) EL115A M057 EL143

TABLE 3 NEW TOPPING SLAB AND ACCESS IMPROVEMENTS STRUCTURE LOCATION M361 EL112B M006 EL113A

Installation of vaults shall be per Seattle City Light Construction Guidelines NVH-80 “Network Area Requirements for Panel or Cast-in-Place Vaults”, and U2-14.2 “Typical Vault or Handhole Installation (5’X7’X7’ and smaller). Field cutting will not be allowed without approval. All openings shall be blocked out before casting or core drilled.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 222 Division 8: Miscellaneous Construction

Handling and Erection Stress: Provide additional reinforcing inserts, strong backs, and other features required to ensure vaults remain undamaged during handling and installation. Unused conduit openings in handholes shall be capped to afford protection against debris entering the conduits. All Seattle City Light power vaults shall be adjusted to final grade prior to installation of cable by Seattle City Light. If adjustment of vaults to final grade is not completed prior to cable installation, the Contractor is responsible to arrange for and pay for a Seattle City Light Vault Watch for protection of Seattle City Light cables installed in the vault.

The Contractor shall be responsible for verifying that the delivered product matches the design as shown on the Drawings. Precast vaults shall comply with SCL Material Standard 7201.00, “Acceptance Criteria for Installation of New Precast Vaults,” and SCL Construction Guidelines U2-6/NVH-20, “Inspection and Repair Procedure for Precast Vaults and Manholes.” Precast vault sections shall include all assembly hardware, pulling irons, bracket support channels, knockouts, and conduit entrance locations as shown on the Drawings. In precast sections where steel loops have been provided in lieu of lift holes, the loops shall be removed flush with the inside wall surface after the vault has been completed. No sharp cutoff protrusions will be permitted. If concrete spalling occurs as a result of loop removal, the spalled area shall be restored to a uniform smooth surface with mortar specifically approved by the manufacturer. The Contractor shall be responsible for assembly and final installation of all precast vault sections according to the manufacturer’s recommendations. The base section shall be carefully placed on the prepared bedding so as to be fully and uniformly supported in true alignment. The wall sections shall then be placed, with the joints between sections kept clean and dry, and sealed with an approved joint sealant compound or gasket and joint waterproofing tape provided by the Vault Manufacturer. The top sections shall be installed so that the entrance hatch is positioned over the sump hole or as shown on the Drawings. Con-Seal CS 231 or approved equal shall be used for the precast vault joints as a hydrophilic water stop. All lift holes shall be thoroughly wetted, completely filled with a manufacturer-approved mortar, and smoothed both inside and out to ensure water tightness. The completed vault shall be rigid, true to dimensions, and watertight. The frame and cover of any vault shall not be grouted to final grade until the final elevation of the pavement or sidewalk in which it is to be placed has been established, and until permission is given by the Engineer to grout the cover or grating place. Covers shall be seated properly to prevent rocking. Installation of vaults shall be in accordance with SCL Construction Guideline NVH-80, “Network Area Requirements for Panel or Cast-in-Place Vaults,” or U2-14.2, “Typical Vault or Hand hole Installation (5 feet by 7 feet by 7 feet, and smaller)”, and Construction Standard 0232.05,” Underground Residential Equipment Location of 577 Vaults and Secondary Handholes”. Minor defects that can be repaired in accordance to criteria in SCL Material Standards shall be performed in accordance with SCL Construction Guidelines U2-6/NVH-20, “Inspection and Repair Procedures for Precast Vaults and Manholes.” The Contractor shall notify SCL 48 hours in advance before any vault precast elements are delivered to the job site for inspection at the precast plant.

8-38.3(3)A PANEL VAULT (10’ X 20’) 1. All 10’ X 20’ vault structures shall be precast panel vaults. Vault (EMH#01, 277-V010) as indicated in the Drawings) shall be designed, manufactured, and furnished by the Contractor and installed by SCL with Contractor support.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 223 Division 8: Miscellaneous Construction

2. Vault )EMH#02 shall be furnished and installed by the Contractor. a. The Contractor shall perform advance utility potholing to establish the location and elevation of the existing duct banks which need to be connected to the vault and design the blockouts for connection. b. The Contractor shall identify all existing utilities and coordinate for utility relocation. If the utility owner determines the utility cannot be relocated, the vault shall be designed in components to be constructed under and around the existing utilities. 3. All vaults larger than 712 shall have walls, floor, and ceiling with minimum thickness of 5-inches. 4. Vaults 10’ x 20’ (inside dimensions) and larger shall have two 42” diameter access or other access as shown on the drawings. The 42” round cover, frames shall also comply with requirements in SCL Material Standard 7204.70, Frames and Covers, 42 inch Round, Iron.

The Contractor shall provide all shoring, excavation, dewatering, traffic control, temporary steel plating, temporary lighting, boom trucks, cranes, bucket trucks to support SCL construction of the vault. 8-38.3(3)B COMMUNICATIONS VAULT (444-LA) 1. Vaults 444-LA with minimum wall thickness of 4-inches shall meet SCL Material Standards 7203.26 and shall have H-25-rated frame and cover lids 42-inches diameter.

8-38.3(3)C TRACK POWER VAULT (4’ X 6’) 1. Vaults 712 and smaller shall have walls, floor, and ceiling with minimum thickness of 4-inches. 2. Vaults 712 and smaller shall have H-25-rated frame and cover lids 42-inches diameter per SCL material standards 7203.61.

8-38.3(3)D TOPPING SLAB VAULT ACCESS IMPROVEMENTS Vaults indicated in the drawings for access frame and cover enlargement shall be excavated to expose the existing vault ceiling (top slab). The Contractor shall coordinate with SCL for de-energizing of the vault. De-energizing After de-energizing, SCL will install internal bracing, falsework, and blocking to prevent debris from falling into the vault. The Contractor shall remove the existing collars/risers, frame, and cover. The Contractor shall chip out the existing hole and enlarge the hole to 44-inch diameter access. The hole shall be over- chipped exposing the existing rebar. If at least 4 rebar are not exposed, the Contractor shall drill and dowel ½” diameter ferrule rods into the ceiling and cast or trowel a smooth 42-inch diameter access opening in the top slab (vault ceiling). Bonding agent shall be applied to the exposed chipped concrete surface prior to casting the opening. Non-shrink grout may be used for access hole casting. The finished hole shall be smooth and flush with the top slab (ceiling) and be at least 42-inches diameter Rather than install new risers, rings, or collars to raise the new frame and lid to grade, the Contractor shall measure the exterior of the vault and determine the length and width of a new pre-cast topping slab to be placed over the top of the existing vault top slab (ceiling) structure and spread the load from wall to wall. The topping slab shall have a cast 42” diameter hole to match flush with the enlarged hole in the existing vault ceiling. Prior to fabricating the pre-cast topping slab, the Contractor shall develop shop drawings illustrating the existing vault lid size, access hole location and size, and the new topping slab size. The new topping slab shall span from outside wall to outside wall and have at least 1.5’ minimum on each side of the access hole for concrete reinforcing. Reinforcing shall be embedded a minimum of 3” from the face of the concrete. The top slab shall be designed according to the requirements of Section 8-38.3(4). The topping slab shall be placed on a non-shrink grout leveling bed and the resulting joint at the access hole shall be grout sealed flush and smooth. The Contractor shall install new rings and collars on top of the new topping slab and set the new frame and cover flush with finished grade and backfill. Non-shrink grout may be used for both collars and access hole grouting.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 224 Division 8: Miscellaneous Construction

Energizing After Work is complete, the Contractor shall furnish vacuum and blower equipment and support SCL crews who will clean the debris from the falsework and remove all forms, falsework, bracing, and clean the vault structure to be free of dirt, rubble, or other debris. After cleaning the vault will be energized by SCL crews. Exception For vaults in which it is determined that electrical power cannot be disconnected, the Contractor shall excavate and shore the access hole location and SCL shall perform the Work. The Contractor shall provide all materials, and equipment to support the SCL crews and prepare all shop Drawings, furnishing all pre-cast components including rings, collars, frames, and covers. It is the assumption of this Contract that vaults will be de-energized and this situation will be addressed with Force Account for “Contractor Support for Electrical Work”.

8-38.3(3)E NEW TOP SLAB VAULT ACCESS IMPROVEMENTS Vaults indicated in the drawings for access frame and cover enlargement with full ceiling (top slab) replacement shall be excavated to expose the existing vault top slab (ceiling). The Contractor shall furnish all shoring and access to the excavation zone. Existing risers and collars shall be removed by the Contractor. De-energizing The Contractor shall coordinate with SCL for de-energizing of the vault. SCL crews will perform all tasks to de-energize vaults and install internal bracing and falsework for the protection of internal components. This will include blocking the access hole to prevent debris from falling into the vault. Post De-energizing After de-energization, and falsework is complete, the Contractor shall drill into the existing top slab to install pulling chains, straps, or bars as necessary for hoisting of the top slab. The Contractor shall sawcut full depth through the existing vault walls below the vault ceiling. The ceiling shall be braced and after removal of the ceiling piece(s) the bracing shall not collapse, fall, or otherwise damage internal electrical components. The Contractor shall support SCL crews with vacuum systems and blowers to clean up debris on the internal bracing and falsework. The Contractor shall measure the exterior of the vault and determine the length and width of a new pre-cast top slab to be placed over the top of the existing vault. The top slab (ceiling) shall extend from the existing outside wall to wall on all sides for the vault. The top slab shall have a cast 42” diameter hole to match location of the old existing vault ceiling access. Prior to fabricating the pre-cast top slab, the Contractor shall develop shop drawings illustrating the existing vault lid size, access hole location and size, and the new top slab size. The new topping slab shall span from wall to wall and have at least 1.5’ minimum on each side of the access hole for concrete reinforcing. Reinforcing shall be embedded a minimum of 3” from the face of the concrete. The top slab shall be designed according to the requirements of Section 8-38.3(4). The top slab shall be placed on a non-shrink grout leveling bed on the walls and the inside shall be troweled smooth. The Contractor shall install new rings and collars on top of the new topping slab and set the new frame and cover flush with finished grade and backfill. Non-shrink grout may be used for both collars and access hole grouting.

Energizing After Work is complete, SCL will remove all forms, falsework, bracing, and clean the vault structure to be free of dirt, rubble, or other debris and energize the vault. Exception For vaults in which electrical power cannot be de-energized, SCL will perform all Work on the vault. The Contractor shall excavate and shore the access to the vault. The Contractor shall provide all materials,

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 225 Division 8: Miscellaneous Construction and equipment to support the SCL crews and prepare all shop Drawings, furnishing all pre-cast components including rings, collars, frames and covers, and SCL will perform the Work. Top slab replacement on an energized vault is not anticipated and it is the assumption of this Contract that vaults will be de-energized.

8-38.3(3)F PRECAST SECTIONS To ensure water-tight seals for all vault modifications, carefully align precast vault and handhole sections and seat against butyl rubber gasket material to ensure a watertight perimeter seal for all joints. Remove lifting lugs or inserts and with the recessed surfaces wetted, fill with mortar mixed with polyvinyl acetate, and finished to a smooth surface prior to backfilling. Conduit penetrations shall be sealed watertight after installation. Completed precast vaults and handholes shall be straight, plumb, aligned, and at correct finish elevation. Frames and covers shall match finish grade and slope of sidewalk, planting strip, roadway and other finish surfaces. 8-38.3(3)G GROUND RODS Install two ground rods in all new concrete handholes and vaults. Install ground rods in opposite corners of handholes conforming to SCL Construction Guideline U2-14.2. For each of the two grounding electrodes in the concrete vaults, furnish and install 50 feet of 500 kcmil bare copper conductor laid straight and into the bottom of the duct bank prior to the FTB encasement pour, per SCL Construction Guidelines U2-15.1. Provide an additional 20 feet of cable to route the grounding cable from the duct bank, through drilled holes in the vault, and to the vault common grounding point. At the conductor vault entries, the conductors shall be exothermically welded to eliminate air gaps between strands, and the conductor’s entry shall be sealed to prevent water intrusion. If the concrete- encased electrode does not yield a resistance to ground of 25 ohms or less, additional supplemental grounding will be required per SCL Construction Guidelines U2-15.1, and the Engineer. While existing vaults are de-energized, SCL will inspect all existing grounding rods in existing vault structures and shall request replacement as directed by the Engineer. Vaults shall be de-energized before entry or repair. Vaults which are not de-energized shall be inspected by SCL crews and materials to furnish grounding rods and wire shall be provided by the Contractor. The Contractor shall coordinate with the Engineer for all vaults requiring inspection and grounding rod repair, (see Section 8-34.5 “Contractor Support for Electrical Work”. Ground testing shall be completed within five (5) working days of ground rod and/or bare copper grounding conductor installation. Provide a minimum two (2) day(s) notice to SCL prior to testing. Vaults that fail ground resistance testing shall require the installation of additional ground rods or the installation of bare copper wire(s) placed within the duct bank trench outside of the vault.

8-38.3(4) STRUCTURAL REQUIREMENTS Structural design of the precast vault shall conform to ACI 318-11, “Building Code Requirements for Structural Concrete,” and ASTM C857, “Minimum Structural Design Loading for Underground Precast Concrete Utility Structures,” with the following exceptions: • Top of vaults shall be assumed to be at a minimum of 2 feet and a maximum of 5 feet below- grade unless noted otherwise. • Live load: A. For all panel vaults: AASHTO HS-25 truck, P=20 kips; and B. For 5 feet by 7 feet and smaller single unit vaults: AASHTO HS-25 truck, P= 20kips.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 226 Division 8: Miscellaneous Construction

Traffic can approach the structure from any direction. Wheel load distribution shall be in accordance with AASHTO Bridge Design Specifications, 17th edition: • A 30 percent live load/impact load factor for soil cover less than or equal to 2 feet; • 100 psf live load surcharge above a soil depth of 8 feet; • The groundwater able shall be assumed to be 3-feet below grade, or higher as indicated in project soil borings. • Soil density = 120 pcf min.; • 40 pcf min. equivalent fluid pressure above water table; • 80 pcf min. equivalent fluid pressure below water table; and • The panel vault shall be designed for a single CDF pour from the base to the vault roof. 8-38.3(4)A BOUYANCY The weight of vault (without equipment) plus the weight of soil cover shall be greater than 1.1 times the hydrostatic uplift force on the base of the vault. Internal soil friction could be used, but the design cannot rely on skin frictional resistance between backfill and vault wall surfaces. If the gravity load and internal soil friction are insufficient, then the vault shall be designed with restraints to withstand the buoyant force. The restraint design shall be submitted for review and approval by the Engineer. The groundwater table shall be assumed to be at finished grade. 8-38.3(4)B PULLING IRONS Pulling irons shall be provided at locations shown on the Drawings. The pulling irons should be hot- dipped galvanized steel or stainless steel, and shall be designed to withstand the following loads unless otherwise noted in the Drawing: • For 7 feet by 10 feet (inside dimension) and larger panel vaults: 20 kips maximum working tension and 40 kips ultimate strength. • For 5 feet by 7 feet (inside dimensions) and smaller single unit vaults: 5 kips maximum working tension and 10 kips ultimate strength. • The pulling irons maximum working tension shall be stenciled on the wall surface near two of the roof pulling irons. 8-38.3(4)C KNOCKOUTS AND SUMPS 1. Knockouts and sumps shall be designed to carry the loads imposed upon them. The basic structure shall be designed to carry all imposed loads with knockouts and duct openings removed. Knockout and duct openings shall be beveled.

8-38.3(4)D REINFORCED CONCRETE Reinforced concrete used in the construction of panel and ring vaults shall comply with the following conditions: • Minimum compressive strength of concrete shall not be less than 5,000 psi in 28 days as determined by the ASTM Method C 39, Standard Method of Test for Compressive Strength of Cylindrical Concrete Specimens. • Cement shall conform to ASTM C150. • No additives containing calcium chloride or any other material that will produce corrosive ions shall be used in the concrete. • Steel rebar shall conform to ASTM A615 (latest revision), Grade 60. • Welded wire fabric shall conform to ASTM A185 or A497. • Welding of reinforcing steel shall conform to the latest edition of Structural Welding Code, Reinforcing Steel (AWS D1.4) of the American Welding Society. • The concrete cover (measured from the surface of the concrete to the outside surface of the reinforcement) for reinforcement shall comply with ACI 318.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 227 Division 8: Miscellaneous Construction

8-38.3(4)E FRAME AND COVER INSTALLATION Frames and covers shall be installed as shown on the Drawings and in accordance with SCL Construction Guideline NVH-80 and SCL Material Standard 7204.70. All frames and covers shall be rated for 26 kips wheel load (HS-25 + 30 percent impact) applied in any direction, and shall have a non-skid surface. They shall be suitable for bus traffic and special applications, and shall be set to the established finished grade by using precast frame riser sections. Frames and covers shall be installed in such a manner that surface drainage will not flow into the manhole through the cover opening. Adjustment to existing covers shall be as shown on the Drawings or as required by the Engineer. Refer to the drawing for access requirements for replacement roofs for existing vaults. 8-38.3(4)F HATCH COVER INSTALLATION Hatch covers shall be installed as shown on the Drawings and in accordance with SCL Construction Guidelines NVH-80. Hatch covers shall be specified and installed with the vault roof and provided by the vault manufacturer. 8-38.3(4)G VAULT OPENINGS Knockout and duct openings shall be provided as shown on Drawings. Knockout and duct openings shall be beveled on the exterior surface. An SCL electrical safety observer shall be present for all work within energized electrical vaults. 8-38.3(4)H SEALING VAULTS All spaces around duct bank and conduit entrances and between ground rods and the concrete floor shall be grouted and caulked to provide a watertight seal. Cement grout shall be applied to ensure all other openings and voids through the vault walls or top or bottom slabs are properly filled. Vault panel joints shall be sealed with vault manufacturer-provided waterproofing tape in accordance with tape manufacturer’s recommendations. Vault sections shall be provided with hydrophilic butyl rubber joint sealant material (such as ConSeal CS- 231) and cement grout (such as Speed Crete Red Line repair mortar) to be used between sections, including hatch riser rings. The exterior surface of the large panel vault shall have a weather damp-proof coating (such as Fields F460 Waterstop). Apply a butyl rubber joint wrap on the vault exterior seams. Butyl rubber joint wrap shall be Press Seal EZ-Wrap or approved equal. 8-38.3(3)I PANEL VAULT FLOOR A single piece floor is preferred. If the panel vault floor comes in multiple sections, mechanical connection(s) shall be provided to the lock the floor panels together. Provide a built in slope floor if possible. 8-38.3(4)J DUCT BANK KNOCKOUT THREADED INSERT Duct Bank Knockout Threaded Insert – Provide four (4) minimum ½” diameter ferrule threaded inserts at perimeter of each duct bank knockout. These threaded inserts are to allow the duct bank’s 0.5-inch diameter threaded rod to dowel into the vault wall. Duct banks requiring 6 or 8 rebar strands shall have additional ferrule threaded inserts installed as indicated in the Drawings. These threaded inserts are to allow the duct bank rebar to dowel into the vault wall. 8-38.3(4)K CABLE SUPPORT Vault shall be provided with cast in galvanized 1-5/8” x 1-5/8” channel or ½” diameter (NC threaded) Loop Ferrule inserts for racking as shown in the Drawings. Racks shall be located on all walls if not otherwise shown in the Drawings. For vaults sized 712 and smaller, vaults shall be provided with cast iron

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 228 Division 8: Miscellaneous Construction galvanized 1-5/8” x 13/16” channel or ½” diameter (NC threaded) Loop Ferrule inserts for racks on each wall or as indicated in the Drawings. 8-38.3(4)L SURFACE FINISHES The concrete finish shall be free of rock pockets and honeycombed areas. The interior walls and exposed ceiling shall be smooth. Floors shall have a float or broom finish. Rock pockets over 0.375 inches deep and other imperfections on all surfaces shall be patched and troweled to match the surrounding surface. 8-38.3(4)M LIFTING INSERTS Lifting inserts shall be provided as shown on Drawings. All metal lifting devices cast into the internal or external surfaces of vaults for handling purposes shall be hot-dipped galvanized or made from stainless steel. 8-38.3(4)N DRAINAGE All vaults shall have a drain sump. Vaults that are 7 feet by 10 feet (inside dimensions) and larger shall have a rectangular sump at one end wall. The sump shall be equipped with galvanized grating flush with the floor. Vaults that are 7 feet by 10 feet and smaller shall be constructed for circular sumps as depicted in the drawings. Floors shall be sloped to sumps or drains. The bottom of the sump shall be designed to have a knockout for connecting to drain pipe if desired. If no drain pipe is provided, the knockout shall be knocked out to drain to drain rock below the vault. Drain rock shall be installed by the Contractor below all vaults. The Contractor shall perform pump tests witnessed by the Engineer to demonstrate an operating pump, non-leaking connections, and safe discharge at the curb face for new and existing pumps prior to final restoration.

8-38.3(4)O LADDERS A fixed ladder is required if vault floor is 12 feet, 6 inches or more below finished grade. Fixed ladders shall be in accordance with SCL drawing D-28304 (latest edition). Fixed Ladders shall be corrosion resistant. Ladder substitutions shall be submitted for approval.

8-38.3(5) VAULT GROUNDING Where vaults are not located over precast or cast-in-place concrete, vault grounding shall meet the following requirements: • Ground rods, ground bus, and ground wire for precast electrical vaults shall be installed in accordance with SCL Construction Guideline NVH-80 (9.2 – Grounding Electrode Alternate), SCL Construction Guideline NCB-30 (2 – Grounding Electrode Alternate), and as shown in the Drawings. • No ground rods shall be installed through the floor of the vault; vault grounding shall be as shown on the Drawings. • A 500 kcmil Cu bare conductor shall be connected to the vault ground bus and installed through the vault wall at two corners of the vault, as shown in the Drawings. • The Contractor shall connect to 500 kcmil Cu bare conductor outside of the vault using an exothermic weld (Cadweld Splice or better), and shall run 500 kcmil Cu bare conductor (ground) 50 feet, laid straight below the duct bank before pour. Where vaults are located near precast or cast-in-place concrete, vault grounding shall meet the following requirements; • Ground bus and ground wire for precast electrical vaults shall be installed in accordance with SCL Construction Guideline NVH-80 (9.2 – Grounding Electrode Alternate), SCL Construction Guideline NCB-30 (2 – Grounding Electrode Alternate), and as shown in the Drawings. Where conflicts existing within the standards listed above, the Drawings shall be used. • Ground rods shall not be used. The Contractor shall connect to copper ground leads that have been tied into the reinforcement of the cast-in-place concrete slab to be constructed on top of the existing seawall piling.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 229 Division 8: Miscellaneous Construction

• Each vault shall be grounded to the cast-in-place slab reinforcement at a minimum of two places with a 500 kcmil Cu bare conductor. 8-38.3(6) VAULT IDENTIFICATION The Contractor shall provide vault identification labels as shown on the Drawings and in accordance with SCL Construction Guideline NCI-80. All vault sections shall have a permanent identification plate installed inside the wall surface. The identification plate shall include the manufacturer’s name and date of manufacture as well as the vault design loading and pulling iron’s capacities. Detectable Locater Tape Electrical (SCL) - Three inch (3") wide, red in color, with non-ferrous metal conductor embedded in the tape for detection purposes imprinted with black lettering "CAUTION - ELECTRIC UTILITIES BELOW". 8-38.3(7) QUALITY CONTROL Precast concrete vaults shall be manufactured in accordance with ASTM C858, “Underground Precast Concrete Utility Structures.” The vaults and vault roofs may be rejected if they fail to conform to ASTM C858 construction and dimensional tolerances, except for concrete cover over reinforcing, which shall not be less than listed above. Vaults may also be rejected if they do not meet SCL Material Standard 7201.00, “Acceptance Criteria for the Installation of New Precast Concrete Distribution Facilities.” Minor defects that can be repaired in accordance to criteria in SCL Material Standard shall be done in accordance to SCL Construction Guidelines U2-6/NVH-20, “Inspection and Repair Procedures for Precast Vaults and Manholes.” Before vault delivery, the vault manufacturer may be required to provide vault manufacturing information such as concrete mix proportions, type and source of cement, aggregates, admixtures, and reinforcement steel mill certificates. The vaults shall be warranted for one year against design and manufacturing defects, including those resulting from poor workmanship and materials. The manufacturer shall provide vault installation instructions and recommendations. 8-38.3(8) CLEANUP After installation, all electrical vaults shall be pumped dry and cleaned free of dirt and debris. 8-38.4 MEASUREMENT Bid items of Work completed pursuant to the Contract will be measured as provided in Section 1-09.1, Measurement of Quantities, unless otherwise provided for by individual measurement paragraphs herein this section. The following risers, vaults, and handholes shall include furnishing and installing the specified unit of material together with all other miscellaneous materials (including but not limited to Vault cover slabs, lids, Risers, hatches) necessary to provide a complete raceway system in accordance with the Drawings and Specifications. Measurement for “Furnish and Install Vault, Panel, (10’ X 20’)” will be per each. Measurement for “Furnish and Install Vault, Communications, (444-LA),” will be per each. Measurement for “Furnish and Install Vault, Track Power, (4’ x 6’),” will be per each. Measurement for “Remove and Replace Existing Vault Top Slab” will be per each. Measurement for “Enlarge Existing Vault Access Hole and Construct Topping Slab” will be per each.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 230 Division 8: Miscellaneous Construction

8-38.5 PAYMENT Compensation for the cost necessary to complete the work will be made at the bid item prices listed or reference as follows: 1. “Furnish and Install Vault, Panel, (10’ x 20’),” per each. The bid item price for “Vault, Panel, (10’ x 20’) shall include all costs for the work and coordination required to install the electrical vault complete to finish grade, including excavation, bedding, mortar, non-shrink grout connections to duct banks and conduits, vault grounding, and backfill with mineral aggregate type 17 or approved substitute of CDF in accordance with Section 2-10.2(3)A3 to the top of the electrical vault lid, and Mineral Aggregate Type 17 from the top of the electrical vault lid to the surface. Placement of the risers, frames, covers, and access hatches for the new construction of electrical vault shall be considered incidental to and included in the bid item price “Vault, Panel, (10’*20’). Where a newly constructed electrical vault and frame and cover has been completed to finished grade set by the Engineer and is later required to be adjusted to a revised grade by the Engineer, the adjustment will be paid in accordance with Section 1-09.4. 2. “Furnish and Install Vault, Communications, (444-LA),” per each. The bid item price for “Vault, Communications, (444-LA)” shall include all costs for the work and coordination required to install the electrical vault complete to finish grade, including excavation, bedding, mortar, nonshrink grout connections to duct banks and conduits, vault grounding, and backfill with mineral aggregate type 17 or approved substitute of CDF in accordance with Section 2- 10.2(3)A3 to the top of the electrical vault lid, and Mineral Aggregate Type 17 from the top of the electrical vault lid to the surface. Placement of the risers, frames, covers, and access hatches for the new construction of electrical vault shall be considered incidental to and included in the bid item price “Vault, Communications, (444-LA)” Where a newly constructed electrical vault and frame and cover has been completed to finished grade set by the Engineer and is later required to be adjusted to a revised grade by the Engineer, the adjustment will be paid in accordance with Section 1-09.4. 3. “Furnish and Install Vault, Track Power, (4’ x 6’ ),” per each. The bid item price for “Vault, Track Power, (4’ x 6’)” shall include all costs for the work and coordination required to install the electrical vault complete to finish grade, including excavation, bedding, mortar, non-shrink grout connections to duct banks and conduits, vault grounding, and backfill with mineral aggregate type 17 or approved substitute of CDF in accordance with Section 2- 10.2(3)A3 to the top of the electrical vault lid, and Mineral Aggregate Type 17 from the top of the electrical vault lid to the surface. Placement of the risers, frames, covers, and access hatches for the new construction of electrical vault shall be considered incidental to and included in the bid item price “Vault, Track Power, (4’ x 6’)” Where a newly constructed electrical vault and frame and cover has been completed to finished grade set by the Engineer and is later required to be adjusted to a revised grade by the Engineer, the adjustment will be paid in accordance with Section 1-09.4. 4. “Remove and Replace Existing Vault Top Slab”, per each. Payment for “Remove and Replace Existing Vault Top Slab” will be per each and include all costs to coordinate with SCL, perform shoring, excavation, measurements for new top slabs, SCL support for internal vault bracing, de-energizing, falsework for electrical component protection, sawcutting of the structure, grout pads, new top slab installation and riser, frame and cover construction. 5. “Enlarge Existing Vault Access Hole and Construct Topping Slab”, per each.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 231 Division 8: Miscellaneous Construction

Payment for “Enlarge Existing Vault Access Hole and Construct Topping Slab” will be per each and include all costs to coordinate with SCL, perform shoring, excavation, measurements for new topping slabs, SCL support for internal vault bracing, de-energizing, falsework for electrical component protection, enlarging the structure access hole, and installing new topping slab and riser, frame and cover construction.

Other payment information: Costs for foundation material, when required by the contract, shall be paid separately using the bid item “Mineral Aggregate, Type 17” per ton in accordance with Section 4-01. Costs for “Support and Safety System” required for installation of Vaults shall be paid separately using the bid item “Safety Systems in Structural Excavation” per lump sum in accordance with Section 2-07. Costs for “Support and Safety Systems” of all handholes shall be paid separately using the standard bid item “Safety Systems in Trench Excavation, Minimum Bid = $0.80 per Square Foot” per square foot in accordance with Section 2-07. When existing vaults are exposed during construction and inspected by the Engineer and repairs are requested; costs to repair grounding rods, vaults cracks, seals, ladders, supports, and other appurtenances associated with existing vaults and handholds shall be paid per force account using the bid item “Contractor Support for Electrical Work”. See also Section 8-34.5 for additional Work descriptions associated with this bid item.

8-39 ELECTRICAL DUCT BANKS (SP 10-13-17) 8-39.1 DESCRIPTION The Work to be performed shall consist of furnishing and installing conduit, duct banks, grounding cable, and appurtenances to complete the SCL power system indicated in the Drawings. Work shall include removal and replacement of duct banks, chipping, coring, and/or otherwise connecting to existing or new vaults, and installing grounding systems. This Work shall also include Contractor support to furnish labor, equipment, materials, and tools, to support SCL crews for Work performed by Seattle City Light (SCL) crews. Work will be performed by SCL for all structures and conduit duct banks which will be energized. Work performed by the Contractor shall be for structures and conduit duct banks which will be de- energized by SCL crews. Using the information shown in the Drawings, the Contractor shall coordinate closely with Seattle City Light to develop a detailed trenching plan and construction sequencing plan to perform the following: 1. Sawcut pavement as required and excavate for SCL underground utilities. 2. Remove existing duct bank and conduit or knockouts in structures. 3. Furnish and install conduit, conduit bends, for connection with vaults and handholds. 4. Connect conduits to existing conduit stubs, including all required bends and fittings. 5. Cut and cap conduit where stubbed out for future connections. 6. Connection transitions to clay square duct banks. 7. Furnish split casings for installation on energized cables. 8. Check the conditions of all grounding rods in existing vaults and replace as necessary. 9. Install grounding rods, grounding plates, conduit risers, and other electrical hardware required per the Drawings, Specifications, and SCL Construction Guidelines. 10. Furnish and place conduit encasement (fluidized thermal backfill) as shown in the trench and duct bank details. 11. Furnish and install detectable locater tape, and tracer wire where applicable. 12. Furnish and place backfill for trenches, duct banks, and structure excavations associated with the underground facilities as shown in the trench and duct bank details. 13. Clean structures and conduit, proof test the conduit with a mandrel, and install pull string. 14. Coring or chipping out penetration zones for conduit into areaways.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 232 Division 8: Miscellaneous Construction

15. Other work indicated in the Drawings and Specifications. 16. Coordinating with PSE for monitoring during all excavation, shoring, and construction adjacent or within 10-feet of gas mains.

In all cases, the Contractor shall install a complete and operable system in compliance with the Drawings, Specifications, and SCL Construction Guidelines, and as set forth and to the satisfaction of the Engineer and Seattle City Light. Seattle City Light will be responsible for furnishing and installing all cables, conductors, electrical equipment, permanent utility poles, service reconnections, and for the removal of poles and other equipment no longer needed for the facilities. Temporary utility poles required for Contractor convenience, sequencing, or for temporary lighting will be furnished and installed by Seattle City Light at the Contractor’s expense.

This work shall also consist of furnishing 500 kcmil bare copper grounding wire. All other cables shall be provided by SCL. 8-39.1(2) NETWORK DUCT BANK AND TRACK POWER INSTALLATION QUALIFICATIONS The Contractor shall submit for Seattle City Light and the Engineer’s approval the qualifications of the personnel who will be constructing the transmission and distribution duct banks. The personnel constructing the duct banks shall meet or exceed the experience and qualifications as detailed in this Section. Work shall not proceed until SCL has reviewed and approved the Contractor and Subcontractor qualifications and the qualifications of personnel performing the work on these systems in accordance with this Section. The Contractor shall identify the network team that will perform all preliminary and detail design, technical services, training, testing, installation, and placing in service temporary and permanent Work related to the duct banks, vaults, luminaires, signals, and ancillary items indicated in the Drawings. The Contractor shall submit for approval an organizational chart of the team showing the key team members, including position and project responsibilities, including the resumes of the key members. SCL reserves the right to approve all project team members. Key project team members shall not be removed from the project without prior approval by SCL. All or some of the network team members shall attend design meetings and/or other discussions pertaining to the network system installation, depending on the matters scheduled to be discussed.

The Work consists of the following: 1. Remove existing non-energized conduit duct banks and vaults when in conflict with new duct banks or vaults. 2. Protecting in place existing fiber optic, communications ducts and vaults, energized ducts and vaults, and other utilities. 3. Provide support for SCL crews to remove existing energized electrical duct banks, vaults, and handholes. 4. Furnish and install conduit duct banks and accessories needed to relocate the existing Seattle City Light Network and Street Lighting Systems. 5. Furnish and Install electrical vaults and handholes. 6. Relocation and transfer of power and overhead cable systems to new poles. 7. Design of temporary support systems for existing overhead cable system poles. 8. Shoring, including the control of groundwater, structure excavation, including the haul and disposal of contaminated materials as described in the contract documents.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 233 Division 8: Miscellaneous Construction

8-39.2 MATERIALS Unless otherwise specified in these Special Provisions materials for this work shall conform to the following Seattle City Light Material Standards and Stock Catalog items provided in the appendix of these Special Provisions. The Contractor shall comply with the latest edition for each Material Standard on the date of the Invitation to Bid. The following is a list including but not limited to many of the items necessary for duct bank construction:

STANDARDS 0214.00 Clearances between SCL UG Structures and Other Utility Structures in Public Right of Way. 0222.02 Requirements for Duct Banks in the Public Right of Way. 0224.34 Steel Conduit Risers. 0226.06 Installation of Fluidized Thermal Backfill. 0226.11 Backfill Operations, General Requirements. 0231.01 Secondary Handhole Installation. 0232.05 Underground Residential Equipment Location of 577 Vaults and Secondary Handholes 0461.10 Grounding Electrodes for Handholes and Vaults. 7015.05 Schedule 40 PVC Conduits and Fittings. 7015.80 Conduit Spacers for PVC and FG Conduit. 7025.05 Fiberglass Conduit and Fittings, Standard Wall, 5” IPS. 7050.05 Zinc-Coated Steel Conduit and Fittings. 7150.00 Fluidized Thermal Backfill. 7150.30 Controlled Density Fill. 7201.00 Acceptance Criteria for Installation of New Precast Concrete Distribution Facilities. 7203.21 Precast Reinforced Concrete Structures, General. 7203.81 Precast Reinforced Concrete Panel Vaults. 7204.15 Cover Slabs and Risers for Electrical Vaults. 7204.70 Frames and Covers, 42-inch Round, Iron. 7055.09 DB120, PVC Conduit Fittings. 7645.40 Mandrels, Proofing. NDK-140 Square Tile Duct Rebuild NDK-150 Insulation Detail for City Light Duct Banks that Cross Steam Lines. NTP-60 2” Discharge Pump – Preferred Installation. U2-6/NVH-20 Inspection and Repair Procedures for Precast Vaults and Manholes. U2-11.2/NDK-20 Reinforcement of Concrete Encased Duct Runs. U2-11.3/NDK-30 Termination of Existing Ducts in New Vaults or Manuals. U2-11.40/NDK-40 Mandreling and Cleaning of Ducts and Conduits. U2-14.2 Vault Installation. U2-16 Vault, Manhole, Handhole Number Identification.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 234 Division 8: Miscellaneous Construction

U2-22 Precast Panel Vault Installation, General Non-Network Area.

ITEM STOCK NUMBER STANDARD TITLE 6103.90 Wire, Copper, Bare, Soft-Drawn. 6762.25 Ground Rods, Copper-Covered, Sectional. 7015.05 Schedule 40 PVC Conduit and Fittings. 7015.80 Conduit Spacers for PVC and FG Conduit. 7025.05 Fiberglass Elbows, Sweeps and Fittings, Medium Wall, 5” IPS. 7050.05 Zinc-Coated Steel Conduits and Elbows. 7050.09 Conduit Fitting, Cable Protector. 7055.09 DB120, PVC Conduit Fittings. 7150.00 Fluidized Thermal Backfill. 7201.00 Acceptance Criteria for the Installation of New Precast Concrete Distribution Facilities. 7203.04 3030 Handhole, Precast, Secondary. 7203.08 231 and 232 Handholes, Precast, Secondary and Streetlight, Detailed. 7203.26 444 Electric Vault, Primary Service. 7203.36 507 Electric Vault, Primary Service. 7203.41 577 Electric Vault, Primary Service. 7203.46 712 Electric Vault, Primary Service. 7203.51 814 Electric Vault, Primary Service. 7203.66 644 Electric Vault, Primary Service. 7204.70 Frames and Covers, 42-inch Round, Iron. 7262.20 Cable Pulling Lubricant. 7345.70 Duct Plugs. 7346.80 Spacers, Plastic – Nonmetallic . 73-40 Wiring Supplies – Cable Ties, Tags, and Duct Tape 70-27 Underground Material for Terminators 7645.40 Mandrels, Proofing. 8-39.2(1) NON-SHRINK CEMENT SAND GROUT Non-shrink cement sand grout for connections to vaults and similar appurtenances shall meet the following requirements:

1. 1-part by weight, Type III (H.E.S.) cement; 2. 2-parts by weight, clean fine aggregate Class 1 or Class 2 (see Section 9-03.1(2)); and 3. Sufficient water complying with Section 9-25.1 to obtain a stiff consistency. The use of calcium chloride will not be allowed.

Unpolished aluminum powder shall be added to the dry cement in the proportion of one heaping teaspoonful per sack of cement no more than 30 minutes before the grout mixture reaches its final in- place position. The required compressive strength shall be a minimum 4,000 psi at 7 Days.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 235 Division 8: Miscellaneous Construction

8-39.2(2) EXOTHERMIC WELDED CONNECTIONS Exothermic welded connection system shall include graphite mold with cover/baffle, appropriate ignition package, and ignition source. Exothermic welded connection shall be appropriately sized for the cable or ground rod size.

Conductors to be joined shall be cleaned with a cable cleaning brush to ensure that the conductors are free of dirt and debris prior to the placement of the exothermic weld mold.

1. Erico – Cadweld Plus 2. Approved Equal Exothermic welded connections shall be inspected by Electrical Reviewer prior to backfill.

8-39.2(3) CONDUIT TRANSPORT AND STORAGE Conduit shall not be handled or stored in any manner that may result in damage or deformation of the conduit. Provide support for the full length of the conduit when transporting or storing long lengths (20ft). Do not permit unsupported overhang.

All conduits stored outside for more than 2 weeks shall be covered with a tarp, or other material approved by the Engineer, to protect the conduit from environmental damage.

8-39.2(4) CONCRETE ENCASEMENT AND BACKFILL Duct bank concrete encasement shall be high strength fluidized thermal backfill (FTB) and tested in accordance with SCL Material Standard 7150.00 and Section 8-39.3(7).

Backfill for duct bank encasements shall be with approved low strength fluidized thermal backfill (FTB) and tested in accordance with SCL Material Standard 7150.00 and Section 8-39.3(7). 8-39.2(4)A CONCRETE ENCASEMENT All concrete for duct bank encasement shall be high strength Fluidized Thermal Backfill (FTB) as specified in accordance with SCL Material Standard 7150.00. All high strength FTB encasement concrete shall have red dye mixed at a rate of 4 pounds per cubic yard.

Concrete shall be batched only in such quantities as are required for immediate use and placement. Any concrete, as determined by SCL/engineer, having initial set before placing and finishing shall be discarded and shall not be used for the work. No remixing with water or with other materials will be permitted once the initial set has taken place.

The Contractor shall ensure that all duct banks have the appropriate encasement dimensions. Dimensions shown in the Drawings are approximate.

Conduits shall be adequately blocked and contained to prevent movement, creep, or float during placement of FTB concrete. Placement of FTB concrete shall be done in such a manner as to avoid damage to the conduits. Concrete shall not be dropped a distance of more than five (5) feet unless approved in writing by SCL/Engineer.

The FTB concrete shall be furnished by a pre-approved source and certified test results shall be provided to the Engineer for review.

The Contractor shall prevent voids or rock pockets under and around the duct bank encasement.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 236 Division 8: Miscellaneous Construction

High strength FTB concrete shall be cured with an approved sealer or with damp backfill material. The FTB encasement concrete shall be allowed to cure for 24 hours, or as required by the Engineer, before backfill.

The following field tests and samples shall be made at the point of placement in the presence of SCL/Engineer. Equipment, supplies and qualified personnel for field-testing shall be supplied. Tests shall be performed by an Owner-approved independent testing lab retained and paid for by the Contractor.

1. Slump: A slump test shall be made on every truck load or at the discretion of SCL. Slump shall be in accordance with ASTM C143. 2. Air Content: Air content shall be tested on every truck or at the discretion of SCL, in accordance with ASTM C231. 3. Compression Tests: a. Three (3) compression test cylinders shall be made for each one hundred (100) cubic yards of concrete placed or daily, at the discretion of SCL. One (1) cylinder of each set shall be tested at seven (7) days with the other two (2) cylinders being tested at 28 days. b. Test cylinders shall be marked or tagged with the date, temperature, time of day cylinders were taken, location taken, delivery truck or batch number and the slump. 4. Thermal Tests a. A set of three (3) samples shall be taken an average of one (1) time for every ten (10) loads placed for the first week, then again towards the middle of the duct length, and again towards the end of the duct length, and at the discretion of SCL. In addition, samples shall be taken at any location where a duct bank crosses or is in close proximity to a steam line. b. Samples shall be cast in three-inch (3") by six-inch (6") test molds identified with the type of material, date of the sample, location (station number) of the sample, and a copy of the batch ticket. Contractor shall send the set of samples to Geotherm, Inc., or SCL/Engineer approved equal, for testing. The Contractor shall be responsible for all costs associated with this testing. Tests shall include thermal dryout characterization (thermal resistivity as a function of moisture content), density, and moisture content measurement on each set. Test results shall be provided to Owner within ten (10) Business Days from the day the samples are taken. c. If the thermal tests do not meet the requirements of Seattle City Light Material Standard 7150.0, Contractor shall replace all concrete/FTB, or prove that the results will not impact the ampacity of the line. These ampacity calculations shall be based upon as-installed conditions at the location(s) of the defective material, taking into account as-built depth and measured thermal resistivity of the native backfill. 5. Temperature: The temperature of the high-strength FTB concrete shall be measured on every truck load or at the discretion of SCL. 6. Report: The Contractor shall furnish SCL certified reports of all tests.

8-39.2(4)B BACKFILL ELECTRICAL DUCT BANK All areas of the trench outside of the encasement concrete and below the level required for street restoration or general grade restoration shall be backfilled with low strength fluidized thermal backfill (FTB) as shown in the Drawings. Low strength FTB backfill shall have a minimum 28-day compressive strength of 150 psi and shall be in accordance with SCL Material Standard 7150.00.

All trench shoring (Safety Systems in Trench Excavation), Support and Safety Systems, debris, and other deleterious material shall be removed prior to backfill.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 237 Division 8: Miscellaneous Construction

The low-strength FTB shall be furnished by a pre-approved source. Certified test results shall be provided to the Engineer for review.

The following field tests and samples shall be made at the point of placement in the presence of SCL/Engineer. Equipment, supplies and qualified personnel for field-testing shall be supplied. Tests shall be performed by an Owner-approved independent testing lab retained and paid for by the Contractor.

1. Slump: A slump test shall be made on every truck load or at the discretion of SCL. Slump shall be in accordance with ASTM C143. 2. Air Content: Air content shall be tested on every truck or at the discretion of SCL, in accordance with ASTM C231. 3. Compression Tests: a. Three (3) compression test cylinders shall be made for each one hundred (100) cubic yards of backfill placed or daily, at the discretion of SCL. One (1) cylinder of each set shall be tested at seven (7) days with the other two (2) cylinders being tested at 28 days. b. Test cylinders shall be marked or tagged with the date, temperature, time of day cylinders were taken, location taken and delivery truck or batch number. 4. Thermal Tests a. A set of three (3) samples shall be taken an average of one (1) time for every ten (10) loads placed for the first week, then again towards the middle of the duct length, and again towards the end of the duct length, and at the discretion of SCL. In addition, samples shall be taken at any location a duct bank crosses a steam line or is in close proximity to the steam line. b. Samples shall be cast in three-inch (3") by six-inch (6") test molds identified with the type of material, date of the sample, location (station number) of the sample, and a copy of the batch ticket. Contractor shall send the set of samples to Geotherm, Inc., or SCL/Engineer approved equal, for testing. The Contractor shall be responsible for all costs associated with this testing. Tests shall include thermal dryout characterization (thermal resistivity as a function of moisture content), density, and moisture content measurement on each set. Test results shall be provided to Owner within ten (10) Business Days from the day the samples are taken. c. If the thermal tests do not meet the requirements of Seattle City Light Material Standard 7150.0, Contractor shall replace all concrete/FTB, or prove that the results will not impact the ampacity of the line. These ampacity calculations shall be based upon as-installed conditions at the location(s) of the defective material, taking into account as-built depth and measured thermal resistivity of the native backfill. 5. Temperature: The temperature of the low-strength FTB shall be measured on every truck load or at the discretion of SCL. 6. Report: The Contractor shall furnish SCL certified reports of all tests.

8-39.2(4)C LABORATORY QUALIFICATIONS A. Geotherm, Inc. shall provide thermal testing and concrete design or an Owner approved alternate testing laboratory. B. An Owner approved independent testing laboratory shall provide the cylinder preparation, site testing and compression testing. 8-39.2(5) 500 KCMIL BARE CU 1/C GROUND CABLE The Contractor shall install one 500 kcmil Bare Cu 1/C Ground Cable per circuit in the duct bank (encased in high strength FTB concrete), as shown in the Drawings. Bare conductor ground cables shall

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 238 Division 8: Miscellaneous Construction be in accordance with SCL Material Standard 6103.9 located in the Appendix of these Special Provisions. Bare conductor ground cables shall be in accordance with SCL Material Standard 6010.00.

Ground conductor connectors shall be Cadweld Splices or greater. The Engineer will perform a visual verification that all ground connections are made according to the Contract. All ground connections made by Contractor to Owner’s ground system shall be accomplished using an exothermal weld process. All exothermal welds shall encompass one hundred percent (100%) of the ends of the material being welded. Welds not meeting this requirement shall be remade.

The ground conductor for the circuit shall be connected to the ground conductor loop provided in each vault, as applicable, and routed such that it shall not interfere with normal operations or routine Owner inspection. Each end of the continuity conductors installed in the duct bank shall be grounded at each vault.

Contractor shall not cover up exothermal welds with backfill until inspected and approved in writing by Owner. Electrical Reviewer shall check and test all grounds and ground connections.

500kcmil Bare Cu 1/C Ground Cable shall be installed for the track power vaults and duct bank. The contractor shall notify the Engineer at least 48 hours before grounding cable is inspected/tested. The Engineer/SCL will perform a visual inspection to verify that all ground connections are made according to the contract.

8-39.2(6) TRACER WIRE AND TEST STATIONS The Contractor shall furnish No. 10 AWG RHW Tracer Wire, compression connections and 5 Flush Fink Test Stations or approved equivalent.

8-39.2(7) MATERIAL SUBMITTALS 8-39.2(7)A ELECTRICAL CONDUIT AND DUCT BANK SHOP DRAWINGS The Contractor shall submit Shop Drawings and catalog cuts in accordance with Section 1-05.3 for the following items: 1. Conduits and Fittings. 2. Conduit Spacers. 3. Fluidized Thermal Backfill (FTB) Encasement and Backfill Mix Designs. 4. Vaults and handholes, including associated Risers and Covers. 5. Ground Rods. 6. Seals and Sealing Compounds. 7. Stand-off Brackets. 8. Duct Bank Rebar.

8-39.2(7)B PRODUCTION SCHEDULE The Contractor shall furnish a production schedule for material manufactured and delivered as part of this contract. Production schedule will include the identification of long lead time materials and shall identify delivery time frames. 8-39.2(7)C MATERIALS CERTIFICATION The Contractor shall furnish a Manufacturer’s Certificate of Compliance to the Engineer for written approval before placement of order, based on manufacturer’s routine quality control test that the material meets or exceeds the applicable standards in accordance with Section 1-06.3.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 239 Division 8: Miscellaneous Construction

8-39.3 CONSTRUCTION REQUIREMENTS 8-39.3(1) CONCRETE ENCASED DUCT BANK CONSTRUCTION PLAN The Contractor shall submit a work plan covering techniques that will be used to construct each Duct Bank in accordance with the contract. All dimensional information provided in these specifications or as shown in the Drawings shall supersede SCL Construction Guideline NDK-150. The Plan shall be submitted to and approved in writing by the Engineer before work begins.

The Contractor shall excavate for the duct banks and protect existing utilities in place. See Section 2-04 Excavation for general excavation and special vacuum excavation requirements. See Section 2-07 Protective Systems for additional requirements for Safety Systems in Trench Excavation, Support and Safety System, Safety System, Utility Support in Trench.

8-39.3(1)A AREAWAY PENETRATION REQUIREMENTS For electrical conduit or duct bank construction which penetrates existing areaways, the Contractor shall coordinate with the Engineer for a preliminary site inspection to evaluate the existing condition. The Contractor shall prepare a Work Plan to identify the nature of the Work, duration, personnel, security, and coordinate with the Engineer for access to the areaway. The Contractor shall utilize existing knockouts, sealed blockouts, or abandoned penetrations to the greatest extent possible. The Contractor shall determine the best penetration location within the areaway based on accessibility and protect the existing structure, utilities, and appurtenances in place. The Contractor shall chip out the existing knockouts and re-grout new conduits in place. Where chipping an existing penetration is not an option, the Contractor shall scan the areaway wall and mark reinforcing. Coring shall be performed to protect existing reinforcing in place. Conduit shall be grout sealed at the wall penetration. See Section 8-34 for Unforeseen Private Property Interface Issues regarding leaving the areaway in a clean finished condition.

8-39.3(2) CONCRETE ENCASED CONDUIT DUCT BANK TRANSITIONS WORK PLAN The Contractor shall submit a work plan covering the transition from one Duct Bank orientation to another orientation based on field verification of the duct configurations in accordance with the contract. The Plan shall be submitted to and approved in writing by the Engineer before work begins.

8-34.3(3) WORKSITE COORDINATION AND SAFETY The Contractor and Subcontractors shall comply with and attend all Seattle City Light required safety courses, safety tailgates, and procedures. Contractor shall ensure all open excavations, manholes, vaults, and hand holes are properly barricaded at all times. The Contractor shall provide for safe flow of traffic and pedestrians around the work site. The Contractor shall be responsible for testing air quality in underground structures and providing continuous, mechanically supplied, fresh air when workers are inside. Blowers shall be placed such that exhaust fumes or gases do not enter the underground structure. All workers entering underground structures shall have current certification for Confined Space Access as required by WAC 296-809. All certifications shall be provided to the Engineer prior to the performance of work and be kept onsite and be readily available for review.

All electrical duct bank construction within 15-feet of the PSE gas main shall be performed with a PSE monitor/inspector present. No excavation, shoring, or duct bank construction activities shall be performed without on-site monitoring. 8-39.3(4) TRENCHING Excavation required for the installation of conduit, foundations, and other Materials shall be performed in such a manner as to cause the least possible damage to the streets, sidewalks, and other improvements. Trenches and duct banks shall not be excavated wider than necessary for the proper installation of the electrical appurtenances and foundations. Excavated soils shall be placed where the least interference to traffic and to surface drainage occurs. Excavated material shall not be stockpiled on-site in the roadway. The requirements of Section 2-03 shall apply.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 240 Division 8: Miscellaneous Construction

Depth to top of duct bank, or depth of cover, shall be as shown in the Drawings, and for electrical power, shall meet the requirements of SCL.

Clear access shall be provided to all fire hydrants, water valves, and water meters. Surface drainage and runoff along gutters to storm drain facilities and along natural watercourses shall not be blocked.

The Contractor shall remove any safety or support system in such a manner as to not disturb bedding or backfill. Where bedding or backfill is disturbed, the Contractor shall reconsolidate these materials to specified requirements.

See Section 2-07 for protective systems in trench excavations and section 2-08 for Groundwater Management requirements. Open trenching is allowed, trench/duct bank construction shall conform to the following: 1. The pavement shall be saw cut full depth. The cuts shall be parallel to each other and extend to a minimum of 1 foot and a maximum of 2 feet beyond the edge of the trench/duct bank. Sidewalk, pavement, appurtenant Structure, adjacent improvement and underground installation adjacent to and beyond the trench shall not be undermined or disturbed.

2. Trenches and duct banks located within or crossing paved traveled roadway lanes where a new full depth pavement will not be installed shall be backfilled with fluidized thermal backfill (FTB) meeting the requirements of Section 2-09 and Seattle City Light Standard 0226.06. The FTB shall be placed level up to the depth necessary to allow for construction of the pavement section indicated in the pavement restoration Drawings, followed by the new pavement (asphalt concrete pavement or Portland Cement Concrete Pavement or sidewalk section).

3. Contractor shall perform utility locates and Advance Utility Potholing to locate existing utilities and depths to the top and bottom and sides of underground utilities. The Contractor shall report all found elevations for existing utilities and potential conflicts prior to excavation. The Contractor shall provide at least a three (3) working day notice to the Engineer of any potential conflict prior to duct bank excavation or construction. At no time shall more than 150 feet be excavated without backfilling and providing temporary surfacing or final surfacing as necessary.

4. Duct bank trenching shall be closed each day with backfilled material, steel plates, or temporary surfacing. All open excavations shall comply with the requirements of WAC 296-155. The length of trench excavation in advance of duct bank construction shall be kept to a minimum and in no case shall exceed 150 feet unless specifically authorized by the Engineer. Closures and access shall be scheduled on a daily basis for minimum disturbance to traffic. Steel plates in pedestrian access areas shall have a non-skid surface. Steel plating in bus routes on Stewart Street shall be designed by a licensed Structural Engineer in the State of Washington.

5. In trench and duct bank excavations, the Contractor will encounter objects including, but not limited to, controlled density fill, fluidized thermal backfill, hazardous materials, railroad ties, woody debris, steel wall anchors, foundations, pilings, steel sheeting, clusters of pilings, buried pavement, previous wood construction, and underground structures. Such objects shall be removed and disposed of by the Contractor. All ledgerock, boulders, stones, and any other object larger than 3 inches in any dimension shall be removed where within 6 inches in any direction from the duct bank. All costs for the excavation, removal, stockpile, containment, haul, and disposal of these objects will be considered incidental to the trench excavation unless otherwise indicated in the Specifications.

6. Contractor removal of existing duct banks shall be considered incidental to the duct bank trench excavation. Contractor stockpiling, containment, characterization, haul, and disposal of duct bank

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 241 Division 8: Miscellaneous Construction

materials removed by SCL crews shall be considered incidental to trench and duct bank excavation.

7. Trench width as shown in the Drawings shall be considered neat line limits regardless of the exact limits varying due to material thicknesses or other field conditions requiring wider trenches for utility support. The bottom of the trench or duct bank for all conduits shall be free of abrupt change of grade or alignment, and shall be free of objects and materials which could cause damage to conduit or conduit coating, or cause excessive bending of the conduit. Over- excavation below the duct bank trench shall be required in saturated or poor soils, as determined in the field by the Engineer. Quarry Spalls and Geotextile for Soil Stabilization have been provided in the bid items for stabilizing unsuitable excavation zones as directed by the Engineer. SCL will approve all conduit installations prior to backfilling the trench/duct bank and the Contractor shall schedule inspection days at least two (2) working days in advance of backfilling.

8. 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.

9. Encasement and backfill material shall be as described in the duct bank and trench details of these contract documents. The following materials shall be used as described in the details:

a. High Strength Fluidized Thermal Backfill (HS-FTB) shall conform to Seattle City Light Standards for Electrical Service 2017, SCL Construction Standard 0226.06, and Seattle City Light Material Standard 7150.00. b. Low Strength Fluidized Thermal Backfill (LS-FTB) C shall conform to Seattle City Light Standards for Electrical Service 2017, SCL Construction Standard 0226.06, and Seattle City Light Material Standard 7150.00.

10. Existing utility, streetlight, and signal poles shall be temporarily supported by the Contractor where trenching or duct bank excavation occurs adjacent to the pole, see Section 8-39.3(9). a. Support of SCL owned utility and streetlight poles shall require the submittal of a pole support plan, completed by a licensed Professional Civil Engineer, when excavating within five (5) feet of a SCL pole. This plan shall be submitted to SCL for review at least twenty (20) working days prior to the need for the pole support. 11. Vacuum excavation shall be performed by the Contractor within 15-feet or as otherwise directed by the Engineer in tree drip line or root system zones. Vacuum excavation for vaults or duct banks shall be backfilled as directed by the Engineer.

8-39.3(5) CONDUIT INSTALLATION Conduit shall be installed as shown on the Drawings. For changes in directions for PVC conduit that does not exceed 15 degrees, the conduit may be cold-form sweeped in place of utilizing bends, per SCL Construction Guideline 0222.02. It is recommended that the Contractor mandrel the cold-formed sweep prior to installation to ensure the conduit was not deformed.

Conduits shall be placed in conduit spacers that provide the separation requirements as shown in the Drawings and in accordance with SCL Construction Guideline 0222.02. Spacers for Schedule 40 PVC, RGS, or Fiberglass conduit shall be placed along the length of the conduit with a maximum spacing of five (5) feet. Spacers must be fifteen (15) inches or more away from any coupling or joint. Spacers should not be located at the centers of a long radius bend. On prefabricated bends, locate the spacer in the tangent, free of the coupling. On trench formed bends, locate the spacer midway between the tangent and center of the bend.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 242 Division 8: Miscellaneous Construction

All conduits in duct banks shall be supported with conduit spacers for SCL power distribution and transmission duct runs and communication duct runs. Spacers and installation of spacers for SCL duct runs shall meet the requirements of the Drawings and Seattle City Light Construction Guideline 0222.02. The conduit spacers shall match the conduit size and separation requirements in each duct bank. Conduit spacers are considered incidental to the Lineal Foot cost of Conduit.

At no time shall rebar or steel wire be wrapped around single conduit for additional support. If rebar or steel wire must be used, it shall encompass the entire conduit system. If additional support is required, plastic ties or other non-magnetic materials may be used following approval by Owner in writing. Steel reinforcement shall be installed in accordance with SCL Construction Guidelines. Concrete forms shall be required for all duct bank encasement when the trench shoring (Safety Systems in Trench Excavation or Support and Safety System) wall may not be used as one side of concrete form. All concrete forms shall be removed prior to backfilling of trench. When installing conduit under existing pavement or sidewalks, removal shall meet the requirements of Section 2-02. Surface restorations shall comply with the applicable sections of the Standard Plans and Standard Specifications. Conduit shall be installed in the number, type, size and location indicated on the Drawings. All tracer wire and test station locations shall be coordinated with the Engineer prior to installation. As-built drawings: For conduit runs that deviate from the location indicated on the Drawings or on Shop Drawings reviewed by the Engineer, and are to be buried in concrete structures such as abandon vaults, areaway walls, or foundations, the Contractor shall be required to submit an as-built drawing showing the actual locations of all roughed-in conduit to the Engineer at least 5 Working Days prior to pouring the concrete. The as-built drawing shall show the conduit run, conduit size, and conduit Material type in red and shall be dimensioned to the nearest 1 inch. Existing conduit in place scheduled to receive new conductors shall have any existing conductors removed and shall be cleaned with a mandrel and a cylindrical wire brush and blown out with compressed air and a pull cord installed extending at least 3 feet beyond the conduit at each end. See Seattle City Light Construction Guideline U2-11.40/NDK-40 for mandrel pulling of Seattle City Light power distribution and transmission duct runs. Conduit repairs: When small portions of damaged conduit repairs are necessary, repairs are permitted by using like schedule type PVC in its place. The PVC shall be coupled to the local conduit by means of beveled edge couplings slipped into place and then sealed with PVC cement. On repairs to steel conduit using PVC, a bonding #6 AWG jumper shall be installed connecting the metal sections together with bonding clamps approved by the Engineer. Marker stakes or tacks shall be set flush with the ground to locate the ends of stubbed out conduits which may be buried so that they may be located in the future. All stubbed out conduits shall be capped. Entry to electrical vaults or other structures shall be made such that the physical integrity of the vault or structure is not impaired. Any hole for entry to vaults or structures shall be core drilled of a diameter no greater than 1-1/2 times the diameter of the conduit entering the vault. See Section 1-05.2(2) for Electrical Safety Observer requirements. Annular spaces around conduit, ground wire, ducts, at wall penetrations of vault or other structural walls shall be filled with non-shrink cement sand grout (see Section 9-04.3(2)). Threaded inserts shall be coated with an approved rust preventative compound which is soluble in petroleum solvent. New conduit that does not have wire installed (vacant) shall have a pull cord installed extending at least 3 feet beyond the conduit at each end.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 243 Division 8: Miscellaneous Construction

8-39.3(5)A PROVING DUCT BANKS AND CONDUITS The Contractor shall provide the Engineer seven (7) Calendar Days of notice prior to proving of conduits in completed duct banks. An inspector or Owner shall have the right to be present at all times until the cleaning and testing are completed and pulling lines and plugs are installed to his/her satisfaction.

After final assembly in place, the conduit shall be blown clean with compressed air. Then, in the presence of SCL, a cleaning mandrel correctly sized for each size of conduit shall be pulled through to ensure that the conduit has not been deformed. See Seattle City Light Construction Guideline U2- 11.40/NDK-40 for mandrel pulling of Seattle City Light power distribution duct runs. All 5” network conduits shall be mandreled as specified in Section 8-38.3(2)A. As soon as the mandrel has been pulled through, both ends of the conduit shall be sealed with conduit caps. Conduits shall have a pull string and have a removable plug installed. Conduit runs shown in the Drawings are for bidding purposes only and may be changed, with approval of SCL and the Engineer, to avoid underground obstructions.

Mandrel shall be pulled by and may be pulled between vaults in either direction. If an obstruction is found, the affected section of conduit or duct bank shall be replaced at no cost to the Owner. After mandreling and cleaning, each conduit shall have a pull tape and plug installed in accordance with SCL Construction Guideline U2-11.40/NDK-40. Conduits shall be cleaned to the satisfaction of Engineer and SCL Inspectors. Each pull tape shall be secured at each end of the conduit.

Contractor shall install pulling line with a strength of greater than twenty-five hundred pounds (2,500 lbs). The wire brush for cleaning the duct shall be a standard duct wire brush and the diameter shall be the same as the inside diameter of ducts to be cleaned. Contractor shall pass a bullet-shaped wooden or metallic test mandrel in accordance with SCL Material Standard 7645.40 through the entire length of each duct run of the duct line to test for freedom of obstructions. The mandrel size shall be at least as large as the largest cable pulling head that could be used within that conduit to ensure cable can be pulled in successfully. The test mandrels for 2-in, 3-in and 5-in conduits shall be provided by SCL Electrical Reviewers. The wire brush and mandrel may be used together to clean and test the duct lines. A backup cord attached to the mandrel shall be used for withdrawal in case it cannot pass through the duct line.

Scarring found on the wooden mandrel deeper than one thirty-second inch (1/32”), other than that caused by normal abrasion between the duct line and bottom of the mandrel, shall be taken to indicate that burrs and/or obstructions are present in the duct run. Owner’s inspector shall determine when the mandrel shall be re-run. Contractor shall remove such burrs and/or obstructions after which the test mandrel is passed through again. The process will be repeated until a satisfactory result is obtained.

Contractors shall pull a rag bundle through each conduit run to ensure duct is free of sand, dirt, and debris. This shall be performed to the satisfaction of SCL’s Inspector.

After completion of cleaning and testing of the duct line, Contractor shall install in each duct run a mule tape pull line (AANCO Dandy Line TIFF 1,500 lbs. or 2,500 lbs.) or equivalent and plug both ends of each duct with plastic plugs.

8-39.3(5)B DUCT BANK TERMINATIONS Duct banks and conduits shall connect to existing duct banks and conduits as shown in the Drawings. Any deviation from the duct bank connections as shown in the Drawings shall be approved in writing by the Engineer. Steel doweling shall be present at duct bank terminations and shall be tied together with duct bank steel reinforcement, as shown in the Drawings.

Unless otherwise shown in the Drawings, all ducts and conduits shall be end belled flush with the recessed wall of the duct window in accordance with SCL Construction Guideline 0222.02. When connecting to conduit, the conduit shall be free of support for a distance of at least ten (10) feet. The conduit shall be aligned and supported with proper spacing prior to the installation of the concrete backfill and shall be cut to length after the concrete envelope has cured. The ends of the conduit shall be sealed

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 244 Division 8: Miscellaneous Construction with a plastic cap, plug, or substitute approved by Owner at the end of each day’s work, when work on duct installation has to be interrupted, where ducts may be submerged in water, and in stub outs.

Annular spaces around conduit, ground wire and duct connections to existing ducts shall be filled with non-shrink cement sand grout.

Electrical duct bank and vaults shall be inspected and cleaned of sand, dirt, and other foreign materials to the satisfaction of SCL Inspector prior to any cable installation activity. All conduits in the duct bank shall be swabbed and checked with an appropriate sized mandrel by the Contractor prior to any cable pulling. All conduits not being used for cable installation shall have a pull tape re-installed and secured in the vaults.

8-39.3(5)C TEMPORARY TERMINATIONS Duct banks and conduits terminating for a short duration of time, 48 hours or less, away from manholes, existing ducts or vaults, at the end of a day’s operation or during work suspension, shall not be cut. A plastic plug shall be installed into each exposed conduit end and shall be covered in a manner to protect the installation from damage or intrusion of foreign material. Temporary terminations shall be in accordance with SCL Construction Standard 0222.02.

8-39.3(5)D EMPTY DUCT BANKS AND CONDUITS All empty duct banks and conduits shall be sealed by the Contractor to prevent water from entering buildings or other structures. 8-39.3(6) GENERAL INSTALLATION REQUIREMENTS Conduits shall be installed in the number, type, size and location indicated in the Drawings.

All conduit bends shall maintain a minimum bend radius. The minimum acceptable bend radius is 12.5- feet for all bends unless otherwise shown in the Drawings or approved by the Engineer. The centerline of the duct bank radii is indicated in the Drawings and individual conduit spacing, layout, and bend radii will be determined by the Contractor according to the trench configuration indicated in the Drawings. No bend shall be less than the minimum acceptable radii.

The minimum acceptable sweep radius for 5-in PVC, RGS, or Fiberglass conduit is 30 feet for all sweeps unless otherwise shown in the Drawings or approved by the Engineer. Conduit sweeps shall be a continuous radius, and may not be corded with sections of elbows and straight sections of conduits, unless noted otherwise on the Drawings.

Conduits shall transpose positions as shown in the Drawings when the duct bank changes configuration. Additional conduit spacers shall be used to maintain the spacing between the conduits as necessary.

After an accurate grade line has been established, conduits shall be installed as shown in the Drawings with the established line and grade. Mud, silt, gravel, and other foreign material shall be kept out of the conduits and off the jointing surfaces.

8-39.3(6)A NETWORK DUCT BANK Reinforcing steel shall be provided for the Transmission Duct Bank. Reinforcing steel shall be per Standard Specification Section 9-07, Grade 60. Longitudinal steel shall be No.4 and the layout shall be as shown on the drawings. Hoop steel shall be No. 3 and shall be placed at 18 inches on center as shown within SCL Construction Standard 0222.02. Reinforcing steel shall form an outside loop enclosing all the conduits. Reinforcing steel and other metal shall not be placed between conduits as this would result in magnetic coupling on the cable, thus de- rating the cable.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 245 Division 8: Miscellaneous Construction

All 5” network conduits shall be mandreled with a test mandrel made of hardwood or Engineer-approved metal, 14 inches long with a diameter ½-inch less than the inside diameter of the five (5) inch duct. 8-39.3(6)B RIGID STEEL CONDUIT AND STEEL CONDUIT BENDING For all duct crossing under the future track(s) or in bends, rigid steel conduit and rigid steel bends shall be used. Rigid steel conduit shall also be used where required by SCL as outlined in SCL Construction Guideline 0222.02 based on utility clearances. SCL will not permit the use of fiberglass bends for this system. Pre-fabricated steel bends, as well as steel bends formed and bent on-site shall be allowed. For the network ducts and sweeps, fiberglass sweeps shall be allowed unless otherwise directed by SCL and unless the ducts cross under the future track in which the conduits must be rigid steel conduit as outlined in SCL Construction Guideline 0222.02 (page 3, item 8), and except that vertical bends at pole risers shall be rigid steel. For all small diameter conduits, 2-inches and less, all bends in the ducts shall be completed with Schedule 40 PVC conduit. When rigid steel conduit is cut, the ends shall be made square and true with conventional pipe cutting equipment. Conduit shall be threaded with a standard conduit cutting die. Burrs and sharp corners at the end of each conduit shall be removed with a tapered reamer. Threads shall be cleaned of all metal, lubricants, red lead, and any other material which prevents joining with threaded counterparts. Conduit threads shall be coated with a conduit thread compound designed to ease assembly and disassembly, and to improve electrical conductivity. Conduit shall be joined by the use of rigid steel conduit couplings. Running threads will not be permitted for coupling conduit. When a standard coupling cannot be used, an approved threaded union coupling shall be used. Conduit shall be tightened securely to prevent the entrance of moisture, concrete or other foreign material and to provide a good electrical connection throughout the entire length of the conduit run. The method of tightening shall not damage the conduit or coupling. Where the galvanizing on the conduit or the coupling has been damaged, it shall be thoroughly painted with galvanizing repair paint Federal Spec. MIL-P-21035 per the manufacturer’s recommendations. An Alternate repair method shall consist of applying a heated zinc alloy solder coating to a minimum thickness of 2 mils in accordance with ASTM A 780. Bushings shall be of the insulated throat type. The entire conduit system shall be properly bonded and grounded in accordance with N.E.C. Steel conduit bends and sweeps shall be furnished by the Contractor meeting the radius requirements detailed in the Drawings and SCL Guidelines. Where factory steel conduit bends and sweeps meeting the radii requirements are not available, the Contractor shall furnish steel conduit meeting SCL Material Standard 7050.05 and carefully bend and assemble conduit to meet the radius requirements. Bends and sweeps of conduits in a common trench shall be fabricated and placed to create a duct with uniform conduit bend radii, appearance and spacing. All steel conduits are subject to the cleaning and mandrelling acceptance process in SCL Construction Guideline U2-11.40/NDK-40. The Contractor shall mandrel all fabricated steel bends and sweeps prior to installation into the duct. Bends in steel conduits shall be made so that the conduit is not damaged and the internal diameter of the conduit is not effectively reduced. Individual bends (shots) made in conduit to achieve an overall radius shall be made uniformly at even spacing. No individual bends shall exceed 5 degrees, and it is recommended that the Contractor utilize more frequent bends at 3 or 4 degrees to ensure that conduits successfully mandrel. On large radius sweeps where multiple conduit lengths must be used, the Contractor shall cut off the threaded ends and utilize set screw couplings to join the conduit. These joints shall be sealed with electrical tape approved by SCL. Prior to commencing this work, the Contractor shall submit a plan for SCL approval which includes the intended methods and equipment to be used to bend steel conduit and proposed custom steel set screw couplings (meeting Buy America requirements) including materials and fabrication methods. For reference, the following methods and guidelines are used by SCL to bend and install steel conduits: Calculate the bending length: 1.57 X Radius (R) = Developed Length (DL) for a 90 degree bend. · Determine # of bending shots, degree per bending shot, and spacing over DL of conduit.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 246 Division 8: Miscellaneous Construction

· Bending shots are made consistently at 3, 4 or 5 degrees per shot and evenly spaced along the conduit. · The greater # of bending shots, the smoother the pipe wall will be after bending. · Leave 2 or 3 feet of straight pipe at the end for PVC connection.

Example for a 12.5 ft. Radius: 1.57 x 12.5ft R x 12 in/ft = 235.5 inch DL. 3 degree bends = 3 / 90 X 235.5 DL = Bend every 7.85 in; 4 degree bends = 4 / 90 X 235.5 DL = Bend every 10.5 in; 5 degree bends = 5 / 90 X 235.5 DL = Bend every 13.1 in. 8-39.3(6)C PVC CONDUIT All PVC Conduit shall be Schedule 40. PVC conduit shall be assembled with solvent welded joints in accordance with the manufacturer’s written instructions. The ends of all conduits shall be well reamed to remove burrs and rough edges. Field cuts shall be made square and true.

PVC conduits shall be joined utilizing either a straight spigot and integral bell or two straight spigots with a PVC conduit coupling as defined in SCL Material Standard 7015.05. The duct section shall have the bell ends facing up-slope according to the duct profile Drawings, and the inside of the male end of the duct shall be chamfered in case pulling has to go in the opposite direction. PVC conduit shall be assembled with solvent welded joints in accordance with the manufacturer’s written instructions.

A fine tooth wood saw may be used to cut the conduit. A square cut shall be made and all burrs shall be removed. The inside edge must be beveled such that a ridge does not occur that could damage cable polyethylene jacket or fiber optic. All foreign matter shall be wiped off the sockets of the fittings and the edges of the conduit with clean cloth.

The joined members shall be cured for at least five (5) minutes before disturbing or applying stress to the joint. After this initial cure, care must be exercised in handling to prevent twisting or pulling the joint. In damp weather, increase this interval to allow for slower evaporation of the solvent. Where possible, assemble all conduit above ground and allow it to lay undisturbed while curing before lowering it into the ditch.

Expose all plastic conduit and fittings to the same temperature conditions for a reasonable length of time before assembly.

Precautions – Due to expansion and contraction of the plastic conduit of 1-1/2 inches per 100 feet for every 20°F change in the temperature, allow extra conduit footage at each tie-in for contraction when the conduit temperature is higher than that of the earth; or extra room for expansion if the converse condition exists.

PVC fittings for direct burial shall meet the requirements of SCL Material Standard 7015.05.

Care shall be taken when joining PVC conduit to prevent splitting or cracking of the PVC. Damaged PVC conduit shall be removed and replaced at no cost to the Owner. 8-39.3(6)D FIBERGLASS CONDUIT All Fiberglass Conduit and Fittings shall be medium wall, (below ground encased burial), conforming to the Iron Pipe Standard (IPS), conforming to SCL Material Standard 7025.05. 8-39.3(6)E INSTALLATION TOLERANCES The allowable installation tolerances for the construction of the duct banks and trenches are as follows, unless approved by the Engineer:

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 247 Division 8: Miscellaneous Construction

1. Horizontal tolerance for the alignment is +/- 1 inches, however the Contractor is responsible for and shall maintain the SCL required clearances as noted in SCL Construction Guideline U2-10. 2. Vertical tolerance for the alignment is +/- 2 inches, however the Contractor is responsible for and shall maintain the SCL required clearances and cover conditions as noted in SCL Construction Guideline U2-10.

Duct banks and trenches not installed within tolerance may be required to be replaced. Any replacement resulting from the Contractor installing the duct banks and trenches in an out of tolerance location shall be at the Contractor’s expense, and shall not be a basis for not meeting the project schedule. 8-39.3(7) SPLIT CONDUITS Split conduits shall be PVC split full length and sealed with electrical tape or other approved tape product by the Engineer. All PVC Conduit shall be Schedule 40. PVC conduit shall be assembled with solvent welded joints in accordance with the manufacturer’s written instructions. The ends of all conduits shall be well reamed to remove burrs and rough edges. Field cuts shall be made square and true. 8-39.3(8) EXISTING UTILITIES The Contractor is alerted to the presence of existing underground utilities within the project area. The Project drawings 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 a trench/duct bank excavation plan that indicates the location of existing utilities within the trench/duct bank and vault excavation areas. Depth to existing utilities based on potholing information obtained by the Contractor shall also be shown. Conflicts between existing utilities, new conduit, new vaults, handholes, junction boxes and appurtenances shall be shown. See Section 2-07.3(4) Utility Support in Trench, the Contractor shall protect and support all existing utilities not identified to be removed, relocated or abandoned. The existing electrical systems shall remain operational during the installation of the underground utility system. Seattle IT (Doit) Fiber optic is located within duct banks throughout the corridor and the general understanding of the fiber optic system is indicated in the Drawings. The Contractor shall coordinate with Seattle IT (DOIT) for exact location of the utilities and protect the existing fiber optic in place. This may require Contractor to furnish and install PVC split duct casing on the fiber optic line and constructing the new duct bank(s) to include the split casing. Removal of existing distribution utility poles owned by Seattle City Light will be performed by Seattle City Light. The Contractor shall coordinate with KC Metro for all OCS support poles requiring relocation or temporary support. Side sewers damaged during the construction of the trench or duct bank shall be repaired or replaced per Section 7-18. 8-39.3(9) EXISTING POLE SUPPORT The existing strain pole/luminaire at the intersection of Stewart Street and Westlake Avenue shall be modified prior to duct bank construction which will undermine the foundation. A new pole and foundation shall be constructed and the overhead cable system wire shall be either relocated to the new pole or installed on temporary poles. The Contractor shall develop design calculations and drawings, and submit to the Engineer for review. Pole revisions shall be coordinated with KC Metro. Two new signal wires and heads shall be connected to the new pole and the existing wires on the existing pole shall be dropped. After transfer of the wires, signal heads, and strain pole support wires, the existing pole shall be removed and the duct bank may be constructed.

For all other poles located within 5 feet of the duct bank excavation zone, the shoring shall be designed to support the pole in place during construction. The Contractor shall design the support system and submit

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 248 Division 8: Miscellaneous Construction shop drawings and calculations to the Engineer for review. The calculations shall be developed by a Structural Engineer licensed in the State of Washington. The Contractor shall coordinate with SCL, SDOT, and KC Metro for protection of existing systems. 8-39.4 MEASUREMENT Bid items of Work completed pursuant to the Contract will be measured as provided in Section 1-09.1, Measurement of Quantities, unless otherwise provided for by individual measurement paragraphs herein this section. The following concrete encased duct banks shall include furnishing and installing the specified unit of material together with all other miscellaneous materials (including but not limited to Vault cover slabs, lids, Risers, hatches) necessary to provide a complete raceway system in accordance with the Drawings and Specifications. Measurement for “Concrete Encased Duct Bank Line (_), ((No. Conduits)-(Size))” will be by the linear foot measured on the ground along the successfully tested duct bank centerline between the edge of vault to edge of vault. Duct banks backfilled prior to inspection or not successfully passing testing will be deemed unsuccessfully tested and may be required to be replaced by the Contractor at the Contractor’s expense, and shall not be a basis for not meeting the project schedule.

Measurement for “Furnish and Install (size) kcmil Bare Cu 1/C Ground Cable” will be per linear foot. Measurement will be made for each ground conductor as received and as specified in this contract and includes a beginning point from the first connection point to the final connection point through all splices.

Measurement for “Pole Support” will be per each. 8-39.5 PAYMENT Compensation for the cost necessary to complete the work described in Section 8-38 will be made at the Bid item prices bid only for the Bid items listed or referenced as follows:

1. “Concrete Encased Duct Bank, Line (_), ((No. Conduits)-Size, Material)” , per linear foot.

The Bid item price for “Concrete Encased Duct Bank, Line (_), ((No. Conduits)-Size, Material)” shall include all costs for the work and materials required to furnish and install the duct bank complete including the removal of native soils or other materials for the installation of the duct bank/trench, conduit, bends and sweeps, fittings, conduit spacers, hardware, detectable marking tape, tracer wire and tracer wire testing station, steel reinforcing, steel plating, high strength FTB encasement, and low strength FTB backfill, as shown within the Drawings and as-built Drawings.

2. “Pole Support” , per each.

The Bid item price for “Pole Support” shall include all costs for the work to support existing utility, streetlight or signal poles during trenching operations adjacent to the pole. The unit price will be full pay for all labor, materials and equipment required to provide design, submittals, and temporary support of an existing pole.

Other Items No separate measurement will be made for trench excavation or existing duct bank removal.

No separate measurement will be made for High Strength Fluidized Backfill material or Low Strength Fluidized Thermal Backfill used to construct the Duct Banks as indicated in the Drawings.

No separate measurement or payment will be made for sweeps or bends indicated in the Drawings.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 249 Division 8: Miscellaneous Construction

No separate measurement will be made for “FTB Thermal Testing” in accordance with Section 8- 39.2(4)A.

Costs for the work required in cleaning and proof testing of conduits shall be considered included in the Bid item prices.

Costs for furnishing and installing pull tapes and duct plugs shall be considered as included in the Bid item prices.

If any of the conduits in a duct bank fails the proof test as specified, all costs to locate and repair the failed sections and retest the conduits shall be borne by the Contractor in accordance with Section 1- 05.7.

No separate measurement or payment will be made for loading, hauling, and disposal of all excavated soil or other materials.

3. “Furnish and Install (Size) kcmil Bare Cu 1/C Ground Cable” , per linear foot. The Bid item price for “Furnish and Install (Size) kcmil Jacketed Cu 1/C Cable” shall include all costs for ordering, procuring, delivery and storage of the cable at the site. This Bid item shall also include the following Cadweld Splices or better for (size) kcmil Cu cable for Transmission Ground connections. This work shall also include all costs for the work required to install the jacketed Ground cable and make all connections as specified. Payment will be made based on the Engineers final visual verification of the work and acceptance of the installation.

Other Items

Costs for foundation material, when required in the Contract, shall be paid separately using the Bid Item “Mineral Aggregate, Type 2” per cubic yard in accordance with Section 4-01.

No separate payment shall be made for protection of existing utilities and services, compacting the backfill, and installation of detectable warning tape. These items shall all be considered incidental to the work of constructing the duct bank, and all costs thereof shall be included in the payment as specified in the above Bid Items.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 250 Division 9: Materials

DIVISION 9: MATERIALS 9-01 PORTLAND CEMENT AND BLENDED HYDRAULIC CEMENT 9-01.2 SPECIFICATIONS 9-01.2(4) BLENDED HYDRAULIC CEMENT (GSP 09-30-14) Delete this section and replace with the following: Blended hydraulic cement shall be either Type IP, Type IS, Type IL or Type IT cement conforming to AASHTO M 240 or ASTM C 595, except that the blended hydraulic cement shall not contain more than 0.75-percent alkalis by weight calculated as Na2O plus 0.658 K2O and the content of Tricalcium Aluminate (C3A) shall not exceed 8-percent by weight calculated as 2.650Al2O3 minus 1.692Fe2O3 and meet the following additional requirements:

1. Type IP(X), Portland Pozzolan Cement, where (X) dictates pozzolan percentage. Type IP(X), Portland Pozzolan Cement, shall be Portland Cement and Pozzolan and the pozzolan shall be limited to fly ash or microsilica fume. Fly ash is limited to a maximum of 25-percent by weight of the cementitious material in air entrained concrete and 35-percent in non-air entrained concrete. Microsilica fume is limited to a maximum of 15-percent by weight of the cementitious material.

2. Type IS(X), Portland Blast Furnace Slag Cement, where (X) dictates slag percentage. Type IS(X), Portland Slag Cement, shall be Portland cement and ground granulated blast furnace slag. The addition of ground granulated blast furnace slag shall be limited to a maximum of 30-percent by weight of the cementitious material in air entrained concrete and 50-percent in non-air entrained concrete.

3. Type IL(X), Portland Limestone Cement, where (X) dictates limestone percentage. Type IL(X), Portland Limestone Cement, shall be portland cement and limestone where the percent of limestone in the blend shall be greater than 5 percent, and no more than 15 percent, of the total weight of portland cement and limestone.

4. Type IT(AX)( BY), Ternary Blended Cement, where A is either “S” for Slag cement, “P” for pozzolan, or “L” for limestone; whichever is present in larger amount by weight. And where B is either “S” for Slag cement, “P” for pozzolan, or “L” for limestone. “X” is the targeted percentage by weight of constituent A, and “Y” is the targeted percentage by weight of constituent B. Portland cement that may be replaced by weight in the blend shall be limited to the following maximums:

Air Entrained Non-Air Entrained Concrete Concrete Total Cement Replacement 35% 50% Fly Ash 25% 35% Microsilica Fume 10% 10% GGBFS 30% 40% Limestone 15% 15%

The source and weight of the pozzolan, ground granulated blast furnace slag, or limestone shall be certified on the cement mill test certificate and shall be reported as a percent by weight of the total cementitious material plus limestone, if present. The pozzolan, ground granulated blast furnace slag, or limestone constituent content in the finished cement shall not vary more than plus or minus 5 percent by

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 251 Division 9: Materials weight of the finished cement blend from the certified value. Type IL and Type IP with limestone will be considered to be low sulfate resistance cements. Fly ash shall meet the requirements of Section 9-23.9 of these Standard Specifications. Ground granulated blast furnace slag shall meet the requirements of Section 9-23.10 of these Standard Specifications. Limestone shall meet the requirements of Section 9-23.13 of these Standard Specifications. Microsilica fume shall meet the requirements of Section 9-23-11 of these Standard Specifications.

9-03 AGGREGATES 9-03.1 AGGREGATES FOR PORTLAND CEMENT CONCRETE (GSP 11-16-15) 9-03.1(3) COARSE AGGREGATE FOR PORTLAND CEMENT CONCRETE 9-03.1(3)E USE OF CRUSHED RECYCLED PORTLAND CEMENT CONCRETE Replace the first sentence with the following: With the approval of the Engineer, crushed recycled Portland cement concrete may be used as coarse aggregate for classes of concrete specified below. Add the following at the end: Maximum Allowable Percent of Recycled Concrete Rubble by Weight. Roadway Cement Concrete (All mixes) = 30% Non-Roadway Cement Concrete (High strength mixes) = 30% Non-Roadway Cement Concrete (Non-high strength mixes) = 100% Structural Concrete Class 3000 or higher = 0% 9-03.16 MINERAL AGGREGATE CHART (GSP 02-24-16) In the Mineral Aggregate Chart for Type #17 Bank Run Gravel; Remove the reference to Section 9- 03.12(2)B and replace it with Section 9-03.12(2).

9-04 JOINT AND CRACK SEALING MATERIALS 9-04.3 MORTAR AND NON-SHRINK CEMENT SAND GROUT 9-04.3(2) NON-SHRINK CEMENT SAND GROUT 9-04.3(2)C GROUT FOR PIPE CONNECTIONS AND POLES & PEDESTALS Replace this Section and Title with the following: 9-04.3(2)C GROUT FOR PIPE CONNECTIONS (GSP 09-30-14) Grout for pipe connections to maintenance hole, catch basins, inlets, and similar utility appurtenances, and installing tees shall meet section 9-20.3(4). Grout shall be mixed to a damp packing or ramming consistency. 9-05 STORM DRAIN AND SANITARY SEWER STRUCTURES, CULVERTS AND CONDUITS 9-05.4 POLYVINYL CHLORIDE (PVC) PIPE (SP 06-15-17) Add the following Section:

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 252 Division 9: Materials

9-05.4(2) C900 PVC PIPE C900 PVC pipe shall be manufactured from compounds conforming to cell classification 21454 as defined in ASTIM D-1784, and meet the requirements of AWWA C-900 standard specifications for polyvinyl chloride water distribution pipe. The integral bell joint system shall meet the requirements of ASTM D- 3139 and utilize an elastomeric seal meeting the specification defined in ASTM F-477. Unless noted otherwise, C-900 pipe used for sewer and drainage applications shall be dimension ratio (DR) 18, and shall be colored white. C900 shall not be allowed for any permanent water main or service. 9-14 EROSION AND LANDSCAPE MATERIALS 9-14.4 MULCHES AND AMENDMENTS (SP 05-08-17) 9-14.4(4) ARBORIST WOOD CHIP MULCH (SP 05-08-17) Replace this section with the following: Arborist Wood Chip Mulch (AWCM) must be coarse ground wood chips (approximately ½ inch to 6 inches along the longest dimension) derived from mechanical grinding or shredding of the above-ground portions of trees. It may contain wood, wood fiber, bark, branches, and leaves; but may not contain visible amounts of soil. It must be free of weeds and weed seeds including but not limited to plants on the King County Noxious Weed list available at : http.www.kingcounty.gov/weeds and must be free of invasive plant portions capable of re-sprouting, including but not limited to horsetail, ivy, clematis, and knotweed. It may not contain more than 1/2 percent by weight of manufactured inert material )such as plastic, concrete, ceramics, or metal). Arborist Wood Chip Mulch, when tested, must meet the following loose volume gradation:

Percent Passing Sieve Size Minimum Maximum 2" 95 100 1" 70 100 5/8" 0 50 1/4" 0 40 No particles may be longer than 8 inches. Prior to delivery, the Contractor must provide the following upon request: 1. The source of the product and species of trees included in it: 2. A sieve analysis verifying the product meets the above size gradation requirement; 3. A 5 gallon sample of the product, for Engineer’s Approval 9-23 CONCRETE CURING MATERIALS, POZZOLANS AND ADMIXTURES Add the following Section: 9-23.13 LIMESTONE (GSP 09-30-14) Limestone for Type IL or Type IT Blended Hydraulic Cement shall meet the requirements of ASTM C 595. 9-29 PAVEMENT MARKING 9-29.6 TEMPORARY RAISED PAVEMENT MARKERS (GSP 09-30-14) Delete the last sentence of this Section and replace with the following: Temporary raised pavement markers other than temporary flexible raised pavement markers shall conform to the requirements of Section 8-08.2.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 253 Division 9: Materials

9-30 WATER DISTRIBUTION AND TRANSMISSION MATERIALS 9-30.1 PIPE (SP 10-13-17) 9-30.1(1) DUCTILE IRON PIPE (SP 10-13-17) Replace this Section with the following: 1. Ductile iron pipe shall be restrained joint pipe centrifugally cast in 18 or 20 foot nominal lengths and shall be marked conforming to AWWA/ANSI C151/A21.51. Ductile iron pipe shall have a double thick cement-mortar lining conforming to AWWA/ANSI C104/A21.4. Ductile iron pipe shall be Standard Thickness Class 52 or 53 as indicated in the Drawings. All flanged ductile iron pipe shall be CL 53 per AWWA/ANSI C115/A21.5 and thicker classes are acceptable. 2. Non-restrained joints shall not be allowed. When mechanical joints are used, they shall conforming to AWWA/ANSI C111/A21.11 and shall be restrained. 3. Pipe shall be restrained joint pipe as specified in Section 9-30.2(6). 4. Special Thermoplastic Powder Coating and Polyethylene Encasement wrapping shall comply with Section 9-30.1(6)D. 5. Ductile Iron pipe shall meet SPU’s taste and odor test requirements. 9-30.1(6) PIPE COATINGS 9-30.1(6)D POLYETHYLENE ENCASEMENT (FILM WRAP) (SP 10-13-17) Add the following: Ductile iron pipe and connected network of fittings and appurtenances shall be encased in one (1), 8 mil minimum thickness V-Bio polyethylene encasement film wrap meeting the requirements of AWWA/ANSI C105A21.5 concerning both materials and installation and polyethylene tape sealed at the ends. 9-30.2 FITTINGS 9-30.2(1) DUCTILE IRON PIPE (SP 10-13-17) Replace this Section with the following: Fittings for ductile iron pipe shall be ductile iron conforming to AWWA C110, and AWWA C111 or AWWA C153 and shall be cement-mortar lined conforming to AWWA C104. Unless otherwise noted, all joints and fittings shall be restrained. Where restrained joint pipe is required, threaded flanges by restrained joint adapters shall not be longer than three pipe diameters. Threaded flanges and pipe shall conform to AWWA C115. The exterior flange lip overlapping the pipe barrel shall be sealed with a bituminous mastic. Mechanical joints fittings shall be restrained. Hub by flange fitting length shall conform to AWWA C110 or AWWA C153. The body of hub-by-flange fittings shall be a single-piece casting. Threaded pipe and flange combinations shall not be used. Where existing rod restrained fittings are found to be within the connection locations indicated in the Drawings, the Contractor shall continue to expose the pipe beyond the rod restrained connection and fully remove the rod restraint, associated fittings, bends, or pipe segments, and make the new restrained connection to solid pipe in such a manner as to maintain the full restrained condition. Rod restraints shall be anticipated at penetrations into areaways, at internal drops or bends inside the areaways, and before and after service vaults and valve chambers. Where connections are between the new pipe and existing mechanical joint fittings, the connection shall be restrained. Where restrained joint pipe is required, threaded flange by restrained joint adapters shall have a lay length within one inch longer than the minimum required by the manufacturer of the restrained joint pipe

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 254 Division 9: Materials or fitting to make the joint, unless called out otherwise on the Drawings. Threaded flanges and pipe shall conform to AWWA C115. The exterior flange lip overlapping the pipe barrel shall be sealed with bituminous mastic. Add the Following: 9-30.2(1)A REDUCERS (SP 10-13-17) Add the following: At various locations on Stewart Street, including but not limited to connections across 2 nd , 3 rd , 4 th , and 5 th Avenues, the Contractor shall coordinate with the Engineer and SPU operations crews for connections to the existing main. At the request of the Engineer, the Contractor shall be prepared to furnish all materials to the SPU yard designated by the Engineer for advance flushing, and disinfecting so segments can be installed on a single evening shut-down rather than an extended cut and cap, block, construct, and then re-connection approach. In cases in which it is deemed necessary by the Engineer to make connections of the reducers directly to new or existing pipe and the pipe will be in service without developed blocks, the Contractor shall furnish temporary blocking and duc lugs (tie bolts) for temporary anchoring of reducers. All temporary rods do not need to be coated. All permanent restraints shall be coated as indicated in the Drawings. Temporary restraints which are installed and transferred to permanent use shall be coated as indicated in the Drawings, see also, Section 7-11.3(4)B. 9-30.2(14) STEEL CASING PIPE (SP 10-13-17) Replace this Section with the following: Steel casing pipe for water main shall have a diameter and wall thickness as specified on the Drawings. The pipe shall be smooth and bare on the inside and epoxy coated on the outside. Steel pipe casing shall be coated with liquid epoxy paint per AWWA C210. Liquid epoxy shall be applied in three coats to a minimum thickness of 0.012-inch or 12 mils. The final coat of the liquid epoxy shall be blue for potable water. If damaged, scratched, scorched during welding, field touch up shall be applied to all scratches, burns, or holidays according to the manufacturer’s recommendations. Steel pipe casings shall include the installation of anode(s) on each end or each side of the casing as directed by the Engineer and in accordance with the Standard Drawings, unless otherwise directed by the Engineer. See specifications section 7-11.3(15)C2 for spacing requirements. 9-30.2(15) SEALS AND SPACERS FOR STEEL CASING PIPE 9-30.2(15)A SEALS (SP 10-13-17) Add the following: Where the pull on model S or C cannot fit between the end of the casing and the fitting or joint, the Contractor shall furnish and install a modular link seal which seals the casing around the carrier pipe internal to the casing. In no case shall link seals be used where model S or C seals can be installed. 9-30.3 VALVES 9-30.3(2) GATE VALVES 9-30.3(2)A GATE VALVES – DOUBLE DISC (SP 10-13-17) Add the following: Gate valves 14” and larger (M&H) or approved equal shall be manufactured in accordance with AWWA Standard C500-93. Valves shall be rated for 150 psi working pressure and 250 psi test pressure and flange or mechanical joint as indicated in the Drawings. Ends shall have a clear waterway equal to the full nominal diameter of the valve. Valves shall be double disc parallel seat type with non-rising stem and 2-inch square operating nut with the arrow cast into the metal to indicate direction of opening. Each valve shall have the manufacturer’s name, pressure rating, and year in which manufactured cast on the body. Prior to shipping the valve shall be factory hydrostatically tested to 300 psig. and at 150 psig.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 255 Division 9: Materials

Stuffing boxes shall be “O” ring seal type with a bronze bushing meeting ASTM B584. The Contractor shall measure finished grade and actual pipe grade and determine if the valve will be in a vertical installation or in a horizontal position and clear the subgrade elevation and allow for valve stem and riser and cover. In vertical position, a spur gearing with grease case shall be furnished and installed. In horizontal position, a beveled gearing with grease case shall be furnished and installed. Valves shall be bottom wedging type with two-part floating wedge contact. The wedge and hook shall be separate castings. Stems shall be in full accordance with AWWA and ASTM B584 with an 80,000 lb tensile strength and cast integral stem collar. Stem nuts shall be made of solid bronze independent of hooks, gates, and wedges. Pins will not be allowed to retain gates to stem nut. Gates shall be high strength cast iron without pockets and backs. Cam surfaces shall open to bottom. Gate rings shall be rolled into dovetailed grooves under pressure to make one inseparable unit. The gate ring shall be machined to a smooth finish. Bronze case rings shall be screwed into place and the contact face machined to a smooth finish. Valves installed with stems horizontal shall be equipped with bronze rollers, tracks, and scrapers. Bypasses shall be provided on all valves 16-inches and larger and mounted directly to the valve body with cast iron flanged connections. Bypass valves shall be resilient seated AWWA and ULFM approved. Two non-rising resilient wedge stem valves shall be located on the bypass. The Contractor shall provide all valves with 2-inch square nuts, extensions, and cast iron valve boxes per City of Seattle standard plan 315A and 315B requirements. Enclosed spur or beveled gearing with extended type gear cases shall be provided. Side cover plates shall be provided to completely enclose stem and stuffing box. The Contractor shall furnish and install brick, block, and coated steel plates or shims to support each valve not enclosed in a chamber. 9-30.3(2)B GATE VALVES RESILIENT SEAT (SP 10-13-17) Replace this Section with the following: Gate valves three inch through twelve inch diameter shall conform to AWWA C509, Section 9-30.3(1), and meet or exceed test pressures for corresponding sizes in Section 7-11.3(11)A1. Valve ends shall be as indicated in the Drawings. Where mechanical joints are indicated or used, they shall be restrained as a mechanical joint coupled joint. Where joints are flanged, connections shall be flange by flange or valve ends shall be flanged with appropriate flange by restrained joint adapters per Section 9-30.2(1).

Remove the Title and Section and replace with the following 9-30.3(3) TAPPING TEES AND VALVES (SP 10-13-17) The Contractor shall expose all around the existing pipe at the cut in location and coordinate with the Engineer and Seattle Public Utilities Operations Crews for the connection location. Tapping tees and valves will be allowed when connecting to existing cast iron water main pipe for services, hydrant laterals, or other connections as indicated in the Drawings. No tapping tees shall be allowed on new pipe. Small 2” diameter and less saddle services are not considered tapping tees. Tapping sleeves shall be capable of meeting test pressures of 300 psi for all sizes 24-inches and less. Tapping sleeves shall have a ductile iron (nodular) flange meeting ASTM A536, Grade 65-45-12. All flanges shall be in accordance with ANSI class 125 and 150 drillings and recessed to accept a tapping valve. A 304 stainless steel flange is optional but shall be provided with gasket material for separation between dissimilar metal materials.

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 256 Division 9: Materials

Stainless steel shall meet or exceed ASTM A 240 Type 304 UNS designated S30400. The outlet shall be heavy gauge 304L stainless steel and bolts shall be 5/8”-11 UNC threaded track head 304 stainless steel per ASTM A 193. All gaskets shall be NSF certified. 9-30.3(4) BUTTERFLY VALVES (SP 10-13-17) Replace this Section with the following: In addition to the requirements of Section 9-30.3(1), water main butterfly valves shall conform to AWWA C504 and shall be class 250B with a minimum working pressure of 250 psig. Valves shall be suitable for direct burial installation; however butterfly valves 12 inch and larger shall be installed within an access vault (valve chamber) sized to permit removal and replacement of the valve. All butterfly valve bodies and discs shall be ductile iron. Where butterfly valves are installed on restrained joint water mains, the valve ends shall be flanged with flanged by restrained joint adapters per Section 9-30.2(1). Valves shall be mounted on the water main or pipeline such that the operating nut is accessible and operable from above. Operator shall be manual, fully enclosed, and suitable for buried service. It shall open left (counterclockwise when viewed from above), and shall be equipped with a standard AWWA 2 inch square operating nut. Operators for 16 inch and larger valves shall be equipped with external indicators, visible from above, which show the position of the valve disc. Valve seats shall be full resilient seats retained in body in accordance with AWWA C504. Valve discs shall be constructed of ductile iron, ASTM A 536, Grade 65-45-12. Resilient seats shall be attached to the valve body, and discs shall have Type 316 stainless steel seating edges. Resilient seats shall be EPDM. Valves with resilient seats attached to the disk are not acceptable. A Manufacturer’s Certificate of Compliance stating that the valves to be furnished fully comply with AWWA C504 and the modifications contained herein shall be submitted to the Engineer before incorporation of the valve into the Work. The Contractor shall submit shop drawings illustrating final dimensions and clearances of fittings and components internal to the valve chambers. 20-inch by 4-inch tees shall be shop manufactured. Certification for inspection, Quality Control, testing and pressure requirements shall be submitted to the Engineer. Unless the Contract specifies otherwise, bolting and torquing for the valve connection to the water main shall be as recommended by the manufacturer including any connection coating requirement when buried in soil. Wearing surfaces shall be bronze or other approved noncorrosive Material and there shall be no moving bearing or contact surface of iron in contact with iron. Rubber seat shall be retained in the body and shall mate against a stainless steel surface mounted on the disc. Contact surfaces shall be machined and finished in the best workmanlike manner, and all wearing surfaces shall be easily renewable. The butterfly valves shall be manufactured by Henry Pratt Company, Mueller, DeZurick, Mosser Valve Division of Olsen Technologies, or approved equal. The valve manufacturer shall provide a non-corrosive durable metal tag, measuring 4 inches by 6 inches, or other size as approved by the Engineer, with the number of turns to fully open/close the valve permanently stamped on the tag. A non-corrosive high strength durable cord, approximately 18 inches in length, shall permanently attach the tag to either the bottom end of the valve box or the lower section of the valve chamber frame, as applicable. 9-30.3(6) RESERVED Remove the Title and Section and replace with the following

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 257 Division 9: Materials

9-30.3(6) DISMANTLING JOINT Dismantling Joints 14-inches and larger shall meet AWWA C207 Class E flange rated for greater than 250 psi. Fittings shall meet AWWA C219. Bolts and nuts shall meet ASTM A588 HSLA bolt material with stainless steel Type 304L. Tie Rods shall be stainless steel Type 304L, Coatings shall be fusion bonded epoxy per NSF 61. Gaskets shall be NBR rubber meeting ASTM D 200 9-30.3(12) VALVE CHAMBERS 9-30.3(12)A PRECAST VALVE CHAMBER (SP 10-13-17) Add the following: The Contractor shall submit shop drawings for each valve chamber complete with vertical and horizontal clearances from blow-offs, combination valves, and other appurtenances. Valves, and internal plumbing components shall not be submitted separately. All components internal to the valve chamber shall be submitted together to ensure components will fit within shop drawing clearances. All bypass valves with 2-inch square nuts shall be accessible from the surface with a valve box cover. Shop Drawings shall illustrate this configuration. Where valve covers cannot be installed within the precast top slab due to reinforcing clearances, the Contractor shall furnish and install bypass valves with handwheels and demonstrate accessibility in the shop Drawings. 9-30.3(12)H FRAME AND COVER AND VALVE BOX CASTINGS (SP 10-13-17) Add the following: The Contractor shall review the field conditions for all meter services prior to bid. All service valve or meter chambers with unhinged square hatches shall be removed and reconstructed on the existing meter or valve chamber to have either a square hinged hatch or round access lid. Add the following Section: 9-30.3(12)K LINE VALVE SUPPORT (SP 10-13-17) Line Valve Supports shall be comprised of parts that are hot dipped galvanized: two support tubes, with drain holes, welded to a common base plate and spaced at the valve flange spacing, a pair of individually adjustable saddles with centering tabs that match the outside diameter of the valve flange and its mated flange, and a mechanism for field setting the finish support height ±3 inches after the base plate has been grouted to the vault floor. Support tubes shall be shipped to the job site extra-long and be shortened to required length in the field. Required length shall be determined by field measuring the height needed for finish saddle height. Cut support pipes to produce flat ends which are square to the axis of the support tubes. Cut length shall provide the required height when the adjustment mechanism is approximately at the half way point when base is grouted in place. Before final assembly of the saddles and adjustment mechanism onto the cut support pipes, apply a liberal amount of water resistant grease to the cut end of the pipes. Install support with base plate level, and pack space beneath base plate with non-shrink grout as shown on the Drawings. Anchor supports to the vault floor with stainless steel concrete expansion anchors having 4 inches of embedment length. Line Valve Support as made by Material Distributors, Inc., shall be a modified Stand-on 92 Flange Support, or approved equal as shown in the Drawings. 9-30.5 HYDRANTS 9-30.5(1) GENERAL (SP 10-13-17) Add the following: Where indicated in the Drawings, Hydrant 6 In. Connection Type (310 or 311) may be integrated with an existing areaway wall and be cast into the wall or butted up against an existing areaway wall. The

Center City Connector Streetcar, Advance Utility Package Phase 2 (FTA) Page 258 Division 9: Materials

Contractor shall vacuum excavate up to the existing areaway and verify the configuration of the hydrant in relation to the areaway wall. For conditions in which the hydrant is outside the areaway wall, the Contractor shall construct the hydrant assembly per standard plans and specifications. For fire hydrant assemblies which penetrate the areaway wall, the Contractor shall coordinate with the Engineer for access to the areaway to chip out the existing pipe penetration for replacement of the new hydrant. The new hydrant shall be installed in the same location as the old hydrant and cast or grouted into place. For consistency in the corridor, hydrant assemblies shall be Kennedy or approved equal. The Contractor shall provide all power, lighting, scaffolding, equipment, tools, and labor to install the hydrant assembly, and finish the areaway space to leave a neat and clean condition. 9-30.6 SERVICE CONNECTIONS AND SERVICE PIPE OR TUBING 9-30.6(4) SERVICE PIPE 9-30.6(4)A COPPER TUBING (SP 10-13-17) Replace this Section with the following: Copper tubing shall conform to the requirements of ASTM B 88, Type K annealed, and certified ANSI NSF 61. Copper pipe tubing shall have a blue extruded polyethylene coating. Pipe and coating shall be compatible with standard solder, brazing, and compression fittings. All damaged coating and exposed pipe shall be wax tape wrapped. Tubing shall be coupled using compression fittings having a positive external gripping feature to prevent tubing pull-out, conforming to the requirements of AWWA C800, minimum 150 psi working pressure. 9-30.7 BEDDING, FOUNDATION MATERIAL AND GRAVEL (GSP 09-30-14) Replace the 2nd sentence of this section with the following: See Section 7-11.3(1) for bedding requirements. 9-36 DETECTABLE WARNING 9-36.3 DETECTABLE WARNING PLATE –SURFACE APPLIED (SP 08-31-17) Replace the 1st paragraph of this section with the following: The warning pattern shall be capable of being bonded to an existing cement concrete surface or asphalt surface. The surface of the warning pattern, excluding the domes, shall not be more than 3/8-inch above the surface of the concrete or asphalt after installation.