Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout24 Special Provisions
CITY OF RENTON, WASHINGTON
SE 172nd Street Green Stormwater Infrastructure (GSI) Project
SPECIAL PROVISIONS
FUNDED IN PART BY THE WASHINGTON STATE DEPARTMENT OF ECOLOGY
City of Renton ii February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
THIS PAGE INTENTIONALLY LEFT BLANK
R ERSGEITE D
2/28/2025
City of Renton iii February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Table of Contents
INTRODUCTION TO THE SPECIAL PROVISIONS .................................................................. 1
1-01 DEFINITIONS AND TERMS ........................................................................................... 3
1-01.3 Definitions ............................................................................................................... 3
1-02 BID PROCEDURES AND CONDITIONS ....................................................................... 7
1-02.1 Prequalification of Bidders ...................................................................................... 7
1-02.1(1) Supplemental Qualifications Criteria ................................................................ 7
1-02.2 Plans and Specifications ......................................................................................... 7
1-02.4 Examination of Plans, Specifications, and Site of Work .......................................... 7
1-02.4(1) General ............................................................................................................ 7
1-02.4(2) Subsurface Information .................................................................................... 8
1-02.5 Proposal Forms ...................................................................................................... 8
1-02.6 Preparation of Proposal .......................................................................................... 8
1-02.6(1) Certification of Compliance with Wage Payment Statutes ................................ 9
1-02.7 Bid Deposit ............................................................................................................. 9
1-02.7(1) Bid Bond, Cashier’s Check, Postal Money Order ............................................10
1-02.9 Delivery of Proposal ...............................................................................................10
1-02.10 Withdrawing, Revising, or Supplementing Proposal ...............................................11
1-02.12 Public Opening of Proposals ..................................................................................11
1-02.13 Irregular Proposals ................................................................................................11
1-02.14 Disqualification of Bidders ......................................................................................13
1-02.15 Pre Award Information ...........................................................................................14
1-03 AWARD AND EXECUTION OF CONTRACT ................................................................15
1-03.1 Consideration of bids .............................................................................................15
1-03.2 Award of Contract ..................................................................................................15
1-03.3 Execution of Contract.............................................................................................16
1-03.4 Contract Bond ........................................................................................................16
1-03.7 Judicial Review ......................................................................................................17
1-04 SCOPE OF WORK ........................................................................................................18
1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and
Addenda ........................................................................................................................18
1-04.4 Changes ................................................................................................................18
1-04.4(1) Minor Changes ................................................................................................18
1-04.5 Procedure, Protest, and Dispute by the Contractor ................................................18
1-04.6 Variation in Estimated Quantities ...........................................................................18
1-04.8 Progress Estimates and Payments ........................................................................19
City of Renton iv February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-04.11 Final Cleanup ........................................................................................................19
1-04.12 Contractor-Discovered Discrepancies ....................................................................20
1-05 CONTROL OF WORK ..................................................................................................21
1-05.4 Conformity With and Deviation from Plans and Stakes ..........................................21
1-05.4(1) Contractor Supplied Surveying ........................................................................22
1-05.4(2) Contractor Provided As-Built Information ........................................................22
1-05.7 Removal of Defective and Unauthorized Work .......................................................23
1-05.10 Guarantees ............................................................................................................24
1-05.11 Final Inspection and Operational Testing ...............................................................25
1-05.11(1) Substantial Completion Date ...........................................................................25
1-05.11(2) Final Inspection and Physical Completion Date ...............................................25
1-05.11(3) Operational Testing .........................................................................................26
1-05.12 Final Acceptance ...................................................................................................26
1-05.13 Superintendents, Labor and Equipment of Contractor ...........................................26
1-05.14 Cooperation with Other Contractors .......................................................................27
1-05.15 Method of Serving Notices .....................................................................................27
1-05.16 Water and Power ...................................................................................................28
1-05.17 Oral Agreements ....................................................................................................28
1-05.18 Contractor's Daily Diary .........................................................................................28
1-06 CONTROL OF MATERIAL ...........................................................................................31
1-06.1(1) Approval of Materials Prior to Use ...................................................................31
1-06.1(2) Request for Approval of Materials (RAM) ........................................................31
1-06.2 Acceptance of Material ..........................................................................................31
1-06.2(1) Samples and Tests for Acceptance .................................................................31
1-06.2(2) Statistical Evaluation of Materials for Acceptance ...........................................31
1-06.6 Recycled Materials ................................................................................................31
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ..............................33
1-07.1 Laws to be Observed .............................................................................................33
1-07.2 State Sales Tax .....................................................................................................34
1-07.2 State Sales Tax .....................................................................................................34
1-07.2(1) State Sales Tax – Rule 171 .............................................................................34
1-07.2(2) State Sales Tax – Rule 170 .............................................................................34
1-07.2(3) Services ..........................................................................................................35
1-07.5 Environmental Regulations ....................................................................................35
1-07.5(1) General ...........................................................................................................35
1-07.6 Permits and Licenses.............................................................................................35
City of Renton v February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-07.7 Load Limits ............................................................................................................36
1-07.9 Wages ...................................................................................................................36
1-07.9(3) Apprentices ............................................................................................................36
1-07.9(5) Required Documents ......................................................................................40
1-07.11 Requirements for Non-Discrimination ....................................................................40
1-07.11(11) City of Renton Affidavit of Compliance ............................................................40
1-07.13 Contractor’s Responsibility for Work ......................................................................41
1-07.13(1) General ...........................................................................................................41
1-07.15 Temporary Water Pollution Prevention ..................................................................41
1-07.16 Protection and Restoration of Property ..................................................................44
1-07.16(1) Private/Public Property ....................................................................................44
1-07.16(2) Vegetation Protection and Restoration ............................................................45
1-07.16(3) Archaeological and Historical Objects .............................................................46
1-07.17 Utilities and Similar Facilities..................................................................................46
1-07.17(3) Site Specific Potholing ....................................................................................48
1-07.17(4) Interruption of Services ...................................................................................49
1-07.17(5) Resolution of Utility Conflicts ...........................................................................49
1-07.18 Insurance ...............................................................................................................50
1-07.18(1) General Requirements ....................................................................................50
1-07.18(2) Additional Insured ...........................................................................................51
1-07.18(3) Subcontractors ................................................................................................51
1-07.18(4) Verification of Coverage ..................................................................................52
1-07.18(5) Coverages and Limits .....................................................................................52
1-07.22 Use of Explosives ..................................................................................................54
1-07.23 Public Convenience and Safety .............................................................................55
1-07.23(1) Construction Under Traffic ..............................................................................55
1-07.23(2) Construction and Maintenance of Detours ......................................................56
1-07.24 Rights-of-Way ........................................................................................................56
1-07.28 Confined Space Entry ............................................................................................57
1-08 PROSECUTION AND PROGRESS ..............................................................................59
1-08.0 Preliminary Matters ................................................................................................59
1-08.0(1) Preconstruction Conference ............................................................................59
1-08.0(2) Hours of Work .................................................................................................60
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees ...........62
1-08.1 Subcontracting .......................................................................................................62
1-08.2 Assignment ............................................................................................................62
City of Renton vi February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-08.3 Progress Schedule ................................................................................................62
1-08.4 Notice to Proceed and Prosecution of the Work .....................................................64
1-08.5 Time For Completion .............................................................................................65
1-08.6 Suspension of Work ...............................................................................................66
1-08.7 Maintenance During Suspension ...........................................................................67
1-08.9 Liquidated Damages ..............................................................................................67
1-08.11 Contractor's Plant and Equipment ..........................................................................68
1-08.12 Attention to Work ...................................................................................................68
1-09 MEASUREMENT AND PAYMENT ...............................................................................69
1-09.1 Measurement of Quantities ....................................................................................69
1-09.2 Weighing Equipment ..............................................................................................70
1-09.2(1) General Requirements for Weighing Equipment .............................................70
1-09.2(5) Measurement ..................................................................................................70
1-09.3 Scope of Payment .................................................................................................70
1-09.6 Force Account .......................................................................................................71
1-09.7 Mobilization ............................................................................................................71
1-09.9 Payments...............................................................................................................72
1-09.9(1) Retainage .......................................................................................................74
1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts .........74
1-09.9(3) Final Payment .................................................................................................76
1-09.11 Disputes and Claims ..............................................................................................77
1-09.11(2) Claims .............................................................................................................77
1-09.11(3) Time Limitation and Jurisdiction ......................................................................77
1-09.13 Claims and Resolutions .........................................................................................77
1-09.13(1) General ...........................................................................................................77
1-09.13(4) Venue for Litigation .........................................................................................79
1-09.14 Payment Schedule .................................................................................................79
1-09.14(1) Scope .............................................................................................................79
1-09.14(2) Bid Items .........................................................................................................79
1-10 TEMPORARY TRAFFIC CONTROL ........................................................................... 105
1-10.1 General ................................................................................................................ 105
1-10.2 Traffic Control Management................................................................................. 106
1-10.2(1) General ......................................................................................................... 106
1-10.3 Traffic Control Labor, Procedures, and Devices ................................................... 107
1-10.3(4) Traffic Control Constraints............................................................................. 110
1-10.4 Measurement ....................................................................................................... 111
City of Renton vii February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-10.5 Payment .............................................................................................................. 111
1-11 RENTON SURVEYING STANDARDS ........................................................................ 112
1-11.1 Description ........................................................................................................... 112
1-11.1(1) Responsibility for Surveys ............................................................................. 112
1-11.1(2) Survey Datum and Precision ......................................................................... 112
1-11.1(3) Subdivision Information ................................................................................. 112
1-11.1(4) Field Notes .................................................................................................... 113
1-11.1(5) Corners and Monuments ............................................................................... 113
1-11.1(6) Control or Base Line Survey ......................................................................... 113
1-11.1(7) Precision Levels ............................................................................................ 114
1-11.1(8) Radial and Station-Offset Topography .......................................................... 114
1-11.1(9) Radial Topography ........................................................................................ 114
1-11.1(10) Station-Offset Topography ............................................................................ 115
1-11.1(11) As-Built Survey ............................................................................................. 115
1-11.1(12) Monument Setting and Referencing .............................................................. 115
1-11.2 Materials .............................................................................................................. 116
1-11.2(1) Property/Lot Corners ..................................................................................... 116
1-11.2(2) Monuments ................................................................................................... 116
1-11.2(3) Monument Case and Cover .......................................................................... 116
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ............................................. 117
2-01.2 Disposal of Usable Material and Debris ............................................................... 117
2-01.3 Construction Requirements.................................................................................. 117
2-01.3(1) Clearing ........................................................................................................ 117
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS.............................................. 118
2-02.2 Removal of Unforeseen Obstructions and Debris ................................................ 118
2-02.3 Construction Requirements.................................................................................. 118
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters ................................. 118
2-02.5 Payment .............................................................................................................. 119
2-03 ROADWAY EXCAVATION AND EMBANKMENT ...................................................... 120
2-03.3 Construction Requirements.................................................................................. 120
2-04 HAUL .......................................................................................................................... 122
2-04.5 Payment .............................................................................................................. 122
2-05 CONTAMINATED SOIL AND WATER ........................................................................ 123
2-05.1 Description ........................................................................................................... 123
2-05.2 Construction Requirements.................................................................................. 123
2-05.2(1) Health and Safety ......................................................................................... 123
City of Renton viii February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
2-05.2(2) Health and Safety Plan and Accident Prevention Program ............................ 124
2-05.2(3) Contaminated Soil and Groundwater Handling and Management Plan ......... 124
2-05.2(4) Jobsite Monitoring ......................................................................................... 125
2-05.2(5) Test Sampling ............................................................................................... 125
2-05.2(6) Storage ......................................................................................................... 125
2-05.2(7) Profiling and Manifests .................................................................................. 126
2-05.2(8) Disposal of Excavated Soils .......................................................................... 127
2-05.2(9) Decontamination ........................................................................................... 127
2-05.2(10) Certification of Waste Weight and Disposal ................................................... 128
2-05.2(11) Contaminated Water ..................................................................................... 128
2-06 SUBGRADE PREPARATION ..................................................................................... 129
2-06.2 Subgrade Preparation to be Incidental ................................................................. 129
2-06.3(3) Subgrade for Permeable Pavements ................................................................... 129
2-09 STRUCTURE EXCAVATION ...................................................................................... 130
2-09.1 Description ........................................................................................................... 130
2-09.3 Construction Requirements.................................................................................. 130
2-09.3(1) General Requirements .................................................................................. 130
4-04 BALLAST AND CRUSHED SURFACING .................................................................. 132
4-04.2 Gravel Base ......................................................................................................... 132
4-04.3(5) Shaping and Compaction ..................................................................................... 132
5-04 HOT MIX ASPHALT .................................................................................................... 134
5-04 HOT MIX ASPHALT (Non-Statistical, Commercial) ................................................. 134
5-04.1 Description ........................................................................................................... 134
5-04.2 Materials .............................................................................................................. 134
5-04.2(1) How to Get an HMA Mix Design on the QPL ................................................. 135
5-04.2(2) Mix Design – Obtaining Project Approval ...................................................... 135
5-04.3 Construction Requirements.................................................................................. 137
5-04.3(1) Weather Limitations ...................................................................................... 137
5-04.3(2) Paving Under Traffic ..................................................................................... 137
5-04.3(3) Equipment ..................................................................................................... 138
5-04.3(4) Preparation of Existing Paved Surfaces ........................................................ 140
5-04.3(5) Producing/Stockpiling Aggregates and RAP ................................................. 143
5-04.3(6) Mixing ........................................................................................................... 143
5-04.3(7) Spreading and Finishing ............................................................................... 144
5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA ................................... 144
5-04.3(9) HMA Mixture Acceptance .............................................................................. 144
City of Renton ix February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
5-04.3(10) HMA Compaction Acceptance ...................................................................... 148
5-04.3(11) Reject Work .................................................................................................. 151
5-04.3(12) Joints ............................................................................................................ 152
5-04.3(13) Surface Smoothness ..................................................................................... 153
5-04.3(14) Planing (Milling) Bituminous Pavement ......................................................... 154
5-04.3(15) Sealing Pavement Surfaces .......................................................................... 158
5-04.3(16) HMA Road Approaches ................................................................................ 158
5-04.3(17) Construction Joint Sealing............................................................................. 158
5-04.3(18) Incidental Uses for HMA ............................................................................... 158
5-04.3(19) Vacant........................................................................................................... 158
5-04.3(20) Vacant........................................................................................................... 158
5-04.3(21) Temporary Pavement Marking ...................................................................... 158
5-04.3(22) Speed Cushions ............................................................................................ 158
5-04.4 Measurement ....................................................................................................... 159
5-04.5 Payment .............................................................................................................. 159
5-06 TEMPORARY RESTORATION IN PAVEMENT AREA ............................................... 163
5-06.1 Description ........................................................................................................... 163
5-06.2 Materials .............................................................................................................. 163
5-06.3 Construction Requirements.................................................................................. 163
5-07 PERVIOUS CONCRETE PAVEMENT ........................................................................ 164
5-07.1 Description ........................................................................................................... 164
5-07.2 Materials .................................................................................................................. 164
5-07.3 Construction Requirements ...................................................................................... 164
5-07.3(1) Pervious Concrete Preconstruction Meeting .................................................... 164
5-07.3(2) Pervious Concrete Mix Design ......................................................................... 165
5-07.3(2)A Mix Design Criteria ........................................................................................ 165
5-07.3(2)B Job Mix Formula (JMF) ................................................................................. 166
5-07.3(3) Submittals ........................................................................................................ 166
5-07.3(4) Equipment ....................................................................................................... 167
5-07.3(5) Measuring and Batching Materials ................................................................... 168
5-07.3(6) Acceptance ...................................................................................................... 168
5-07.3(7) Rejection ......................................................................................................... 169
5-06.3(8) Mixing Pervious Concrete ................................................................................ 170
5-07.3(9) Subgrade Preparation and Subbase ................................................................ 170
5-07.3(10) Placing, Spreading, Finishing, Edging, Tolerances and Curing ...................... 170
5-07.3(11) Joints ............................................................................................................. 172
City of Renton x February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
5-07.3(12) Cold Weather Work ....................................................................................... 173
5-07.3(13) Protection of Pervious Concrete Pavement.................................................... 174
5-07.4 Measurement ........................................................................................................... 174
5-07.5 Payment ................................................................................................................... 174
6-03 STEEL STRUCTURES ............................................................................................... 175
6-03.2 Materials .............................................................................................................. 175
6-03.3 Construction Requirements.................................................................................. 175
6-03.3(7) Shop Plans ................................................................................................... 175
6-03.3(11) Workmanship and Finish ............................................................................... 175
6-03.3(25) Welding ......................................................................................................... 175
7-01 DRAINS ...................................................................................................................... 176
7-01.1 Description ........................................................................................................... 176
7-01.2 Materials .............................................................................................................. 176
7-01.3 Construction Requirements.................................................................................. 176
7-01.3(1) Drain Pipe ..................................................................................................... 176
7-01.4 Measurement ....................................................................................................... 176
7-02 CULVERTS ................................................................................................................. 177
7-02.2 Materials .............................................................................................................. 177
7-04 STORM SEWERS ....................................................................................................... 178
7-04.2 Materials .............................................................................................................. 178
7-04.3 Construction Requirements.................................................................................. 179
7-04.3(1) Cleaning and Testing .................................................................................... 179
7-04.3(2) Abandon in Place Existing Storm Sewer Pipes ............................................. 180
7-04.3(3) CCTV Inspection ........................................................................................... 180
7-04.3(4) Direct Pipe Connections ................................................................................ 180
7-04.3(5) Temporary Stormwater Diversion .................................................................. 181
7-05 MANHOLES, INLETS, AND CATCH BASINS ............................................................ 183
7-05.2 Materials .............................................................................................................. 183
7-05.3 Construction Requirements.................................................................................. 183
7-05.3(1) Adjusting Manholes and Catch Basins to Grade ........................................... 183
7-05.3(2) Abandon Existing Manholes .......................................................................... 184
7-05.3(3) Connections to Existing Structures ................................................................ 185
7-05.3(4) Drop Manhole Connection............................................................................. 185
7-05.3(5) Manhole Coatings ......................................................................................... 186
7-05.3(6) BioPod Units ................................................................................................. 186
City of Renton xi February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
7-06 CONSTRUCTION DEWATERING .............................................................................. 188
7-06.1 Description ........................................................................................................... 188
7-06.2 Construction Requirements.................................................................................. 188
7-06.2(2) Quality Assurance ......................................................................................... 189
7-06.2(3) Submittals ..................................................................................................... 190
7-06.2(4) Available Subsurface Data ............................................................................ 191
7-06.2(5) Restrictions and Limitation ............................................................................ 191
7-06.2(6) Monitoring System ........................................................................................ 191
7-06.3(3) Formation Protection and Well Development ................................................ 192
7-06.3(4) Standby Equipment ....................................................................................... 192
7-06.3(5) Discharge Points and Pipes .......................................................................... 192
7-06.3(6) Water Supply for System Installation and Electrical Service .......................... 193
7-06.3(7) Dewatering System Protection ...................................................................... 193
7-06.3(8) System Removal ........................................................................................... 193
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS ................................................. 194
7-08.3 Construction Requirements.................................................................................. 194
7-08.3(2) Laying Pipe ................................................................................................... 195
7-09 WATER MAINS ........................................................................................................... 199
7-09.2 Materials .............................................................................................................. 199
7-09.3 Construction Requirements.................................................................................. 199
7-09.3(1) General ......................................................................................................... 199
7-09.3(6) Existing Utilities ............................................................................................. 199
7-09.3(15) Laying of Pipe of Curves ............................................................................... 201
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement ............ 201
7-09.3(19)A Connections to Existing Mains ...................................................................... 201
7-09.3(21) Concrete Thrust Blocking .............................................................................. 202
7-09.3(23) Hydrostatic Pressure Test ............................................................................. 203
7-12 VALVES FOR WATER MAINS ................................................................................... 206
7-12.3 Construction Requirements.................................................................................. 206
7-12.3(1) Installation of Valve Marker Post ................................................................... 206
7-12.3(2) Adjust Franchise Utility Appurtenances to Grade .......................................... 206
7-14 HYDRANTS ................................................................................................................ 207
7-14.1 Description .................................................................................................... 207
7-14.2 Materials ....................................................................................................... 207
7-14.3 Construction Requirements ........................................................................... 208
7-14.3(1) Setting Hydrants ........................................................................................... 208
City of Renton xii February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
7-14.3(1) Hydrant Assembly ......................................................................................... 208
7-14.3(3) Resetting Existing Hydrants .......................................................................... 209
7-14.3(4) Moving Existing Hydrants .............................................................................. 209
7-14.3(7) Remove and Salvage Hydrant ...................................................................... 209
7-14.3(8) Abandoned Valves ........................................................................................ 210
7-14.3(9) Water Main-Cut and Cap .............................................................................. 210
7-15 SERVICE CONNECTIONS ......................................................................................... 211
7-15.1 Description ........................................................................................................... 211
7-15.2 Materials .............................................................................................................. 211
7-15.3 Construction Requirements.................................................................................. 211
7-15.4 Measurement ....................................................................................................... 212
7-17 SANITARY SEWERS .................................................................................................. 214
7-17.2 Materials .............................................................................................................. 214
7-17.3 Construction Requirements.................................................................................. 215
7-17.3(1) Protection of Existing Sewerage Facilities ..................................................... 215
7-18 SIDE SEWERS ........................................................................................................... 219
7-18.2 Materials .............................................................................................................. 219
7-18.3(5) End Pipe Marker ........................................................................................... 219
7-19 SEWER CLEANOUTS ................................................................................................ 220
7-19.3 Construction Requirements.................................................................................. 220
7-19.4 Measurement ....................................................................................................... 220
8-02 ROADSIDE RESTORATION ....................................................................................... 221
8-02.3 Construction Requirements.................................................................................. 221
8-02.3(17) Lawn Installation ........................................................................................... 221
8-04 Curbs, Gutters, and Spillways ..................................................................................... 225
8-04.3 Construction Requirements.................................................................................. 225
8-04.5 Payment .............................................................................................................. 225
8-05 PRE- AND POST- CONSTRUCTION PHOTOGRAPHS AND VIDEO INSPECTION .. 226
8-05.1 Materials .............................................................................................................. 226
8-05.2 Construction Requirements.................................................................................. 226
8-13 MONUMENT CASES .................................................................................................. 228
8-13.3 Construction Requirements.................................................................................. 228
8-14 CEMENT CONCRETE SIDEWALKS .......................................................................... 229
8-14.2 Materials .............................................................................................................. 229
8-14.3 Construction Requirements.................................................................................. 229
8-14.3(4) Curing ........................................................................................................... 229
City of Renton xiii February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
8-21 PERMANENT SIGNING .............................................................................................. 231
8-21.2 Materials .............................................................................................................. 231
8-21.3 Construction Requirements.................................................................................. 232
8-21.4 Measurement ....................................................................................................... 232
8-22 PAVEMENT MARKING .............................................................................................. 233
8-22.1 Description ........................................................................................................... 233
8-22.2 Materials .............................................................................................................. 234
8-22.3 Construction Requirements.................................................................................. 234
8-22.3(3)E Installation ..................................................................................................... 235
8-22.3(3)G Glass Beads ................................................................................................. 235
8-22.3(3)H Speed Cushion Chevron ............................................................................... 235
8-22.3(3) Marking Application ....................................................................................... 235
8-22.3(5) Installation Instructions .................................................................................. 235
8-22.3(6) Removing Pavement Markings ..................................................................... 235
8-23 TEMPORARY PAVEMENT MARKINGS ..................................................................... 237
8-23.3 Construction Requirements.................................................................................. 237
9-03 AGGREGATES ........................................................................................................... 238
9-03.8 Aggregates for Concrete ...................................................................................... 238
9-03.8(7) HMA Tolerances and Adjustments ................................................................ 238
9-03.22 Cement-based Grout for Abandoning Existing Utilities (Additional Section) ......... 238
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS ...................................... 240
9-05.4 Steel Culvert Pipe and Pipe Arch ......................................................................... 240
9-05.7 Concrete Storm Sewer Pipe................................................................................. 240
9-05.7(2) Reinforced Concrete Storm Sewer Pipe ........................................................ 240
9-05.7(3) Concrete Storm Sewer Pipe Joints ................................................................ 240
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints ................................................... 240
9-05.9 Steel Spiral Rib Storm Sewer Pipe....................................................................... 240
9-05.12(3) CPEP Sewer Pipe ......................................................................................... 241
9-05.13 Ductile Iron Sewer Pipe ....................................................................................... 241
9-05.13(1) Ductile Iron Pipe Casing ................................................................................ 241
9-05.20 Corrugated Polyethylene Storm Sewer Pipe (CPEP) ........................................... 242
9-05.20(1) Description .................................................................................................... 242
9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene
Sanitary Sewer Pipe .................................................................................................... 242
9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe ....................................... 242
9-05.50 Precast Concrete Drainage Structures ................................................................. 242
9-05.50(2) Manholes ...................................................................................................... 242
City of Renton xiv February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
9-05.51 Dense Foam ........................................................................................................ 243
9-08 PAINTS AND RELATED MATERIALS ....................................................................... 244
9-08.9 Manhole Coating System Products ...................................................................... 244
9-08.9(1) Coating Systems Specification ...................................................................... 244
9-14 EROSION CONTROL AND ROADSIDE PLANTING .................................................. 245
9-14.2 Topsoil ................................................................................................................. 245
9-14.2(1) Topsoil Type A .............................................................................................. 245
9-14.5(4) Wood Strand Mulch ......................................................................................... 246
9-14.7 Plant Materials ..................................................................................................... 247
9-14.7(4) Sod ............................................................................................................... 247
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES ........................................... 248
9-23.9 Fly Ash ................................................................................................................ 248
9-30 WATER DISTRIBUTION MATERIALS ....................................................................... 249
9-30.1 Pipe ..................................................................................................................... 249
9-30.1(1) Ductile Iron Pipe ............................................................................................ 249
9-30.1(2) Polyethylene Encasement ............................................................................. 249
9-30.2 Fittings ................................................................................................................. 249
9-30.2(1) Ductile Iron Pipe ............................................................................................ 249
9-30.2(2) Galvanized Iron Pipe ..................................................................................... 250
9-30.2(4) Steel Pipe ..................................................................................................... 250
9-30.2(6) Restrained Joint ............................................................................................ 251
9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe ........................................ 251
9-30.3 Valves .................................................................................................................. 251
9-30.3(1) Gate Valves (3 inches to 16 inches) .............................................................. 252
9-30.3(3) Butterfly Valves ............................................................................................. 252
9-30.3(4) Valve Boxes .................................................................................................. 253
9-30.3(5) Valve Marker Posts ....................................................................................... 253
9-30.3(6) Valve Stem Extensions ................................................................................. 253
9-30.3(7) Combination Air Release/Air Vacuum Valves ................................................ 253
9-30.3(8) Tapping Sleeve and Valve Assembly ............................................................ 253
9-30.3(9) Blow-Off Assembly ........................................................................................ 254
9-30.5 Hydrants .............................................................................................................. 254
9-30.5(1) End Connections ........................................................................................... 254
9-30.5(2) Hydrant Dimensions ...................................................................................... 254
9-30.6 Water Service Connections (2 Inches and Smaller) ............................................. 255
9-30.6(3) Service Pipes ................................................................................................ 255
City of Renton xv February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
9-30.6(4) Service Fittings ............................................................................................. 255
9-30.6(5) Meter Setters ................................................................................................ 255
9-30.6(7) Meter Boxes .................................................................................................. 255
City of Renton xvi February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
THIS PAGE INTENTIONALLY LEFT BLANK
SPECIAL PROVISIONS
THIS PAGE INTENTIONALLY LEFT BLANK
City of Renton 1-1 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
INTRODUCTION TO THE SPECIAL PROVISIONS
The work on this project shall be accomplished in accordance with the Standard Specifications
for Road, Bridge and Municipal Construction, 2024 edition, as issued by the Washington State
Department of Transportation (WSDOT) and the American Public Works Association (APWA),
Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications,
as modified or supplemented by the Amendments to the Standard Specifications and these
Special Provisions, all of which are made a part of the Contract Documents, shall govern all of
the Work.
These Special Provisions are made up of both General Special Provisions (GSPs) and Project
Special Provisions (PSPs) from various sources. Each Provision supplements, modifies, or
replaces the comparable Standard Specification, or is a new Provision. The deletion,
amendment, alteration, or addition to any subsection or portion of the Standard Specifications is
meant to pertain only to that particular portion of the section, and in no way should it be
interpreted that the balance of the section does not apply.
Special Provision types are labeled under each header with the effective date and its source, as
follows:
(date MUTCD GSP)
General Special Provision from Manual on Uniform Traffic
Control Devices (MUTCD) for Streets and Highways, with
Washington State modifications, if any
(date PROWAG GSP) General Special Provision from Public Rights-Of-Way
Accessibility Guidelines (PROWAG)
(date WSDOT GSP) General Special Provision from WSDOT
(date APWA GSP) General Special Provision from the American Public Works
Association (AWPA)
(******) Project Special Provision
Also incorporated into the Contract Documents by reference are:
• Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted
edition, with Washington State modifications, if any
• Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current
edition
• City of Renton Standard Plans, City of Renton Public Works Department, Current Edition
• Public Rights-Of-Way Accessibility Guidelines (PROWAG), current edition
Contractor shall obtain copies of these publications, at Contractor’s own expense.
The symbol (******) indicates a PSP, that is a Special Provision that normally appears only in
this contract. A GSP that has been modified is identified as a PSP.
When the Local Agency GSPs revise only a part of a paragraph(s) in a section of the
WSDOT/APWA Standard Specifications, the entire paragraph is repeated, with new text
underlined for clarity, and deleted text crossed out. When the entire paragraph or section is
revised, underlines are not used.
Introduction to the Special Provisions
City of Renton 1-2 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Third-Party Beneficiary: All parties agree that the State of Washington shall be, and is hereby,
named as an express third-party beneficiary of this Contract, with full rights as such.
END OF INTRODUCTION
DIVISION 1 GENERAL REQUIREMENTS
City of Renton 1-3 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-01 DEFINITIONS AND TERMS
1-01.3 Definitions
(January 19, 2022 APWA GSP)
Delete and replace the heading Completion Dates and the three paragraphs that follow it, and
replace them with the following:
Dates
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the Bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive Bidder for the Work.
Contract Execution Date
The date the Contracting Agency officially binds the Agency to the Contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the Contract time begins.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted use
and benefit of the facilities, both from the operational and safety standpoint, any
remaining traffic disruptions will be rare and brief, and only minor incidental work,
replacement of temporary substitute facilities, plant establishment periods, or correction
or repair remains for the Physical Completion of the total Contract.
Physical Completion Date
The day all of the Work is physically completed on the project. All documentation
required by the Contract and required by law does not necessarily need to be furnished
by the Contractor by this date.
Completion Date
The day all the Work specified in the Contract is completed and all the obligations of the
Contractor under the contract are fulfilled by the Contractor. All documentation required
by the Contract and required by law must be furnished by the Contractor before
establishment of this date.
Final Acceptance Date
The date on which the Contracting Agency accepts the Work as complete.
Supplement this Section with the following:
All references in the Standard Specifications or WSDOT General Special Provisions, to the
terms “Department of Transportation”, “Washington State Transportation Commission”,
“Commission”, “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State
Treasurer” shall be revised to read “Contracting Agency”.
1-01 Definitions and Terms
City of Renton 1-4 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
All references to the terms “State” or “state” shall be revised to read “Contracting Agency”
unless the reference is to an administrative agency of the State of Washington, a State
statute or regulation, or the context reasonably indicates otherwise.
All references to “State Materials Laboratory” shall be revised to read “Contracting Agency
designated location”.
All references to “final contract voucher certification” shall be interpreted to mean the
Contracting Agency form(s) by which final payment is authorized, and final completion and
acceptance granted.
Additive
A supplemental unit of work or group of bid items, identified separately in the Bid Proposal,
which may, at the discretion of the Contracting Agency, be awarded in addition to the base
bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the Bid
Proposal, from which the Contracting Agency may make a choice between different
methods or material of construction for performing the same work.
Business Day
A business day is any day from Monday through Friday except holidays as listed in Section
1-08.5.
Contract Bond
The definition in the Standard Specifications for “Contract Bond” applies to whatever bond
form(s) are required by the Contract Documents, which may be a combination of a Payment
Bond and a Performance Bond.
Contract Documents
See definition for “Contract”.
Contract Time
The period of time established by the terms and conditions of the Contract within which the
Work must be physically completed.
Notice of Award
The written notice from the Contracting Agency to the successful Bidder signifying the
Contracting Agency’s acceptance of the Bid Proposal.
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor authorizing
and directing the Contractor to proceed with the Work and establishing the date on which
the Contract time begins.
Traffic
Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and
equestrian traffic.
1-01 Definitions and Terms
City of Renton 1-5 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
(******)
Supplement this section as follows:
Act of God
"Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of
nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for
the specific locality of the Work, which might reasonably have been anticipated from
historical records of the general locality of the Work, shall not be construed as an act of
God.
Biologist
Shall consist of a biologist representing the Contracting Agency.
Consulting Engineer
The Contracting Agency's design consultant, who may or may not administer the
construction program for the Contracting Agency.
Contract Price
Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in
properly executed change orders.
Day
Unless otherwise designated, day(s) as used in the Contract Documents, shall be
understood to mean working days.
District
The Soos Creek Water and Sewer District is the owner of the proposed and existing water
and sewer utility for this contract, referenced as District or Soos Creek.
Engineer
The City Engineer or duly authorized representative, or an authorized member of a licensed
consulting firm retained by the Owner for the construction engineering of a specific public
works project.
Inspector
The Owner’s authorized representative assigned to make necessary observations of the
Work performed or being performed, or of materials furnished or being furnished by the
Contractor.
Or Equal
Where the term "or equal" is used herein, the Contracting Agency, or the Contracting
Agency on recommendation of the Engineer, shall be the sole judge of the quality and
suitability of the proposed substitution. The responsibility and cost of furnishing necessary
evidence, demonstrations, or other information required to obtain the approval of alternative
materials or processes by the Owner shall be entirely borne by the Contractor.
Owner
The City of Renton or its authorized representative also referred to as Contracting Agency.
Performance and Payment Bond
Same as “Contract Bond” defined in the Standard Specifications.
1-01 Definitions and Terms
City of Renton 1-6 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Plans
The Contract Plans and/or Standard Plans which show location, character, and dimensions
of prescribed Work including layouts, profiles, cross-sections, and other details. Drawings
may either be bound in the same book as the balance of the Contract Documents or bound
in separate sets, and are a part of the Contract Documents, regardless of the method of
binding. The terms "Standard Drawings" or "Standard Details" generally used in
Specifications refers to drawings bound either with the specification documents or included
with the Plans or the City of Renton or District Standard Plans.
Points
Wherever reference is made to the Engineer’s points, this shall mean all marks, bench
marks, reference points, stakes, hubs, tack, etc., established by the Engineer for
maintaining horizontal and vertical control of the Work.
Provide
Means “furnish and install” as specified and shown in the Plans.
Secretary, Secretary of Transportation
The chief executive officer of the Department and other authorized representatives. The
chief executive officer to the Department shall also refer to the Department of Public Works
Administrator.
Shop Drawings
Same as “Working Drawings” defined in the Standard Specifications.
Special Provisions
Modifications to the Standard Specifications and their amendments that apply to an
individual project. The special provisions may describe Work the Specifications do not cover.
Such Work shall comply first with the Special Provisions and then with any Specifications
that apply. The Contractor shall include all costs of doing this Work within the bid prices.
State
The state of Washington acting through its representatives. The State shall also refer to The
City of Renton and its authorized representatives where applicable.
Supplemental Drawings and Instructions
Additional instructions by the Engineer at request of the Contractor by means of drawings or
documents necessary, in the opinion of the Engineer, for the proper execution of the Work.
Such drawings and instructions are consistent with the Contract Documents.
Utility
Public or private fixed improvement for the transportation of fluids, gases, power, signals, or
communications and shall be understood to include tracks, overhead and underground
wires, cables, pipelines, conduits, ducts, sewers, or storm drains.
END OF SECTION 1-01
1-02 Bid Procedures and Conditions
City of Renton 1-7 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 Prequalification of Bidders
(January 24, 2011 APWA GSP)
Delete and replace this section as follows:
Before award of a public works contract, a bidder must meet at least the minimum
qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to
be awarded a public works project.
1-02.1(1) Supplemental Qualifications Criteria
(July 31, 2017 APWA GSP)
This is a new section as follows:
In addition, the Contracting Agency has established Contracting Agency-specific and/or
project-specific supplemental criteria, in accordance with RCW 39.04.350(3), for determining
Bidder responsibility, including the basis for evaluation and the deadline for appealing a
determination that a Bidder is not responsible. These criteria are contained in Section 1-
02.14 Option C of these Special Provisions.
1-02.2 Plans and Specifications
(July 27, 2011 APWA GSP)
Delete this section and replace as follows:
Information as to where Bid Documents can be obtained or reviewed will be found in the
Call for Bids (Advertisement for Bids) for the Work.
After award of the Contract, Plans and Specifications will be issued to the Contractor at no
cost as detailed below:
To Prime Contractor No. of Sets Basis of Distribution
Reduced Plans (11” x 17”) 3 Furnished automatically upon award
Contract Provisions 3 Furnished automatically upon award
Large Plans (e.g., 22” x 34”) 1 Furnished only upon request
Electronic Contract Documents 1 Furnished upon request
Additional plans and Contract Provisions may be obtained by the Contractor from the source
stated in the Call for Bids, at the Contractor’s own expense.
1-02.4 Examination of Plans, Specifications, and Site of Work
1-02.4(1) General
(December 30, 2022 APWA GSP Option B)
The first sentence of the ninth paragraph, beginning with “Prospective Bidder desiring…”, is
revised to read:
Prospective Bidders desiring an explanation or interpretation of the Bid Documents, shall
request the explanation or interpretation in writing by close of business 5 business days
1-02 Bid Procedures and Conditions
City of Renton 1-8 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
preceding the bid opening to allow a written reply to reach all prospective Bidders before the
submission of their Bids.
1-02.4(2) Subsurface Information
(******)
Section 1-02.4(2) is supplemented with the following:
If a geotechnical study was prepared for the project, then the findings and recommendations
are summarized in a report which is made available for the bidders’ convenience but is not a
part of the contract.
1-02.5 Proposal Forms
(******)
Delete and replace this section as follows:
At the request of the bidder, the Contracting Agency will provide a proposal form for any
project on which the bidder is eligible to bid.
The proposal form will identify the project and its location and describe the Work. It will also
list estimated quantities, units of measurement, the items of Work, and the materials to be
furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that
call for, but are not limited to, unit bid prices; extensions; summations; the total bid amount;
signatures; date; and, where applicable, retail sales taxes and acknowledgement of
addenda; the bidder’s name, address, telephone number, and signature; a State of
Washington Contractor’s Registration Number; Unified Business Identifier (UBI); Industrial
Insurance Account Number; Employment Security Department Number and State Excise
Tax Registration Number. Bids shall be completed by typing or shall be printed in ink by
hand, preferably in black ink. The required certifications are included as part of the proposal
form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates and
additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all
alternates and additives set forth in the proposal forms unless otherwise specified.
Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by
the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the
bid in any manner.
1-02.6 Preparation of Proposal
(December 10, 2020 APWA GSP, Option B)
Supplement the second paragraph with the following:
4. If a minimum bid amount has been established for any item, the unit or lump sum price
must equal or exceed the minimum amount stated.
5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by
the signer of the bid.
Delete the last two paragraphs, and replace them with the following:
The Bidder shall submit with their Bid a completed Contractor Certification Wage Law
Compliance form, provided by the Contracting Agency. Failure to return this certification as
1-02 Bid Procedures and Conditions
City of Renton 1-9 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award.
A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms.
The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice
president (or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner. A
copy of the partnership agreement shall be submitted with the Bid Form if any UDBE
requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a member
of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid
Form if any UDBE requirements are to be satisfied through such an agreement.
(******)
Section 1-02.6 is supplemented with the following:
Evidence of the signatory’s authority to sign the Bid Proposal on behalf of the
business entity shall be submitted with the Bid Proposal. Otherwise, the submitted
Bid Proposal will be considered irregular and non-responsive and may be rejected.
1-02.6(1) Certification of Compliance with Wage Payment Statutes
(******)
Section 1-02.6(1) is an added new section:
The Bidder shall submit with the Bid a completed and signed “Contractor Certification, Wage
Law Compliance – Responsibility Criteria, Washington State Public Works Contracts”
document where the Bidder under penalty of perjury verifies that the Bidder is in compliance
with responsible bidder criteria in RCW 39.04.350 subsection (1)(g), as required per Section
1-02.14. Otherwise, the submitted Bid Proposal will be considered irregular and non-
responsive and will be rejected.
The Bidder may use the form provided in the Bid Documents. The form is also available at
https://wsdot.wa.gov/business-wsdot/how-do-business-us/electronic-forms. The
Bidder may download, print, complete and sign the form to include with Bid. The DOT Form,
DOT Form Number and revision date must match the form included in the Bid Documents,
otherwise the Bid will be regarded as irregular and non-responsive and the Bid will be
rejected.
1-02.7 Bid Deposit
(March 8, 2013 APWA GSP)
Supplement this section as follows:
Bid bonds shall contain the following:
1. Contracting Agency-assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
1-02 Bid Procedures and Conditions
City of Renton 1-10 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
4. The amount of the bid bond stated either as a dollar figure or as a percentage which
represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder’s officer empowered to sign official statements. The signature
of the person authorized to submit the bid should agree with the signature on the
bond, and the title of the person must accompany the said signature;
6. The signature of the surety’s officer empowered to sign the bond and the power of
attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the
Contract Provisions.
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.
1-02.7(1) Bid Bond, Cashier’s Check, Postal Money Order
(******)
Section 1-02.7(1) is an added new section:
As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit
in the form of either a bid bond, cashier’s check or postal money order in an amount equal to
five percent (5%) of the Total Bid Amount shall be submitted with the Bid Proposal.
If the Bidder elects to provide a bid bond, the Proposal Bid Bond form included in the Bid
Documents shall be used. Otherwise, the Bid Proposal will be considered irregular and non-
responsive and the Bid Proposal will be rejected.
If the Bidder elects to provide a cashier’s check, it shall be made payable to the City of
Renton.
If the Bidder elects to provide a postal money order, it shall be made payable to the City of
Renton.
Cash will not be accepted for a bid deposit.
1-02.9 Delivery of Proposal
(******)
Delete Section 1-02.9 and replace it with the following:
Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project
Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as
otherwise required in the Bid Documents, to ensure proper handling and delivery.
Proposals that are received as required will be publicly opened and read as specified in
Section 1-02.12. The Contracting Agency will not open or consider any Bid Proposal that is
received after the time specified in the Call for Bids for receipt of Bid Proposals, or received
in a location other than that specified in the Call for Bids. The Contracting Agency will not
open or consider any “Supplemental Information” (DBE confirmations, or GFE
documentation) that is received after the time specified above, or received in a location
other than that specified in the Call for Bids.
1-02 Bid Procedures and Conditions
City of Renton 1-11 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
If an emergency or unanticipated event interrupts normal work processes of the Contracting
Agency so that Proposals cannot be received at the office designated for receipt of bids as
specified in Section 1-02.12 the time specified for receipt of the Proposal will be deemed to
be extended to the same time of day specified in the solicitation on the first work day on
which the normal work processes of the Contracting Agency resume.
1-02.10 Withdrawing, Revising, or Supplementing Proposal
(July 23, 2015 APWA GSP)
Delete this section, and replace it as follows:
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may
withdraw, revise, or supplement it if:
The Bidder submits a written request signed by an authorized person and physically
delivers it to the place designated for receipt of Bid Proposals, and
The Contracting Agency receives the request before the time set for receipt of Bid
Proposals, and
The revised or supplemented Bid Proposal (if any) is received by the Contracting
Agency before the time set for receipt of Bid Proposals.
If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before
the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened
Proposal package to the Bidder. The Bidder must then submit the revised or supplemented
package in its entirety. If the Bidder does not submit a revised or supplemented package,
then its bid shall be considered withdrawn.
Late revised or supplemented Bid Proposals or late withdrawal requests will be date
recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed
requests to withdraw, revise, or supplement a Bid Proposal are not acceptable.
1-02.12 Public Opening of Proposals
(******)
Supplemented this section as follows:
The Contracting Agency reserves the right to postpone the date and/or time that sealed bids
are due and the bid opening. Notification to bidders of any change will be by addenda.
1-02.13 Irregular Proposals
(******)
Delete this section and replace it with the following:
1. A Proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
b. The authorized Proposal form furnished by the Contracting Agency is not used or is
altered;
c. The completed Proposal form contains any unauthorized additions, deletions,
alternate Bids, or conditions;
d. The Bidder adds provisions reserving the right to reject or accept the award, or enter
into the Contract;
1-02 Bid Procedures and Conditions
City of Renton 1-12 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
e. A unit price (price per unit) cannot be determined from the Bid Proposal;
f. The Proposal form is not properly executed;
g. The Bidder fails to submit with their proposal, an original Bid Proposal Deposit in an
amount equal to five percent (5%) of the Total Bid Amount, as required in Section 1
02.7;
h. The Bidder elects to provide a Proposal Bid Bond for the Bid Proposal Deposit and
does not submit or properly execute the Proposal Bid Bond form included in the Bid
Documents, as required in Section 1-02.7;
i. The Bidder fails to submit or properly complete a subcontractor list (WSDOT Form
271-015), if applicable, as required in Section 1-02.6;
j. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise
Certification (WSDOT Form 272-056), if applicable, as required in Section 1-02.6;
k. The Bidder fails to submit Written Confirmations (WSDOT Form 422-031) from each
DBE firm listed on the Bidder’s completed DBE Utilization Certification that they are
in agreement with the bidder’s DBE participation commitment, if applicable, as
required in Section 1-02.6, or if the written confirmation that is submitted fails to meet
the requirements of the Special Provisions;
l. The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as
required in Section 1-02.6, or if the documentation that is submitted fails to
demonstrate that a Good Faith Effort to meet the Condition of Award was made;
m. The Bidder fails to submit a DBE Bid Item Breakdown (WSDOT Form 272-054), if
applicable, as required in Section 1-02.6, or if the documentation that is submitted
fails to meet the requirements of the Special Provisions;
n. The Bidder fails to submit DBE Trucking Credit Forms (WSDOT Form 272-058), if
applicable, as required in Section 1-02.6, or if the documentation that is submitted
fails to meet the requirements of the Special Provisions;
o. The Bidder fails to submit or properly execute the Contractor Certification, Wage Law
Compliance – Responsibility Criteria, Washington State Public Works Contractors
document, as required in Section 1-02.6(1).
p. The Bid Proposal does not constitute a definite and unqualified offer to meet the
material terms of the Bid invitation; or
q. More than one Proposal is submitted for the same project from a Bidder under the
same or different names.
2. A Proposal may be considered irregular and may be rejected if:
a. The Proposal does not include a unit price for every Bid item;
b. Any of the unit prices are excessively unbalanced (either above or below the amount
of a reasonable Bid) to the potential detriment of the Contracting Agency;
c. Receipt of Addenda is not acknowledged;
d. A member of a joint venture or partnership and the joint venture or partnership
submit Proposals for the same project (in such an instance, both Bids may be
rejected); or
e. If Proposal form entries are not made in ink.
1-02 Bid Procedures and Conditions
City of Renton 1-13 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
3. A Proposal will be considered irregular and may be rejected if:
a. The Bidder fails to submit with their Bid Proposal, evidence of signatory’s authority to
sign the Bid Proposal on behalf of the business entity, as required in Section 1-02.6.
1-02.14 Disqualification of Bidders
(******)
Delete this section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder
responsibility criteria in RCW 39.04.350(1), as amended.
A bidder may be deemed not responsible and the proposal rejected if:
a. More than one Proposal is submitted for the same project from a Bidder under the
same or different names;
b. Evidence of collusion exists with any other Bidder or potential Bidder. Participants in
collusion will be restricted from submitting further Bids;
c. The Bidder, in the opinion of the Contracting Agency, is not qualified for the Work or
to the full extent of the bid, or to the extent that the bid exceeds the authorized
prequalification amount as may have been determined by a prequalification of the
Bidder;
d. An unsatisfactory performance record exists based on past or current Contracting
Agency Work or for Work done for others, as judged from the standpoint of conduct
of the Work; workmanship; progress; affirmative action; equal employment
opportunity practices; or Disadvantaged Enterprise, Minority Enterprise, or Women’s
Business Enterprise utilization.
e. There is uncompleted Work (Contracting Agency or otherwise) which might hinder or
prevent the prompt completion of the Work bid upon;
f. The Bidder failed to settle bills for labor or materials on past or current Contracts;
g. The Bidder has failed to complete a written public contract or has been convicted of
a crime arising from a previous public contract;
h. The Bidder is unable, financially or otherwise, to perform the Work;
i. A Bidder is not authorized to do business in the State of Washington (not registered
in accordance with RCW 18.27).
j. The Bidder owes delinquent taxes to the Washington State Department of Revenue
without a payment plan approved by the Department of Revenue;
k. The Bidder is currently debarred or suspended by the Federal government;
l. There are any other reasons deemed proper by the Contracting Agency.
The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility
criteria in RCW 39.04.350(1). To assess bidder responsibility, the Contracting Agency
reserves the right to request further documentation as needed from the low bidder and
documentation from other Bidders as well to assess Bidder responsibility and compliance
with all bidder responsibility criteria. The Contracting Agency also reserves the right to
obtain information from third-parties and independent sources of information concerning a
Bidder’s compliance with the mandatory and supplemental criteria, and to use that
1-02 Bid Procedures and Conditions
City of Renton 1-14 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
information in their evaluation. The Contracting Agency may consider mitigating factors in
determining whether the Bidder complies with the requirements of the Supplemental
Criteria.
The basis for evaluation shall include any documents or facts obtained by Contracting
Agency (whether from the Bidder or third parties) including but not limited to: (i) financial,
historical, or operational data from the Bidder; (ii) information obtained directly by the
Contracting Agency from others for whom the Bidder has worked, or other public agencies
or private enterprises; and (iii) any additional information obtained by the Contracting
Agency which is believed to be relevant to the matter.
If the Contracting Agency determines the Bidder does not meet the bidder responsibility
criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify
the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this
determination, it may appeal the determination within two (2) business days of the
Contracting Agency’s determination by presenting its appeal and any additional information
to the Contracting Agency. The Contracting Agency will consider the appeal and any
additional information before issuing its final determination. If the final determination affirms
that the Bidder is not responsible, the Contracting Agency will not execute a contract with
any other Bidder until at least two business days after the Bidder determined to be not
responsible has received the Contracting Agency’s final determination.
1-02.15 Pre Award Information
(December 30, 2022 APWA GSP)
(******)
Revise this section as follows:
Before awarding any contract, the Contracting Agency may require one or more of these
items or actions of the bidder:
1. A complete statement of the origin, composition, and manufacture of any or all
materials to be used,
2. Samples of these materials for quality and fitness tests,
3. A progress schedule (in a form the Contracting Agency requires) showing the order
of and time required for the various phases of the work,
4. A breakdown of costs assigned to any bid item,
5. Attendance at a conference with the Engineer or representatives of the Engineer,
6. Obtain, and furnish a copy of, a business license to do business in the city or county
where the work is located.
7. Any other information or action taken that is deemed necessary to ensure that the
bidder is the lowest responsible bidder.
END OF SECTION 1-02
1-03 Award and Execution of Contract
City of Renton 1-15 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of bids
(December 30, 2022 APWA GSP)
Revise the first paragraph to read:
After opening and reading proposals, the Contracting Agency will check them for
correctness of extensions of the prices per unit and the total price. If a discrepancy exists
between the price per unit and the extended amount of any bid item, the price per unit will
control. If a minimum bid amount has been established for any item and the bidder’s unit or
lump sum price is less than the minimum specified amount, the Contracting Agency will
unilaterally revise the unit or lump sum price, to the minimum specified amount and
recalculate the extension. The total of extensions, corrected where necessary, including
sales taxes where applicable and such additives and/or alternates as selected by the
Contracting Agency, will be used by the Contracting Agency for award purposes and to fix
the Awarded Contract Price amount and the amount of the contract bond.
(******)
Revise the first sentence of the third paragraph to read:
A Bidder who wishes to claim error after the Bids have been publicly opened and read as
required by Section 1-02.12, shall promptly notify the Contracting Agency that an error has
occurred.
(******)
Revise the last sentence of the fourth paragraph to read:
If the Contracting Agency does not concur in the error or determines that the error is not the
kind for which the law allows relieve, the Contracting Agency may Award the Contract and if
the Bidder refuses to execute the Contract, the Bidder’s Bid deposit shall be forfeited as
required by RCW 35.23.352. Per RCW 39.04.107, a low bidder on a public works project
who claims error and fails to enter into a contract is prohibited from bidding on the same
project if a second or subsequent call for bids is made for the project.
(******)
Supplement this section as follows:
All bids will be based on total sum of all schedules of prices. No partial bids will be accepted
unless so stated in the call for bids or special provisions. The City reserves the right to
award all or any schedule of a bid to the lowest bidder at its discretion.
1-03.2 Award of Contract
(******)
Supplement this section as follows:
The Contract, bond form, and all other forms requiring execution, together with a list of all
other forms or documents required to be submitted by the successful bidder, will be
forwarded to the successful bidder within 10 days of the award. The number of copies to be
executed by the Contractor shall be determined by the Contracting Agency.
1-03 Award and Execution of Contract
City of Renton 1-16 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-03.3 Execution of Contract
(******)
Revise and supplement this section as follows:
Within 10 calendar days after receipt from the City of the forms and documents required to
be completed by the Contractor, the successful bidder shall return the signed Contracting
Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a
satisfactory bond as required by law and Section 1-03.4. Before execution of the Contract by
the Contracting Agency, the successful bidder shall provide any pre-award information the
Contracting Agency may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any Work begin within the project limits or within Contracting Agency-
furnished sites. The Contractor shall bear all risks for any Work begun outside such areas
and for any materials ordered before the Contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the
Contract documents within 10 calendar days after the award date, the Contracting Agency
may grant up to a maximum of 10 additional calendar days for return of the documents,
provided the Contracting Agency deems the circumstances warrant it.
The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a
Contractor who is not registered or licensed as required by the laws of the state. In addition,
the Contracting Agency requires persons doing business with the Contracting Agency to
possess a valid City of Renton business license prior to award.
When the Bid Form provides spaces for a business license number, a Washington State
Contractors registration number, or both the Bidder shall insert such information in the
spaces provided. The Contracting Agency requires legible copies of the Contractor's
Registration and business license be submitted to the Engineer as part of the Contracting
Agency's post-award information and evaluation activities.
It is anticipated that this project will be funded in part by the Washington State Department
of Ecology. Neither the State of Washington nor any of its departments or employees are, or
shall be, a party to this contract or any subcontract.
1-03.4 Contract Bond
(July 23, 2015 APWA GSP)
Delete the first paragraph and replace it as follows:
The successful bidder shall provide executed payment and performance bond(s) for the full
contract amount. The bond may be a combined payment and performance bond; or be
separate payment and performance bonds. In the case of separate payment and
performance bonds, each shall be for the full contract amount. The bond(s) shall:
Be on Contracting Agency-furnished form(s);
Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner, and
b. Appears on the current Authorized Insurance List in the State of Washington
published by the Office of the Insurance Commissioner,
1-03 Award and Execution of Contract
City of Renton 1-17 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Guarantee that the Contractor will perform and comply with all obligations, duties,
and conditions under the Contract, including but not limited to the duty and obligation
to indemnify, defend, and protect the Contracting Agency against all losses and
claims related directly or indirectly from any failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor) to faithfully perform and comply with all contract
obligations, conditions, and duties, or
b. Of the Contractor (or the subcontractors or lower tier subcontractors of the
Contractor) to pay all laborers, mechanics, subcontractors, lower tier
subcontractors, material person, or any other person who provides supplies or
provisions for carrying out the work;
4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the
project under titles 50, 51, and 82 RCW; and
5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign
the bond; and
6. Be signed by an officer of the Contractor empowered to sign official statements (sole
proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed
by the president or vice president, unless accompanied by written proof of the
authority of the individual signing the bond(s) to bind the corporation (i.e., corporate
resolution, power of attorney, or a letter to such effect signed by the president or vice
president).
1-03.7 Judicial Review
(December 30, 2022 APWA GSP)
Revise this section to read:
All decisions made by the Contracting Agency regarding the Award and execution of the
Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted
under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the
county where the Contracting Agency headquarters is located, provided that where an
action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction.
END OF SECTION 1-03
1-04 Scope of Work
City of Renton 1-18 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-04 SCOPE OF WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions
Specifications, and Addenda
(December 30, 2022 APWA GSP)
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order of
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda,
2. Proposal Form,
3. Special Provisions,
4. Contract Plans,
5. Standard Specifications,
6. Contracting Agency’s Standard Plans or Details (if any), and
7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.
1-04.4 Changes
(January 19, 2022 APWA GSP)
The first two sentences of the last paragraph of Section 1-04.4 are deleted.
1-04.4(1) Minor Changes
(******)
Section 1-04.4(1) is supplemented as follows:
Payments and credits will be determined in accordance with Section 1-09.4 of the Standard
Specifications. For the purpose of providing a common proposal for all bidders, the
Contracting Agency may have entered an amount for “Minor Changes” in the Proposal to
become a part of the total bid by the Contractor.
1-04.5 Procedure, Protest, and Dispute by the Contractor
(January 19, 2022 APWA GSP)
Revise item 1 of the first paragraph to read:
1. Give a signed written notice of protest to the Engineer or the Engineer’s field Inspectors
within three (3) calendar days of receiving a change order or an Engineer’s Written
Determination.
1-04.6 Variation in Estimated Quantities
(December 30, 2022 APWA GSP, Option B)
Revise the first paragraph to read:
Payment to the Contractor will be made only for the actual quantities of Work performed and
accepted in conformance with the Contract. When the accepted quantity of Work performed
under a unit item varies from the original Proposal quantity, payment will be at the unit
Contract price for all Work unless the total accepted quantity of the Contract item, adjusted
to exclude added or deleted amounts included in change orders accepted by both parties,
1-04 Scope of Work
City of Renton 1-19 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
increases or decreases by more than 25 percent from the original Proposal quantity, and if
the total extended bid price for that item at time of award is equal to or greater than 10
percent of the total contract price at time of award. In that case, payment for contract work
may be adjusted as described herein.
(******)
Supplement this section as follows:
The quantities for the following items have been entered into the Proposal only to provide a
common proposal for bidders. Actual quantities will be determined in the field as the work
progresses, and will be paid at the original bid price, regardless of final quantity. These bid
items shall not be subject to the provisions of 1-04.6 of the Standard Specifications:
• “Minor Changes”
• “Resolution of Utility Conflicts”
• “Contaminated Soil Excavation, Haul, And Disposal”
• “Contaminated Water Treatment”
• “Apprenticeship Incentive”
• “Apprenticeship Penalty”
1-04.8 Progress Estimates and Payments
(******)
Supplement this section as follows:
The Contractor is encouraged to provide to the Engineer, prior to progress payments, an
estimate of lump sum work accomplished to date. The Engineer's calculations and decisions
shall be final in regard to the actual percentage of any lump sum pay item accomplished and
eligible for payment unless another specific method of calculating lump sum payments is
provided elsewhere in the Specifications.
1-04.11 Final Cleanup
(******)
Revise the first paragraph in this section as follows:
The Contractor shall perform final cleanup as provided in this section to the Engineer’s
satisfaction. The Engineer will not establish the Physical Completion Date until this is done.
The Right of Way, material sites, and all ground the Contractor occupied to do the Work
shall be left neat and presentable. The Contractor shall:
Remove all rubbish, surplus materials, discarded materials, falsework, camp
buildings, temporary structures, equipment, and debris; and
Deposit in embankments, or remove from the project, all unneeded, oversized rock
left from grading, surfacing, or paving.
(******)
Supplement this section as follows:
All salvage material as noted on the Plans and taken from any of the discarded facilities
shall, at the Engineer's discretion, be carefully salvaged and delivered to the City shops. Any
1-04 Scope of Work
City of Renton 1-20 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
cost incurred in salvaging and delivering such items shall be considered incidental to the
project and no compensation will be made.
The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all
Work, equipment and materials required to perform final cleanup. If this pay item does not
appear in the Contract Documents then final cleanup shall be considered incidental to the
Contract and to other pay items and no further compensation shall be made.
1-04.12 Contractor-Discovered Discrepancies
(******)
This is a new section as follows:
Upon receipt of award of contract, the Contractor shall carefully study and compare all the
components of the Contract Documents and other instructions, and check and verify all field
measurements. The Contractor shall, prior to ordering material or performing Work, report in
writing to the Engineer any error, inconsistency, or omission in respect to design or mode of
construction, which is discovered. If the Contractor, in the course of this study or in the
accomplishment of the Work, finds any discrepancy between the Plans and the physical
condition of the locality as represented in the Plans, or any such errors or omissions in
respect to design or mode of construction in the Plans or in the layout as given by points
and instructions, it shall be the Contractor’s duty to inform the Engineer immediately in
writing, and the Engineer will promptly check the same. Any Work done after such
discovery, until correction of Plans or authorization of extra Work is given, if the Engineer
finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is
involved, the procedure shall be as provided in Section 1-04.4 of the Standard
Specifications.
END OF SECTION 1-04
1-05 Control of Work
City of Renton 1-21 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-05 CONTROL OF WORK
1-05.4 Conformity With and Deviation from Plans and Stakes
(******)
Supplement this section as follows:
If the project calls for the Contractor supplied surveying, the Contractor shall provide all
required survey Work, including such Work as mentioned in Sections 1-05, 1-11 and
elsewhere in these Specifications as being provided by the Engineer.
The Engineer or the Contractor supplied surveyor will provide construction stakes and marks
establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such
Work per Section 1-11. The Contractor shall assume full responsibility for detailed
dimensions, elevations, and excavation slopes measured from the Engineer or the
Contractor supplied surveyor furnished stakes and marks.
The Contractor shall provide a work site, which has been prepared to permit construction
staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer, or
the Contractor supplied surveyor informed of staking requirements and provide at least 48
hour notice to allow the Engineer or the Contractor supplied surveyor adequate time for
setting stakes.
The Contractor shall carefully preserve stakes, marks, and other reference points, including
existing monumentation, set by Contracting Agency forces. The Contractor will be charged
for the costs of replacing stakes, markers and monumentation that were not to be disturbed
but were destroyed or damaged by the Contractor's operations. This charge will be
deducted from monies due or to become due to the Contractor.
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, or unless other
satisfactory substantiating evidence to prove the error was furnished by 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. Any such variation shall, upon discovery, be reported
to the Engineer. In the absence of such report the Contractor shall be liable for any error in
alignment or grade.
The Contractor shall provide all surveys required other than those to be performed by the
Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING
STANDARDS of these Specifications.
The Contractor shall keep updated survey field notes in a standard field book and in a
format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey
Work performed by the Contractor's surveyor in establishing line, grade and slopes for the
construction Work. Copies of these field notes shall be provided to the Engineer upon
request and upon completion of the Contract Work the field book or books shall be
submitted to the Engineer and become the property of the Contracting Agency.
If the survey Work provided by the Contractor does not meet the standards of the Engineer,
then the Contractor shall, upon the Engineer's written request, remove the individual or
individuals doing the survey Work and the survey Work will be completed by the Engineer at
1-05 Control of Work
City of Renton 1-22 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
the Contractor's expense. Costs for completing the survey Work required by the Engineer
will be deducted from monies due or to become due the Contractor.
All costs for survey Work required to be performed by the Contractor shall be included in the
prices bid for the various items which comprise the improvement or be included in the bid
item for "Contractor Supplied Surveying" per lump sum if that item is included in the
contracts.
1-05.4(1) Contractor Supplied Surveying
(******)
This is a new section as follows:
When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply
the survey Work required for the project. The Contractor shall retain as a part of the
Contractor Organization an experienced team of surveyors under the direct supervision of a
professional land surveyor licensed by the State of Washington. All survey Work shall be
done in accordance with Sections 1-05.4 and 1-11.
The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors,
discrepancies, and omissions to the Plans that prevent the Contractor and/or the Surveyor
from constructing the project in a manner satisfactory to the Engineer. All errors,
discrepancies, and omissions must be corrected to the satisfaction of the Engineer before
the survey Work may be continued.
The Contractor shall coordinate his Work with the Surveyor and perform his operations in a
manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of
the Contractor's intent to remove any survey stakes and/or points before physically
removing them.
The Surveyor shall be responsible for maintaining As-Built records for the project. The
Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate
As-Built records for the project.
If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these
Plans and Specifications, accurate As-Built records and other Work the Engineer deems
necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide
all As-Built records and other Work as directed by the Engineer. The Engineer shall deduct
expenses incurred by the Engineer-supplied surveying from monies owed to the Contractor.
Payment per Section 1-04.1 for all Work and materials required for the full and complete
survey Work required to complete the project and As-Built drawings shall be included in the
lump sum price for "Construction Surveying, Staking, and As-Built Drawings."
1-05.4(2) Contractor Provided As-Built Information
(******)
This is a new section:
It shall be the Contractors responsibility to record the location prior to the backfilling of the
trenches, by centerline station, offset, and depth below pavement, of all existing utilities
uncovered or crossed during his Work as covered under this project.
1-05 Control of Work
City of Renton 1-23 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
It shall be the Contractor’s responsibility to have his Surveyor locate by northing, easting,
and elevation of each major item of Work done under this contract per the survey standard
of Section 1-11. Major items of Work shall include but not be limited to: Manholes, Catch
basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side
Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults,
Culverts, Signal Poles, and Electrical Cabinets.
After the completion of the Work covered by this contract, the Contractor’s Surveyor shall
provide to the City the hard covered field book(s) containing the as-built notes and one set
of white prints of the project drawings upon which he has plotted the notes of the Contractor
locating existing utilities, and one set of white prints of the project drawings upon which he
has plotted the as-built location of the new Work as he recorded in the field book(s). This
drawing shall bear the Surveyor’s seal and signature certifying its accuracy.
All costs for as-built Work shall be included in the Contract item "Construction Surveying,
Staking, and As-Built Drawings", lump sum.
1-05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section as follows:
Upon written notice from the Engineer, the Contractor shall promptly replace and re-execute
Work by Contractor forces, in accordance with the intent of the Contract and without
expense to the Owner, and shall bear the expense of making good all Work of other
contractors destroyed or damaged by such removal or replacement.
If the Contractor fails to remedy defective or unauthorized work within the time specified in a
written notice from the Engineer, or fails to perform any part of the Work required by the
Contract Documents, the Engineer may correct and remedy such Work as may be identified
in the written notice, with Contracting Agency forces or by such other means as the
Contracting Agency may deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer determines
to be an emergency situation, the Engineer may have the defective and unauthorized Work
corrected immediately, have the rejected Work removed and replaced, or have Work the
Contractor refuses to perform completed by using Contracting Agency or other forces. An
emergency situation is any situation when, in the opinion of the Engineer, a delay in its
remedy could be potentially unsafe, or might cause serious risk of loss or damage to the
public, the Property Owner and the Property Owner’s property.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized Work, or Work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from
monies due, or to become due, the Contractor. Such direct and indirect costs shall include in
particular, but without limitation, compensation for additional professional services required,
and costs for repair and replacement of Work of others destroyed or damaged by correction,
removal, or replacement of the Contractor’s unauthorized Work.
If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of
such removal and storage within 10 calendar days from the date of the notice to the
Contractor of the fact of such removal, the Owner may, upon an additional 10 calendar days
1-05 Control of Work
City of Renton 1-24 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
written notice, sell such materials at public or private sale, and deduct all costs and
expenses incurred from monies due to the Contractor, including costs of sale, and
accounting to Contractor for the net proceeds remaining. The Owner may bid at any such
sale. The Contractor shall be liable to the Owner for the amount of any deficiency from any
funds otherwise due the Contractor.
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the Work attributable to the exercise of the Contracting Agency’s rights
provided by this section.
The rights exercised under the provisions of this section shall not diminish the Contracting
Agency’s right to pursue any other avenue for additional remedy or damages with respect to
the Contractor’s failure to perform the Work as required.
1-05.10 Guarantees
(******)
Supplement this section as follows:
If within one year after the Acceptance Date of the Work by the Contracting Agency,
defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon
written order by the Contracting Agency, return and in accordance with the Engineer’s
instructions, either correct such Work, or if such Work has been rejected by the Engineer,
remove it from the project site and replace it with non-defective and authorized Work, all
without cost to the Contracting Agency. If the Contractor does not promptly comply with the
written order to correct defective and/or unauthorized Work, or if an emergency exists, the
Contracting Agency reserves the right to have defective and/or unauthorized Work corrected
or removed and replaced pursuant to Section 1-05.7 “Removal of Defective and/or
Unauthorized Work.”
The Contractor agrees the above one year limitation shall not exclude or diminish the
Contracting Agency’s rights under any law to obtain damages and recover costs resulting
from defective and/or unauthorized Work discovered after one year but prior to the
expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract
in writing, or liability expressed of implied arising out of a written agreement.
The Contractor shall warrant good title to all materials, supplies, and equipment purchased
for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat
or impair the right of persons furnishing materials or labor, to recover under any bond given
by the Contractor for their protection, or any rights under any law permitting such persons to
look to funds due the Contractor in the hands of the Contracting Agency.
The provisions of this paragraph shall be inserted in all subcontracts and material contracts,
and notice of its provisions shall be given to all persons furnishing materials for the Work
when no formal contract is entered into for such materials.
1-05 Control of Work
City of Renton 1-25 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-05.11 Final Inspection and Operational Testing
(October 1, 2005 APWA GSP)
Delete and replace this section it as follows:
1-05.11(1) Substantial Completion Date
When the Contractor considers the Work to be substantially complete, the Contractor shall
so notify the Engineer and request the Engineer establish the Substantial Completion Date.
The Contractor’s request shall list the specific items of work that remain to be completed in
order to reach physical completion. The Engineer will schedule an inspection of the Work
with the Contractor to determine the status of completion. The Engineer may also establish
the Substantial Completion Date unilaterally.
To be considered substantially complete the following conditions must be met:
1. The Contracting Agency must have full and unrestricted use and benefit of the
facilities both from the operational and safety standpoint.
2. Only minor incidental Work, replacement of temporary substitute facilities, or
correction of repair Work remains to reach physical completion of the Work.
If after this inspection, the Engineer concurs with the Contractor that the Work is
substantially complete and ready for its intended use, the Engineer, by written notice to the
Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer
does not consider the Work substantially complete and ready for its intended use, the
Engineer will, by written notice, so notify the Contractor giving the reasons therefore.
Upon receipt of written notice concurring in or denying substantial completion, whichever is
applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
interruption, the Work necessary to reach Substantial and Physical Completion. The
Contractor shall provide the Engineer with a revised schedule indicating when the
Contractor expects to reach substantial and physical completion of the Work.
The above process shall be repeated until the Engineer establishes the Substantial
Completion Date and the Contractor considers the Work physically complete and ready for
Final Inspection.
1-05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the Work physically complete and ready for Final Inspection,
the Contractor, by Written Notice, shall request the Engineer to schedule a final inspection.
The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then
make a final inspection and the Engineer will notify the Contractor in writing of all particulars
in which the Final Inspection reveals the Work incomplete or unacceptable. The Contractor
shall immediately take such corrective measures as are necessary to remedy the listed
deficiencies. Corrective Work shall be pursued vigorously, diligently, and without interruption
until physical completion of the listed deficiencies. This process will continue until the
Engineer is satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
Written Notice listing the deficiencies, the Engineer may, upon Written Notice to the
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
Section 1-05.7. The Contractor will not be allowed an extension of contract time because of
1-05 Control of Work
City of Renton 1-26 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
a delay in the performance of the Work attributable to the exercise of the Engineer’s right
hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the Work was considered physically
complete, that date shall constitute the Physical Completion Date of the Contract, but shall
not imply all the obligations of the Contractor under the Contract have been fulfilled.
1-05.11(3) Operational Testing
Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer a
minimum of 3 working days’ notice of the time for each test and inspection. If the inspection
is by another authority than the Engineer, the Contractor shall give the Engineer a minimum
of 3 working days’ notice of the date fixed for such inspection. Required certificates of
inspection by other authority than the Engineer shall be secured by the Contractor.
It is the intent of the Contracting Agency to have at the Physical Completion Date a
complete and operable system. Therefore, when the Work involves the installation of
machinery or other mechanical equipment; street lighting, electrical distribution or signal
systems; irrigation systems; buildings; or other similar Work, it may be desirable for the
Engineer to have the Contractor operate and test the Work for a period of time, after final
inspection but prior to the physical completion date. Whenever items of Work are listed in
the Contract Provisions for operational testing they shall be fully tested under operating
conditions for the time period specified to ensure their acceptability prior to the Physical
Completion Date. During and following the test period, the Contractor shall correct any items
of workmanship, materials, or equipment which prove faulty, or that are not in first class
operating condition. Equipment, electrical controls, meters, or other devices and equipment
to be tested during this period shall be tested under the observation of the Engineer, so that
the Engineer may determine their suitability for the purpose for which they were installed.
The Physical Completion Date cannot be established until testing and corrections have been
completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing, shall be included in the unit contract prices
related to the system being tested, unless specifically set forth otherwise in the proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer’s guaranties or warranties furnished under the terms of the Contract.
1-05.12 Final Acceptance
(******)
The third and fourth sentences in paragraph 1 of this section are deleted and replaced with:
The Final Acceptance date shall be that date in which the Renton City Council formally
approves acceptance of the Work.
1-05.13 Superintendents, Labor and Equipment of Contractor
(******)
Revise the seventh paragraph in this section as follows:
Whenever the Contracting Agency evaluates the Contractor’s qualifications under Section
1-02.1, it will take these reports into account.
1-05 Control of Work
City of Renton 1-27 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-05.14 Cooperation with Other Contractors
(******)
Supplement this section as follows:
The Contractor shall afford the Owner and other contractors working in the area reasonable
opportunity for the introduction and storage of their materials and the execution of their
respective Work, and shall properly connect and coordinate the Contractor’s Work with
theirs.
Other utilities, districts, agencies, and contractors who may have facilities within the project
area are:
1. Puget Sound Energy (gas and electric)
2. AT&T Broadband
3. CenturyLink/Lumen
4. Comcast
5. Private contractors employed by adjacent property owners
The Contractor shall coordinate with City of Renton on tying into any existing electrical
service cabinet.
The Contractor shall provide coordination with Puget Sound Energy (PSE) for the gas
relocations, electrical relocations and utility pole support prior to adjacent excavation within
the project limits.
The draft plans for gas relocations provided by PSE are included as document No 31 of
these specifications. This includes gas relocation plans completed by PSE along 122nd Ave
SE in 2020, after the initial site survey. Updated plans will be provided by the City, as
available. Relocated gas lines should provide up to 6-inches of clearance from the proposed
structures with this project. The Owner shall provide the contractor with record drawings
from PSE of the relocated gas lines for site coordination. Payment for this coordination
should be included under the Mobilization bid item.
Gas relocation by PSE is anticipated to start prior to the construction notice to proceed for
this project but if gas relocation work becomes anticipated to take place during construction,
the contractor shall be notified prior to the pre-construction meeting. The owner shall provide
contractor with PSE’s construction schedule. The contractor shall sequence construction in
a manner that minimizes concurrent work with PSE in the same location. Where avoidable,
concurrent work with PSE shall not be basis for change order.
The contractor shall notify PSE if additional adjustments to the gas mains are required
during construction. A PSE inspector shall be notified at least 5-days in advance when
excavation is anticipated to be within 1-ft of the gas lines.
1-05.15 Method of Serving Notices
(December 30, 2022 APWA GSP)
Revise the second paragraph to read:
1-05 Control of Work
City of Renton 1-28 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
All correspondence from the Contractor shall be directed to the Project Engineer. All
correspondence from the Contractor constituting any notification, notice of protest, notice of
dispute, or other correspondence constituting notification required to be furnished under the
Contract, must be in paper format, hand delivered or sent via mail delivery service to the
Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies
of correspondence will not constitute such notice and will not comply with the requirements
of the Contract.
1-05.16 Water and Power
(October 1, 2005 APWA GSP)
This is a new section as follows:
The Contractor shall make necessary arrangements, and shall bear the costs for power and
water necessary for the performance of the Work, unless the Contract includes power and
water as a pay item.
1-05.17 Oral Agreements
(******)
This is a new section as follows:
No oral agreement or conversation with any officer, agent, or employee of the Contracting
Agency, either before or after execution of the Contract, shall affect or modify any of the
terms or obligations contained in any of the documents comprising the Contract. Such oral
agreement or conversation shall be considered as unofficial information and in no way
binding upon the Contracting Agency, unless subsequently put in writing and signed by the
Contracting Agency.
1-05.18 Contractor's Daily Diary
(******)
This is a new section as follows:
The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary
Record of this Work. This diary will be created by pen entries in a hardbound diary book of
the type that is commonly available through commercial outlets, or by alternative electronic
method approved by the Engineer. The diary must contain the Project and Number; if the
diary is in loose-leaf form, this information must appear on every page. The diary must be
kept and maintained by the Contractor's designated project superintendent(s). Entries must
be made on a daily basis and must accurately represent all of the project activities on each
day.
At a minimum, the diary shall show on a daily basis:
1. The day and date.
2. The weather conditions, including changes throughout the day.
3. A complete description of Work accomplished during the day with adequate
references to the Plans and Contract Provisions, so that the reader can easily and
accurately identify said Work in the Plans. Identify location/description of
photographs or videos taken that day.
1-05 Control of Work
City of Renton 1-29 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
4. An entry for each and every changed condition, dispute or potential dispute, incident,
accident, or occurrence of any nature whatsoever which might affect the Contractor,
the Owner, or any third party in any manner.
5. Listing of any materials received and stored on- or off-site by the Contractor for
future installation, to include the manner of storage and protection of the same.
6. Listing of materials installed during each day.
7. List of all subcontractors working on-site during each day.
8. Listing of the number of the Contractor's employees working during each day by
category of employment.
9. Listing of the Contractor's equipment working on the site during each day. Idle
equipment on the site shall be listed and designated as idle.
10. Notations to explain inspections, testing, stake-out, and all other services furnished
by the Owner or other party during each day.
11. Entries to verify the daily (including non-Work days) inspection and maintenance of
traffic control devices and condition of the traveled roadway surfaces. The Contractor
shall not allow any conditions to develop that would be hazardous to the public.
12. Any other information that serves to give an accurate and complete record of the
nature, quantity, and quality of Contractor's progress on each day.
13. Plan markups showing locations and dimensions of constructed features to be used
by the Engineer to produce record drawings.
14. All pages of the diary must be numbered consecutively with no omissions in page
numbers.
15. Each page must be signed and dated by the Contractor's official representative on
the project.
The Contractor may use additional sheets separate from the diary book if necessary to
provide a complete diary record, but they must be signed, dated, and labeled with project
name and number.
It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained
by the Contractor shall be the “Contractor's Book of Original Entry” for the documentation of
any potential claims or disputes that might arise during this contract. Failure of the
Contractor to maintain this diary in the manner described above will constitute a waiver of
any such claims or disputes by the Contractor.
The Engineer or other Owner’s representative on the job site will also complete a Daily
Construction Report.
Payment
All costs to comply with this special provision are incidental to the contract and are the
responsibility of the Contractor. The Contractor shall include all related costs in the
associated bid prices of the contract.
END OF SECTION 1-05
1-05 Control of Work
City of Renton 1-30 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-06 Control of Material
City of Renton 1-31 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-06 CONTROL OF MATERIAL
1-06.1(1) Approval of Materials Prior to Use
(******)
Supplement this section as follows:
The materials and equipment lists submitted to the Engineer at the Preconstruction
Conference shall include the quantity, manufacturer, and model number, if applicable, of
materials and equipment to be installed under the Contract. This list will be checked by the
Engineer as to conformity with the Contract Documents. The Engineer will review the lists
within 10 working days, noting required corrections. The Contractor shall make required
corrections and file 2 corrected copies with the Engineer within one week after receipt of
required corrections. The Engineer's review and acceptance of the lists shall not relieve the
Contractor from responsibility for suitability for the intended purpose, nor for deviations from
the Contract Documents. Neither review of the Contractor’s submittal nor the corrections or
comments provided shall create any duty owed to or a cause of action in favor of the
Contractor or any Subcontractor.
1-06.1(2) Request for Approval of Materials (RAM)
(******)
Supplement Section 1-06.1(2) with the following:
The Engineer will require up to 7 calendar days from the date each RAM is submitted until it
is returned to the Contractor. The Contractor shall not proceed with the Work to incorporate
the materials included in each RAM until each RAM is approved by the Engineer. As
applicable, comments from the Engineer regarding a submitted RAM shall be addressed
and resubmitted to the Engineer. Each resubmitted RAM will require up to 7 calendar days
from the date of submission until it is returned to the Contractor.
1-06.2 Acceptance of Material
1-06.2(1) Samples and Tests for Acceptance
(******)
Supplement this section as follows:
The finished Work shall be in accordance with approved samples. Approval of samples by
the Engineer does not relieve the Contractor of responsibility for performance of the Work in
accordance with the Contract Documents.
1-06.2(2) Statistical Evaluation of Materials for Acceptance
(******)
Supplement this section as follows:
Unless stated otherwise in the special provisions, statistical evaluation will not be used by
the City of Renton.
1-06.6 Recycled Materials
(******)
The first paragraph of Section 1-06.6 is deleted and replaced with the following:
The Contractor shall make an effort to utilize recycled materials in the construction of the
project, however, the use of recycled materials is not a requirement of the Contract.
1-06 Control of Material
City of Renton 1-32 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Recycled aggregates shall not be installed as pipe zone bedding but may be allowed in the
backfill zone if approved by the Engineer.
END OF SECTION 1-06
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-33 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
(October 1, 2005 APWA GSP)
Supplement this section as follows:
In cases of conflict between different safety regulations, the more stringent regulation shall
apply.
The Washington State Department of Labor and Industries shall be the sole and paramount
administrative agency responsible for the administration of the provisions of the Washington
Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well-known place at the
project site, all articles necessary for providing first aid to the injured. The Contractor shall
establish, publish, and make known to all employees, procedures for ensuring immediate
removal to a hospital or doctor’s care, and persons, including employees, who may have
been injured on the project site. Employees should not be permitted to Work on the project
site before the Contractor has established and made known procedures for removal of
injured persons to a hospital or a doctor’s care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor’s plant, appliances, and methods, and for any damage or injury resulting from
their failure, or improper maintenance, use, or operation. The Contractor shall be solely and
completely responsible for the conditions of the project site, including safety for all persons
and property in the performance of the Work. This requirement shall apply continuously, and
not be limited to normal working hours. The required or implied duty of the Engineer to
conduct construction review of the Contractor’s performance does not, and shall not, be
intended to include review and adequacy of the Contractor’s safety measures, in, on, or
near the project site.
The Contractor shall erect and properly maintain, at all times, as required by the conditions
and progress of the Work, all necessary safeguards for protection of workers and the public;
shall post danger signs warning against known or unusual hazards; and shall designate as
Safety Supervisor, a responsible employee on the construction site whose duty shall be the
enforcement of safety. The name and position of such person so designated shall be
reported in writing to the Engineer by the Contractor.
The Contractor shall, at all times, enforce strict discipline and good order among all
employees and shall not employ any person unfit or not skilled in the Work assigned to
him/her.
Necessary sanitation conveniences for the use of the workers on the job, properly secluded
from public observation, shall be provided and maintained by the Contractor.
In the event of public health emergencies of a similar nature to the COVID-19 pandemic, the
Contractor shall prepare a project specific comprehensive exposure control, mitigation, and
recovery plan (EMCP) in conformance with Section 1-07.4 and the Washington State
Governor’s Job Site Requirements, as well as any statutes that may be enacted related to
job site protocols during a public health emergency.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-34 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-07.2 State Sales Tax
(June 27, 2011 APWA GSP)
Delete this section, including its sub-sections, in its entirety and replace it as follows:
1-07.2 State Sales Tax
The Washington State Department of Revenue has issued special rules on the state sales
tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor
should contact the Washington State Department of Revenue for answers to questions in
this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid
on a misunderstood tax liability.
The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract
amounts. In some cases, however, state retail sales tax will not be included. Section 1-
07.2(3) describes this exception.
The Contracting Agency will pay the retained percentage only if the Contractor has obtained
from the Washington State Department of Revenue a certificate showing that all contract-
related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from
its payments to the Contractor any amount the Contractor may owe the Washington State
Department of Revenue, whether the amount owed relates to this contract or not. Any
amount so deducted will be paid into the proper state fund.
1-07.2(1) State Sales Tax – Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets,
roads, etc., which are owned by a municipal corporation, or political subdivision of the state,
or by the United States, and which are used primarily for foot or vehicular traffic. This
includes storm or combined sewer systems within and included as part of the street or road
drainage system, and power lines when such are part of the roadway lighting system. For
Work performed in such cases, the Contractor shall include Washington State Retail Sales
Taxes in the various unit bid item prices, or other contract amounts, including those that the
Contractor pays on the purchase of the materials, equipment, or supplies used or consumed
in doing the Work.
1-07.2(2) State Sales Tax – Rule 170
WAC 458-20-170, and its related rules, applies to the constructing and repairing of new or
existing buildings, or other structures, upon real property. This includes, but is not limited to;
the construction of streets, roads, highways, etc., owned by the state of Washington; water
mains and their appurtenances; sanitary sewers and sewage disposal systems unless such
sewers and disposal systems are within, and a part of, a street or road drainage system;
telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above
streets or roads, unless such power lines become a part of a street or road lighting system;
and installing or attaching of any article of tangible personal property in or to real property,
whether or not such personal property becomes a part of the realty by virtue of installation.
For Work performed in such cases, the Contractor shall collect from the Contracting Agency,
retail sales tax on the full contract price. The Contracting Agency will automatically add this
sales tax to each payment to the Contractor. For this reason, the Contractor shall not
include the retail sales tax in the unit bid item prices, or in any other contract amount subject
to Rule 170, with the following exception.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-35 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or
a subcontractor makes on the purchase or rental of tools, machinery, equipment, or
consumable supplies not integrated into the project. Such sales taxes shall be included in
the unit bid item prices or in any other contract amount.
1-07.2(3) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract
wholly for professional or other services (as defined in Washington State Department of
Revenue Rules 138 and 244).
1-07.5 Environmental Regulations
1-07.5(1) General
(******)
Section 1-07.5(1) is supplemented with the following:
Protection of the Environment: No construction related activity shall contribute to the
degradation of the environment, allow material to enter surface or ground waters, or allow
particulate emissions to the atmosphere, which exceed state or federal standards. Any
actions that potentially allow a discharge to state waters must have prior approval of the
Washington State Department of Ecology.
1-07.6 Permits and Licenses
(******)
Supplement this section as follows:
The Contractor shall ensure that all necessary permits are obtained, and is responsible for
reviewing all permits to become familiar with the requirements.
The Contractor and all subcontractors of any tier must obtain a City of Renton Business
License (Contractor).
The permits, easements, and right of entry documents that have been acquired are
available for inspection and review.
The Contractor shall be required to comply with all conditions of the permits, easements,
and rights of entry, at no additional cost to the Owner. The Contractor is required to
indemnify the Owner from claims on all easements and rights of entry.
All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor
shall comply with the special provisions and requirements of each.
Permits, permission under franchises, licenses and bonds of a temporary nature necessary
for and during the prosecution of the Work, and inspection fees in connection therewith shall
be secured and paid for by the Contractor. If the Owner is required to secure such permits,
permission under franchises, licenses and bonds, and pay the fees, the costs incurred by
the Owner thereby shall be charged against the Contractor and deducted from any funds
otherwise due the Contractor.
The Contractor is cautioned to review all permits and other Contract Documents and
schedule the work activities appropriately to complete the work within the number of days
stated in the Contract Document. No additional compensation or extensions to time will be
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-36 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
granted to the Contractor due to the time constraints imposed by such documents. The
Contractor shall assume all responsibility for meeting all requirements of all permits.
Any fines or penalties incurred by Contracting Agency for not meeting state water quality
standards and/or lack of stormwater pollution prevention on this Project shall be deducted
from monies otherwise due to Contractor. Any fines assessed directly to Contractor shall be
paid directly to the fining authority, at the Contractor’s own cost.
1-07.7 Load Limits
(March 13, 1995 WSDOT GSP)
(******)
Section 1-07.7 is supplemented with the following:
If the sources of materials provided by the Contractor necessitates hauling over roads other
than State Highways, the Contractor shall, at the Contractor’s expense, make all
arrangements for the use of the haul routes.
1-07.9 Wages
1-07.9(3) Apprentices
(***** Renton GSP)
Supplement this section with the following:
Apprentice Utilization
This Contract includes an Apprentice Utilization Requirement. Fifteen percent or more of
project Labor Hours shall be performed by Apprentices unless Good Faith Efforts are
accepted. Apprentice Utilization will be determined using the Department of Labor and
Industries (L&I) online Prevailing Wage Intent & Affidavit (PWIA) system.
Definitions
For the purposes of this specification the following definitions apply:
1. Apprentice is a person enrolled in a State-approved Apprenticeship Training Program.
2. Apprentice Utilization is the apprentice labor hours, on the project, expressed as a
percentage of project Labor Hours based on certified payrolls or the affidavits of wages
paid, whichever is least. The percentage is not rounded up.
3. Apprentice Utilization Requirement is the minimum percentage of apprentice labor hours
required by the Contract.
4. Good Faith Effort(s) (GFE) describes the Contractor’s efforts to meet the Apprentice
Utilization Requirement including but not limited to the specific steps as described
elsewhere in this specification.
5. Labor Hours are the total hours performed by all workers receiving an hourly wage who
are subject to prevailing wage requirements for work performed on the Contract as
defined by RCW 39.04.310. Labor Hours are determined based on the scope of work
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-37 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
performed by the individuals, rather than the title of their occupations in accordance with
WAC 296-127.
6. State-approved Apprenticeship Training Program is an apprenticeship training program
approved by the Washington State Apprenticeship and Training Council (WSATC).
7. Apprentice Wage Rates are the applicable wage rates that are to be paid for an
apprentice registered in a training program, separate from Journey Level rates, as set by
the Washington State Apprenticeship and Training Council (WSATC) and Washington
State Department of Labor and Industries (L&I).
Electronic Reporting
The Contractor shall use the PWIA System to submit the “Apprentice Utilization Plan”.
Reporting instructions are available in the application.
When using the PWIA System to submit payroll data, the Contractor shall also submit on a
monthly basis all information requested on the Utilization tab. The Contractor shall complete
the Report for itself and its subcontractors.
Apprentice Utilization Plan
The Contractor shall submit an “Apprentice Utilization Plan” by filling out the Apprentice
Utilization Plan Form (WSDOT Form 424-004) within 30 calendar days of execution,
however no later than the preconstruction meeting, demonstrating how and when they
intend to achieve the Apprentice Utilization Requirement. The Plan shall be in sufficient
detail for the Engineer to track the Contractor’s progress in meeting the utilization
requirements. An Apprentice Utilization Plan shall be updated and resubmitted as the Work
progresses with each progress payment and when requested by the Engineer.
If the Contractor is unable to demonstrate the ability to meet the Apprentice Utilization
Requirement with their initial Apprentice Utilization Plan submission, an effort must be made
to find additional registered apprentices to perform on the contract. If after attempts have
been made at every tier and every scope, the Contractor must submit GFE documentation
to the Contracting Agency. The Contractor shall actively seek out opportunities to meet the
Apprentice Utilization Requirement during the construction Work.
Contacts
The Contractor may obtain information on State-approved Apprenticeship Training
Programs by using the Apprentice Registration and Tracking System (ARTS)
https://secure.lni.wa.gov/arts-public/#/program-search or contacting the Department of
Labor and Industries directly at:
Specialty Compliance and Services Division, Apprenticeship Section, P.O. Box 44530,
Olympia, WA 98504-4530 or by phone at (360) 902-5320.
Compliance
The Contractor is expected to make attempts to employ Apprentices and shall include the
requirement in any subcontracts at any tier. In the event that the Contractor is unable to
achieve the Apprentice Utilization Requirement, the Contractor shall submit GFE
documentation demonstrating the efforts and attempts they made. Final GFE documentation
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-38 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
shall be submitted to the Contracting Agency after Substantial Completion but no later than
30 days after Physical Completion.
If the Contractor fails to actively attempt to employ Apprentices, submit GFE documentation,
or if the Engineer does not approve the GFE, the Contractor will be assessed a penalty. The
Engineer will provide the Contractor with a written notice at Final Acceptance of the project
informing the Contractor of the failure to comply with this specification which will include a
calculation of the penalty to be assessed as provided for in the Payment section in this
special provision.
If the Contractor achieves the required Apprentice Utilization an incentive will be assessed
with Final Payment.
Good Faith Efforts
The GFE shall document the attempts (efforts) the Contractor (and any subcontractor at any
tier) made to meet the Apprentice Utilization Requirement. Emails, letters, or other written
communications with letterhead, titles, and contact information are required.
Documentation must include one or more of the following accepted GFEs:
1. Demonstrated Lack of Availability of Apprentices. Correspondence from State-
approved Apprenticeship Training Program(s), with project specific responses
confirming there is a lack of availability of Apprentices for this project.
2. Demonstrated Disproportionate Ratio of Material/Equipment/Products to Labor
Hours. Documentation explaining the bid includes a disproportionate high cost of
material/equipment/products to Labor Hours. (E.g., a $2 M estimated contract
includes $1 M or more in procurement costs of equipment to be installed.)
3. Demonstrated Lack of Necessary Labor Hours. Correspondence from a State-
approved Apprentice Training Programs confirming there is not enough time in the
project to meet required journey level to apprentice training ratios.
4. Demonstrated Lack of Available Approved Programs. Correspondence from State-
approved Apprentice Training Programs, confirming there are no programs that train
for the scopes included/anticipated on the project. Contractor and state programs to
submit training program detail needs and details that could be used for future
program creation.
5. Funding Precedent. Documentation that shows conflicting, more restrictive, or
precedent requirements for other training on the Project. Examples include, but are
not limited to, Tribal Employment Rights (TERO), Federal Training Hours, or Special
Training that affect the ability to use state-registered apprentices.
6. Warranty Work. Documentation from Original Equipment Manufacturers, or similar,
confirming that work performed must only be completed by certified journey-level
installers or risk voiding warranty, or similar.
7. Other Effort. The Contractor may submit other evidence, documentation, or rationale
for not being able to achieve the required Apprentice Utilization that are not covered
in the other efforts named. Other efforts will still need to be corroborated by an
independent, knowledgeable third-party.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-39 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Contractors may receive a GFE credit for graduated Apprentice hours through the end of the
calendar year for all projects worked on as long as the Apprentice remains continuously
employed with the same Contractor/subcontractor they were working for when they
graduated. If an Apprentice graduates during employment on a project of significant
duration, they may be counted towards a GFE credit for up to one year after their graduation
or until the end of the project (whichever comes first). Determination of whether Contract
requirements were met in good faith will be made by subtracting the hours from the
journeyman total reported hours for the project and adding them to the apprentice hour total.
If the new utilization percentage meets the Contract requirement, the Contractor will be
reported as meeting the requirement in good faith.
Approving Good Faith Efforts
The Contracting Agency will review submitted Good Faith Efforts and issue a determination.
The Engineer may request additional information, documentation, evidence or similar in
order to approve such efforts. A determination by the Engineer is final. The approved Good
Faith Efforts will be loaded into the PWIA system by the Contracting Agency.
Payment
Payment will be made for the following Bid Items:
“Apprenticeship Incentive”, by calculation.
An incentive of $2,000.00 will be assessed with the Final Payment for Contractors who meet
the Apprentice Utilization Requirement without a reduction by Good Faith Effort. For the
purpose of providing a common proposal for all bidders, the Contracting Agency has
entered an amount in the proposal to become a part of the total bid by the Contractor.
“Apprenticeship Penalty”, by calculation.
Apprenticeship Hours will be measured for each hour of work performed by an apprentice as
shown on the Monthly Apprentice Utilization Report, based on certified payrolls or the
affidavits of wages paid, whichever is least. The percentage is not rounded up. For the
purpose of providing a common proposal for all bidders, the Contracting Agency has
entered a $0 amount in the proposal to become a part of the total bid by the Contractor. Any
penalty assessed will be entered in the progress payment as a negative amount.
When the Contractor fails to meet the Apprenticeship goal of 15%, a penalty will be
assessed for each hour that is not achieved, unless a Good Faith Effort is approved by the
Contracting Agency. The Contractor agrees to pay the penalty as described above and to
authorize the Engineer to deduct this penalty from any money due or coming due to the
Contractor.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-40 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Apprenticeship Penalty will be calculated as described below:
Apprenticeship
Utilization
Penalty
14-14.99% $2,000
13-13.99% $4,000
12-12.99% $6,000
11-11.99% $8,000
10-10.99% $10,000
9-9.99% $12,000
8-8.99% $14,000
7-7.99% $16,000
6-6.99% $18,000
5-5.99% $20,000
4-4.99% $22,000
3-3.99% $24,000
2-2.99% $26,000
1-1.99% $28,000
0-0.99% $30,000
The Contractor shall include all related costs in the unit Bid prices of the Contract, included
but not limited to implementing, developing, documenting, and administering an
apprenticeship utilization program, recording and reporting hours and all other costs to
comply with this provision.
1-07.9(5) Required Documents
1-07.9(5)A General
(July 8, 2024 APWA GSP)
This section is revised to read as follows:
All Statements of Intent to Pay Prevailing Wages, Affidavits of Wages Paid and Certified
Payrolls, including a signed Statement of Compliance for Federal-aid projects, shall be
submitted to the Engineer and to the State L&I online Prevailing Wage Intent & Affidavit
(PWIA) system. When apprenticeship is a requirement of the contract, include in PWIA all
apprentices.
1-07.9(5)C Certified Payroll
(******)
Delete the first paragraph, and replace it as follows:
The Contractor must submit weekly-certified payrolls for the Contractor and all
subcontractors and lower tier subcontractors, regardless of project’s funding source.
1-07.11 Requirements for Non-Discrimination
1-07.11(11) City of Renton Affidavit of Compliance
(******)
This is a new section as follows:
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-41 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a
copy of the “City of Renton Fair Practices Policy Affidavit of Compliance”. A copy of this
document will be bound in the bid documents.
1-07.13 Contractor’s Responsibility for Work
1-07.13(1) General
(******)
Supplement this section as follows:
During periods of unfavorable conditions or inclement weather, the Contractor shall pursue
only such portions of the Work that will not be at risk of incurring damage.
No portion of the Work whose satisfactory quality or efficiency will be affected by
unfavorable conditions shall be constructed while these conditions exist, unless the
Contractor shall be able to overcome said unfavorable conditions by special means or
precautions acceptable to the Engineer.
1-07.15 Temporary Water Pollution Prevention
(******)
Delete the first paragraph, and replace it as follows:
The Contractor shall perform all Work in strict accordance with all Federal, State, and local
laws and regulations governing waters of the State, as well as permits acquired for the
project.
The Contractor shall prepare a final Temporary Erosion and Sediment Control Plan
(TESCP) and a final Stormwater Pollution Prevention Plan (SWPPP) to be in full compliance
with RMC 4-6-30.
The TESCP and SWPPP shall be developed in accordance with the erosion control
standards contained in the most current City of Renton Surface Water Design Manual and
the King County Stormwater Pollution Prevention Manual. The plan shall include any
assumptions, detailed calculations, sketches, and sequencing. The plan shall be signed and
stamped by a Washington State Professional Engineer. A TESC supervisor shall be
designated by the Contractor, whose name and phone number shall be given to the
Engineer at the Preconstruction Conference. The TESC supervisor must be CESCL certified
in accordance with NPDES permit requirements.
The plan shall be submitted for approval to the City within 3 days prior to the preconstruction
meeting. The TESCP shall include the various configurations that may be necessary to
adequately control erosion and sediment at the site during the various stages of
construction.
Design of dewatering, water control, bypass systems, and temporary erosion and sediment
control during construction shall be the responsibility of the Contractor. Best Management
Practices shall be used as required to address TESC and as outlined in the King County
Stormwater Pollution Prevention Manual.
At a minimum, the plan shall contain:
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-42 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Manufacturer’s data and detailed plans for the erosion control products specified in
the plan.
Plan for temporary pipe system diversions. This shall include a description of when
the piping will be used, pipe material, locations, elevations, plan and profile views,
inlet and outlet protection, hydraulic capacity, and details of important design
features.
Plan for collecting, pumping and pipe surface storm water runoff, dewatering
discharge, and seepage from the source to the storage facility or acceptable
discharge location. The plan shall be shown in phases to coincide with the phases of
construction. The plan shall include:
a. Layout and details of system.
b. Diversion systems manufacturer’s data and material submittals.
c. Pump and pipe types, sizes, manufacturer’s data, and design criteria for pump
sizing.
d. Flow calculations for storm water, seepage, and dewatering pump discharge.
Schedule and sketch of location for dewatering systems. Pumps shall be sized to
pump storm water runoff for the tributary area plus an allowance for groundwater
and surface seepage. Each pump area location shall be equipped with two
pumps meeting the capacity requirement, in case one is non-operational.
e. Source of power for pumps, description of schedule and fueling requirements,
storage location, and methods.
Manufacturer’s literature and test results (certificates) on the temporary silt fence,
erosion control matting, riprap gradations, and any other necessary erosion control
materials.
Planned installation and maintenance schedule for temporary erosion and
sedimentation control facilities. Indicate locations and outlets of dewatering systems.
The boundaries of the clearing limits, sensitive areas and their buffers, and areas of
vegetation preservation and tree retention.
The Contractor shall also prepare a final SWPPP. The SWPPP must meet the requirements
of the Department of Ecology’s NPDES and State Waste Discharge General Permit for
Stormwater Discharges Associated with Construction Activity (General Permit). The SWPPP
shall include, and modify as necessary, the Site Preparation and Erosion Control Plan
drawings provided as part of the Contract Plans. The Contractor shall prepare, review, and
modify the SWPPP as necessary to be consistent with the actual work schedule,
sequencing, and construction methods that will be used on the project. The Contractor’s
SWPPP shall meet the requirements of the general permit.
The Contractor shall:
Furnish, install, operate, and maintain necessary machinery, appurtenances, and
equipment to keep excavations free of water during construction;
Dewater and dispose of water in a manner that will not cause injury to public and
private property, as well as keep sediment-laden water from entering the City surface
water system or violate applicable water standards;
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-43 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Keep sufficient pumping equipment and machinery on hand at all times for
emergencies, including electric power failures;
Keep experienced personnel available at all times to operate pumping equipment,
machinery and appliances;
Not shut down dewatering systems between shifts, on holidays and weekends, nor
during work stoppages without prior authorization by the Engineer;
Control groundwater to prevent softening of bottoms of excavations, or formation of
“quick” conditions or “boils”;
Design and operate dewatering system that will not remove natural soils;
Keep excavations free of water during excavation, construction of structures,
installation of pipelines, placing of structures, backfill, and placing and curing of
concrete; and
Control surface water runoff to prevent entry and collection in excavations.
As construction progresses and unexpected or seasonal conditions dictate, the Contractor
shall anticipate that more water pollution/erosion control measures will be necessary. It shall
be the obligation and responsibility of the Contractor to revise or supplement the
pollution/erosion control measures as may be needed to protect the work, adjacent
properties, storm drains, streams, and other water bodies.
At all times, there must be material on the job site to handle any spills caused by the
Contractor, such as tack, oils, diesel, etc. Materials would include, but not be limited to, oil
absorbent pads and “kitty litter.” The Contractor must supply said materials at his expense
and, in the event of a spill, be responsible for cleanup and disposal of contaminated
materials.
In addition, the SWPPP shall outline the procedures to be used to prevent high pH storm
water or dewatering water from entering surface waters. The plan shall include how the pH
of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from
the project or entering surface waters. Prior to beginning any concrete or grinding work, the
Contractor shall submit the plan, for the Engineer’s review and approval.
An Ecology template is available to the Contractor for producing the SWPPP, using project-
specific information added by the Contractor. The template and instructions are available at:
http://www.ecy.wa.gov/programs/wq/stormwater/construction.
The Engineer’s review and any resulting approval of the Contractor’s SWPPP and TESCP
will be only regarding conformance with the specification requirement that the Contractor
have the plans prepared by a CPESC or professional Civil Engineer who has expertise in
the type of facilities and that the SWPPP and TESCP include the items specified for such
plans. The Contractor shall be solely responsible for the adequacy of the SWPPP and
TESCP and if erosion sediment, and other pollutant control measures in deviation or
addition to those described in the SWPPP become necessary to minimize erosion and
prevent storm water contamination from sediment and other pollutants, the Contractor shall
prepare and submit a revised SWPPP to the Engineer for review as specified in the original
plan.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-44 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
The Owner will not be liable to the Contractor for failure to accept all or any portion of an
originally submitted or revised SWPPP, nor for any delays to the Work due to the
Contractor’s failure to submit and implement an acceptable SWPPP.
1-07.16 Protection and Restoration of Property
1-07.16(1) Private/Public Property
(******)
Supplement this section as follows:
The Contracting Agency will obtain all easements and franchises required for the project.
The Contractor shall limit his operation to the areas obtained and shall not trespass on
private property.
The Contracting Agency may provide certain lands, as indicated in connection with the Work
under the Contract together with the right of access to such lands. The Contractor shall not
unreasonably encumber the premises with his equipment or materials.
The Contractor shall provide, with no liability to the Contracting Agency, any additional land
and access thereto not shown or described that may be required for temporary construction
facilities or storage of materials. He shall construct all access roads, detour roads, or other
temporary Work as required by his operations. The Contractor shall confine his equipment,
storage of material, and operation of his workers to those areas shown and described and
such additional areas as he may provide.
General: All construction Work under this contract on easements, right-of-way, over
private property or franchise, shall be confined to the limits of such easements, right-
of-way or franchise. All Work shall be accomplished so as to cause the least amount
of disturbance and a minimum amount of damage. The Contractor shall schedule his
Work so that trenches across easements shall not be left open during weekends or
holidays and trenches shall not be open for more than 48 hours.
Structures: The Contractor shall remove such existing structures as may be
necessary for the performance of the Work and, if required, shall rebuild the
structures thus removed in as good a condition as found. He shall also repair all
existing structures that may be damaged as a result of the Work under this contract.
Easements, cultivated areas, and other surface improvements: All cultivated areas,
either agricultural or lawns, and other surface improvements which are damaged by
actions of the Contractor shall be restored as nearly as possible to their original
condition. Prior to excavation on an easement or private right-of-way, the Contractor
shall strip topsoil from the trench or construction area and stockpile it in such a
manner that it may be replaced by him, upon completion of construction. Ornamental
trees and shrubbery shall be carefully removed with the earth surrounding their roots
wrapped in burlap and replanted in their original positions within 48 hours.
a. All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor
with material of equal quality at no additional cost to the Contracting Agency. In
the event that it is necessary to trench through any lawn area, the sod shall be
carefully cut and rolled and replaced after the trenches have been backfilled. The
lawn area shall be cleaned by sweeping or other means, of all earth and debris.
b. The Contractor shall use rubber wheel equipment similar to the small tractor-type
backhoes used by side sewer contractors for all Work, including excavation and
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-45 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
backfill, on easements or rights-of-way, which have lawn areas. All fences,
markers, mailboxes, or other temporary obstacles shall be removed by the
Contractor and immediately replace, after the trench is backfilled, in their original
position. The Contractor shall notify the Contracting Agency and Property Owner
at least 24 hours in advance of any Work done on easements or rights-of-way.
c. Damage to existing structures outside of easement areas that may result from
dewatering and/or other construction activity under this contract shall be restored
to their original condition or better. The original condition shall be established by
photographs taken and/or inspection made prior to construction. All such Work
shall be done to the satisfaction of the Property Owners and the Contracting
Agency at the expense of the Contractor.
Streets: The Contractor will assume all responsibility of restoration of the surface of
all streets (traveled ways) used by him if damaged.
a. In the event the Contractor does not have labor or material immediately available
to make necessary repairs, the Contractor shall so inform the Contracting
Agency. The Contracting Agency will make the necessary repairs and the cost of
such repairs shall be paid by the Contractor.
b. The Contractor is responsible for identifying and documenting any damage that is
pre-existing or caused by others. Restoration of excavation in City streets shall
be done in accordance with the City of Renton Trench Restoration
Requirements, which is available on the City of Renton website or at the Public
Works Department Customer Services counter on the 6th floor, Renton City Hall,
1055 S Grady Way.
1-07.16(2) Vegetation Protection and Restoration
(******)
Supplement this section as follows:
The Contractor shall be responsible for the protection of tops, major branches, trunks, and
roots of existing trees, shrubs and other plants that are marked within, and just outside of
the limits of construction. Existing trees to remain in place and that are potentially subject to
construction damage shall be boxed, fenced, or otherwise protected before any work is
started in the vicinity of the trees. Any grading or other earthwork shown on the Contract
Plans near trees that are to be saved shall not occur within the drip line of the tree canopy to
protect the tree’s root system unless approved otherwise by the Engineer.
No soil disturbance shall take place prior to the placement and installation of tree protection.
Immediately following site clearing and grading the Owner’s Representative will make final
determination on the satisfaction of tree protection and specific requirements based on the
trees health, construction limits, and impacts to major roots and the soil condition.
Exercise care when excavating trenches near existing trees. Where roots are two inches
(2") and greater in diameter hand excavate and tunnel. When large roots are exposed, wrap
with heavy burlap for protection and prevent excessive drying. Trenches dug by machines
adjacent to trees having roots two inches (2") and less in diameter shall have the sides hand
trimmed making a clean cut of the roots. Trenches having exposed tree roots shall be back-
filled within twenty-four (24) hours unless adequately protected with moist burlap or canvas.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-46 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
The cutting of roots 2-inches and larger should be avoided. Potential root pruning needs
shall be reviewed in advance with the City’s Representative to minimize potential root
fracturing and other damage. Severed roots of retained trees shall be cut off cleanly with a
sharp saw or pruning shears. Applying pruning paint on trunks or root wounds shall not be
permitted. Severed roots shall be covered immediately after final pruning with moist soil or
burlap and covered with mulch until they can be covered with soil. Excavation operators
shall take extreme care not to hook roots and pull them back towards retained trees. In all
cases, the excavator shall remain outside of the Critical Root Zone (CRZ) boundary, shown
on the Contract Plans or as directed by the Engineer.
No pruning of trees will be allowed without prior approval from the Engineer, in which case,
all pruning shall be done by an International Society of Arboriculture Certified Arborist, to the
standards of ANSI A300 American Standard for Pruning.
Existing landscaping outside the construction limits, including but not limited to, sod,
rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected
from damage.
The property owners shall be responsible for removing and/or relocating irrigation
equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping
materials within the construction limits that they wish to save. The Contractor shall give
property owners 10 days’ written notice prior to removing landscaping materials. All
landscaping materials that remain in the construction limits after that time period shall be
removed and disposed of, by the Contractor, in accordance with Section 2-01 of the
Standard Specifications, these Special Provisions, and the Plans.
The Contractor shall have on-site at all times during construction current copies of the
Washington State Noxious Weed List and Monitor List (http://www.nwcb.wa.gov) and the
King County noxious weed list (https://www.kingcounty.gov/services/environment/animals-
and-plants/noxious-weeds/laws/list.aspx).
1-07.16(3) Archaeological and Historical Objects
(******)
Supplement this section as follows:
There are documented archaeological sites within the general vicinity of the project and the
Washington Department of Archaeology and Historic Preservation assesses a potential for
encountering archaeological sites within the project’s Area of Potential Impacts.
An archeologist has prepared an Inadvertent Discovery Plan for the project. The Contractor
shall work in accordance with this plan, the SEPA, and any applicable federal, state, and
local laws at all times.
1-07.17 Utilities and Similar Facilities
(******)
Supplement this section as follows:
Existing utilities indicated in the Plans have been plotted from the best information available
to the Engineer. Information and data shown or indicated in the Contract Documents with
respect to existing underground utilities or services at, or contiguous to, the project site are
based on information and data furnished to the Owner and the Engineer by owners of such
underground facilities or others, and the Owner and the Engineer do not assume
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-47 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
responsibility for the accuracy or completeness thereof. It is to be understood that other
aboveground or underground facilities not shown in the Plans may be encountered
during the course of the Work.
All utility valves, manholes, vaults, pull boxes, or other underground utilities that require
access shall be conspicuously marked in a fashion acceptable to the Owner and the
Engineer by the Contractor, to allow their location to be determined by the Engineer or utility
personnel under adverse conditions (e.g. inclement weather or darkness).
Where underground main distribution conduits, such as water, gas, sewer, electric power, or
telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid,
shall assume that every property parcel will be served by a service connection for each type
of utility.
The Contractor shall conduct a utility coordination meeting with the utility companies
concerning any possible conflict prior to commencing excavation in any area and submit
documentation of said meeting to the Engineer. The Contractor shall resolve all crossing
and clearance problems with the utility company concerned. No excavation shall begin until
all known facilities, in the vicinity of the excavation area, have been located and marked. All
costs for utility coordination, discussions, and meetings shall be considered incidental to the
Contract and no additional compensation will be made.
In addition to the Contractor having all utilities field marked before starting Work, the
Contractor shall have all utilities field marked after they are relocated in conjunction with this
project.
Call Before You Dig
The 48-Hour Locators
1-800-424-5555
At least 2 and not more than 10 working days prior to commencing any excavations for utility
potholing or for any other purpose under this Contract, the Contractor shall notify the
Underground Utilities Location Center by telephone of the planned excavation and progress
schedule. The Contractor is also warned that there may be utilities on the project that are
not part of the One Call system. They must be contacted directly by the Contractor for
locations.
The Contractor shall make arrangements 48 hours in advance with respective utility owners
to have a representative present when their utility is exposed or modified, if the utility
chooses to do so.
Utility Adjustments and Conflicts
Existing utilities for telephone, power, gas, water, and television cable shall be adjusted or
relocated by the appropriate utility company, unless otherwise noted in the Plans. These
adjustments may be completed before the Contractor begins Work, or may be performed in
conjunction with the Contract Work. The Contractor shall be entirely responsible for
coordination with the utility companies and arranging for the movement or adjustment, either
temporary or permanent, of their facilities within the project limits. See also Section 1-05.14
of these Special Provisions.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-48 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
If or when utility conflicts occur, the Contractor shall continue the construction process on
other aspects of the project whenever possible. The Contractor shall include in the Base Bid
all necessary communication and meetings with the utility companies, and all necessary
advance notification to utility companies to keep the project on schedule and avoid delays.
No additional compensation will be made to the Contractor for reason of delay caused by
the actions of any utility company, and the Contractor shall consider such costs to be
incidental to the other items of the Contract.
Utility Potholing
Potholing may be included as a bid item for use in determining the location of existing
utilities in advance of the Contractor's operations. If potholing is not included as a bid item
then it shall be considered incidental to other Work. The Contractor shall submit all potholing
requests to the Engineer for approval, at least 2 working days before potholing is scheduled.
Additionally, the Contractor shall provide potholing at the Engineer's request.
In no way shall the Work described under Utility Potholing relieve the Contractor of any of
the responsibilities described in Section 1-07.17 of the Standard Specifications and Special
Provisions, and elsewhere in the Contract Documents.
1-07.17(3) Site Specific Potholing
(******)
This is a new section as follows:
Site Specific Potholing is intended to be additional potholing as identified in the Plans or as
directed by the Engineer, which is separate from and in addition to potholing included as
incidental for utility installation. The Contractor shall perform exploratory excavations
(potholing) as required to collect as-built information and verify the depth, location, size, and
material of existing underground utilities at the identified locations. The Contractor shall
perform all potholing identified on the plans prior to any construction to allow for any
potential design modifications. The Contractor is still responsible to verify depth, location,
alignment, and size of all existing utilities either specifically called for or not on the plans.
The Contractor shall immediately notify the Engineer if field conditions differ from the
expected conditions shown in the Contract Drawings. For these utilities, the Contractor shall
allow the engineer 10 working days after written results are received to allow for minor
design modification as necessary. The Contractor shall use the information obtained by
potholing for procurement of suitable materials to revise the work accordingly, where
required by the Contract. Upon completion of the excavation, the material can be used for
temporary restoration if the material is satisfactory and with prior authorization from the
Engineer.
Where underground utilities are found to be in the way of construction, such condition shall
not be deemed to be a changed or differing site condition, and if necessary, pipe alignment
or grade shall be modified. No payment will be made unless potholing has been performed
prior to trench excavation and witnessed by the Engineer or City Inspector. Different utilities
may be found to occupy a common trench. Any two or more utilities separated by 3 feet or
less shall constitute one locate. Where multiple utilities exist in close proximity, the
Contractor shall be paid for one locate for every 5 feet of exploration trench. The quantity for
this item is included to provide a common proposal for bid purposes. The actual quantity
used in construction may vary from that amount. The unit price will not be adjusted if the
actual quantity used varies by more than 25 percent.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-49 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
The contractor shall perform for this potholing a minimum of twenty working days prior to
crossing to allow for potential revisions. The contractor shall not have cause for claim of
down-time or any other additional costs associated with ‘waiting’ if the owner provides
design revisions (related to the information supplied per this section) within ten working days
after the contractor provides the surveyed elevations.
In no way shall the Work described under Site Specific Potholing relieve the Contractor of
any of the responsibilities described in Section 1-07.17 of the Standard Specifications and
Special Provisions, and elsewhere in the Contract Documents.
Measurement and Payment for Site Specific Potholing shall be per section 1-09.14(2)A4.
1-07.17(4) Interruption of Services
(******)
This is a new section as follows:
Whenever in the course of the construction operation it becomes necessary to cause an
outage of utilities, it shall be the Contractor's responsibility to notify the affected users and
the Engineer not less than 48 hours in advance of such outage. The Contractor shall make
reasonable effort to minimize the duration of outages, and shall estimate the length of time
service will be interrupted and so notify the users. In the case of any utility outage that has
exceeded or will exceed four hours, user contact shall again be made. Temporary service, if
needed, will be arranged by the Contractor at no cost to the Owner.
Water service interruptions, shut-offs, and connection shall be in accordance with Section
7-09.
Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing
temporary overhead lighting to meet above requirements shall be incidental to the various
unit and Lump sum items of the Contract; no separate payment will be made.
In the event an outage or service interruption is caused by Contractor negligence or
unmarked utility, the Contractor shall notify and coordinate with the owner of the utility and
the Engineer immediately. The Contractor shall also be responsible for notifying the affected
users as soon as possible and no later than 8 hours after the interruption occurred. The
Contractor will be responsible for any negligence and reparations necessary to resolve the
interruption. No additional compensation will be made to the Contractor for reason of delay
caused by the actions of any utility company, and the Contractor shall consider such costs
to be incidental to the other items of the Contract.
1-07.17(5) Resolution of Utility Conflicts
(******)
This is a new section as follows:
In no way shall the work described under “Resolution of Utility Conflicts” relieve Contractor
of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and
Special Provisions, and elsewhere in the Contract Documents. If or when utility conflicts
occur, Contractor shall continue the construction process on other aspects of the project
whenever possible.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-50 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
If “Resolution of Utility Conflicts” is included as a bid item in Section 1-09.14, it shall be used
to resolve any new identified utility conflicts not otherwise shown on the Contract Drawing or
Specifications that are identified during the course of construction, including water service
line relocations required when the line cannot be temporarily supported during the
construction.
1-07.18 Public Liability and Property Damage Insurance
(******)
Delete this section in its entirety, and replace it with the following:
1-07.18 Insurance
(December 30, 2022 APWA GSP)
1-07.18(1) General Requirements
A. The Contractor shall procure and maintain the insurance described in all subsections
of section 1-07.18 of these Special Provisions, from insurers with a current A. M.
Best rating of not less than A-: VII and licensed to do business in the State of
Washington. The Contracting Agency reserves the right to approve or reject the
insurance provided, based on the insurer’s financial condition.
B. The Contractor shall keep this insurance in force without interruption from the
commencement of the Contractor’s Work through the term of the Contract and for
thirty (30) days after the Physical Completion date, unless otherwise indicated below.
C. If any insurance policy is written on a claims-made form, its retroactive date, and that
of all subsequent renewals, shall be no later than the effective date of this Contract.
The policy shall state that coverage is claims made and state the retroactive date.
Claims-made form coverage shall be maintained by the Contractor for a minimum of
36 months following the Completion Date or earlier termination of this Contract, and
the Contractor shall annually provide the Contracting Agency with proof of renewal. If
renewal of the claims made form of coverage becomes unavailable, or economically
prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or
execute another form of guarantee acceptable to the Contracting Agency to assure
financial responsibility for liability for services performed.
D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or
Umbrella Liability insurance policies shall be primary and non-contributory insurance
as respects the Contracting Agency’s insurance, self-insurance, or self-insured pool
coverage. Any insurance, self-insurance, or self-insured pool coverage maintained
by the Contracting Agency shall be excess of the Contractor’s insurance and shall
not contribute with it.
E. The Contractor shall provide the Contracting Agency and all additional insureds with
written notice of any policy cancellation, within two business days of their receipt of
such notice.
F. The Contractor shall not begin work under the Contract until the required insurance
has been obtained and approved by the Contracting Agency.
G. Failure on the part of the Contractor to maintain the insurance as required shall
constitute a material breach of contract, upon which the Contracting Agency may,
after giving five business days’ notice to the Contractor to correct the breach,
immediately terminate the Contract or, at its discretion, procure or renew such
insurance and pay any and all premiums in connection therewith, with any sums so
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-51 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
expended to be repaid to the Contracting Agency on demand, or at the sole
discretion of the Contracting Agency, offset against funds due the Contractor from
the Contracting Agency.
H. All costs for insurance shall be incidental to and included in the unit or lump sum
prices of the Contract and no additional payment will be made.
1-07.18(2) Additional Insured
All insurance policies, with the exception of Workers Compensation, and of Professional
Liability and Builder’s Risk (if required by this Contract) shall name the following listed
entities as additional insured(s) using the forms or endorsements required herein:
• the Contracting Agency and its officers, elected officials, employees, agents, and
volunteers;
• Consultants hired by the Contracting Agency to provide engineering support during
construction of this project;
• Consultants hired by the Contracting Agency to provide environmental support
during construction of this project;
• Consultants hired by the Contracting Agency to provide construction management,
inspection and materials testing services for this project.
• Washington State Department of Ecology, and its officers, employees, and agents
• Soos Creek Water and Sewer District, and its officers, employees, and agents
The above-listed entities shall be additional insured(s) for the full available limits of liability
maintained by the Contractor, irrespective of whether such limits maintained by the
Contractor are greater than those required by this Contract, and irrespective of whether the
Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits
lower than those maintained by the Contractor.
For Commercial General Liability insurance coverage, the required additional insured
endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
1-07.18(3) Subcontractors
The Contractor shall cause each subcontractor of every tier to provide insurance coverage
that complies with all applicable requirements of the Contractor-provided insurance as set
forth herein, except the Contractor shall have sole responsibility for determining the limits of
coverage required to be obtained by subcontractors.
The Contractor shall ensure that all subcontractors of every tier add all entities listed in
1-07.18(2) as additional insureds, and provide proof of such on the policies as required by
that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20
10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency evidence of insurance and copies of the additional insured endorsements of each
subcontractor of every tier as required in 1-07.18(4) Verification of Coverage.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-52 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-07.18(4) Verification of Coverage
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and
endorsements for each policy of insurance meeting the requirements set forth herein when
the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to
demand such verification of coverage with these insurance requirements or failure of
Contracting Agency to identify a deficiency from the insurance documentation provided shall
not be construed as a waiver of Contractor’s obligation to maintain such insurance.
Verification of coverage shall include:
1. An ACORD certificate or a form determined by the Contracting Agency to be
equivalent.
2. Copies of all endorsements naming Contracting Agency and all other entities listed in
1-07.18(2) as additional insured(s), showing the policy number. The Contractor may
submit a copy of any blanket additional insured clause from its policies instead of a
separate endorsement.
3. Any other amendatory endorsements to show the coverage required herein.
4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy
these requirements – actual endorsements must be submitted.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is
required on this Project, a full and certified copy of that policy is required when the
Contractor delivers the signed Contract for the work.
1-07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below. Contractor’s
maintenance of insurance, its scope of coverage, and limits as required herein shall not be
construed to limit the liability of the Contractor to the coverage provided by such insurance,
or otherwise limit the Contracting Agency’s recourse to any remedy available at law or in
equity.
All deductibles and self-insured retentions must be disclosed and are subject to approval by
the Contracting Agency. The cost of any claim payments falling within the deductible or self-
insured retention shall be the responsibility of the Contractor. In the event an additional
insured incurs a liability subject to any policy’s deductibles or self-insured retention, said
deductibles or self-insured retention shall be the responsibility of the Contractor.
1-07.18(5)A Commercial General Liability
Commercial General Liability insurance shall be written on coverage forms at least as broad
as ISO occurrence form CG 00 01, including but not limited to liability arising from premises,
operations, stop gap liability, independent contractors, products-completed operations,
personal and advertising injury, and liability assumed under an insured contract. There shall
be no exclusion for liability arising from explosion, collapse or underground property
damage.
The Commercial General Liability insurance shall be endorsed to provide a per project
general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-53 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Contractor shall maintain Commercial General Liability Insurance arising out of the
Contractor’s completed operations for at least three years following Substantial Completion
of the Work.
Such policy must provide the following minimum limits:
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
$2,000,000 Products & Completed Operations Aggregate
$1,000,000 Personal & Advertising Injury each offence
$1,000,000 Stop Gap / Employers’ Liability each accident
1-07.18(5)B Automobile Liability
Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be
written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the
transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48
endorsements.
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident
1-07.18(5)C Workers’ Compensation
The Contractor shall comply with Workers’ Compensation coverage as required by the
Industrial Insurance laws of the State of Washington.
1-07.18(5)D Excess or Umbrella Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less
than described herein. This excess or umbrella liability coverage shall be excess over and
as least as broad in coverage as the Contractor’s Commercial General and Auto Liability
insurance.
All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional
insureds on the Contractor’s Excess or Umbrella Liability insurance policy.
This requirement may be satisfied instead through the Contractor’s primary Commercial
General and Automobile Liability coverages, or any combination thereof that achieves the
overall required limits of insurance.
Such policy must provide the following minimum limit:
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000
Products/Completed Operations Aggregate $1,000,000
1-07.18(5)J Pollution Liability
(January 4, 2016 APWA GSP)
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-54 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for
claims involving bodily injury, property damage (including loss of use of tangible property
that has not been physically injured), cleanup costs, remediation, disposal or other handling
of pollutants, including costs and expenses incurred in the investigation, defense, or
settlement of claims, arising out of any one or more of the following:
1. Contractor’s operations related to this project.
2. Remediation, abatement, repair, maintenance or other work with lead-based paint or
materials containing asbestos.
3. Transportation of hazardous materials away from any site related to this project.
All entities listed under 1-07.18(2) of these Special Provisions shall be named by
endorsement as additional insureds on the Contractors Pollution Liability insurance policy.
Such Pollution Liability policy shall provide the following minimum limits:
$1,000,000 each loss and annual aggregate
1-07.18(5)K Professional Liability
(December 30, 2022 APWA GSP)
The Contractor and/or its subcontractor(s) and/or its design consultant providing
construction management, value engineering, or any other design-related non-construction
professional services shall provide evidence of Professional Liability insurance covering
professional errors and omissions.
Such policy shall provide the following minimum limits:
$1,000,000 per claim and annual aggregate
If the scope of such design-related professional services includes work related to pollution
conditions, the Professional Liability insurance shall include coverage for Environmental
Professional Liability.
If insurance is on a claims-made form, its retroactive date, and that of all subsequent
renewals, shall be no later than the effective date of this Contract.
1-07.22 Use of Explosives
(******)
Supplement this section as follows:
Explosives shall not be used without specific authority of the Engineer, and then only under
such restrictions as may be required by the proper authorities. Explosives shall be handled
and used in strict compliance with WAC 296-52 and such local laws, rules and regulations
that may apply. The individual in charge of the blasting shall have a current Washington
State Blaster Users License.
The Contractor shall obtain, comply with, and pay for such permits and costs as are
necessary in conjunction with blasting operations.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-55 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-07.23 Public Convenience and Safety
1-07.23(1) Construction Under Traffic
(******)
Revise the second paragraph in this section as follows:
To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through
the Work with the least possible inconvenience or delay. The Contractor shall maintain
existing roads, streets, sidewalks, driveways, and paths within the project limits, keeping
them open, and in good, clean, safe condition at all times. Accessibility to existing or
temporary pedestrian push buttons shall not be impaired; if approved by the Contracting
Agency activating pedestrian recall timing or other accommodation may be allowed during
construction. Deficiencies caused by the Contractor’s operations shall be repaired at the
Contractor’s expense. Deficiencies not caused by the Contractor’s operations shall be
repaired by the Contractor when directed by the Engineer, at the Contracting Agency’s
expense. The Contractor shall also maintain roads, streets, sidewalks, driveways, and paths
adjacent to the project limits when affected by the Contractor’s operations. Snow and ice
control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice
control debris will be at the Contracting Agency’s expense. The Contractor shall perform the
following:
1. Remove or repair any condition resulting from the Work that might impede traffic or
create a hazard.
2. Keep existing traffic signal and highway lighting systems in operation as the Work
proceeds. (The Contracting Agency will continue the route maintenance on such
system.)
3. Maintain the striping on the roadway at the Contracting Agency’s expense. The
Contractor shall be responsible for scheduling when to renew striping, subject to the
approval of the Engineer. When the scope of the project does not require Work on
the roadway, the Contracting Agency will be responsible for maintaining the striping.
4. Maintain existing permanent signing. Repair of signs will be at the Contracting
Agency’s expense, except those damaged due to the Contractor’s operations.
5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing
drainage structures will be at the Contracting Agency’s expense when approved by
the Engineer, except when flow is impaired due to the Contractor’s operations.
(******)
Supplement this section as follows:
The Contractor shall be responsible for controlling dust and mud within the project limits and
on any street, which is utilized by his equipment for the duration of the project. The
Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of
equipment as deemed necessary by the Engineer, to avoid creating a nuisance.
Dust and mud control shall be considered as incidental to the project and no compensation
will be made for this section.
Complaints of dust, mud, or unsafe practices and/or property damage to private ownership
will be transmitted to the Contractor and prompt action in correcting them will be required by
the Contractor.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-56 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
The Contractor shall maintain the roads during construction in a suitable condition to
minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be
borne by the Contractor.
At least one lane of one-way traffic shall be maintained on all streets within the project limits
during working hours except at specific locations noted in the plans or special provisions.
One lane shall be provided in each direction for all streets during non-working hours except
at specific locations noted in the plans or special provisions.
The Contractor shall provide one drivable roadway lane and maintain convenient access for
local and commuter traffic to driveways, businesses, and buildings along the line of Work
throughout the course of the project. Such access shall be maintained as near as possible
to that which existed prior to the commencement of construction. This restriction shall not
apply to the paving portion of the construction process.
The Contractor shall notify and coordinate with all property owners and tenants of street
closures, or other restrictions which may interfere with their access at least 24 hours in
advance for single-family residential property and at least 48 hours in advance for
apartments, offices, and commercial property. The Contractor shall give a copy of all notices
to the Engineer.
When the abutting owners’ access across the right-of-way line is to be eliminated and
replaced under the Contract by other access, the existing access shall not be closed until
the replacement access facility is available.
All unattended excavations shall be properly barricaded and covered at all times. The
Contractor shall not open any trenches that cannot be completed and refilled that same day.
Trenches shall be patched or covered by a temporary steel plate, at the Contractor’s
expense, except in areas where the roadway remains closed to public traffic. Steel plates
must be anchored.
1-07.23(2) Construction and Maintenance of Detours
(******)
Revise the first paragraph in this section as follows:
Unless otherwise approved, the Contractor shall maintain two-way traffic during
construction. The Contractor shall build, maintain in a safe condition, keep open to traffic,
and remove when no longer needed:
1. Detours and detour bridges that will accommodate traffic diverted from the roadway,
bridge, sidewalk, driveway, or path during construction;
2. Detour crossings of intersecting highways; and
3. Temporary approaches.
1-07.24 Rights-of-Way
(July 23, 2015 APWA GSP)
Delete and replace this section as follows:
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-57 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Street Right of Way lines, limits of easements, and limits of construction permits are
indicated in the Plans. The Contractor’s construction activities shall be confined within these
limits, unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way
and easements, both permanent and temporary, necessary for carrying out the work.
Exceptions to this are noted in the Bid Documents or will be brought to the Contractor’s
attention by a duly issued Addendum.
Whenever any of the work is accomplished on or through property other than public Right of
Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement
agreement obtained by the Contracting Agency from the owner of the private property.
Copies of the easement agreements may be included in the Contract Provisions or made
available to the Contractor as soon as practical after they have been obtained by the
Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising, these
areas are so noted in the Plans. The Contractor shall not proceed with any portion of the
work in areas where right of way, easements or rights of entry have not been acquired until
the Engineer certifies to the Contractor that the right of way or easement is available or that
the right of entry has been received. If the Contractor is delayed due to acts of omission on
the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the
Contractor will be entitled to an extension of time. The Contractor agrees that such delay
shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor. This
includes entry onto easements and private property where private improvements must be
adjusted.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may desire
for temporary construction facilities, storage of materials, or other Contractor needs.
However, before using any private property, whether adjoining the work or not, the
Contractor shall file with the Engineer a written permission of the private property owner,
and, upon vacating the premises, a written release from the property owner of each property
disturbed or otherwise interfered with by reasons of construction pursued under this
contract. The statement shall be signed by the private property owner, or proper authority
acting for the owner of the private property affected, stating that permission has been
granted to use the property and all necessary permits have been obtained or, in the case of
a release, that the restoration of the property has been satisfactorily accomplished. The
statement shall include the parcel number, address, and date of signature. Written releases
must be filed with the Engineer before the Completion Date will be established.
1-07.28 Confined Space Entry
(******)
This is a new section as follows:
The Contractor shall:
1. Review and be familiar with the City’s Public Works Confined Space Entry Program.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-58 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
2. Review documented information about the City confined spaces in which entry is
intended as listed and described in the City’s Attribute and Map Book. This
information includes identified hazards for each permit-required confined space.
3. Each contractor shall have their own confined space entry program. Upon request of
the City they will provide a statement confirming they are in compliance with their
confined space entry program including requirements for confined space training for
employees associated with the project in Renton.
4. Be responsible for following all confined space requirements established by the
provisions in WAC 296-809 and its chapters.
5. Coordinate entry operations with the City of Renton when employees from the
contractor will be working in or near City confined spaces.
6. Discuss entry operations with the City of Renton including the program followed
during confined space entry.
7. Debrief the City on any hazards confronted or created at the completion of entry
operations.
8. Place signs noting the danger and to follow confined space entry procedure before
entering at each confined space to be entered. Never leave the confined space open
and unattended.
The Contractor’s or Consultant’s point of contact with the City in regard to confined space
entry will be the City’s assigned construction inspector.
END OF SECTION 1-07
1-08 Prosecution and Progress
City of Renton 1-59 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-08 PROSECUTION AND PROGRESS
1-08.0 Preliminary Matters
(******)
This is a new section with subsections as follows:
1-08.0(1) Preconstruction Conference
(******)
This is a new section as follows:
The Engineer will furnish the Contractor with copies of the Contract Documents per
Section 1-02.2 “Plans and Specifications”. Additional documents may be furnished upon
request at the cost of reproduction. Prior to undertaking each part of the Work the
Contractor shall carefully study and compare the Contract Documents, and check and
verify pertinent figures shown therein and all applicable field measurements. The
Contractor shall promptly report in writing to the Engineer any conflict, error or
discrepancy, which the Contractor may discover.
After the Contract has been executed, but prior to the Contractor beginning the Work, a
preconstruction conference will be held between the Contractor, the Engineer, and such
other interested parties as may be invited.
The Contractor shall prepare and submit a minimum 3 days prior to the preconstruction
meeting:
• Contractor’s plan of operation and progress schedule (3+ copies)
• Approval of qualified subcontractors (bring list of subcontractors if different from
list submitted with bid)
• List of materials fabricated or manufactured off the project
• Material sources for approval, if applicable
• Shop Drawings (bring preliminary list)
• Names of principal suppliers
• Detailed equipment list, including “Rental Rate Blue Book” hourly costs (both
working and standby rates)
• Weighted wage rates for all employee classifications anticipated to be used on
Project
• Cost percentage breakdown for lump sum bid item(s)
• Traffic Control Plans (3+ copies)
• Pedestrian Handling Plan
• Storm Water Pollution Prevention Plan (SWPPP)
• Temporary Erosion and Sediment Control Plan (TESCP)
• Apprentice Utilization Plan (AUP)
• Shoring Plan
1-08 Prosecution and Progress
City of Renton 1-60 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
• Work Plan
• Other plans as required
In addition, the Contractor shall be prepared to address:
• Bonds and insurance
• Project meetings – schedule and responsibilities
• Provision for inspection for materials from outside sources
• Responsibility for locating utilities
• Responsibility for damage
• Time schedule for relocations, if by other than the Contractor
• Compliance with Contract Documents
• Acceptance and approval of Work
• Labor compliance, payrolls, and certifications
• Safety regulations for the Contractors’ and the Owner’s employees and
representatives
• Suspension of Work, time extensions
• Change order procedures
• Progress estimates, procedures for payment
• Special requirements of funding agencies
• Construction engineering, advance notice of special work
• Any interpretation of the Contract Documents requested by the Contractor
• Any conflicts or omissions in Contract Documents
• Any other problems or questions concerning the Work
• Processing and administration of public complaints
• Easements and rights-of-entry
• Other contracts
The franchise utilities may be present at the preconstruction conference, and the
Contractor should be prepared for their review and discussion of progress schedule and
coordination.
1-08.0(2) Hours of Work
(******)
This is a new section as follows:
Except in the case of emergency or unless otherwise approved by the Engineer, the
normal working hours for the Contract shall be any consecutive 8-hour period between
7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the
Contractor desires different than the normal working hours stated above, the request
must be submitted in writing prior to the preconstruction conference, subject to the
1-08 Prosecution and Progress
City of Renton 1-61 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
provisions below. The working hours for the Contract shall be established at, or prior to,
the preconstruction conference.
All working hours and days are also subject to local permit and ordinance conditions
(such as noise ordinances).
If the Contractor wishes to deviate from the established working hours, the Contractor
shall submit a written request to the Engineer for consideration. This request shall state
what hours are being requested, and why. Requests shall be submitted for review no
later than 3 working days prior to the day(s) the Contractor is requesting to change the
hours.
If the Contracting Agency approves such a deviation, such approval may be subject to
certain other conditions, which will be detailed in writing. For example:
1. On non-Federal aid projects, requiring the Contractor to reimburse the
Contracting Agency for the costs in excess of straight-time costs for Contracting
Agency representatives who worked during such times. (The Engineer may
require designated representatives to be present during the work.
Representatives who may be deemed necessary by the Engineer include, but
are not limited to: survey crews; personnel from the Contracting Agency’s
material testing lab; inspectors; and other Contracting Agency employees or third
party consultants when, in the opinion of the Engineer, such work necessitates
their presence.)
2. Considering the work performed on Saturdays, Sundays, and holidays as
working days with regard to the contract time.
3. Considering multiple work shifts as multiple working days with respect to contract
time even though the multiple shifts occur in a single 24-hour period.
4. If a 4-10 work schedule is requested and approved the non working day for the
week will be charged as a working day.
5. If Davis Bacon wage rates apply to this Contract, all requirements must be met
and recorded properly on certified payroll
Permission to Work Saturdays, Sundays, holidays, or other than the agreed upon normal
straight time working hours, Monday through Friday, may be given subject to certain
other conditions set forth by the Contracting Agency or the Engineer. These conditions
may include but are not limited to:
1. Requiring the Engineer or such assistants as the Engineer may deem necessary
to be present during the Work; where assistants may include, but are not limited
to: survey crews, personnel from the material testing labs, inspectors, and other
Contracting Agency employees when in the opinion of the Engineer such Work
necessitates their presence.
2. Requiring the Contractor to reimburse the Contracting Agency for the cost of
engineering salaries paid Contracting Agency employees who worked during
such times.
3. Considering the Work performed on Saturdays, Sundays, and holidays as
working days with regards to the Contract Time.
1-08 Prosecution and Progress
City of Renton 1-62 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
4. Considering multiple Work shifts as multiple working days with respect to
Contract Time even though the multiple shifts occur in a single 24-hour period.
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees
(******)
This is a new section as follows:
Where the Contractor elects to Work on a Saturday, Sunday, holiday, or longer than an
8-hour Work shift on a regular working day, as defined in the Standard Specifications,
such Work shall be considered as overtime Work. On all such overtime Work an
inspector will be present, and a survey crew may be required at the discretion of the
Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of
the straight time plus overtime costs for employees and representative(s) of the
Contracting Agency required to work overtime hours.
The Contractor by these Specifications does hereby authorize the Engineer to deduct
such costs from the amount due, or to become due, the Contractor.
1-08.1 Subcontracting
(******)
Supplement this section as follows:
Written requests for change in subcontractors shall be submitted by the Contractor to the
Engineer at least 7 calendar days prior to start of a subcontractor's Work.
The Contractor agrees that he/she/they is(are) fully responsible to the Owner for the acts
and omissions of all subcontractors and lower-tier subcontractors and persons either directly
or indirectly employed by the subcontractors, as well as for the acts and omissions of
persons directly employed by the Contractor. The Contractor shall be required to give
personal attention to the Work that is sublet. Nothing contained in the Contract Documents
shall create any contractual relation between any subcontractor and the Owner.
The Contractor shall be responsible for making sure all subcontractors submit all required
documentation, forms, etc. prior to the commencement of subcontractor work.
1-08.1(7)A Payment Certification
(December 30, 2022 APWA GSP)
Revise this section to read “Vacant”.
1-08.2 Assignment
(******)
The second paragraph of Section 1-08.2 is modified as follows:
The Contractor shall not assign any moneys due or to become due to the Contractor
hereunder without the prior written consent of the Owner. The assignment, if approved, shall
be subject to all setoffs, withholdings, and deductions required by law and the Contract.
1-08.3 Progress Schedule
(******)
Supplement this section as follows:
1-08 Prosecution and Progress
City of Renton 1-63 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
The progress schedule for the entire project shall be submitted in electronic format to the
Engineer 3 calendar days prior to the Preconstruction Conference. The schedule shall
be prepared using the critical path method (CPM), preferably using Microsoft Project or
equivalent software. The schedule shall contain this information, at a minimum:
1. Construction activities, in sufficient detail that all activities necessary to construct a
complete and functional project are considered. Any activity that has a scheduled
duration exceeding 30 calendar days shall be subdivided until no sub-element has a
duration exceeding 30 calendar days.
2. The schedule shall clearly indicate the activities that comprise the critical path. For
each activity not on the critical path, the schedule shall show the float, or slack, time.
3. Procurement of material and equipment.
4. Submittals requiring review by the Engineer. Submittal by the Contractor and review
by the Engineer shall be shown as separate activities.
5. Work to be performed by a subcontractor, agent, or any third party.
6. Allowances for delays that could result from normal inclement weather (time
extensions due to inclement weather will not be allowed).
7. Allowances for the time required by utilities (Owner’s and others) to locate, monitor,
and adjust their facilities as required.
The Engineer may request the Contractor to alter the progress schedule when deemed
necessary in the opinion of the Engineer, in the interest of public safety and welfare of the
Owner, for coordination with any other activity of other contractors, for the availability of all
or portions of the job site, for special provisions of this Contract, or to reasonably meet the
completion date of the project. The Contractor shall provide such revised schedule within 10
days of request.
If, at any time, it is the opinion of the Engineer that the progress of construction falls
significantly behind schedule, the Contractor may be required to submit a plan for regaining
progress and a revised schedule indicating how the remaining Work items will be completed
within the authorized contract time.
The Contractor shall promptly report to the Engineer any conditions that the Contractor feels
will require revision of the schedule and shall promptly submit proposed revisions in the
progress schedule for acceptance by the Engineer. When such changes are accepted by
the Engineer, the revised schedule shall be followed by the Contractor.
Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer
which sets forth specific Work to be performed the following week, and a tentative schedule
for the second week.
Failure to Maintain Progress Schedule. The Engineer will check actual progress of the
Work against the progress schedule a minimum of two times per month. Failure, without just
cause, to maintain progress in accordance with the approved schedule shall constitute a
breach of Contract. If, through no fault of the Contractor, the proposed construction
schedule cannot be met, the Engineer will require the Contractor to submit a revised
schedule to the Engineer for acceptance. The approved revisions will thereafter, in all
respects, apply in lieu of the original schedule.
1-08 Prosecution and Progress
City of Renton 1-64 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Failure of the Contractor to follow the progress schedule submitted and accepted, including
revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and
making available all or any portion of the job site, and will relieve the Owner of any
responsibility for delays to the Contractor in the performance of the Work.
The cost of preparing the progress schedule, any supplementary progress schedules, and
weekly schedules shall be considered incidental to the Contract and no other compensation
shall be made.
1-08.3(2)B Type B Progress Schedule
(December 30, 2022 APWA GSP)
Revise the first paragraph to read:
The Contractor shall submit a preliminary Type B Progress Schedule at the preconstruction
conference or within 21 calendar days after the contract is executed, whichever occurs first.
The preliminary Type B Progress Schedule shall depict the entire project and shall comply
with all of these requirements and the requirements of Section 1-08.3(1).
Delete the first sentence of the second paragraph beginning with:
“The Contractor shall submit the complete progress schedule depicting…”
1-08.4 Prosecution of the Work
(******)
Delete and replace this section as follows:
1-08.4 Notice to Proceed and Prosecution of the Work
Notice to Proceed will be given after the contract has been executed and the contract bond
and evidence of insurance have been approved and filed by the Contracting Agency. The
Contractor shall not commence with the work until the Notice to Proceed has been given by
the Engineer. The Contractor shall commence construction activities on the project site
within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The
Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized
interruption until physical completion of the Work. There shall be no voluntary shutdowns or
slowing of operations by the Contractor without prior approval of the Engineer. Such
approval shall not relieve the Contractor from the contractual obligations to complete the
work within the prescribed contract Time.
When shown in the Plans, the first order of work shall be the installation of high visibility
fencing to delineate all areas for protection or restoration, as described in the Contract.
Installation of high visibility fencing adjacent to the roadway shall occur after the placement
of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon
construction of the fencing, the Contractor shall request the Engineer to inspect the fence.
No other work shall be performed on the site until the Contracting Agency has accepted the
installation of high visibility fencing, as described in the Contract.
1-08 Prosecution and Progress
City of Renton 1-65 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-08.5 Time For Completion
(******)
Revise the first paragraph in this section as follows:
The Contractor shall complete all physical Contract Work within the number of “working
days” stated in the Contract Provisions or as extended by the Engineer in accordance with
Section 1-08.8. Every day will be counted as a “working day” unless it is a nonworking day
or an Engineer determined unworkable day. A nonworking day is defined as a Saturday, a
Sunday, a whole or half day on which the Contract specifically prohibits Work on the critical
path of the Contractor’s approved progress schedule, or one of these holidays: January 1,
the third Monday of January, Memorial Day, June 19, July 4, Labor Day, November 11,
Thanksgiving Day, the day after Thanksgiving, and Christmas Day. When Christmas Day is
observed on a Tuesday, Wednesday, or Friday, the previous day shall be a holiday. When
Christmas day is observed on a Monday or Thursday, the next day shall be a holiday.
Whenever any of these holidays fall upon a Sunday, the following Monday shall be counted
as a nonworking day. When the holiday falls upon a Saturday, the preceding Friday shall be
counted as a nonworking day.
(December 30, 2022 APWA GSP, Option A)
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date.
Each working day shall be charged to the contract as it occurs, until the contract work is
physically complete. If substantial completion has been granted and all the authorized
working days have been used, charging of working days will cease. Each week the Engineer
will provide the Contractor a statement that shows the number of working days: (1) charged
to the contract the week before; (2) specified for the physical completion of the contract; and
(3) remaining for the physical completion of the contract. The statement will also show the
nonworking days and all partial or whole days the Engineer declares as unworkable. The
statement will be identified as a Written Determination by the Engineer. If the Contractor
does not agree with the Written Determination of working days, the Contractor shall pursue
the protest procedures in accordance with Section 1-04.5. By failing to follow the procedures
of Section 1-04.5, the Contractor shall be deemed as having accepted the statement as
correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10
schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be
charged as a working day then the fifth day of that week will be charged as a working day
whether or not the Contractor works on that day.
(******)
Revise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the contract
after all the Contractor’s obligations under the contract have been performed by the
Contractor. The following events must occur before the Completion Date can be
established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and required
by law, to allow the Contracting Agency to process final acceptance of the contract.
1-08 Prosecution and Progress
City of Renton 1-66 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
The following documents must be received by the Project Engineer prior to
establishing a completion date:
a. Certified Payrolls (per Section 1-07.9(5)).
b. Material Acceptance Certification Documents.
c. Monthly Reports of Amounts Credited as DBE Participation, as required by the
Contract Provisions.
d. Final Contract Voucher Certification.
e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor
and all Subcontractors.
f. A copy of the Notice of Termination sent to the Washington State Department of
Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the
Notice of Termination by Ecology; and no rejection of the Notice of Termination
by Ecology. This requirement will not apply if the Construction Stormwater
General Permit is transferred back to the Contracting Agency in accordance with
Section 8-01.3(16).
g. Property owner releases per Section 1-07.24.
(******)
Supplement this section as follows:
The requirements for scheduling the Final Inspection and establishing the Substantial
Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11
and 1-05.12.
Within 10 calendar days after execution of the Contract by the Contracting Agency, the
Contractor shall provide the Contracting Agency with copies of purchase orders for all
equipment items deemed critical by the Contracting Agency, including but not limited to
signal controller materials, lighting standards, and signal standards required for the physical
completion of the Contract. Such purchase orders shall disclose the estimated delivery
dates for the equipment.
All items of Work that can be performed without delivery of the critical items shall start and
be completed as soon as possible. At that time, the Engineer may suspend the Work upon
request of the Contractor until the critical items are delivered to the Contractor, if the
Contracting Agency received a purchase order within 10 calendar days after execution of
the Contract by the Contracting Agency.
The Contractor will be entitled to only one such suspension of time during the performance
of the Work and during such suspension shall not perform any additional Work on the
project. Upon delivery of the critical items, contract time will resume and continue to be
charged in accordance with Section 1-08.
1-08.6 Suspension of Work
(******)
Supplement this section as follows:
1-08 Prosecution and Progress
City of Renton 1-67 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Owner may at any time suspend the Work, or any part thereof, by giving notice to the
Contractor in writing. The Work shall be resumed by the Contractor within 14 calendar days
after the date fixed in the written notice from the Owner to the Contractor to do so.
The Contractor shall not suspend Work under the Contract without the written order of the
Owner.
If it has been determined that the Contractor is entitled to an extension of time, the amount
of such extension shall be only to compensate for direct delays, and shall be based upon
the Contractor's diligently pursuing the Work at a rate not less than that which would have
been necessary to complete the original Contract Work on time.
1-08.7 Maintenance During Suspension
(******)
Revise the second paragraph to read:
At no expense to the Contracting Agency, the Contractor shall provide through the
construction area a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path
for public use during suspension (as required in Section 1-07.23 or the Special Provisions).
This may include a temporary road or detour.
1-08.9 Liquidated Damages
(March 3, 2021 APWA GSP, Option B)
Revise the second and third paragraphs to read:
Accordingly, the Contractor agrees:
1. To pay (according to the following formula) liquidated damages for each working day
beyond the number of working days established for Physical Completion, and
2. To authorize the Engineer to deduct these liquidated damages from any money due
or coming due to the Contractor.
Liquidated Damages Formula
LD = 0.15 C / T
Where:
LD = liquidated damages per working day (rounded to the nearest dollar)
C = original Contract amount
T = original time for Physical Completion
When the Contract Work has progressed to Substantial Completion as defined in the
Contract, the Engineer may determine the Contract Work is Substantially Complete. The
Engineer will notify the Contractor in writing of the Substantial Completion Date. For
overruns in Contract time occurring after the date so established, the formula for liquidated
damages shown above will not apply. For overruns in Contract time occurring after the
Substantial Completion Date, liquidated damages shall be assessed on the basis of direct
engineering and related costs assignable to the project until the actual Physical Completion
Date of all the Contract Work. The Contractor shall complete the remaining Work as
promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a
written schedule for completing the physical Work on the Contract.
1-08 Prosecution and Progress
City of Renton 1-68 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
(******)
Supplement this section as follows:
In addition, the Contractor shall compensate the Owner for actual engineering inspection
and supervision costs and any other expenses and legal fees incurred by the Owner as a
result of such delay. Such labor costs will be billed to the Contractor at actual costs,
including administrative overhead costs.
In the event that the Owner is required to commence any lawsuit in order to enforce any
provision of this Contract or to seek redress for any breach thereof, the Owner shall be
entitled to recover its costs, including reasonable attorney’s fees, from the Contractor.
1-08.11 Contractor's Plant and Equipment
(******)
This is a new section as follows:
The Contractor alone shall at all times be responsible for the adequacy, efficiency, and
sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the
right to make use of the Contractor's plant and equipment in the performance of any Work
on the site of the Work.
The use by the Owner of such plant and equipment shall be considered as extra Work and
paid for accordingly.
Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security
of the site from the time the Contractor's operations have commenced until final acceptance
of the Work by the Engineer and the Owner. The Contractor shall employ such measures as
additional fencing, barricades, and watchmen service; as he deems necessary for the public
safety and for the protection of the site and his plant and equipment. The Owner will be
provided keys for all fenced, secured areas.
1-08.12 Attention to Work
(******)
This is a new section as follows:
The Contractor shall give his personal attention to and shall supervise the Work to the end
that it shall be prosecuted faithfully, and when he is not personally present on the Work site,
he shall at all times be represented by a competent superintendent who shall have full
authority to execute the same, and to supply materials, tools, and labor without delay, and
who shall be the legal representative of the Contractor. The Contractor shall be liable for the
faithful observance of any instructions delivered to him or to his authorized representative.
END OF SECTION 1-08
1-09 Measurement and Payment
City of Renton 1-69 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-09 MEASUREMENT AND PAYMENT
1-09.1 Measurement of Quantities
(******)
This section is supplemented with the following:
Lump Sum. The percentage of lump sum Work completed, and payment will be based on
the cost percentage breakdown of the lump sum bid price(s) submitted at the
preconstruction conference.
The Contractor shall submit a breakdown of costs for each lump sum bid item. The
breakdown shall list the items included in the lump sum together with a unit price of labor,
materials, and equipment for each item. The summation of the detailed unit prices for each
item shall add up to the lump sum bid. The unit price values may be used as a guideline for
determining progress payments or deductions or additions in payment for ordered Work
changes.
Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress
payments only in the following manner. Where items are specified to be paid by the cubic
yard, the following tally system shall be used.
All trucks to be employed on this Work will be measured to determine the volume of each
truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there
shall be no duplication of numbers.
Duplicate tally tickets shall be prepared to accompany each truckload of material delivered
on the project. All tickets received that do not contain the following information will not be
processed for payment:
1. Truck number
2. Quantity and type of material delivered in cubic yards
3. Drivers name, date, and time of delivery
4. Location of delivery, by street and stationing on each street
5. Place for the Engineer to acknowledge receipt
6. Pay item number
7. Contract number and/or name
It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the
project for each truckload of material delivered. Pay quantities will be prepared on the basis
of said tally tickets.
Loads will be checked by the Engineer to verify quantity shown on ticket.
Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight
ticket is given to the Inspector on the project at the time of delivery of materials for each
truckload delivered. Pay quantities will be prepared on the basis of said tally tickets,
delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will
not be honored for payment.
1-09 Measurement and Payment
City of Renton 1-70 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be
no duplication of numbers.
Duplicate tickets shall be prepared to accompany each truckload of material delivered to the
project. All tickets received that do not contain the following information will not be
processed for payment:
1. Truck number
2. Truck tare weight (stamped at source)
3. Gross truckload weight in tons (stamped at source)
4. Net load weight (stamped at source)
5. Driver's name, date, and time of delivery
6. Location for delivery by street and stationing on each street
7. Place for the Engineer to acknowledge receipt
8. Pay item number
9. Contract number and/or name
1-09.2 Weighing Equipment
1-09.2(1) General Requirements for Weighing Equipment
(December 30, 2022 APWA GSP, Option 2)
Revise item 4 of the fifth paragraph in this section as follows:
4. Test results and scale weight records for each day’s hauling operations are provided to
the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman’s Daily
Report, unless the printed ticket contains the same information that is on the Scaleman’s
Daily Report Form. The scale operator must provide AM and/or PM tare weights for each
truck on the printed ticket.
1-09.2(5) Measurement
(December 30, 2022 APWA GSP)
Revise the first paragraph to read:
Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform
verification checks on the accuracy of each batch, hopper, or platform scale used in
weighing contract items of Work.
1-09.3 Scope of Payment
(******)
Section 1-09.3 is supplemented by adding the following:
The bid items listed in Section 1-09.14 will be the only items for which compensation will be
made for the Work described in each section of the Standard Specifications when the
Contractor performs the specified Work. Should a bid item be listed in a “Payment” clause
but not in the Proposal Form, and Work for that item is performed by the Contractor and the
Work is not stated as included in or incidental to a pay item in the Contract and is not Work
that would be required to complete the intent of the Contract per Section 1-04.1, then
payment for that Work will be made as for Extra Work pursuant to a Change Order.
1-09 Measurement and Payment
City of Renton 1-71 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
The words “Bid Item,” “Contract Item,” and “Pay Item,” and similar terms used throughout
the Contract Documents are synonymous.
If the “payment” clause in the Specifications relating to any unit bid item price in the
Proposal Form requires that said unit bid item price cover and be considered compensation
for certain Work or material essential to the item, then the Work or material will not be
measured or paid for under any other unit bid item which may appear elsewhere in the
Proposal Form or Specifications.
Pluralized unit bid items appearing in these Specifications are changed to singular form.
Payment for bid items listed or referenced in the “Payment” clause of any particular section
of the Specifications shall be considered as including all of the Work required, specified, or
described in that particular section. Payment items will generally be listed generically in the
Specifications, and specifically in the bid form. When items are to be “furnished” under one
payment item and “installed” under another payment item, such items shall be furnished
FOB project site, or, if specified in the Special Provisions, delivered to a designated site.
Materials to be “furnished,” or “furnished and installed” under these conditions, shall be the
responsibility of the Contractor with regard to storage until such items are incorporated into
the Work or, if such items are not to be incorporated into the Work, delivered to the
applicable Contracting Agency storage site when provided for in the Specifications. Payment
for material “furnished,” but not yet incorporated into the Work, may be made on monthly
estimates to the extent allowed.
1-09.6 Force Account
(December 30, 2022 APWA GSP)
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for all
items to be paid per force account, only to provide a common proposal for Bidders. All such
dollar amounts are to become a part of Contractor's total bid. However, the Contracting
Agency does not warrant expressly or by implication, that the actual amount of work will
correspond with those estimates. Payment will be made on the basis of the amount of work
actually authorized by the Engineer.
1-09.7 Mobilization
(******)
Supplement this section as follows:
Mobilization shall also include, but not be limited to, the following items: the movement of
Contractor's personnel, equipment, supplies, and incidentals to the project site; project
information signs; the establishment of an office, buildings, and other facilities necessary for
Work on the project; providing sanitary facilities for the Contractor's personnel; and obtaining
permits or licenses required to complete the project not furnished by the Owner.
1. Project Information Signs: Upon commencement of Work, the Contractor shall
furnish and erect two Project Information Signs, one at each end of each work
area along SE 172nd Street at Engineer approved locations.
a. Contractor shall provide sign painting, lettering and detailing by a professional
sign maker with Engineer approval prior to placement on job site.
1-09 Measurement and Payment
City of Renton 1-72 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
b. The Project Information Sign shall be approximately four feet by eight feet
mounted on a wood frame with 4” x 4” treated lumber.
c. The Project Information Sign shall contain the following information that the
Engineer will provide:
SE 172ND STREET GREEN STORMWATER INFRASTRUCTURE
PROJECT
CONSTRUCTION COST: $______
UP TO $3,225,000 FOR DESIGN AND CONSTRUCTION FUNDED BY
THE WASHINGTON STATE DEPARTMENT OF ECOLOGY
REMAINING COSTS FUNDED BY THE CITY OF RENTON
CITY PROJECT MANAGER: KEVIN EVANS, 425-430-7264
CONTRACTOR: ______
d. The Project Information Sign shall display Ecology’s logo with reference that
the project received financial assistance from the Washington State
Stormwater Grant Program.
e. Contractor shall maintain signs and sign frames in a clearly legible condition
throughout the progress of the Work and shall completely remove signs upon
project completion. Deliver signs to the City's storage area for future City
use.
f. No separate payment for Project Information Signs will be made. All costs
associated with this item shall be merged with the unit contract price for
"Mobilization."
Payment will be made for the following bid item(s):
“Mobilization & Demobilization,” Lump Sum.
1-09.9 Payments
(December 30, 2022 APWA GSP)
Section 1-09.9 is revised as follows:
The basis of payment will be the actual quantities of Work performed according to the
Contract and as specified for payment.
The Contractor shall submit a breakdown of the cost of lump sum bid items at the
Preconstruction Conference, to enable the Project Engineer to determine the Work
performed on a monthly basis. A breakdown is not required for lump sum items that include
a basis for incremental payments as part of the respective Specification. Absent a lump sum
breakdown, the Project Engineer will make a determination based on information available.
The Project Engineer’s determination of the cost of work shall be final.
Progress payments for completed work and material on hand will be based upon progress
estimates prepared by the Engineer. A progress estimate cutoff date will be established at
the preconstruction conference.
The initial progress estimate will be made not later than 30 days after the Contractor
commences the work, and successive progress estimates will be made every month
thereafter until the Completion Date. Progress estimates made during progress of the work
are tentative, and made only for the purpose of determining progress payments. The
1-09 Measurement and Payment
City of Renton 1-73 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
progress estimates are subject to change at any time prior to the calculation of the final
payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of
work completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum
breakdown for that item, or absent such a breakdown, based on the Engineer’s
determination.
3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or
other storage area approved by the Engineer.
4. Change Orders — entitlement for approved extra cost or completed extra work as
determined by the Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9(1), on non FHWA-funded projects;
2. The amount of progress payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with the
Contract Documents.
Progress payments for work performed shall not be evidence of acceptable performance or
an admission by the Contracting Agency that any work has been satisfactorily completed.
The determination of payments under the contract will be final in accordance with Section
1--05.1.
Failure to perform obligations under the Contract by the Contractor may be decreed by the
Contracting Agency to be adequate reason for withholding any payments until compliance is
achieved.
Upon completion of all Work and after final inspection (Section 1-05.11), the amount due the
Contractor under the Contract will be paid based upon the final estimate made by the
Engineer and presentation of a Final Contract Voucher Certification to be signed by the
Contractor. The Contractor's signature on such voucher shall be deemed a release of all
claims of the Contractor unless a Certified Claim is filed in accordance with the requirements
of Section 1-09.11 and is expressly excepted from the Contractor’s certification on the Final
Contract Voucher Certification. The date the Contracting Agency signs the Final Contract
Voucher Certification constitutes the final acceptance date (Section 1-05.12).
If the Contractor fails, refuses, or is unable to sign and return the Final Contract Voucher
Certification or any other documentation required for completion and final acceptance of the
Contract, the Contracting Agency reserves the right to establish a Completion Date (for the
purpose of meeting the requirements of RCW 60.28) and unilaterally accept the Contract.
Unilateral final acceptance will occur only after the Contractor has been provided the
opportunity, by written request from the Engineer, to voluntarily submit such documents. If
voluntary compliance is not achieved, formal notification of the impending establishment of a
Completion Date and unilateral final acceptance will be provided by email with delivery
confirmation from the Contracting Agency to the Contractor, which will provide 30 calendar
days for the Contractor to submit the necessary documents. The 30 calendar day period will
1-09 Measurement and Payment
City of Renton 1-74 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
begin on the date the email with delivery confirmation is received by the Contractor. The
date the Contracting Agency unilaterally signs the Final Contract Voucher Certification shall
constitute the Completion Date and the final acceptance date (Section 1-05.12). The
reservation by the Contracting Agency to unilaterally accept the Contract will apply to
Contracts that are Physically Completed in accordance with Section 1-08.5, or for Contracts
that are terminated in accordance with Section 1-08.10. Unilateral final acceptance of the
Contract by the Contracting Agency does not in any way relieve the Contractor of their
responsibility to comply with all Federal, State, tribal, or local laws, ordinances, and
regulations that affect the Work under the Contract.
Payment to the Contractor of partial estimates, final estimates, and retained percentages
shall be subject to controlling laws.
(******)
Supplement this section as follows:
Applications for payment shall be itemized and supported to the extent required by the
Engineer by receipts or other vouchers showing payment for materials and labor, payments
to subcontractors, and other such evidence of the Contractor's right to payment as the
Engineer may direct, including “red line” as-built drawings showing work installed by the
contractor during the progress payment period.
The Contractor shall submit a progress report with each monthly request for a progress
payment. The progress report shall indicate the estimated percent complete for each activity
listed on the progress schedule (see Section 1-08.3) and a revised and updated schedule to
reflect the most current project completion date.
1-09.9(1) Retainage
(******)
Section 1-09.9(1) is supplemented as follows:
The retained amount shall be released as stated in the Standard Specifications if no claims
have been filed against such funds as provided by law, and if the Owner has no unsatisfied
claims against the Contractor. In the event claims are filed, the Owner shall withhold, until
such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In
addition, the Owner shall withhold such amount as is required to satisfy any claims by the
Owner against the Contractor, until such claims have been finally settled.
Neither the final payment nor any part of the retained percentage shall become due until the
Contractor, if requested, delivers to the Owner a complete release of all liens arising out of
this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that
so far as the Contractor has knowledge or information, the release and receipts include all
labor and materials for which a lien could be filed: but the Contractor may, if any
subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to
the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all
payments are made, the Contractor shall reimburse to the Owner all monies that the latter
may be compelled to pay in discharging such lien, including all costs and reasonable
engineer's and attorney's fees.
1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts
(******)
1-09 Measurement and Payment
City of Renton 1-75 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
This is a new section as follows:
In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW
39.12, and RCW 39.76; the Contractor authorizes the Engineer to withhold progress
payments due, or deduct an amount from any payment or payments due the Contractor
which, in the Engineer’s opinion, may be necessary to cover the Contracting Agency’s costs
for or to remedy the following situations:
Damage to another contractor when there is evidence thereof and a claim has been
filed.
Where the Contractor has not paid fees or charges to public authorities of
municipalities, which the Contractor is obligated to pay.
Utilizing material tested and inspected by the Engineer, for purposes not connected
with the Work (Section 1-05.6).
Landscape damage assessments per Section 1-07.16.
For overtime Work performed by City personnel per Section 1-08.0(3).
Anticipated or actual failure of the Contractor to complete the Work on time:
a. Per Section 1-08.9 Liquidated Damages; or
b. Lack of construction progress based upon the Engineer’s review of the
Contractor’s approved progress schedule, which indicates the Work will not be
complete within the contract time. When calculating an anticipated time overrun,
the Engineer will make allowances for weather delays, approved unavoidable
delays, and suspensions of the Work. The amount withheld under this
subparagraph will be based upon the liquidated damages amount per day set
forth in Contract Documents multiplied by the number of days the Contractor’s
approved progress schedule, in the opinion of the Engineer, indicates the
Contract may exceed the Contract Time.
Failure of the Contractor to perform any of the Contractor’s other obligations under
the Contract, including but not limited to:
a. Failure of the Contractor to provide the Engineer with a field office when required
by the Contract Provisions.
b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide
adequate survey Work as required by Section 1-05.4.
c. Failure of the Contractor to correct defective or unauthorized Work (Section 1-
05.7).
d. Failure of the Contractor to furnish a Manufacture’s Certificate of Compliance in
lieu of material testing and inspection as required by Section 1-06.3.
e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct
underpayment to employees of the Contractor or subcontractor of any tier as
required by Section 1-07.9.
f. Failure of the Contractor to pay worker’s benefits (Title 50 and Title 51 RCW) as
required by Section 1-07.10.
g. Failure of the Contractor to submit and obtain approval of a progress schedule
per Section 1-08.3.
1-09 Measurement and Payment
City of Renton 1-76 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such
funds as have been withheld pursuant to this Section to a party or parties who are entitled to
payment. Disbursement of such funds, if the Engineer elects to do so will be made only after
giving the Contractor 15 calendar days prior written notice of the Contracting Agency’s intent
to do so, and if prior to the expiration of the 15-calendar day period,
No legal action has commenced to resolve the validity of the claims, and
The Contractor has not protested such disbursement.
A proper accounting of all funds disbursed on behalf of the Contractor in accordance with
this Section will be made. A payment made pursuant to this section shall be considered as
payment made under the terms and conditions of the Contract. The Contracting Agency
shall not be liable to the Contractor for such payment made in good faith.
1-09.9(3) Final Payment
(******)
This is a new section as follows:
Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the
Contactor will be calculated based upon a Final Progress Estimate made by the Engineer.
Acceptance by the Contractor of the final payment shall be and shall operate as a release:
1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than
claims in stated amounts as may be specifically excepted in writing by the
Contractor;
2. For all things done or furnished in connection with the Work;
3. For every act and neglect by the Contracting Agency; and
4. For all other claims and liability relating to or arising out of the Work.
A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the
Contractor’s Surety from any obligation required under the terms of the Contract Documents
or the Contract Bond; nor shall such payment constitute a waiver of the Contracting
Agency’s ability to investigate and act upon findings of non-compliance with the WMBE
requirements of the Contract; nor shall such payment preclude the Contracting Agency from
recovering damages, setting penalties, or obtaining such other remedies as may be
permitted by law.
Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an
affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged
(DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such
affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of
tier.
On federally funded projects the Contractor may also be required to execute and furnish the
Contracting Agency an affidavit certifying that the Contractor has not extended any loans,
gratuity or gift and money pursuant to Section 1-07.19 of these Specifications.
If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or
any other documents required for the final acceptance of the Contract, the Contracting
Agency reserves the right to establish a completion date and unilaterally accept the
1-09 Measurement and Payment
City of Renton 1-77 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Contract. Unilateral acceptance will occur only after the Contractor has been provided the
opportunity, by written request from the Engineer, to voluntarily submit such documents. If
voluntary compliance is not achieved, formal notification of the impending unilateral
acceptance will be provided by certified letter from the Engineer to the Contractor that will
provide 30 calendar days for the Contractor to submit the necessary documents. The 30-
calendar day deadline shall begin on the date of the postmark of the certified letter
from the Engineer requesting the necessary documents. This reservation by the
Contracting Agency to unilaterally accept the Contract will apply to contracts that are
completed in accordance with Section 1-08.5 for contracts that are terminated in accordance
with Section 1-08.10. Unilateral acceptance of the Contract by the Contracting Agency does
not in any way relieve the Contractor of the provisions under contract or of the responsibility
to comply with all laws, ordinances, and federal, state, and local regulations that affect the
Contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate
constitutes the final acceptance date (Section 1-05.12).
1-09.11 Disputes and Claims
1-09.11(2) Claims
(******)
Revise paragraph 5 in this section as follows:
Failure to submit with the Final Application for Payment such information and details as
described in this section for any claim shall operate as a waiver of the claims by the
Contractor as provided in Section 1-09.9.
1-09.11(3) Time Limitation and Jurisdiction
(December 30, 2022 APWA GSP)
Revise this section to read:
For the convenience of the parties to the Contract it is mutually agreed by the parties that all
claims or causes of action which the Contractor has against the Contracting Agency arising
from the Contract shall be brought within 180 calendar days from the date of final
acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further
agreed that all such claims or causes of action shall be brought only in the Superior Court of
the county where the Contracting Agency headquarters is located, provided that where an
action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The
parties understand and agree that the Contractor’s failure to bring suit within the time period
provided, shall be a complete bar to all such claims or causes of action. It is further mutually
agreed by the parties that when claims or causes of action which the Contractor asserts
against the Contracting Agency arising from the Contract are filed with the Contracting
Agency or initiated in court, the Contractor shall permit the Contracting Agency to have
timely access to all records deemed necessary by the Contracting Agency to assist in
evaluating the claims or action.
1-09.13 Claims and Resolutions
1-09.13(1) General
(January 19, 2022 APWA GSP)
Revise this section to read:
Prior to seeking claims resolution through arbitration or litigation, the Contractor shall
proceed in accordance with Sections 1-04.5 and 1-09.11. The provisions of Sections 1-04.5
1-09 Measurement and Payment
City of Renton 1-78 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
and 1-09.11 must be complied with in full as a condition precedent to the Contractor’s right
to seek claim resolution through binding arbitration or litigation.
Any claims or causes of action which the Contractor has against the Contracting Agency
arising from the Contract shall be resolved, as prescribed herein, through binding arbitration
or litigation.
The Contractor and the Contracting Agency mutually agree that those claims or causes of
action which total $1,000,000 or less, which are not resolved by mediation, shall be resolved
through litigation unless the parties mutually agree in writing to resolve the claim through
binding arbitration.
The Contractor and the Contracting Agency mutually agree that those claims or causes of
action in excess of $1,000,000, which are not resolved by mediation, shall be resolved
through litigation unless the parties mutually agree in writing to resolve the claim through
binding arbitration.
1-09.13(3)A Arbitration General
(January 19, 2022 APWA GSP)
Revise the third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound by the decision of
the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in
the Superior Court of the county in which the Contracting Agency’s headquarters is located,
provided that where claims subject to arbitration are asserted against a county, RCW
36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the
arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use
the Contract as a basis for decisions.
1-09.13(3)B Procedures to Initiate Arbitration
(******)
Supplement this section as follows:
The findings and decision of the board of arbitrators shall be final and binding on the parties,
unless the aggrieved party, within 10 days, challenges the findings and decision by serving
and filing a petition for review by the superior court of King County, Washington. The
grounds for the petition for review are limited to showing that the findings and decision:
1. Are not responsive to the questions submitted;
2. Is contrary to the terms of the contract or any component thereof;
3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the
issues submitted to arbitration. The board of arbitrators shall support its decision by
setting forth in writing their findings and conclusions based on the evidence adduced
at any such hearing.
The arbitration shall be conducted in accordance with the statutes of the State of
Washington and court decisions governing such procedure.
The costs of such arbitration shall be borne equally by the City and the Contractor unless it
is the board's majority opinion that the Contractor's filing of the protest or action is capricious
1-09 Measurement and Payment
City of Renton 1-79 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
or without reasonable foundation. In the latter case, all costs shall be borne by the
Contractor.
1-09.13(4) Venue for Litigation
(December 30, 2022 APWA GSP)
Revise this section to read:
Litigation shall be brought in the Superior Court of the county in which the Contracting
Agency’s headquarters is located, provided that where claims are asserted against a county,
RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. It is mutually
agreed by the parties that when litigation occurs, the Contractor shall permit the Contracting
Agency to have timely access to all records deemed necessary by the Contracting Agency
to assist in evaluating the claims or action.
1-09.14 Payment Schedule
(******)
Section 1-09.14 is a new section:
Measurement and Payment Schedule for Bid Items in This Project Proposal.
GENERAL
1-09.14(1) Scope
(******)
Section 1-09.14(1) is a new section:
A. Payment for the various items of the bid sheets, as further specified herein, shall include
all compensation to be received by the Contractor for furnishing all tools, equipment,
supplies, and manufactured articles, and for all labor, operations, and incidentals
appurtenant to the items of Work being described, as necessary to complete the various
items of the Work all in accordance with the requirements of the Contract Documents,
including all appurtenances thereto, and including all costs of compliance with the
regulations of public agencies having jurisdiction, including Safety and Health
Administration of the U.S. Department of Labor (OSHA). No separate payment will be
made for any item that is not specifically set forth in the Bid Schedules, and all costs
therefore shall be included in the prices named in the Bid Schedules for the various
appurtenant items of Work.
B. The Owner shall not pay for material quantities, which exceed the actual measured
amount used and approved by the Engineer.
C. It is the intention of these Specifications that the performance of all Work under the bid
for each item shall result in the complete construction, in an accepted operating
condition, of each item.
D. Work and material not specifically listed in the proposal but required in the Plans,
Specifications, and general construction practice, shall be included in the bid price. No
separate payment will be made for these incidental items.
1-09.14(2) Bid Items
(******)
Section 1-09.14(2) is a new section:
1-09 Measurement and Payment
City of Renton 1-80 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
This section describes the bid items. Measurement and Payment, where described in a
bid item, shall supersede Measurement and Payment listed in other sections of the
Special Provisions and Standard Specifications.
All bid items under “Schedule A – Roadway and Storm Drainage” and “Schedule D –
Roadway Miscellaneous” shall follow State Sales Tax – Rule 171 per Section 1-07.2(2). All
bid items under “Schedule B – Water Relocations” and “Schedule C –Sewer Relocations”
shall follow State Sales Tax – Rule 170 per Section 1-07.2(3).
1-09.14(2)A Bid Items Specific to Schedule A – Roadway and Storm Drainage
1-09.14(2)A1 Minor Changes (Bid Item A1) – Estimate (EST)
For the purpose of providing a common proposal for all bidders, the Contracting Agency has
entered an amount for “Minor Changes” in the Proposal to become a part of the total bid by
the Contractor. At the discretion of the Contracting Agency, all or part of this estimated
amount may be used in lieu of the more formal procedure as outlined in Section 1-04.4 of
the Standard Specifications. The unit contract price for “Minor Changes” is given in the
Schedule of Prices and shall not be changed by the bidder.
All work and payment under this item will be authorized in writing by the City Project
Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4 of
the Standard Specifications. Payment for this item will be only for the changes and amounts
approved by the City.
If no changes are authorized under this bid item, final payment for this item will be $0 (zero).
1-09.14(2)A2 Construction Surveying, Staking, and As-Built Drawings
(Bid Item A2) – Lump Sum
Measurement for "Construction Surveying, Staking and As-Built Drawings” will be per the
lump sum bid price and based on the percentage of total Work complete at the time of
measurement.
Payment may be prorated over the construction period based on the amount of work
completed for construction surveying, staking and as-built information.
Survey will be per Special Provision Section 1-05.4 and City of Renton Surveying Standards
in Special Provision Section 1-11. The as-built survey will be per Special Provision Section
1-11. The contractor shall provide the City with a set of redline drawings with the as-built
locations and elevations of all new utilities and construction work.
Payment will be complete compensation for all labor, materials, equipment, tools, all
incidental work needed to provide construction surveying and of the improvements
(including providing a Washington State licensed surveyor for said work), staking in advance
of pipe laying, fittings and structure installation, surveying the horizontal and vertical
locations of all potholed existing utilities within the work area, verification and recording of
the elevations of existing roadway centerline, crown, and edge of pavement to ensure that
all roadways can be reconstructed to existing grade, and preparation of cut-sheets. Said
payment will be complete compensation for all labor, materials, equipment, tools, all
incidental work needed to provide as-built surveying, preparing “red line” as-built drawings
for pay estimate submittal with fittings and dimensions of existing and proposed facilities
installed or encountered during the pay period, furnishing an electronic file with construction
1-09 Measurement and Payment
City of Renton 1-81 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
drawings stamped and signed by a licensed land surveyor that contains the as-built
information and copies of field notes, and furnishing and resetting property corners when
disturbed by the contractor’s activities. No more than 50% of the bid amount for this item
shall be paid prior to the review and acceptance of the as-constructed information by the
Engineer.
1-09.14(2)A3 Resolution of Utility Conflicts (Bid Item A3) – Estimate
"Resolution of Utility Conflicts" will be paid by force account as provided in Section 1-09.6.
For the purpose of providing a common proposal for all bidders, the Contracting Agency has
entered an amount for “Resolution of Utility Conflicts” in the Proposal to become a part of
the total bid by the Contractor. At the discretion of the Contracting Agency, all or part of this
estimated amount may be used in lieu of the more formal procedure as outlined in Section
1-04.4 of the Standard Specifications. The unit contract price for “Resolution of Utility
Conflicts” is given in the Schedule of Prices and shall not be changed by the bidder.
All work and payment under this item will be authorized in writing by the City Project
Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4 of
the Standard Specifications. Payment for this item will be only for the changes and amounts
approved by the City.
If no changes are authorized under this bid item, final payment for this item will be $0 (zero).
1-09.14(2)A4 Site Specific Potholing (Bid Item A4) – Each
Measurement for “Site Specific Potholing” will be per each pothole locate completed as
defined in Section 1-07.17(3).
“Site Specific Potholing” is intended to be additional potholing as directed by the Engineer,
which is in addition to potholing included as incidental for utility installation. Only potholes
approved by the City inspector or Engineer will be approved for payment. All other potholes
will be considered a benefit to the contractor and included in the contract unit price for the
utility to be installed. If no specific pothole requests are made during construction, final
payment for this item will be $0 (zero).
1-09.14(2)A5 SPCC Plan and Implementation (Bid Item A5) – Lump Sum
Measurement and payment for “Spill Prevention, Control, and Countermeasure (SPCC) Plan
and Implementation” shall be per WSDOT Standard Specification 1-07.15.
1-09.14(2)A6 Mobilization & Demobilization (Maximum Bid 10% of All Schedules
Total) (Bid Item A6) – Lump Sum
Measurement for “Mobilization & Demobilization” will be lump sum. The lump sum price
shown will cover the complete cost of furnishing and installing, complete and in-place all
Work and materials necessary to move and organize equipment and personnel onto the job
site, provide and maintain all necessary support facilities and utilities, obtain all necessary
permits and licenses, conduct pre-construction photography and video inspection, prepare
the site for construction operations, and maintain the site and surrounding areas during
construction, provide protection of existing utilities, provide component and system testing,
1-09 Measurement and Payment
City of Renton 1-82 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
move all personnel and equipment off the site after contract completion and provide post-
construction photography and video inspection. Also included shall be a Type B Progress
Schedule and weekly look ahead schedules.
The Contractor shall prepare a Mobilization Plan showing the proposed location for storage
of all equipment and material proposed to be located at the site. Storage shall not interfere
with use of the City ROW and commercial and residential access.
For any proposed storage on private property outside the easement or work area, the
Contractor shall obtain a Temporary Use Permit for storage areas on private property. The
Contractor shall be responsible for all fees, applications, and work needed to obtain the
permit. The Contractor shall allow 3 to 4 weeks to obtain the Temporary Use Permit from the
City.
The Contractor shall prepare a Work Plan that shall include the following:
1. Proposed Construction Sequence and Schedule including a Type B Progress
Schedule for all major items of work.
2. Mobilization Plan showing the proposed location for storage of all equipment and
materials.
3. Provisions for cleaning and sweeping of any impacted roadways.
4. Gas, Water, and Sewer Protection Plan.
5. Identify Disposal Sites for various waste materials and provide copies of the site’s
permits, licenses, and approvals.
6. Health and Safety Plan and Accident Prevention Program
The Work Plan shall be submitted to the City for review and approval at a minimum 7
calendar days prior to the preconstruction meeting.
Payment for “Mobilization & Demobilization” will be made at the lump sum amount bid (NOT
to exceed 80% of bid price prior to completion of construction) based on the percent of
completed Work as defined in the 2024 Standard Specifications for Road, Bridge, and
Municipal Construction (WSDOT) for mobilization. Payment for the remaining 20% will be
made upon completion and final clean-up of the construction site. Such payment will be
complete compensation for all mobilization of employees, equipment and materials,
Mobilization Plan, Work Plan, preparation of all necessary submittals, bonds, insurance, site
improvements, permits, clean-up, safety plan, and other plans/submittals not specifically
covered in bid items, etc. all in conformance with the Contract Documents.
This bid item may not be more than:
• Ten percent (10%) of the total amount of Bid for all Schedules.
1-09.14(2)A7 Shoring or Extra Excavation Class B (Bid Item A7) – Square Foot
Measurement for "Shoring or Extra Excavation Class B” will be by the square foot. The area
for payment will be one vertical plane measured along the centerline of the trench, including
Structures. Measurement will be made from the existing ground line to the bottom of the
excavation and for the length of the Work actually performed. If the Contract includes a pay
item for grading to remove materials, the upper limit for measurement will be the neat lines
1-09 Measurement and Payment
City of Renton 1-83 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
of the grading section shown in the Plans. The bottom elevation for measurement will be the
bottom of the excavation as shown in the Plans or as otherwise established by the Engineer.
Payment for "Shoring or Extra Excavation Class B” will be made at the measured per square
foot, said payment will be complete compensation for all equipment, labor, materials,
hauling, planning, design, engineering, submittals, furnishing and constructing and removal
and disposal of such temporary sheeting, shoring, and bracing complete as required under
the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17,
etc., required to complete this item of Work in conformance with the Contract Documents.
The unit Contract price per square foot shall be full pay for all excavation, backfill,
compaction, and other Work required when extra excavation is used in lieu of constructing
shoring. If select backfill material is required for backfilling within the limits of the Structure
excavation, it shall also be required as backfill material for the extra excavation at the
Contractor’s expense.
The work includes, but not limited to, preparing, and submitting a shoring plan stamped by a
professional engineer registered in the State of Washington by the preconstruction
conference.
1-09.14(2)A8 Apprenticeship Incentive (Bid Item A8) – Lump Sum
Measurement and payment for “Apprenticeship Incentive” shall be per Specification 1-
07.9(3).
1-09.14(2)A9 Apprenticeship Penalty (Bid Item A9) – Estimate
Measurement and payment for “Apprenticeship Penalty” shall be per Specification
1-07.9(3).
1-09.14(2)A10 Project Temporary Traffic Control (Bid Item A10) – Lump Sum
Measurement for “Project Temporary Traffic Control” Work will be will per lump sum and
shall be based on the percentage of total work complete, at the time of measurement in
conformance with the Contract Documents.
Payment for “Project Temporary Traffic Control” for Work will be made at the measured
percentage amount for the pay period times the lump sum bid amount. Payment will be
complete compensation for preparing and submitting a Traffic Control Plan and Pedestrian
Handling Plan as well as all labor, tools, materials, equipment used in accordance with the
approved Traffic Control Plan and Pedestrian Handling Plan that is not included in other bid
items. The lump sum contract price shall be full pay for all costs for performing the work
described in Special Provision Section 1-10.3, and in the Traffic Control Plan drawings.
Payment shall include but not be limited to providing for public convenience and safety,
flaggers, off-duty uniformed police officers, traffic control supervisor, construction signs,
detours, barricades, sequential arrow boards, a minimum of two Portable Changeable
Message Signs, traffic control devices, truck-mounted attenuator, temporary striping,
cleanup, etc. required to complete this item of Work in conformance with the Contract
Documents and the Manual on Uniform Traffic Control Devices (MUTCD) and as directed by
the Engineer and by the City’s Transportation Department. Also, included in the contract
price is the cost to furnish traffic control services and equipment for construction surveying,
staking, and as-built plans.
1-09 Measurement and Payment
City of Renton 1-84 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
All adjustments to the Traffic Control Plan are considered incidental, and no additional
payment will be made for adjustments.
1-09.14(2)A11 Clearing and Grubbing (Bid Item A11) – Lump Sum
Measure and payment for “Clearing and Grubbing” shall be shall be per WSDOT Standard
Specification 2-01.
Tree removal for tree with diameter at breast height (dbh) greater than 12-inches is included
in other bid items.
1-09.14(2)A12 Removal of Structures and Obstructions (Bid Item A12) – Lump Sum
Measurement for “Removal of Structures and Obstructions” Work will be will per lump sum
and shall be based on the percentage of total work complete, at the time of measurement in
conformance with the Contract Documents.
Payment for “Removal of Structures and Obstructions” for Work will be made at the
measured percentage amount for the pay period times the lump sum bid amount. Payment
will be complete compensation for all labor, tools, materials, equipment used in accordance
with WSDOT Standard Specification 2-02.
If pavements, sidewalks, curbs, or gutters lie within an excavation area for structures and
pipes, their removal will be paid for as part of that bid item requiring excavation.
The following table provides an estimate of the quantities for Removal of Structures and
Obstructions. These quantities will not be specifically measured. However, the following
approximate quantities have been estimated for the bidders’ convenience. The removal of
water main, sanitary side sewer pipe and sewer force main pipe will be paid under separate
bid items in Schedules B and C.
Item Unit Quantity
Stormwater Pipe LF 509
Catch Basins EA 14
Concrete Driveways SY 930
Pavement Removal Required for Landscape Strip SY 792
1-09.14(2)A13 Sawcutting (Bid Item A13) – Linear Foot
Sawcutting existing cement and asphalt concrete pavements shall be measured by the
linear foot along the sawcut, full depth. Wheel cutting of pavement will not be measured for
separate payment, but shall be included in other items of Work.
Payment for sawcutting shall include all labor, materials and equipment costs to sawcut the
pavement, full depth, at the locations shown on the plans and as directed by the engineer.
The unit contract price per linear foot for "Sawcutting" shall be full pay for performing the
work as specified, including containment, collection, and disposal of all sawcutting debris
and wastewater. Payment for Sawcutting will be made for a single full depth sawcut at the
1-09 Measurement and Payment
City of Renton 1-85 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
original sawcut. No additional payment will be made for fresh sawcuts made to replace
damaged or raveled edges. Payment per linear foot shall include all sawcutting regardless
of depth or type of material cut.
1-09.14(2)A14 Removal and Replacement of Unsuitable Material (Bid Item A14) –
Cubic Yard
Measurement for “Removal and Replacement of Unsuitable Material” will be measured by
the cubic yard based on the placed volume of material installed in conformance with the
Contract Documents. Placement of foundation material will be measured only for the area(s)
authorized by the Engineer. Certified tickets will accompany each load, a copy of tickets will
be given to the Engineer daily. Wasted materials will not be included in the measurement or
payment. If no removal and replacement of unsuitable material is authorized under this bid
item, final payment for this item will be $0 (zero).
Payment for “Removal and Replacement of Unsuitable Material” will be made at the unit bid
price, which will be complete compensation for all labor, materials, tools, equipment,
excavation, foundation materials, haul, placement, water, compaction, removal haul and
disposal of waste material, etc., required to complete this item of Work in conformance with
the Contract Documents.
Payment for this item will be only for the “Removal and Replacement of Unsuitable Material”
requested by the City.
1-09.14(2)A15 Crushed Surfacing Top Course (Bid Item A15) – Ton
Measurement and payment for “Crushed Surfacing Top Course” shall be per WSDOT
Standard Specification 4-04.
1-09.14(2)A16 HMA Cl. 1/2 In. PG 58H-22 (Bid Items A16) – Ton
Measurement for “HMA Cl. 1/2 In. PG 58H-22” will be by the ton in accordance with Special
Provision Section 1-09.2, with no deduction being made for the weight of asphalt binder,
blending sand, mineral filler, or any other component of the HMA.
Payment for “HMA Cl. 1/2 In. PG 58H-22”, per ton shall include, but not necessarily be
limited to, all necessary materials, labor, and equipment to satisfactorily complete furnishing,
hauling and placement of HMA, compaction, preparation of existing roadway surfaces,
sealing of pavement, applying tack coat and all other necessary materials, labor and
equipment to satisfactorily complete the work as defined in the Standard Specifications and
Special Provisions.
1-09.14(2)A17 Planing Bituminous Pavement (Bid Item A17) – Square Yard
“Planing Bituminous Pavement” will be measured by the square yard.
Payment for “Planing Bituminous Pavement” to a depth of 2-inches shall be per square yard.
Items in the bid price shall include, but not necessarily be limited to, all necessary materials,
labor, equipment, and full depth sawcutting and sealing of pavement to perform the work
described in Special Provision Section 5-04.3(14).
1-09 Measurement and Payment
City of Renton 1-86 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-09.14(2)A18 Thickened Edge (Bid Item A18) – Linear Foot
Measurement of length of “Thickened Edge” will be the number of linear feet of completed
installation measured along the edge. “Thickened Edge” placed in excess of the length
shown on the plans or designated by the Engineer will not be paid for.
Payment for “Thickened Edge”, per linear foot shall include all labor, materials, and
equipment required to complete this item of Work in conformance with the Contract
Documents.
1-09.14(2)A19 Speed Cushion (Bid Item A19) – Each
Measurement for “Speed Cushion” will be per each of completed installation.
Payment for “Speed Cushion”, per each shall include all labor, materials, and equipment
required to complete this item, including, but not limited to HMA placement and pavement
markings, as shown in the Plans and in conformance with the Contract Documents.
1-09.14(2)A20 Pervious Cement Conc. Sidewalk (Bid Items A20) – Square Yard
Pervious Cement Conc. Sidewalk shall be measured per square yard of finished surface.
The unit Contract price for “Pervious Cement Conc. Sidewalk” per square yard shall be full
compensation for the costs of all labor, tools, equipment, and materials necessary or
incidental to comply with the requirements of Sections 2-06.3(3) and 4-04.2, and construct
the pervious concrete sidewalk as specified in Sections 5-07 and 8-14. Work elements
include, but are not limited to, protecting the subgrade; furnishing and installing permeable
ballast and geotextile under the sidewalk, performing mix designs; developing and
implementing the Jointing Plan; saw cut joints, test plot; forming, including; testing;
infiltration testing of both subgrade and pervious concrete; and purchasing, procuring,
placing, finishing pervious concrete adjustment of forms as required to meet ADA standards
with maximum 2-percent cross-slope.
1-09.14(2)A21-A27 ____________ Sewer Pipe, ___ In. Diam. (Bid Items A21 to
A27) – Linear Foot
Measurement for “_____ Sewer Pipe, __ In. Diam.” will be based on linear foot measured
horizontally over the centerline of the installed pipe from the center of structures in
conformance with the Contract Documents.
Payment for furnishing and installing “______ Sewer Pipe, __ In. Diam.” will be made at the
amount bid per linear foot, which payment will be complete compensation for:
• All labor, materials, equipment, and hauling
• Structural excavation class B, including removal of waste material in the excavation
limits such as existing pavement
• Locating all existing utilities with potholing, as necessary, in advance to determine
their horizontal and vertical location
• Protecting and providing temporary support of existing utilities
• Temporary bypass pumping and control of water, if needed
1-09 Measurement and Payment
City of Renton 1-87 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
• Pipe of the size and material type required, gaskets, fittings and adaptors
• Pipe coupler to connect to existing pipes and couplings for dissimilar pipe materials
• Installing, laying, and jointing pipe and fittings
• Plugging existing pipes to be abandoned and plugging existing pipes where sections
have been removed for the storm installation and providing end caps where shown
on the plans (per Sections 7-04.3(2) and 7-05.3(2)). These items shall not be limited
to those mentioned on the Plans or specified herein.
• Furnishing, placing, and compacting pipe zone bedding material
• Performing backfill compaction tests and furnishing test reports to the Engineer
• Appurtenances, ethafoam pads, water, grading, cleaning, and testing, etc. required
to complete the work in accordance with the Contract Documents
• Replacing, protecting and/or maintaining existing utilities
• Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix
asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the
trench patch and overlay.
Select Borrow for Trench Backfill above the pipe zone bedding is included in other bid
items. Removal and replacement of unsuitable material is included in other bid items.
1-09.14(2)A28 Select Borrow for Trench Backfill (Bid Item A28) – Ton
Measurement for “Select Borrow for Trench Backfill” will be measured in tons based on the
weight of material installed into the Work in conformance with the Contract Documents.
Certified weight tickets will accompany each load, a copy of tickets will be given to the
Engineer daily. Wasted materials will not be included in the measurement or payment. Only
materials placed within the pay limits shown will be considered for payment. Material placed
outside of the pay limits shown on the Plans or as approved by the Engineer will be
deducted from the certified tickets.
Payment for “Select Borrow for Trench Backfill” will be made at the amount bid per ton,
which payment will be complete compensation for all labor, materials, tools, equipment,
incidentals necessary to furnish and install select import backfill, hauling, placement,
compaction, removal, haul and disposal of unsuitable excavated materials, waste and
surplus materials, etc., required to complete this item of Work in conformance with the
Contract Documents.
1-09.14(2)A29 CCTV Inspection (Bid Item A29) – Linear Foot
Measurement for “CCTV Inspection” will be per linear foot of stormwater pipe inspected in
conformance with Special Provision Section 7-04.3(3) and the Contract Documents.
Payment for “CCTV Inspection” will be made at the amount bid per linear foot, which
payment will be complete compensation for all labor, materials, equipment required to
complete the work specified in the Contract Documents and plans, and shall include, but not
be limited to the following:
• Temporary bypass pumping, if needed
1-09 Measurement and Payment
City of Renton 1-88 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
• CCTV Inspection of all new open-cut installed stormwater pipe
• Delivery of the CCTV inspections entirely in a Pipeline Assessment Certification
Program (PACP) compatible format data base on an external hard drive to the
Engineer
Costs for additional CCTV inspection required to verify corrections or replacement of pipe, or
done solely for the Contractor’s convenience, shall be at the Contractor’s sole expense.
1-09.14(2)A30 Concrete Inlet (Bid Item A30) – Each
Measurement for furnishing and installing “Concrete Inlet” will be per each for each catch
basin installed in conformance with the Contract Documents.
Payment for furnishing and installing “Concrete Inlet” will be made at the unit bid price per
each, which will be complete compensation for:
• All labor, equipment, materials, and hauling
• Structural excavation class B, including removal of waste material in the excavation
limits such as existing pavement
• Protecting and providing temporary support of existing utilities
• Furnishing, placing, and compacting foundation material
• Performing backfill compaction tests and furnishing test reports to the Engineer
• Temporary bypass pumping and control of water, if needed
• Plugging existing pipes to be abandoned and plugging existing pipes where sections
have been removed for the storm installation and providing end caps where shown
on the plans (per Sections 7-04.3(2) and 7-05.3(2)). These items shall not be limited
to those mentioned on the Plans or specified herein.
• Precast concrete inlet and risers, gaskets, inlet frame and grate or lid, installation,
adjustment of frames to grade, appurtenances, Kor-N-Seal boots (or approved
equal), connections to new pipes, connections to existing pipes, placement of
subsequent backfill materials, compaction, water, cleaning, and testing, etc. required
in conformance with the Contract Documents.
• Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix
asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the
trench patch and overlay.
Select Borrow backfill material is included in other bid items. Maximum pay limit for Select
Borrow imported backfill material around structures shall be limited to 3-feet.
1-09.14(2)A31 - A33 Catch Basin Type __ (Bid Items A31, A32, & A33) – Each
Measurement for furnishing and installing “Catch Basin Type __” will be per each for each
catch basin installed in conformance with the Contract Documents.
Payment for furnishing and installing “Catch Basin Type __” will be made at the unit bid
price per each, which will be complete compensation for:
1-09 Measurement and Payment
City of Renton 1-89 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
• All labor, equipment, materials, and hauling
• Structural excavation class B, including removal of waste material in the excavation
limits such as existing pavement
• Locating all existing utilities in advance to determine their horizontal and vertical
location
• Pipe stub with coupler to connect to existing pipes and couplings for dissimilar pipe
material, unless a section of new pipe is shown in the Plans prior to the connection
with the existing pipe.
• Protecting and providing temporary support of existing utilities
• Furnishing, placing, and compacting foundation material
• Performing backfill compaction tests and furnishing test reports to the Engineer
• Temporary bypass pumping and control of water, if needed
• Plugging existing pipes to be abandoned and plugging existing pipes where sections
have been removed for the storm installation and providing end caps where shown
on the plans (per Sections 7-04.3(2) and 7-05.3(2)). These items shall not be limited
to those mentioned on the Plans or specified herein.
• Precast concrete catch basin and risers, gaskets, catch basin frame and grate or lid,
installation, adjustment of frames to grade, appurtenances, Kor-N-Seal boots (or
approved equal), connections to new pipes, connections to existing pipes, water,
cleaning, and testing, etc. required in conformance with the Contract Documents.
• Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix
asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the
trench patch and overlay.
Select Borrow backfill material is included in other bid items. Maximum pay limit for Select
Borrow imported backfill material around structures shall be limited to 3-feet. Removal and
replacement of unsuitable material is included in other bid items.
1-09.14(2)A34 120in x 72in Rectangular Structure (Bid Item A34) – Each
Measurement for furnishing and installing “120in x 72in Rectangular Structure” will be per
each for each structure installed in conformance with the Contract Documents.
Payment for furnishing and installing “120in x 72in Rectangular Structure” will be made at
the unit bid price per each, which will be complete compensation for:
• Site investigations to confirm the location, depth and size of connecting pipes for
coordination of Type 3E Shop Drawings
• Coordinating with manufacturer on structure size and pipe knock-out locations
• Type 3E Shop Drawings for approval prior to ordering the structure
• All labor, equipment, materials, and hauling
• Structural excavation class B, including removal of waste material in the excavation
limits such as existing pavement
1-09 Measurement and Payment
City of Renton 1-90 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
• Protecting and providing temporary support of existing utilities
• Temporary bypass pumping and control of water, if needed
• Furnishing, placing, and compacting foundation material
• Performing backfill compaction tests and furnishing test reports to the Engineer
• Plugging existing pipes to be abandoned and plugging existing pipes where sections
have been removed for the storm installation and providing end caps where shown
on the plans (per Sections 7-04.3(2) and 7-05.3(2)). These items shall not be limited
to those mentioned on the Plans or specified herein.
• Precast concrete risers, frame and grate or lid, installation, adjustment of frames to
grade, appurtenances, Kor-N-Seal boots (or approved equal), connections to new
pipes, connections to existing pipes, cleaning, and testing, required in conformance
with the Contract Documents.
• Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix
asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the
trench patch and overlay.
Select Borrow backfill material is included in other bid items. Maximum pay limit for Select
Borrow imported backfill material around structures shall be limited to 3-feet. Removal and
replacement of unsuitable material is included in other bid items.
1-09.14(2)A35 & A36 BioPod ___ (Bid Item A35 & A36) – Each
Measurement for furnishing and installing “BioPod __” will be per each for each BioPod unit
installed in conformance with the Contract Documents.
Payment for furnishing and installing “BioPod __” will be made at the unit bid price per each,
which will be complete compensation for:
• All labor, materials, equipment, and hauling
• Structural excavation class B, including removal of waste material in the excavation
limits such as existing pavement
• Locating all existing utilities to determine their horizontal and vertical location
• Protecting and providing temporary support of existing utilities
• Temporary bypass pumping and control of water, if needed
• BioPod unit, installation, grates and lids, excavation, furnishing, placing, and
compacting gravel base and backfill materials, adjustment of frames to grade,
appurtenances, Kor-N-Seal boots (or approved equal), connections to new pipes,
water, cleaning, testing, facility activation, and one year of inspection and
maintenance by the supplier required in conformance with the Contract Documents.
• Replacing, protecting and/or maintaining existing utilities
• Performing backfill compaction tests and furnishing test reports to the Engineer
• Plugging existing pipes to be abandoned and plugging existing pipes where sections
have been removed for the storm installation and providing end caps where shown
1-09 Measurement and Payment
City of Renton 1-91 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
on the plans (per Sections 7-04.3(2) and 7-05.3(2)). These items shall not be limited
to those mentioned on the Plans or specified herein
• Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix
asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the
trench patch and overlay.
1-09.14(2)A37 Dewatering (Bid Item A37) – Lump Sum
Measurement for “Dewatering” will be based on the lump sum bid price in conformance with
the Contract Documents.
The lump sum price for “Dewatering” shall be full pay for all labor, material, tools, equipment,
and other incidental costs required to prepare the Ground Water Control Plan as described
in Special Provision Section 7-06.2(3) and implement the approved Ground Water Control
Plan as described in Special Provision Section 7-06 including but not limited to design,
furnishing, installation, operation, maintenance, monitoring, decommissioning, and removal
of a dewatering system or systems to achieve proper completion of all work performed
under this Contract. Dewatering includes removal and proper discharge of all water,
including, but not limited to, groundwater, surface water, precipitation, and treated
contaminated water. Incidental items may include, but are not limited to, sumps, wells, well
points, monitoring systems, piping, associated aggregates, discharge testing, corrective
actions, and other work necessary to meet the contract and permit requirements, not
otherwise shown as a separate payment item. Payment shall also include the Contractor’s
use of Baker Tanks, as needed during construction and associated labor, tools, equipment
and incidental costs including temporary above ground storage tank mobilization, set up,
maintenance, and relocation as work progresses, and incidentals required to use temporary
above ground storage tanks, when needed to meet regulatory discharge requirements.
Work shall include coordination, permitting, fees including monthly rates on discharge,
approval, and treatment required by Soos Creek Water and Sewer District as required in
Special Provision Section 1-07.15 if discharging to the sanitary sewer.
1-09.14(2)A38 SWPPP and TESC Plan and Implementation (Bid Item A38) – Lump
Sum
Measurement for “SWPPP and TESC Plan and Implementation” will be based on the lump
sum bid price in conformance with the Contract Documents.
The lump sum price for “SWPPP and TESC Plan and Implementation” shall be full pay for all
labor, material, tools, equipment, and other incidental costs required to prepare the
Stormwater Pollution Prevention Plan and Temporary Erosion and Sediment Control Plan as
described in Special Provision Section 1-07.15 and implement the temporary erosion and
sediment control BMPs described in Special Provision Section 8-01 including but not limited
to installation, monitoring, and maintenance of catch basin inserts, filter fabric fencing,
sediment ponds, straw wattles, pumping of construction water, temporary storm drain
diversions including temporary piping, check dams, cover measures including plastic
covering, street sweeping, collection and disposal of wastewater from asphalt and concrete
cutting operations, conduct water quality testing and reporting, permitting fees, fines, or
other costs, and other work necessary to meet the contract and permit requirements, not
1-09 Measurement and Payment
City of Renton 1-92 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
otherwise shown as a separate payment item. Payment shall also include the Contractor’s
use of temporary above ground storage tanks, as needed during construction and
associated labor, tools, equipment and incidental costs including temporary above ground
storage tank mobilization, set up, maintenance, and relocation as work progresses, and
incidentals required to use temporary above ground storage tanks when needed to meet
regulatory discharge requirements. Payment shall also include the following:
• Transferring ownership of the CSWGP from the City of Renton to the Contractor.
• Closing out the CSWGP and obtaining approval from the Department of Ecology on
permit closure.
• All monitoring and reporting required for compliance with the CSWGP.
Work shall include coordination, permitting, fees including monthly rates on discharge,
approval, and treatment required by the Soos Creek Water and Sewer District as required in
Special Provision Section 1-07.15 if discharging to the sanitary sewer.
1-09.14(2)A39 Roadside Restoration (Bid Item A39) – Lump Sum
Measurement for “Roadside Restoration” shall be lump sum, and based on the percentage
of total Work complete, at the time of measurement in conformance with the Contract
Documents.
Lump sum quantities shall include the following measurements:
• Seeded Lawn Installation shall be along the ground slope line of actual lawn
completed, established, and accepted.
• Topsoil Type A. Certified tickets will accompany each load, a copy of tickets will be
given to the Engineer daily.
• Bark or Wood Chip Mulch. Certified tickets will accompany each load, a copy of
tickets will be given to the Engineer daily.
• Coarse Compost. Certified tickets will accompany each load, a copy of tickets will be
given to the Engineer daily.
The following table provides an estimate of the quantities for roadside restoration. The
quantities will not be specifically measured. However, the following approximate quantities
have been estimated for the bidders’ convenience.
Item Unit Quantity
Seeded Lawn SY 1035
Topsoil Type A CY 175
Bark Mulch SY 25
Wood Chip Mulch SY 50
Course Compost SY 1035
Payment for Roadside restoration, lump sum includes payment for Seeded Lawn
Installation, Topsoil Type A, Bark or Wood Chip Mulch, and Coarse Compost, and will
1-09 Measurement and Payment
City of Renton 1-93 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
constitute full compensation for all labor, materials and equipment required to complete the
specified Work.
Payment for embankment compaction will not be made as a separate item. All costs for
embankment compaction shall be included in other bid items involved.
Roadway excavation including haul is incidental, for the removal of existing asphalt and
concrete areas to be restored landscaping and for subsurface excavation for topsoil and soil
amendments. Any topsoil used for leveling the landscape strip shall be incidental.
1-09.14(2)A40 Cement Conc. Traffic Curb And Gutter (Bid Item A40) – Linear Foot
Measurement and payment for Cement Conc. Traffic Curb And Gutter” shall be per WSDOT
Standard Specification 8-04.
1-09.14(2)A41 Cement Conc. Traffic Curb (Bid Item A41) – Linear Foot
Measurement and payment for Cement Conc. Traffic Curb And Gutter” shall be per WSDOT
Standard Specification 8-04.
1-09.14(2)A42 Mountable Cement Conc. Traffic Curb (Bid Item A42) – Linear Foot
Measurement for “Mountable Cement Conc. Traffic Curb” shall be per WSDOT Standard
Specification 8-02.
Payment for “Mountable Cement Conc. Traffic Curb”, per linear foot shall include all labor,
materials, and equipment required to perform the work as required to complete this item of
Work in conformance with Plans and the Contract Documents.
“Mountable Cement Conc. Traffic Curb” will be used for replacement of the existing traffic
circle at the intersection of SE 172nd St and 125th Ave SE.
1-09.14(2)A43 Paint Line (Bid Item A43) – Linear Foot
Measure and payment for “Remove Paint Line” shall be shall be per WSDOT Standard
Specification 8-22. Removal of existing paint lines shall be incidental. The payment for
“Paint Line” shall include all paint lines per the Plans, including the 4-in White Edge Line and
the 16-in White Stop Line.
1-09.14(2)B Bid Items Specific to Schedule B – Water Relocations
1-09.14(2)B1 Minor Changes (Bid Item B1) – Estimate (EST)
See A1 above.
1-09.14(2)B2 Construction Surveying, Staking, and As-Built Drawings
(Bid Item B2) – Lump Sum
See A2 above.
1-09.14(2)B3 Site Specific Potholing (Bid Item B3) – Each
1-09 Measurement and Payment
City of Renton 1-94 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Measurement for “Site Specific Potholing” will be per each pothole locate completed as
defined in Section 1-07.17(3).
“Site Specific Potholing” is intended to be additional potholing as directed by the Engineer,
which is in addition to potholing included as incidental for utility installation. Only potholes
approved by the District inspector or Engineer will be approved for payment. All other
potholes will be considered a benefit to the contractor and included in the contract unit price
for the utility to be installed.
1-09.14(2)B4 Shoring or Extra Excavation Class B (Bid Item B4) – Square Foot
See A7 above.
1-09.14(2)B5 Structure Excavation Class B Incl. Haul (Bid Item B5) – Cubic Yard
Measure and payment for “Structure Excavation Class B Incl. Haul” shall be shall be per
WSDOT Standard Specification 2-09.
1-09.14(2)B6 Crushed Surfacing Top Course (Bid Item B6) – Ton
Measurement and payment for “Crushed Surfacing Top Course” shall be per WSDOT
Standard Specification 4-04. Crushed Surfacing shall be used for trench backfill.
1-09.14(2)B7 HMA Cl. 1/2 In. PG 58H-22 (Bid Items B7) – Ton
See A16 above.
1-09.14(2)B8 Dewatering (Bid Item B8) – Lump Sum
See A37 above.
1-09.14(2)B9 8-inch Ductile Iron Water Main (Bid Items B9) –– Linear Foot
Measurement for “8-inch Ductile Iron Water Main ” shall be linear foot of replaced water
main installed in conformance with the Contract Documents.
The length of water main shall be the number of linear feet of completed water main pipe
installation measured along the top of pipe. Ductile iron pipe shall be Class 52.
Vertical or horizontal concrete thrust blocks shall be installed at all bends per Soos Creek
Water & Sewer standard detail W-1A and W-1B.
Payment for “8-inch Ductile Iron Water Main ” shall be full compensation for all labor,
material, related work, tools and equipment necessary to satisfactorily complete the Work as
defined in WSDOT Standard Specifications Section 7-09 Standard Specifications, these
Special Provisions, and as shown on the Plans, and shall include but not be limited to the
following:
• Locating all existing utilities, water main and services in advance to determine their
horizontal and vertical location
• Furnishing and placing concrete for vertical and horizontal blocks, dead-man anchor
blocks, reinforcing steel, shackle rods, clamp assembly, anchor bolts, turnbuckles,
concrete form work, as shown on the plans and per District Standard Plans.
• Furnishing all required water main pipes as shown on the Plans and as specified in
the contract special provisions, including, but not limited to, sleeves, detectable
warning tape, and all incidentals as required for District personnel to perform the cut-
1-09 Measurement and Payment
City of Renton 1-95 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
in, vertical adjustment, and final connection of the new water line to the existing
water system. Ductile iron spools shall be considered as incidentals to this bid item.
• Furnishing and installing polyethylene foam (Dow Plastics Ethafoam 200 or approved
equal) where necessary at utility crossings
• Replacing, protecting, supporting, and/or maintaining existing utilities, including CDF
backfill under existing AC main line.
• Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix
asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the
trench patch and overlay.
• Concrete thrust blocks at all vertical and horizontal bends.
Crushed surfacing for pipe bedding materials and for pipe zone backfill is included in
other bid items. Ductile iron fittings is included in other bid items.
1-09.14(2)B10 Ductile Iron Fittings (Including Restraints) (Bid Item B10) –– Pounds
Measurements “Ductile Iron Fittings (Including Restraints)” shall be measured by the pound
and shall include the weights of any accessories such as glands, gaskets and bolts. Weights
shall be based on ANSI/AWWA C110/A21.10 fitting weights for equivalent ductile iron
fittings. The weights of any restraining systems shall be included as part of this Bid item.
All water main pipe and fitting shall be restrained.
Payment for “Ductile Iron Fittings (Including Restraints)” shall be per pound for fittings shall
constitute complete compensation for all Work, labor, materials, and equipment necessary
to furnish and install the required fittings and accessories as called out on the Plans. The
unit price shall include but not be limited to any glands, followers, gaskets, bolts, restraint
systems, jointing and shackle rods where called out on the Plans and where required.
Payment shall be made for permanent fittings only. No payment shall be made for
temporary fittings such as temporary blow offs, etc.
1-09.14(2)B11 & B12 1-inch Water Service, ___ (Bid Item B11 & B12) –– Each
Measurement for furnishing and installing “1-inch Water Service, ___ ” shall be per each
water service connection installed as shown in the Plans and in conformance with the
Contract Documents.
Each water service shall include all pipe and fittings from the water main to and including the
meter box.
"Near side” services shall include all services which extend to the edge of the right of way
nearest the new water main as shown on the Plans.
"Far side” services shall include all services which extend to the edge of the right of way on
the far side of the water main as shown on the Plans.
Water service replacement shall include all labor, pipe, and materials necessary to install the
existing customer-side service line, corporation stop, and grip joint coupling with stiffener
insert, and properly align for meter installation per District Standard Plans.
Payment for furnishing and installing “1-inch Water Service, ___ ” shall constitute full
compensation for all Work, labor, materials, equipment, and tools necessary to furnish,
1-09 Measurement and Payment
City of Renton 1-96 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
install, test and disinfect a service from the main to the meter box. The unit price Bid shall
include but not be limited, service pipe and fittings, service saddle, corporation stops,
transition couplings, stiffener inserts, and tracer wire. Also included is meter relocation if
designated on Plans or required due to grade changes.
The unit Bid price for each service shall also include furnishing and installing any fittings
required to connect the new services to the existing private services. Service material to
connect the customer side of the water service shall be made with like materials to match
the existing customer service line (to avoid electrolysis due to dissimilar materials) and shall
be high quality brass, copper, poly, or galvanized piping or other materials approved as
equal by the District.
The unit Bid price shall also include any surface restoration around meter box that is
required to connect the new services to the existing private services.
The unit Bid price for these items shall include, but not be limited to, all costs of disposal of
debris and excess material including loading and hauling.
Payment for this item will be only for water service relocation pre-approved by the District.
This item is for conflicts, not for the Contractor’s convenience. If no water service relocation
is authorized under this bid item, final payment for this item will be $0 (zero). No price
adjustment will be made for variation in actual quantity used for water service relocation, see
Special Provision Section 1-04.6.
1-09.14(2)B13 Fire Hydrant Assembly (Bid Item B13) – Each
Measurement for “Fire Hydrant Assembly” will be per each for each fire hydrant assembly
installed and shall include all pipe, valves, fittings, and blocking from the water main to the
hydrant. Removal of existing fire hydrants and associated raised reflective markers shall be
included in this Bid item. Concrete pad, if required, shall be included in this
Bid item.
Payment for “Fire Hydrant Assembly” per each fire hydrant assembly shall constitute full
compensation for all Work, labor, materials, and equipment necessary to furnish and install
the fire hydrant complete in place from the water main to the hydrant, including but not
limited to, excavation, pipe and fittings associated with the assembly, main-line tee, gate
valve, hydrant, hydrant riser, shackles, tie rods, concrete blocks, asphaltic felt or filter fabric,
washed gravel, backfill with approved backfill material, compaction of backfill, concrete pad,
painting, testing and disinfecting, and furnishing and installing a 5-inch Storz adapter, and a
blue reflective hydrant marker within the pavement. Removal, disposal, salvage, and backfill
of existing fire hydrants and hydrant valve boxes in locations shown on the Plans shall be
incidental to this Bid item. The unit price Bid per fire hydrant assembly shall also include, but
not be limited to, any grading or rockery construction necessary to provide a 3-foot radius
level area around the hydrant.
1-09.14(2)B14 Connection To Existing Water System (Bid Item B14) – Each
Connection to existing water system shall be measured per each for permanent connections
only. Fittings, valves, and couplings associated with a connection shall be measured
separately.
1-09 Measurement and Payment
City of Renton 1-97 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
The unit price Bid per each permanent connection to the existing water system shall
constitute full compensation for all Work, labor, materials, and equipment necessary to
make a proper connection or cut-in of the new water mains to the existing water system.
This shall include, but shall not be limited to, the following items:
• Coordination with the OWNER for shutdown of existing system to make the
connections or cut-ins.
• Verifying inverts and fittings required for the connection prior to construction.
• Replacing existing concrete blocking with temporary bracing on all fittings that
• are disturbed by the connection.
• Structural excavation class B, including removal of waste material in the excavation
limits such as existing pavement
• Installing any temporary blocking necessary to make the connection.
• Furnishing and installing pipe spools as necessary.
• Temporary air relief valves and blow-offs necessary to aid in filling and draining the
existing and proposed pipes.
• Properly removing and disposing in a legal and safe manner of any existing water
main and/or fittings that cannot be abandoned in place.
Excavation, dewatering, and backfill necessary for each connection shall be included in the
unit price Bid per lineal foot for the pipe. Permanent valves and fittings indicated at existing
system connections shall be paid under separate Bid items.
6-inch and 8-inch diameter ductile iron water main spools used at connections, shall meet
the material requirements of the Ductile Iron Water Main Bid items, but shall be considered
incidental to this Bid item.
1-09.14(2)B15 Removal of Pipe (Bid Item B15) – Linear Foot
Measurement for “Removal of Pipe” will be per linear foot of water main removed.
Payment for “Removal of Pipe” will be made at the unit price per linear foot, which will be
complete compensation for all labor, equipment, materials, tools, excavation around and
protection of the adjacent unities, haul and disposal of the removed water main as indicted
in the Plan, required for the installation of proposed improvements, or directed by the
District. Where the abandoned pipe is not removed, payment shall include plugging with
3,000 psi cement concrete plugs reaching into the pipe at least 12-inches in depth at each
end where exposed or accessible.
Payment for water main removal will be limited to locations that the water main needs to be
removed for proposed improvements. Other sections of water main, including previously
abandoned AC water main, shall be abandoned in place with the pipe plugged.
1-09.14(2)C Bid Items Specific to Schedule C – Sewer Relocations
1-09.14(2)C1 Minor Changes (Bid Item C1) – Estimate (EST)
See A1 above.
1-09.14(2)C2 Construction Surveying, Staking, and As-Built Drawings
(Bid Item C2) – Lump Sum
1-09 Measurement and Payment
City of Renton 1-98 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
See A2 above.
1-09.14(2)C3 Site Specific Potholing (Bid Item C3) – Each
Measurement for “Site Specific Potholing” will be per each pothole locate completed as
defined in Section 1-07.17(3).
“Site Specific Potholing” is intended to be additional potholing as directed by the Engineer,
which is in addition to potholing included as incidental for utility installation. Only potholes
approved by the District inspector or Engineer will be approved for payment. All other
potholes will be considered a benefit to the contractor and included in the contract unit price
for the utility to be installed.
1-09.14(2)C4 Shoring or Extra Excavation Class B (Bid Item C4) – Square Foot
See A7 above.
1-09.14(2)C5 Structure Excavation Class B Incl. Haul (Bid Item C5) – Cubic Yard
See B5 above.
1-09.14(2)C6 Crushed Surfacing Top Course (Bid Item C6) – Ton
See B6 above.
1-09.14(2)C7 HMA Cl. 1/2 In. PG 58H-22 (Bid Items C7) – Ton
See A16 above.
1-09.14(2)C8 12-Inch Ductile Iron Pipe (Bid Items C8) –– Linear Foot
Measurement for “12-Inch Ductile Iron Pipe” shall be linear foot of replaced sewer force
main installed in conformance with the Contract Documents.
The length of ductile iron pipe shall be the number of linear feet of completed sewer main
pipe installation measured along the top of pipe. Ductile iron pipe shall be Class 52.
Vertical or horizontal concrete thrust blocks shall be installed at all bends needed per Soos
Creek Water & Sewer standard detail W-1A and W-1B.
Payment for “12-Inch Ductile Iron Pipe” shall be full compensation for all labor, material,
related work, tools and equipment necessary to satisfactorily complete the Work as defined
in WSDOT Standard Specifications Section 7-17 Standard Specifications, these Special
Provisions, and as shown on the Plans, and shall include but not be limited to the following:
• Locating all existing utilities, sewer main and services in advance to determine their
horizontal and vertical location
• Structural excavation class B, including removal of waste material in the excavation
limits such as existing pavement
• Furnishing and placing concrete for vertical and horizontal blocks, dead-man anchor
blocks, reinforcing steel, shackle rods, clamp assembly, anchor bolts, turnbuckles,
concrete form work, as shown on the plans and per District Standard Plans.
• Furnishing all required ductile iron pipes as shown on the Plans and as specified in
the contract special provisions, including, but not limited to, sleeves, detectable
warning tape, and all incidentals as required for District personnel to perform the cut-
1-09 Measurement and Payment
City of Renton 1-99 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
in, vertical adjustment, and final connection of the new sewer to the existing sewer
system. Ductile iron spools shall be considered as incidentals to this bid item.
• Furnishing and installing polyethylene foam (Dow Plastics Ethafoam 200 or approved
equal) where necessary at utility crossings
• Replacing, protecting, and/or maintaining existing utilities
• Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix
asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the
trench patch and overlay.
• Concrete thrust blocks at all vertical and horizontal bends.
Crushed surfacing for pipe bedding materials and for pipe zone backfill is included in
other bid items. Ductile iron fittings is included in other bid items.
1-09.14(2)C9 Ductile Iron Fittings (Including Restraints) (Bid Item C9) –– Pounds
Measurements “Ductile Iron Fittings (Including Restraints)” shall be measured by the pound
and shall include the weights of any accessories such as glands, gaskets and bolts. Weights
shall be based on ANSI/AWWA C110/A21.10 fitting weights for equivalent ductile iron
fittings. The weights of any restraining systems shall be included as part of this Bid item.
All ductile iron pipe and fitting shall be restrained.
Payment for “Ductile Iron Fittings (Including Restraints)” shall be per pound for fittings shall
constitute complete compensation for all Work, labor, materials, and equipment necessary
to furnish and install the required fittings and accessories as called out on the Plans. The
unit price shall include but not be limited to any glands, followers, gaskets, bolts, restraint
systems and thrust blocks, jointing and shackle rods where called out on the Plans and
where required. Payment shall be made for permanent fittings only. No payment shall be
made for temporary fittings such as temporary blow offs, etc.
1-09.14(2)C10 Dewatering (Bid Item C10) – Lump Sum
See A37 above.
1-09.14(2)C11 Connection To Existing Sewer Force Main (Bid Item C11) – Each
Measurement for “Connect to Existing Sewer Force Main” will be per each in conformance
with Contract Documents.
Payment for “Connect to Existing Sewer Force Main” will be made at the unit price per each,
which will be complete compensation for all labor, equipment, materials, tools, excavation,
pipe, tees, fittings, adapters, flexible couplings, temporary bypass pumping (if needed), and
other materials required to connect to the existing sewer force main.
The sewer force main can be shut down for up to 2 days during periods with low rainfall with
2-weeks prior approval and coordination from the District.
1-09.14(2)C12 6-Inch PVC SDR 35 (Bid Item C12) –– Linear Foot
Measurement for “6-Inch PVC SDR 35” will be per linear foot of replaced side sewer
installed in conformance with the Contract Documents.
1-09 Measurement and Payment
City of Renton 1-100 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
The length of sewer replacement shall be the number of linear feet of completed side sewer
pipe installation measured along the invert.
The unit price bid per linear foot of “6-Inch PVC SDR 35” shall be full compensation for all
labor, material, related work, tools and equipment necessary to satisfactorily complete the
Work as defined in WSDOT Standard Specifications Section 7-18 Standard Specifications,
these Special Provisions, and as shown on the Plans.
The unit price per linear foot of “6-Inch PVC SDR 35” shall also include, but not be limited to,
furnishing, hauling, and assembling in place the completed installation including all wyes,
tees, test tees, special fittings, cleanouts, and joint materials for the completion of the
installation to the required lines and grades. The unit price shall also include cleaning and
flushing pipes and existing structures, inspecting pipe, connecting new pipe to existing side
sewer and sewer main, replacing, protecting and maintaining utilities, and providing
temporary sewer bypass pumping (as necessary).
Payment for this item will be only for side sewer replacement pre-approved by the District.
This item is for conflicts, not for the Contractor’s convenience. If no side sewer replacement
is authorized under this bid item, final payment for this item will be $0 (zero). No price
adjustment will be made for variation in actual quantity used for side sewer replacement,
see Special Provision Section 1-04.6.
1-09.14(2)C13 Removal of Pipe (Bid Item C13) – Linear Foot
Measurement for “Removal of Pipe” will be per linear foot of sewer lateral removed.
Payment for “Removal of Pipe” will be made at the unit price per linear foot, which will be
complete compensation for all labor, equipment, materials, tools, excavation around and
protection of the adjacent unities, temporary bypass pumping (if needed),haul and disposal
of the removed sewer lateral, sewer force main pipes and fittings as indicted in the Plan,
required for the installation of proposed improvements, or directed by the District. Where
the abandoned pipe is not removed, payment shall include plugging with 3,000 psi cement
concrete plugs reaching into the pipe at least 12-inches in depth at each end where exposed
or accessible.
Payment for sewer lateral and sewer force main pipe removal will be limited to locations that
the pipes need to be removed for proposed improvements. Other sections of pipes shall be
abandoned in place with the pipe plugged.
1-09.14(2)D Bid Items Specific to Schedule D – Roadway Miscellaneous
1-09.14(2)D1 Tree Removal (Bid Item D1) – Each
Measurement for “Tree Removal” shall be per each removed tree greater than 12 inches in
diameter at breast height. Trees to be removed shall be indicated on the Plans or directed
by the Engineer. All other trees shall be protected during construction. The tree marked for
removal at the corner of SE 172nd Street and 125th Avenue SE shall be reviewed by a
certified arborist per International Society of Arboriculture. The arborist shall be provided by
the Contractor to review the health of the tree after the excavation for the sidewalk has been
1-09 Measurement and Payment
City of Renton 1-101 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
completed. Recommendations for removal or pruning of this tree shall be approved by the
City prior to cutting.
Payment for “Tree Removal” will be complete compensation for all labor, materials, tools,
equipment, excavation, removal haul and disposal of waste material, including stump and
root ball removal and backfill and compaction of resulting trenches or pits, and also includes
haul of removed tree or limbs and review by certified arborist, required to complete this item
of Work in conformance with the Contract Documents.
1-09.14(2)D2 Contaminated Soil and Groundwater Handling and Management Plan
(Bid Item D2) – Lump Sum
Measurement for “Contaminated Soil and Groundwater Handling and Management Plan”
shall be per the lump sum bid price. The preparation of the Contaminated Soil and
Groundwater Handling and Management Plan shall be in accordance with Section 2-05.3(3)
of the Special Provisions. The Contaminated Soil and Groundwater Handling and
Management Plan shall include a Health and Safety Plan in accordance with Section 2-
05.3(2) of the Special Provisions.
Payment for the “Contaminated Soil and Groundwater Handling and Management Plan”
preparation, including the Health and Safety Plan shall be full compensation for all labor and
materials to develop the plans as well as Contractor labor for its job site monitoring to
identify any observations of “suspicious looking” materials and odors, such as an oily sheen
on soils or water, and oily or chemical odors. If contaminated soil or water is encountered,
testing, handling, and treatment of such contaminated soils or ground water will be paid for
under separate bid items.
1-09.14(2)D3 Contaminated Soil Excavation, Haul, and Disposal (Bid Item D3) –
Ton
Measurement for “Contaminated Soil Excavation, Haul, and Disposal” will be measured in
tons based on the tonnage reported on the shipping manifest or bill of lading from the
permitted disposal facility. Certified weight tickets will accompany each load, a copy of
tickets will be given to the Engineer daily. Wasted materials will not be included in the
measurement or payment. Only materials excavated within the Engineer directed areas will
be considered for payment.
Payment for “Contaminated Soil Excavation, Haul, and Disposal” shall be full compensation
for all labor, materials, equipment, excavation, removal, stockpiling, hauling, and disposal of
waste materials, etc., required to complete this item of Work in conformance with the
Contract Documents.
Contaminated Soil Excavation includes the excavation of materials characterized as
contaminated based on sampling results for the storm sewer, sanitary sewer and water main
construction, construction of catch basins, manholes, and vaults in accordance with the plan
drawings. This excavated soil shall be managed in accordance with applicable state and
federal regulations outlined in Section 2-05 and in the Contract Documents. Handling and
disposal of materials shall adhere to all transportation requirements, receive preapproval
from a disposal facility, manifesting, and record keeping, etc. Excavation outside the
horizontal limits described in Section 2-09.4 shall be at no additional expense to the City.
1-09 Measurement and Payment
City of Renton 1-102 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Payment for this item will be only for the materials approved by the City. If no contaminated
soil excavation, haul, and/or disposal is authorized under this bid item, final payment for this
item will be $0 (zero). Contaminated Soil Excavation, Haul and Disposal is exempt from
Section 1-04.6 and no price adjustment will be made for variation in actual quantity used.
1-09.14(2)D4 Contaminated Water Treatment (Bid Item D4) – Estimate
For the purpose of providing a common proposal, and for that purpose only, the Contracting
Agency has estimated the cost of “Contaminated Water Treatment” and has entered that
amount in the bid proposal to become part of the total bid by the Contractor. A force account
estimate for “Contaminated Water Treatment” is included for the purpose of budget tracking.
Method of treatment and/or disposal shall be proposed by the Contractor and approved by
the Engineer.
Contaminated Water Treatment shall mean advanced treatment of any contaminated water
as described in Section 2-05.2(11) to be discharged during the project that does not meet
storm drain or sanitary sewer system discharge permit limits for dissolved chemical
constituents (e.g., petroleum or solvents) after storage, settling, decanting, filtering, or other
treatment to meet turbidity or suspended solids content criteria. Meeting turbidity or
suspended solids content criteria is the responsibility of the Contractor and is included in the
Dewatering bid item. No additional compensation will be made for handling, storage, testing,
settling, filtering, or discharging. Advanced treatment systems employed specifically to treat
dissolved chemical constituents that will be paid under this bid item include, but are not
limited to, Granular Activated Carbon (GAC), Powdered Activated Carbon (PAC), sand
filtration, air stripping, microfiltration, and UV oxidation.
Payment for “Contaminated Water Treatment” will be per force account in accordance with
Section 1-09.6, which payment shall be full compensation for all permitting, labor, materials,
equipment, haul, treatment and disposal of waste materials required to complete this item of
Work in conformance with Contract Documents. Work for Contaminated Water Treatment
shall include advanced treatment of contaminated water for dissolved chemical constituents
(e.g., petroleum or solvents) required by King County to discharge to the sanitary sewer or
required by Ecology for discharge to the storm drain system. Payment for this item will be
only for the Contaminated Water Treatment as defined herein and approved by the City.
1-09.14(2)D5 Adjust Franchise Utility Appurtenances (Bid Items D5) – Each
Measurement for Adjust Franchise Utility Appurtenances shall be per each.
Payment for Adjust Franchise Utility Appurtenances shall include, but not limited to, all
necessary materials, labor, and equipment to satisfactorily complete the adjustment of
existing utility lids, water valve boxes and water meters to revised grades as shown in the
Contract plans or directed by the Engineer.
1-09.14(2)D6 Cement Conc. Driveway Entrance (Bid Item D6) – Square Yard
Measurement and payment for “Cement Conc. Driveway Entrance” shall be per WSDOT
Standard Specification 8-06.
The Cement Conc. Driveway Entrance shall be installed per the details in the Plans.
1-09 Measurement and Payment
City of Renton 1-103 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-09.14(2)D7 Chain Link Fence Type 4 (Bid Item D7) – Linear Foot
Measurement of length of “Chain Link Fence Type 4” will be the number of linear feet of
completed installation measured along the length of the fence. “Chain Link Fence Type 4”
placed in excess of the length shown on the plans or designated by the Engineer will not be
paid for.
Payment for “Chain Link Fence Type 4”, per linear foot shall include all labor, materials, and
equipment required to complete this item, including, but not limited to installation, fence,
posts, hardware and gate, as shown in the Plans and in conformance with the Contract
Documents. The gate shall be installed in the approximate same station and width as the
existing gate along the new fence alignment.
1-09.14(2)D8 Wooden Fence (Bid Item D8) – Linear Foot
Measurement of length of “Wooden Fence” will be the number of linear feet of completed
installation measured along the length of the fence. “Wooden Fence” placed in excess of the
length shown on the plans or designated by the Engineer will not be paid for.
Payment for “Wooden Fence”, per linear foot shall include all labor, materials, and
equipment required to complete this item, including, but not limited to installation fence,
posts, hardware and gate, as shown in the Plans and in conformance with the Contract
Documents. The gate shall be installed in the approximate same station and width as the
existing gate along the new fence alignment. The fence material, height and style shall
match the existing fence.
1-09.14(2)D9 Cement Conc. Sidewalk (Bid Items D9) – Square Yard
When the Contract contains a pay item for " Cement Conc. Sidewalk," the per
Measurement and payment for “Cement Conc. Sidewalk” shall be per WSDOT Standard
Specification 8-14.
The payment for " Cement Conc. Sidewalk” shall include the concrete sidewalk and landings
adjacent to the curb ramps and the concrete bands on either side of the pervious concrete
sidewalk.
1-09.14(2)D10 & D11 Cement Conc. Curb Ramp Type ___ (Bid Items D10 & D11) –
Each
When the Contract contains a pay item for "Cement Conc. Curb Ramp Type ___," the per
Measurement and payment for “Cement Conc. Curb Ramp Type ___," shall be per WSDOT
Standard Specification 8-14.
1-09.14(2)D12 Relocate Mailbox (Bid Items D12) – Each
Measurement shall be per mailbox relocated, regardless of the number of mailbox supports.
Payment for “Relocate Mailbox”, per each shall include all labor, materials and equipment
necessary to relocate mailbox(es) to new support posts per the details in the plans. This
work shall include, but not be limited to relocating the existing mailbox, mailbox post,
platform, screws, washers, nails, excavation and backfill for post and all work as necessary
1-09 Measurement and Payment
City of Renton 1-104 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
to construct the mailbox per the detail shown in the plans. The Contractor shall install
temporary mailbox to maintain service and coordinate mailbox locations with the United
States Postal Service local postmaster.
1-09.14(2)D13 Permanent Signing (Bid Item D13) – Lump Sum
Measurement for “Permanent Signing” shall be lump sum, and based on the percentage of
total Work complete, at the time of measurement in conformance with the Contract
Documents.
Payment for “Permanent Signing” shall be full compensation for all labor, equipment, tools,
materials, and all else necessary for and incidental to remove and re-establish street signs
in accordance with the plans and specifications.
The following table provides an estimate of the quantities for permanent signing. Permanent
Signing will not be specifically measured. However, the following approximate quantities
have been estimated for the bidders’ convenience.
Item Unit Quantity
Removed and Replaced Signs EA 6
END OF SECTION 1-09
1-10 Temporary Traffic Control
City of Renton 1-105 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-10 TEMPORARY TRAFFIC CONTROL
1-10.1 General
(******)
Revise the first paragraph as follows:
Temporary traffic control refers to the control of all types of traffic, including vehicles,
bicyclists, and pedestrians (including pedestrians with disabilities). The Contractor shall
provide flaggers, signs, and other traffic control devices not otherwise specified as being
furnished by the Contracting Agency. The Contractor shall erect and maintain all
construction signs, warning signs, detour signs, and other traffic control devices necessary
to warn and protect the public at all times from injury or damage as a result of the
Contractor’s operations which may occur on highways, roads, streets, sidewalks, or paths.
No Work shall be done on or adjacent to any traveled way until all necessary signs and
traffic control devices are in place.
(******)
Supplement this section as follows:
When the bid proposal includes an item for “Project Temporary Traffic Control,” the Work
required for this item shall be all items described in Section 1-10, including, but not limited
to:
1. Furnishing and maintaining barricades, flashers, construction signing, and other
channelization devices, unless a pay item is in the bid proposal for any specific
device and the Special Provisions specify furnishing, maintaining, and payment in a
different manner for that device;
2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic
control labor;
3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction
signs and other traffic control devices;
4. Furnishing labor and vehicles for patrolling and maintaining in position all of the
construction signs and the traffic control devices, unless a pay item is in the bid
proposal to specifically pay for this Work; and
5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and
replacing of the construction signs and the traffic control devices destroyed or
damaged during the life of the project.
6. Removing existing signs as specified or as directed by the Engineer and delivering to
the City Shops, or storing and reinstalling as directed by the Engineer.
7. Preparing a traffic control plan for the project and designating the person responsible
for traffic control at the Work site. The traffic control plan shall include descriptions of
the traffic control methods and devices to be used by the prime Contractor, and
subcontractors, shall be submitted at or before the preconstruction conference, and
shall be subject to review and approval of the Engineer.
8. Contacting police, fire, 911, and ambulance services to notify them in advance of any
Work that will affect and traveled portion of a roadway.
1-10 Temporary Traffic Control
City of Renton 1-106 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
9. Assuring that all traveled portions of roadways are open to traffic during peak traffic
periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the
special provisions, or as directed by the Engineer.
10. Promptly removing or covering all non-applicable signs during periods when they are
not needed.
If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of
equipment, or services, which could not be usually anticipated by a prudent Contractor for
the maintenance and protection of traffic, then a new item or items may be established to
pay for such items. Further limitations for consideration of payment for these items are that
they are not covered by other pay items in the bid proposal, they are not specified in the
Special Provisions as incidental, and the accumulative cost for the use of each individual
channelizing device, piece of equipment, or service must exceed $200 in total cost for the
duration of their need. In the event of disputes, the Engineer will determine what is usually
anticipated by a prudent Contractor. The cost for these items will be by agreed price, price
established by the Engineer, or by force account. Additional items required as a result of the
Contractor’s modification to the traffic control plan(s) appearing in the Contract shall not be
covered by the provisions in this paragraph.
If the total cost of all the Work under the Contract increases or decreases by more than 25
percent, an equitable adjustment will be considered for the item “Project Temporary Traffic
Control” to address the increase or decrease.
Traffic control and maintenance for the safety of the traveling public on this project shall be
the sole responsibility of the Contractor and all methods and equipment used will be subject
to the approval of the Owner.
Traffic control plans, traffic control devices, and their use shall conform to City of Renton
standards and the Manual on Uniform Traffic Control Devices (MUTCD).
The Contractor shall not proceed with any construction until proper traffic control has been
provided to the satisfaction of the Engineer. Any days lost due to improper traffic control will
be charged against the Contractor’s allowable contract time and shall not be the cause for a
claim for extra days to complete the Work.
1-10.2 Traffic Control Management
1-10.2(1) General
(January 3, 2017, WSDOT GSP)
Section 1-10.2(1) is supplemented with the following:
Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the
State of Washington. The Traffic Control Supervisor shall be certified by one of the
following:
The Northwest Laborers-Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
1-10 Temporary Traffic Control
City of Renton 1-107 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Evergreen Safety Council
12545 135th Ave. NE
Kirkland, WA 98034-8709
1-800-521-0778
The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406-1022
Training Dept. Toll Free (877) 642-4637
Phone: (540) 368-1701
1-10.2(1)B Traffic Control Supervisor
(*****)
Paragraphs 1 and 2 are revised as follows:
A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is
required or as authorized by the Engineer.
The TCS shall assure that all the duties of the TCS are performed during the duration of the
Contract. During non-Work periods, the TCS shall be able to be on the job site within a 45-
minute time period after notification by the Engineer.
1-10.3 Traffic Control Labor, Procedures, and Devices
(*******)
This is supplemented as follows:
At the end of each working day, provisions shall be made for the safe passage of traffic and
pedestrians during non-working hours.
Barricades shall be reflectorized as specified in Part VI of the MUTCD and shall be 3M-
diamond grade or equivalent approved by the Engineer. Barricades shall also be equipped
with flashers during hours of darkness.
Drivers of motor vehicles used in connection with the construction shall obey traffic rules
posted for such location in the same manner and under the same restrictions as provided for
the drivers of private vehicles.
The Contractor shall conduct the work in such a manner as will obstruct and inconvenience
vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private
driveways shall be kept open by the Contractor except for the brief periods when actual
work is being done. The Contractor shall so conduct his operations so as to have under
construction no greater length or amount of work than Contractor can prosecute vigorously
and Contractor shall not open up sections of the work and leave them in an unfinished
condition. See Section 1-07.23(1) for additional driveway closure requirements.
The Contractor shall provide traffic cones, barricades, and drums, with warning lights in
sufficient number and in good condition as required to protect the work and the public
throughout the length of the job. Traffic Safety Drums with flashers in addition to temporary
striping will be used to channelize traffic through construction zones. Opposing lanes of
traffic will be separated by pylons when clearance for drums is not adequate. All signing and
channelization shall be per current MUTCD standards.
1-10 Temporary Traffic Control
City of Renton 1-108 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall
be required for each shift of traffic control. The Contractor shall provide temporary striping,
reflective marking tape, and/or retroreflective tubular markers as required at the direction of
the Engineer. Paint, reflective marking tape, and/or retroreflective tubular markers used for
temporary striping shall meet the requirement of Section 8-23 of the Specifications.
1-10.3(1)C Other Traffic Control Labor
(*******)
This is a new section as follows:
The Contractor shall use an Off-Duty Uniformed Police Officer to direct traffic when the
traffic control plan requires disruptions or modifications to the operation of traffic at a
signalized intersection, or as directed by the Engineer. Off-Duty Uniformed Police Officers
are not required if traffic signals are set to all-way stop or are turned off and covered. The
Off-Duty Uniformed Police Officer shall be in addition to all other personnel required for
traffic control. The Contractor is responsible for the properly scheduling of off-duty officers
and shall be responsible for any charges assessed due to insufficient time in canceling off-
duty officers, except in situations outside of the Contractor’s control.
The Off-Duty Uniformed Police Officer hours, as stated in the proposal are the City’s
estimate, without knowledge of the Contractor’s specific method of operation and has been
presented for the purpose of providing a common amount for all bidders. Uniformed Police
Officers will be scheduled for a minimum of four (4) hours for any shift worked.
The Contractor shall use the City of Renton Police Department unless it is unable to
respond to a request to assist with the Work. The Off-Duty Uniformed Police Office shall
remain in place until the intersection becomes satisfactorily operational as determined by
the City of Renton Police Department.
The City of Renton Police Department may be contacted at:
1055 S Grady Way
Renton, WA 98057
(425) 430-7500
Other resources include:
King County Sheriff’s Officers
(206) 957-0935 ext. 1
Washington State Patrol Officers
(425) 401-7788
1-10.3(2)E Patrol and Maintain Traffic Control Measures
(******)
Supplement this section as follows:
At the end of each working day, provisions shall be made for the safe passage of traffic and
pedestrians during non-working hours.
Drivers of motor vehicles used in connection with the construction shall obey traffic rules
posted for such location in the same manner and under the same restrictions as provided for
the drivers of private vehicles.
1-10 Temporary Traffic Control
City of Renton 1-109 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
The Contractor shall conduct the work in such a manner as will obstruct and inconvenience
vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private
driveways shall be kept open by the Contractor except for the brief periods when actual
work is being done. The Contractor shall provide a pedestrian traffic control plan for
sidewalk closures. The maximum closure time between demolition and completion for any
curb ramp or street corner shall be 7 calendar days. Pedestrian routes shall be restored to
clean and hazard-free surface meeting Americans with Disability Act (ADA) standards to the
maximum extent feasible before they are re-opened to the public.
Pedestrian and vehicular access shall be maintained throughout the work to the greatest
extent practical. Minimum travel lane width is 9.5-feet. Traffic control zones shall be limited
to one block per street and one intersection per street at a time, unless otherwise approved
by the Engineer and subject to the constraints in the Contract Documents. Traffic control
shall not be permitted on adjacent north-south streets simultaneously unless approved by
the engineer. A maximum of 400-feet of trench, including that which is steel plated, may be
open on a street at any time.
The Contractor shall clean the work zone and reopen the roadway at the end of the workday
unless otherwise permitted in the Contract Documents or approved by the Engineer. All
open trenches shall be protected with steel plates overnight. Steel plates used for trench
protection shall be secured to the roadway. All trenches shall be temporary patched or steel
plated and in a clean and orderly condition from the time the contractor stops work until work
resumes. Any traffic detours shall be maintained in accordance with the approved traffic
control plan.
The Contractor shall so conduct his operations so as to have under construction no greater
length or amount of work than Contractor can prosecute vigorously and Contractor shall not
open up sections of the work and leave them in an unfinished condition. See Section
1-07.23(1) for additional driveway closure requirements.
Traffic control affecting bus routes shall be subject to the requirements of King County Metro
and Sound Transit. Minimum 12-ft travel lanes shall be provided on bus routes. Temporary
bus stop closures or relocations will be necessary and are limited to a single stop in each
direction at a time. Access to the Renton Transit Center shall always be maintained. Bus
route detours, if required, shall be coordinated with King County Metro and Sound Transit.
Access to schools, businesses and residences shall always be maintained. Property owners
and tenants shall be notified by the Contractor of traffic control restrictions in accordance
with Section 1-07.23(1). Mail delivery service shall not be impeded. Street parking may be
closed in traffic control zones as necessary to provide detours.
City land including right-of-way, open spaces, parks, easements, and parking areas shall not
be used for a storage or staging area unless explicit written permission is granted by the
engineer, a permit has been granted as necessary, and approved in the traffic control plan.
1-10 Temporary Traffic Control
City of Renton 1-110 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-10.3(3)A Construction Signs
(******)
Supplemented paragraph 4 in this section as follows:
No separate pay item will be provided in the bid proposal for Class A or Class B construction
signs. All costs for the Work to provide Class A or Class B construction signs shall be
included in the unit contract price for the various other items of the Work in the bid proposal.
The Contractor shall fabricate, install, and maintain project signs for “Businesses Open
During Construction” (minimum one sign per direction of traffic) and “Business Access” to
alert and guide the public to businesses in the project area (minimum one sign per affected
business) where traffic control is in place within a commercial area.
1-10.3(3)C Portable Changeable Message Sign
(******)
Supplemented this section as follows:
When feasible, position PCMS or mPCMSs to provide at least 2 feet of lateral clearance
from the nearest open lane and transversely delineate with at least 3 channelization
devices. For truck-mounted PCMSs, provide 2 feet of lateral clearance when feasible but
transverse delineation is not required.
The Contractor shall remove these devices from the work zone clear zone when not in use
unless protected by barrier or guardrail.
1-10.3(3)D Barricades
(******)
Supplement this section as follows:
Barricades shall be 3M-diamond grade or equivalent approved by the Engineer.
1-10.3(4) Traffic Control Constraints
(******)
This is a new section as follows:
Pedestrian and vehicular access shall be maintained throughout the work to the greatest
extent practical. Minimum travel lane width is 9.5-feet. Traffic control zones shall be limited
to one block per street and one intersection per street at a time, unless otherwise approved
by the Engineer and subject to the constraints in the Contract Documents. Traffic control
shall not be permitted on adjacent north-south streets simultaneously unless approved by
the engineer. A maximum of 400-feet of trench, including that which is steel plated, may be
open on a street at any time.
The Contractor shall provide a pedestrian traffic control plan for sidewalk closures. The
maximum closure time between demolition and completion for any curb ramp or street
corner shall be 7 calendar days. Pedestrian routes shall be restored to clean and hazard-
free surface meeting ADA standards to the maximum extent feasible before they are re-
opened to the public.
The Contractor shall clean the work zone and reopen the roadway at the end of the work
day unless otherwise permitted in the Contract Documents or approved by the Engineer. All
1-10 Temporary Traffic Control
City of Renton 1-111 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
open trenches shall be protected with steel plates overnight. Steel plates used for trench
protection shall be secured to the roadway. All trenches shall be temporary patched or steel
plated and in a clean and orderly condition from the time the contractor stops work until work
resumes. Any traffic detours shall be maintained in accordance with the approved traffic
control plan.
The Contractor shall provide their own storage and staging area for the duration of the
project. The City does not have land available in the vicinity of the project and will not allow
the right-of-way to be used for storage.
Access to schools, businesses and residences shall be maintained at all times. Property
owners and tenants shall be notified by the Contractor of traffic control restrictions in
accordance with Section 1-07.23(1). “Business Open During Construction” signage is
required where traffic control is in place in a commercial area. Mail delivery service shall not
be impeded. Street parking may be closed in traffic control zones as necessary to provide
detours.
Traffic control affecting bus routes shall be subject to the requirements of King County Metro
and Sound Transit. Minimum 12-ft travel lanes shall be provided on bus routes. Temporary
bus stop closures or relocations will be necessary and are limited to a single stop in each
direction at a time. Access to the Renton Transit Center shall be maintained at all times. Bus
route detours, if required, shall be coordinated with King County Metro and Sound Transit.
1-10.4 Measurement
(******)
Section 1-10.4 is replaced with::
No specific unit of measurement will apply to the lump sum item of “Project Temporary
Traffic Control”.
No adjustment in the lump sum bid amount will be made for overtime Work or for use of
relief flaggers.
1-10.5 Payment
(******)
Section 1-10.5 is replaced with:
Payment for all labor, materials, and equipment described in Section 1-10 will be made in
accordance with Section 1-04.1, for the following bid items when included in the proposal:
“Project Temporary Traffic Control,” Lump Sum.
END OF SECTION 1-10
1-11 Renton Surveying Standards
City of Renton 1-112 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-11 RENTON SURVEYING STANDARDS
(******)
This is a new section as follows:
1-11.1 Description
1-11.1(1) Responsibility for Surveys
All surveys and survey reports shall be prepared under the direct supervision of a person
registered to practice land surveying under the provisions of Chapter 18.43 RCW.
All surveys and survey reports shall be prepared in accordance with the requirements
established by the Board of Registration for Professional Engineers and Land Surveyors
under the provisions of Chapter 18.43 RCW.
1-11.1(2) Survey Datum and Precision
The horizontal component of all surveys shall have as its coordinate base: The North
American Datum of 1983/91.
All horizontal control for projects must be referenced to or in conjunction with a minimum of
two of the City of Renton's Survey Control Network monuments. The source of the
coordinate values used will be shown on the survey drawing per RCW 58.09.070.
The horizontal component of all surveys shall meet or exceed the closure requirements of
WAC 332-130-060. The control base lines for all surveys shall meet or exceed the
requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail
Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA
and ACSM in 1992 or comparable classification in future editions of said document. The
angular and linear closure and precision ratio of traverses used for survey control shall be
revealed on the face of the survey drawing, as shall the method of adjustment.
The horizontal component of the control system for surveys using global positioning system
methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error
analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic
Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic
Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated
August 1, 1989, or comparable classification in future editions of said document.
The vertical component of all surveys shall be based on NAVD 1988, the North American
Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control
Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a
tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of
Renton benchmark does not exist within 3000 feet of a project, one must be set on or near
the project in a permanent manner that will remain intact throughout the duration of the
project. Source of elevations (benchmark) will be shown on the drawing, as well as a
description of any benchmarks established.
1-11.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal the controlling monuments
used and the subdivision of the applicable quarter section.
1-11 Renton Surveying Standards
City of Renton 1-113 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Those surveys dependent on retracement of a plat or short plat shall reveal the controlling
monuments, measurements, and methodology used in that retracement.
1-11.1(4) Field Notes
Field notes shall be kept in conventional format in a standard bound field book with
waterproof pages. In cases where an electronic data collector is used field notes must also
be kept with a sketch and a record of control and base line traverses describing station
occupations and what measurements were made at each point.
Every point located or set shall be identified by a number and a description. Point numbers
shall be unique within a complete job. The preferred method of point numbering is field
notebook, page and point set on that page. Example: The first point set or found on page 16
of field book 348 would be identified as Point No. 348.16.01, the second point would be
348.16.02, etc.
Upon completion of a City of Renton project, either the field notebook(s) provided by the City
or the original field notebook(s) used by the Surveyor will be given to the City. For all other
Work, Surveyors will provide a copy of the notes to the City upon request. In those cases
where an electronic data collector is used, a hard copy print out in ASCII text format will
accompany the field notes.
1-11.1(5) Corners and Monuments
Corner: A point on a land boundary, at the juncture of two or more boundary lines. A
monument is usually set at such points to physically reference a corner's location on the
ground.
Monument: Any physical object or structure of record, which marks or accurately references:
• A corner or other survey point established by or under the supervision of an
individual per Section 1-11.1(1) and any corner or monument established by the
General Land Office and its successor the Bureau of Land Management including
section subdivision corners down to and including one-sixteenth corners; and
• Any permanently monumented boundary, right-of-way alignment, or horizontal and
vertical control points established by any governmental agency or private surveyor
including street intersections but excluding dependent interior lot corners.
1-11.1(6) Control or Base Line Survey
Control or Base Line Surveys shall be established for all construction projects that will
create permanent structures such as roads, sidewalks, bridges, utility lines or
appurtenances, signal or light poles, or any non-single family building. Control or Base Line
Surveys shall consist of such number of permanent monuments as are required such that
every structure may be observed for staking or "as-builting" while occupying one such
monument and sighting another such monument. A minimum of two of these permanent
monuments shall be existing monuments, recognized and on record with the City of Renton.
The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all
applicable requirements of Section 1-11.1 herein.
The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale.
North orientation should be clearly presented and the scale shown graphically as well as
noted. The drawing must be of such quality that a reduction thereof to one-half original scale
remains legible.
1-11 Renton Surveying Standards
City of Renton 1-114 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
If recording of the survey with the King County Recorder is required, it will be prepared on
18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A
photographic mylar of the drawing will be submitted to the City of Renton and, upon their
review and acceptance per the specific requirements of the project, the original will be
recorded with the King County Recorder.
If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch
mylar, and the original or a photographic mylar thereof will be submitted to the City of
Renton.
The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall
conform to the City of Renton's Drafting Standards. American Public Works Association
symbols shall be used whenever possible, and a legend shall identify all symbols used if
each point marked by a symbol is not described at each use.
An electronic listing of all principal points shown on the drawing shall be submitted with each
drawing. The listing should include the point number designation (corresponding with that in
the field notes), a brief description of the point, and northing, easting, and elevation (if
applicable) values, all in ASCII format, on IBM PC compatible media.
1-11.1(7) Precision Levels
Vertical Surveys for the establishment of benchmarks shall satisfy all applicable
requirements of Sections 1-05 and 1-11.1.
Vertical surveys for the establishment of benchmarks shall meet or exceed the standards,
Specifications and procedures of third order elevation accuracy established by the Federal
Geodetic Control Committee.
Benchmarks must possess both permanence and vertical stability. Descriptions of
benchmarks must be complete to insure both recoverability and positive identification on
recovery.
1-11.1(8) Radial and Station-Offset Topography
Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein.
All points occupied or back sighted in developing radial topography or establishing baselines
for station-offset topography shall meet the requirements of Section 1-11.1 herein.
The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be
observed for all topographic surveys.
1-11.1(9) Radial Topography
Elevations for the points occupied or back sighted in a radial topographic survey shall be
determined either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal
Geodetic Control Committee third order elevation accuracy Specifications, OR 2)
trigonometric leveling with elevation differences determined in at least two directions for
each point and with misclosure of the circuit not to exceed 0.1 feet.
1-11 Renton Surveying Standards
City of Renton 1-115 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
1-11.1(10) Station-Offset Topography
Elevations of the baseline and topographic points shall be determined by spirit leveling and
shall satisfy Federal Geodetic Control Committee Specifications as to the turn points and
shall not exceed 0.1 foot's error as to side shots.
1-11.1(11) As-Built Survey
All improvements required to be "as-built" (post construction survey) per City of Renton
Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be
located both horizontally and vertically by a Radial survey or by a Station offset survey. The
"as-built" survey must be based on the same base line or control survey used for the
construction staking survey for the improvements being "as-built". The "as-built" survey for
all subsurface improvements should occur prior to backfilling. Close cooperation between
the installing Contractor and the "as-builting" surveyor is therefore required.
All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein, and shall be
based upon control or base line surveys made in conformance with these Specifications.
The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein, and
submitted with stamped and signed "as-built" drawings which includes a statement certifying
the accuracy of the "as-built".
The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be
observed for all "as-built" surveys.
1-11.1(12) Monument Setting and Referencing
All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or
other recorded survey shall be referenced by a permanent marker at the corner point per
1-11.2(1). In situations where such markers are impractical or in danger of being destroyed,
e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the
extension of the lot line to a tack in lead in the curb. The relationship between the witness
monuments and their respective corners shall be shown or described on the face of the plat
or survey of record, e.g., “Tacks in lead on the extension of the lot side lines have been set
in the curbs on the extension of said line with the curb." In all other cases the corner shall
meet the requirements of Section 1-11.2(1) herein.
All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section
1-11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other area,
the monument shall be set below the ground surface and contained within a lidded case
kept separate from the monument and flush with the pavement surface, per Section
1-11.2(3).
In the case of right-of-way centerline monuments all points of curvature (PC), points of
tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point of
intersection (PI) for the tangents of a curve fall within the paved portion of the right-of-way, a
monument can be set at the PI instead of the PC and PT of the curve.
For all non-corner monuments set while under contract to the City of Renton or as part of a
City of Renton approved subdivision of property, a City of Renton Monument Card
(furnished by the city) identifying the monument; point of intersection (PI), point of tangency
(PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc.,
1-11 Renton Surveying Standards
City of Renton 1-116 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
complete with a description of the monument, a minimum of two reference points and NAD
83/91 coordinates, and NAVD 88 elevation shall be filled out and filed with the city.
1-11.2 Materials
1-11.2(1) Property/Lot Corners
Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2-inch diameter
rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc., and permanently
marked or tagged with the surveyor's identification number. The specific nature of the
marker used can be determined by the surveyor at the time of installation.
1-11.2(2) Monuments
Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton
Standard Plans page H031 and permanently marked or tagged with the surveyor's
identification number.
1-11.2(3) Monument Case and Cover
Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans
page H031.
END OF SECTION 1-11
END DIVISION 1
DIVISION 2 EARTHWORK
City of Renton 1-117 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2-01.2 Disposal of Usable Material and Debris
(******)
Section 2-01.2 is supplemented as follows:
The Contractor shall dispose of all debris by Disposal Method No. 2 – Waste Site.
2-01.3 Construction Requirements
2-01.3(1) Clearing
(******)
This Section is supplemented with the following:
Clearing and grubbing shall be restricted to the minimum amount needed to construct
roadway improvements and shall not exceed the limits established on the Plans, staked by
the Contractor, and approved by the Engineer.
Do not remove trees, shrubs, and other vegetation indicated to remain. Any trees, shrubs,
and other vegetation indicated to remain, which are damaged, shall be replaced in kind at
the Contractor’s expense. Existing landscaping and vegetation outside the limits shall be
protected from damage by the Contractor’s operations. All landscaping damaged by the
contractor’s operations outside the limits shall be replaced in coordination with the property
owner at the Contractor’s expense.
Fill depressions caused by clearing and grubbing operations with satisfactory soil material,
unless further excavation or earthwork is indicated. Place fill material in horizontal layers not
exceeding eight (8) inches in loose depth, and compact each layer to a density equal to
adjacent original ground.
END OF SECTION 2-01
2-02 Removal of Structures and Obstructions
City of Renton 1-118 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.2 Removal of Unforeseen Obstructions and Debris
(******)
This is a new section as follows:
Known obstructions and debris are shown in the plans but other obstructions may not be
shown. The removal and replacement of identified and minor obstructions, whether
identified or not, shall be anticipated and accomplished. Minor obstructions consist of those
ordinarily encountered in the due course of excavation and able to be excavated with
appropriate and typical excavation equipment, including, but not limited to, rocks, boulders,
logs, roots, stumps, concrete, etc. Major obstructions encountered that are not shown in the
Contract Drawings and could not have been foreseen by visual inspection of the site prior to
bidding shall immediately be brought to the attention of the Engineer in writing. Major
obstructions are those which require special equipment, personnel, or an inordinate amount
of time to remove, such as reinforced concrete, structural metal, concrete encased pipes,
vehicles, etc. The Engineer will decide if an obstruction is major and unforeseen and will
make a determination for proceeding with the work. If the Engineer finds that the obstruction
adversely affects the Contractor’s costs or schedule for completion, a proper adjustment to
the Contract will be made in accordance with Section 1-04.4 as amended in the Special
Provisions.
2-02.3 Construction Requirements
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
(******)
Section 2-02.3(3) is supplemented as follows:
Existing pavement shall be sawcut and removed at the locations shown on the Plans or as
approved by the Engineer. Removal shall be accomplished by making a neat longitudinal
vertical cut along the boundaries of the area to be removed. Care shall be taken during
removal so as not to damage any of the existing pavement to remain in place. Remaining
pavement damaged due to the Contractor’s operations shall be replaced by the Contractor,
to the satisfaction of the Engineer, at the Contractor’s expense.
When a construction joint is near removal limits, the joint may be used as the removal limit if
approved by the Engineer.
When an area where pavement, sidewalk, or driveway has been removed is to be opened to
traffic before pavement patching has been completed, temporary asphalt concrete patching
shall be required. Temporary patching shall be placed as specified in Section 5-06.
2-02.3(3)A Sawcutting
(******)
This is a new section as follows:
Sawcutting may be necessary to remove sections of asphaltic or concrete pavement,
sidewalk, driveway, or curb and gutter. The Contractor shall make a neat vertical sawcut at
locations marked in the field, or as directed by the Engineer. All sawcuts shall be continuous
full-depth, and shall be made with saws specifically equipped for the purpose. Sawcutting of
sidewalk, driveway Skip cutting or jack hampering will be not allowed unless otherwise
approved by the Engineer. Prior to removal of pavement, sidewalk, or curb and gutter, the
2-02 Removal of Structures and Obstructions
City of Renton 1-119 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Contractor shall walk the site(s) with the Engineer and delineate, with paint, the removal
limits. No materials shall be removed without approval of the removal limits by the Engineer.
The Contractor shall take care to avoid damaging adjacent pavement, sidewalk, driveway,
curb and gutter to remain. Any damage as a result of the Contractor’s operations, shall be
repaired to the satisfaction of the Engineer at no additional cost to the Contracting Agency.
The Contractor shall be responsible for ensuring that special precautions are taken so the
work is conducted in accordance with Washington State Department of Ecology guidelines.
These guidelines prohibit concrete (asphalt or cement) and concrete by-products from being
discharged into any storm drain system or surface water body. Cutting operations will
increase the pH of water, therefore filtering is not acceptable.
Thoroughly clean sawcuts areas by collecting and disposing of all debris, contaminants, and
wastewater in accordance with Department of Ecology best management practices and the
project’s Storm Water Pollution Prevention Plan.
2-02.5 Payment
(******)
Supplement this section as follows:
"Sawcutting ", per linear foot.
See Sections 1-09.14(2), for summary of measurement and pavement.
END OF SECTION 2-02
2-03 Roadway Excavation and Embankment
City of Renton 1-120 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.3 Construction Requirements
(******)
Supplement this section as follows:
Roadway excavation shall include the removal of all materials excavated from within the
limits shown on the Plans. Suitable excavated material shall be used for embankments,
while surplus excavated material or unsuitable material shall be disposed of by the
Contractor.
Earthwork quantities and changes will be computed, either manually or by means of
electronic data processing equipment, by use of the average end area method. Any
changes to the proposed Work as directed by the Engineer that would alter these quantities
shall be calculated by the Engineer and submitted to the Contractor for their review and
verification.
Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by
the Engineer, shall not be paid for. All Work and material required to return these areas to
their original conditions, as directed by the Engineer, shall be provided by the Contractor at
his sole expense.
All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades
shown on the Plans. In filled and backfilled areas, fine grading shall begin during the
placement and the compaction of the final layer. In cut sections, fine grading shall begin
within the final six (6) inches of cut. Final grading shall produce a surface, which is smooth
and even, without abrupt changes in grade.
Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross
sections, grades and elevations shown. Care shall be taken not to excavate below the
specified grades. The Contractor shall maintain all excavations free from detrimental
quantities of leaves, brush, sticks, trash, and other debris until final acceptance of the Work.
Following removal of topsoil or excavation to grade, and before placement of fills or base
course, the subgrade under the roadway shall be proof-rolled to identify any soft or loose
areas which may warrant additional compaction or excavation and replacement.
The Contractor shall provide temporary drainage or protection to keep the subgrade free
from standing water.
Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall
be taken to place excavated material at the optimum moisture content to achieve the
specified compaction. Any native material used for fill shall be free of organics and debris,
and have a maximum particle size of 6 inches.
It shall be the responsibility of the Contractor to prevent the native materials from becoming
saturated with water. The measures may include sloping to drain, compacting the native
materials, and diverting runoff away from the materials. If the Contractor fails to take such
preventative measures, any costs or delay related to drying the materials shall be at his own
expense.
2-03 Roadway Excavation and Embankment
City of Renton 1-121 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
If the native materials become saturated, it shall be the responsibility of the Contractor to dry
the materials, to the optimum moisture content. If sufficient acceptable native soils are not
available to complete construction of the roadway embankment, Select Borrow shall be
used.
If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as
though a subgrade trimmer were specified.
If sufficient acceptable native soils, as determined by the Engineer, are not available to
complete construction of the roadway embankment, Select Borrow meeting the
requirements of Section 9-03.14 of the Standard Specifications, shall be used.
END OF SECTION 2-03
2-05 Contaminated Soil and Water
City of Renton 1-122 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
2-04 HAUL
2-04.5 Payment
(******)
Supplement this section as follows:
All costs for the hauling of material to, from, or on the job site shall be considered incidental
to and included in the unit price of other units of Work.
END OF SECTION 2-04
2-05 Contaminated Soil and Water
City of Renton 1-123 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
2-05 CONTAMINATED SOIL AND WATER
(******)
This is a new section as follows:
2-05.1 Description
This work consists of identifying, notifying, handling, transporting, and disposing of
contaminated soil and water generated in connection with the project.
2-05.2 Construction Requirements
It shall be the Contractor’s responsibility to properly handle and dispose of contaminated
soils and water in accordance with all permits, regulations, and laws wherever they are
encountered during the course of the work.
The Contractor is responsible for all work, records, and reports required to perform the work
described in this section. Prior to the start of work, the Contractor shall provide a written
Contaminated Soil and Water Handling and Management Plan presenting a detailed
description of the Contractor's proposed method for containment, loading and hauling of
contaminated media that is in accordance with these Contract Documents. The Contractor
shall not undertake direct communication with regulatory agencies regarding waste
designation and shall route all such communications through the City.
2-05.2(1) Health and Safety
The Contractor shall review the available environmental data for the site and inspect the site
to identify potential hazards for workers.
The Contractor shall comply with all safety and health provisions of the Washington
Industrial Safety and Health Act of 1973 (WISHA), as amended, including WISHA Safety
and Health Core Rules (296-800 WAC), Respirators (296-842 WAC), and Hazardous Waste
Operations (296-843 WAC); all other applicable Federal, State, county, and local laws,
ordinances and codes; the requirements set forth in Section 1-07 and 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.
The Contractor shall be responsible for the health and safety of Contractor’s employees, its
Subcontractors, suppliers, agents, Inspectors, visitors, the general public and any others
providing labor, goods, or other services on the project site.
The Contractor shall have instituted a corporate safety and health program and have (when
required, based on-site conditions) workers who are trained in hazardous waste site safety
and health issues in accordance with 29 CFR 1910.120 of the Federal Register and Chapter
296-843 WAC, and personal protective equipment for employees as needed.
2-05 Contaminated Soil and Water
City of Renton 1-124 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
The Contractor shall communicate daily with the Engineer regarding health and safety
issues for the Engineer’s safe conduct of the Engineer’s duties, but such communication
shall not imply any duty or responsibility on the part of the Engineer with regard to health
and safety of Contractor’s employees, its Subcontractors, suppliers, the general public, or
others. The Engineer’s responsibility and duty with regard to health and safety shall be
limited to the Engineer’s employees. The Contractor shall have responsibility and duty to the
Engineer to communicate health and safety issues accurately and in a timely manner to
allow the Engineer to take appropriate actions to protect the Engineer’s employees.
The Contractor shall be responsible for emergency response planning and notification, and
for actual response to any and all emergencies that may occur during the course of the
Work, including emergencies occurring when Contractor is not present at the site.
The Contractor shall be responsible for stability of excavations and embankments caused by
the Contractor’s Work. Contractor shall designate one competent person as defined in
Chapter 296-155 WAC, Part N, to inspect daily and throughout the shift to document
excavation safety conditions and ensure excavation safety prior to any personnel entering
an excavation.
The Contractor shall designate, identify, and cordon off, where necessary, contaminated
excavations and other “exclusion zone” areas at the site as described in the Contractor’s
HASP. Only designated, properly trained personnel shall be allowed in any exclusion zones.
Decontamination activities shall take place in “designated” contamination reduction zones.”
2-05.2(2) Health and Safety Plan and Accident Prevention Program
The Contractor shall develop, implement, maintain, supervise, and be responsible for a
Health and Safety Plan (HASP) and Accident Prevention Program (APP). The HASP shall
be prepared by an American Board of Industrial Hygiene Certified Industrial Hygienist (CIH).
The HASP and APP shall be developed in accordance with the requirements of the current
health and safety guidelines established by the Washington Administrative Code (WAC), the
U.S. Environmental Protection Agency (EPA) Office of Emergency and Remedial Response
— Hazardous Response Support Division, the Occupational Safety and Health
Administration (OSHA), and the Washington Industrial Safety and Health Act (WISHA).
Where these are in conflict, the most stringent requirement shall be followed. The Contractor
shall provide a copy of the HASP and APP to the Engineer a minimum of 10 days following
the Notice of Award. Engineer shall review the HASP and APP and reserve the right to
comment on it, but Engineer shall not be responsible for approval of the Contractor’s HASP
or APP.
2-05.2(3) Contaminated Soil and Groundwater Handling and Management Plan
The Contractor shall develop and submit a Contaminated Soil and Groundwater Handling
and Management Plan a maximum of ten days following the Notice of Award. The Plan shall
include, at a minimum, the following elements:
1. Stockpile construction and maintenance; and
2. Methods of contaminated soil and water treatment or disposal, including groundwater
from dewatering operations per Section 2-15 of these Provisions; and
3. Instructing workers in observing and reporting questionable materials and odors,
such as refuse, creosote-treated wood, oily sheen or color on soils or water, and oily
or chemical odors; and
2-05 Contaminated Soil and Water
City of Renton 1-125 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
4. Identify the individual responsible for implementing the Plan and his/her
qualifications; and
5. Describing the procedures and equipment to monitor compliance; and
6. Developing an emergency medical care and treatment plan consistent with the
HASP; and
7. The name, address, and State and Federal identification number of contaminated soil
and ground water treatment and/or disposal facilities used by the Contractor.
8. Disposal Facility - Name, location, and State and Federal identification number (if
available) of licensed off- site facility(s) for treatment and/or disposal of contaminated
soils.
2-05.2(4) Jobsite Monitoring
The Contractor shall be responsible for the identification of areas of soil and/or ground water
contamination through observations and a continuous monitoring program designed to
detect contaminated soil and ground water. The Contractor shall instruct workers to report
any observations of “suspicious looking” materials and odors, such as an oily sheen on soils
or water, and oily or chemical odors.
In the event the Contractor’s monitoring program detects the presence of a suspicious
material not indicated in the Plans, the Contractor shall immediately notify the Engineer.
Contractor shall test suspected contaminated soils or ground water within two (2) working
days (excluding weekends) of notification, or as otherwise coordinated with Engineer. The
Contractor shall provide analytical results and direction on soil disposition to the Engineer
within three (3) working days (excluding weekends) of sample collection and submittal to the
analytical laboratory.
Following completion of testing to determine the nature of the material, the Engineer will
decide how the material shall be handled and disposed. Options include reuse on-site, off-
site disposal as unsuitable, or off-site disposal/treatment as contaminated soil.
Monitoring, notification, and the time delays specified herein are included in the Base Bid,
no additional compensation will be made for resulting Work delays, stockpiling, moving soil
after it has been excavated and stockpiled, or ancillary costs. Testing will be per each paid
under the “Soil Sampling and Testing” Bid item, per each.
2-05.2(5) Test Sampling
The Contractor shall sample soils at locations of suspected or apparent contamination as
selected by the Engineer. Contractor shall notify Engineer of potential contamination when
encountered in the due course of the work. Sampling locations will then be determined by
Engineer. The Contractor shall send samples to an analytical laboratory for chemical
analysis. The analytical results from the soil samples will be used to determine the levels of
soil contamination and establish soil disposal requirements. Each test shall include testing
for petroleum hydrocarbons by methods NWTPH-G/BTEX and NWTPH-Dx, RCRA metals,
and TCLP metals follow-up as needed, and any other tests required by the disposal facility.
2-05.2(6) Storage
Soils that are to be disposed of off-site should be loaded directly to trucks when possible. All
excavated contaminated soils shall be stockpiled as follows if not loaded immediately for off-
site transport and disposal.
2-05 Contaminated Soil and Water
City of Renton 1-126 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Materials suspected of having contamination must be stockpiled separately from materials
where there are no indications of contamination. The Contractor shall establish separate
stockpiles as necessary for management of excavated materials prior to transport of
excavated materials for on-site use as backfill or off-site disposal.
The Contractor shall be responsible for constructing all stockpiles, and for inspection,
maintenance, modification, and repair of stockpiles. The Contractor shall place soil on 10-mil
(minimum) polyethylene sheeting (e.g., Visqueen), with polyethylene -covered earthen or
straw bale berms as needed to prevent any infiltration or runoff of water. The Contractor
shall cover soil with 6-mil (minimum thickness) polyethylene and sandbags or other suitable
hold-downs (soil or tires are not acceptable). The Contractor shall maintain stockpiles,
berms, and liners to prevent rain or surface water from contacting the soil, as well as
preventing the escape of volatile contaminants, dust, or water from the stockpiled soil.
Stockpiles shall remain covered at all times unless material is being added or removed. Free
liquids within the stockpile shall be controlled by the Contractor so that they are not released
to the environment. The maximum number of days stockpiles can remain is 15, otherwise
stockpiles shall be hauled and disposed of at a lawful site in accordance with Section 2-
OS.3(8).
Alternatively, the Contractor may use covered steel rolloff boxes for soil storage. Rolloff
boxes shall not allow any infiltration of precipitation, or water runoff from the soils.
Containers must have appropriate waste labels or placards. The Contractor is responsible
for decontamination of rolloff boxes as required by the box providers.
The Contractor shall place an appropriate warning signage adjacent to excavated material
stockpiles. Install signs at conspicuous locations immediately adjacent to all stockpiled
materials clearly indicating the nature of stockpiled materials (e.g., hazardous materials,
nonhazardous contaminated materials, backfill materials etc.). The Contractor shall provide
suitable barricades, fencing, signing and other warning and safety devices to protect the
public and other site workers from contaminated materials, open excavations, heavy
equipment, and other construction activities.
Following removal of stockpile materials, the Contractor shall return stockpile areas to
preconstruction conditions, as determined by the Engineer. The Contractor shall remove all
equipment and materials from the site at the conclusion of the job, including polyethylene
sheeting, soil liners, covers, straw bales, personal protective equipment, and other materials
at Contractor expense in accordance with all applicable regulations.
Storage and handling of soils is included in the Base Bid, no additional compensation will be
made for resulting Work delays, moving soil after it has been excavated and stockpiled, or
ancillary costs.
2-05.2(7) Profiling and Manifests
The Contractor shall be responsible for any additional profiling, analysis, or documentation
that may be required by the treatment/disposal facilities for Contaminated Soil. Reports are
available for review from the Contracting Agency that may aid the Contractor with
completing profiling as needed for the disposal/treatment facility.
The Contractor shall prepare all required profile forms and manifests on behalf of the
Contracting Agency, for transportation and disposal of all contaminated materials and
provide the forms to the Engineer for Owner’s/Generator’s signature. Prior to preparing a
2-05 Contaminated Soil and Water
City of Renton 1-127 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
manifest for the Contracting Agency, the Contractor shall obtain Engineer’s approval for
each load of waste material proposed for disposal.
The Contractor shall allow five (5) working days (excluding weekends) for obtaining an
authorized “generator” signature from the Contracting Agency for all manifests or other
forms required by the treatment/disposal facility.
2-05.2(8) Disposal of Excavated Soils
The Engineer reserves the right to contact the treatment/disposal facilities designated by the
Contractor and the appropriate regulatory agencies to verify the information provided by the
Contractor.
The Contractor shall verify that the receiving facility receiving each shipment of waste from
the site meets the following requirements:
1. The facility is fully licensed and permitted to accept the waste by the appropriate
United States of America, County, State and Federal agencies including but not
limited to: county health department, Iocal air pollution control authority, State of
Washington Department of Ecology, and U.S. Environmental Protection agency.
Facilities not holding valid County, State or Federal permits to accept contaminated
soils will not be approved. Landfills and thermal treatment facilities must have a valid
solid waste permit lFl accordance with the provisions of Chapter 70.95 of the
Revised Code of Washington (RCW) Chapter 173- 350 or 173-351 of the
Washington Administrative Code (WAC). Land use permits, stormwater permits,
agency letters of concurrence will not be accepted in lieu of the above-required soil
treatment and/or disposal permits.
2. The facility will provide the treatment and or disposal services indicated and will
accept the quantity and types of waste generated under this Contract within the time
period of performance of this Contract.
3. The facility must not have any significant violations or other environmental conditions
that affect the satisfactory operation of the facility.
The Contractor shall coordinate with the waste disposal facility for loading of contaminated
materials for the project site. The Contractor shall have the sole responsibility of
coordinating the number of trucks, loading operations, and hours for loading and hauling
with the disposal facility. Contractor shall coordinate transportation of contaminated soil with
excavation Work to maintain excavation production rates for completion of the Work in
accordance with the construction milestones.
2-05.2(9) Decontamination
Contractor shall minimize the spread of contaminated materials by decontaminating all
equipment before it leaves an exclusion zone (contaminated area), as defined in the
Contractor’s Health and Safety Plan. Contractor shall dispose of all decontamination water
generated on-site in accordance with all applicable regulations. All equipment
decontamination procedures shall be performed in a decontamination facility as specified in
the approved Contractor’s Contaminated Soil and Groundwater Handling and Management
Plan.
2-05 Contaminated Soil and Water
City of Renton 1-128 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
The Contractor shall be responsible for the onsite/off-site management and disposal of all
the Contractor’s and Engineer’s incidental wastes resulting from handling of contaminated
soil and ground water. Incidental contaminated material includes personal protective
equipment (PPE), decontamination water, erosion control materials, residual soil samples,
and other materials (plastic sheeting, wash basins, scrub brushes, rags, etc.)
2-05.2(10) Certification of Waste Weight and Disposal
The Contractor shall prepare and provide the Engineer with copies of waste manifests and
weigh tickets for each shipment of regulated waste from the site indicating each waste
shipment has been received at the disposal facility. Weight, and not volume, shall be used
to measure solid waste quantities for manifest and payment purposes.
The Contractor shall ensure that weigh scales used are approved by an appropriate State
agency.
The Contractor shall submit to Engineer certification of treatment/disposal for all regulated
materials removed from the site within 14 days of removal. The Contractor shall provide the
City with a copy of the shipping manifest or bill of lading indicating the amount of material
hauled to disposal and bearing the disposal site operator's confirmation for receipt of the
material. Manifests shall be provided within one (1) working day of disposal.
2-05.2(11) Contaminated Water
All water that is removed from areas of contamination, including free water that leaches from
contaminated soil stockpiles or water that is suspected of being contaminated, shall be
collected, handled and stored in a manner that prevents the spread of contamination to
adjacent soil or water or other surfaces. The Contractor is responsible for all contaminated
water sampling required to determine appropriate treatment, discharge or disposal.
Sampling results shall be provided to the City whenever samples are taken.
The Contractor shall obtain an Individual Authorization for Construction Dewatering from
King County to discharge prior to any discharge of contaminated water to the sewer system.
The Contractor is responsible for obtaining the permit, permit compliance, monitoring,
sampling, fees, renewals, modifications, fines, and all other requirements related to the
permit. If obtained, a copy of the dewatering permit shall be provided to the City before any
excavation activities begin.
The Contractor shall treat contaminated water as required to meet the King
Countyapplicable permit criteria before discharge to the sanitary sewer or storm sewer.
Treated contaminated water shall only be discharged into an approved collection system
with the applicable permits in place. Dewatering of contaminated water shall never cause or
contribute to surcharging of the King County sewer system or flooding from the City sewer
system or storm drain system onto the ground surface.
END OF SECTION 2-05
2-06 Subgrade Preparation
City of Renton 1-129 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
2-06 SUBGRADE PREPARATION
(******)
Section 2-06.2 is a new section:
2-06.2 Subgrade Preparation to be Incidental
Subgrade preparation and maintenance including watering shall be considered as incidental
to the construction and all costs thereof shall be included in the appropriate unit or lump sum
contract bid prices.
Protection of subgrade from excessive moisture and/or disturbance once prepared and
approved by the Engineer shall be considered as incidental to the construction and all costs
thereof shall be included in the appropriate unit or lump sum contract bid prices. Failure to
protect subgrade that results in over-excavation and material replacement directed by the
Engineer shall be paid for by the Contractor and no additional compensation shall be made.
Section 2-06.3(3) is a new section:
2-06.3(3) Subgrade for Permeable Pavements
(March 9, 2016 APWA GSP)
Before placing permeable ballast for Porous HMA/WMA, the Contractor shall bring the
Subgrade to the required line, grade, and cross-section. The Contractor shall compact the
Subgrade to a depth of 6 inches to at least 90 percent, but not more than 92 percent, of the
maximum density as determined by the compaction control tests described in Section 2-
03.3(14)D. Two (2) density tests will be conducted for every 5,000 square feet of prepared
subgrade; or four (4) tests per 200 lineal feet of roadway or sidewalk. All subgrade shall be
firm and unyielding as determined by the Engineer.
The Contractor shall take measures to protect the prepared and approved subgrade from
traffic, water run-on, standing water, or other damage. Subgrade that has been over
compacted, shall be scarified to a minimum depth of eight (8) inches and recompacted.
Material used to protect the Subgrade from traffic or provide access to adjacent facilities
shall be removed and the subgrade compacted prior to placing geotextile, if used and/or
permeable ballast.
END OF SECTION 2-06
2-09 Structure Excavation
City of Renton 1-130 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
2-09 STRUCTURE EXCAVATION
2-09.1 Description
(******)
Supplement this section as follows:
This Work also includes the excavation, haul, and disposal of all unsuitable materials such
as peat, muck, logs, stumps, swampy or other materials defined by the Engineer.
2-09.3 Construction Requirements
2-09.3(1) General Requirements
2-09.3(1)D Disposal of Excavated Material
(******)
Revise this section as follows:
The second paragraph is replaced with:
All costs for disposing of excavated material within or external to the project limits shall be
included in the unit contract price for structure excavation, Class A or B.
The third paragraph is replaced with:
If the Contract includes structure excavation, Class A or B, including haul, the unit contract
price shall include all costs for loading and hauling the material the full required distance,
otherwise all such disposal costs shall be considered incidental to the Work.
2-09.3(3)D Shoring and Cofferdams
(******)
Supplement this section as follows:
Provide adequate shoring safety systems meeting the requirements of the Washington
Industrial Safety and Health Act, Chapter 49.17 RCW for all excavations. Sloping of
excavation sides may be used instead of shoring, sheeting, or bracing to the extent that
such sloping is practical. Sloping of the excavation sides will not be permitted where the
slopes extend past the right-of-way or easement boundary, where the sloping infringes on
other work or existing facilities, or where sloping excessively impacts the surrounding areas,
as determined by the Engineer.
A sheet pile system, if constructed, shall be installed using a variable electric moment
hammer or similar method to limit vibration induced settlement. Settlement shall be
monitored in accordance with the Contract Documents.
The Contractor shall submit Shoring Plans, prior to beginning work, showing proposed
methods and construction details for all construction excavations 4 feet or more in depth in
accordance with Sections 1-05.3. The plan shall be specific to the project, show the type
and location of Structural Shoring and Non-Structural Shoring, and address both
construction of and removal of all shoring required. The Shoring Plan shall include Plans
and calculations prepared by (or under the direction of) a professional engineer licensed
under Title 18 RCW, State of Washington, and shall carry the professional engineer’s
signature and seal. For trench boxes and hydraulic shoring systems, manufacturers certified
plans may be submitted in accordance with Section 2-09.3(4).
2-09 Structure Excavation
City of Renton 1-131 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
When work is complete, the Contractor shall remove structural shoring to at least 4 feet
below final grade.
END OF SECTION 2-09
END DIVISION 2
DIVISION 4 BASE
City of Renton 1-132 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
4-04 BALLAST AND CRUSHED SURFACING
4-04.2 Gravel Base
(March 9, 2016 APWA GSP)
Revise section 9-03.9(2) to read:
Permeable Ballast
Permeable ballast shall meet the requirements of Section 9-03.9(1) for ballast except for the
following special requirements.
The grading and quality requirements are:
Grading No. 1 Grading No. 2 (AASHTO No. 3)
Sieve Size Percent Passing Sieve Size Percent Passing
2-1/2” 99-100 2-1/2” 100
2” 65-100 2” 90-100
¾” 40-80 1-½” 35-70
No. 4 0-5 1” 0-15
No. 100 0-2 ½” 0-5
% Fracture 95 No. 100 0-3
All percentages are by weight. % Fracture 95
The sand equivalent value and dust ratio requirements do not apply.
Los Angeles Wear, 500 Rev. 30% maximum
Degradation Factor 30 minimum
The fracture requirement shall be at least two (2) fractured faces and will apply to the
combined aggregate retained on the No. 4 sieve in accordance with WSDOT FOP for
AASHTO T 335.
The minimum void ratio of the aggregate shall be 30 percent as determined by AASHTO T
19.
Permeable ballast material may be conditionally approved based on Contractor submitted
sampled materials prior to delivery to the site. Final Acceptance will be based on
conformance testing completed on material that has been delivered, installed, and
compacted on site. The exact point of acceptance will be determined by the Engineer.
Material out of conformance with the project specifications will be removed and replaced at
the Contractor’s expense.
4-04.3(5) Shaping and Compaction
(March 9, 2016 APWA GSP)
Supplement this section with the following:
DIVISION 4 BASE
City of Renton 1-133 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Immediately following spreading and final shaping each layer of surfacing shall be lightly
compacted in one lift until no visible movement of aggregate is observed resulting in a firm
and unyielding condition, as determined by the Engineer.
END OF SECTION 4-04
END DIVISION 4
DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS
City of Renton 1-134 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
5-04 HOT MIX ASPHALT
(******)
Delete Section 5-04, Hot Mix Asphalt and replace it with the following:
5-04 HOT MIX ASPHALT (Non-Statistical, Commercial)
5-04.1 Description
This Work shall consist of providing and placing one or more layers of plant-mixed hot mix
asphalt (HMA) on a prepared foundation or base in accordance with these Specifications.
and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The
Contractor shall maintain the existing street surface contours (e.g. street profile and cross
section, etc.), unless otherwise directed by the Engineer. The manufacture of HMA may
include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA
processes include organic additives, chemical additives, and foaming.
HMA shall be composed of asphalt binder and mineral materials as may be required, mixed
in the proportions specified to provide a homogeneous, stable, and workable mixture.
All HMA to be placed in this contract shall be HMA CL. ½” PG 58H-22.
5-04.2 Materials
Materials shall meet the requirements of the following sections:
Asphalt Binder 9-02.1(4)
Cationic Emulsified Asphalt 9-02.1(6)
Anti-Stripping Additive 9-02.4
HMA Additive 9-02.5
Aggregates 9-03.8
Recycled Asphalt Pavement 9-03.8(3)B
Mineral Filler 9-03.8(5)
Recycled Material 9-03.21
Portland Cement 9-01
Sand 9-03.1(2)
(As noted in 5-04.3(5)C for crack sealing)
Joint Sealant 9-04.2
Foam Backer Rod 9-04.2(3)A
The Contract documents may establish that the various mineral materials required for the
manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the
documents do not establish the furnishing of any of these mineral materials by the
Contracting Agency, the Contractor shall be required to furnish such materials in the
amounts required for the designated mix. Mineral materials include coarse and fine
aggregates, and mineral filler.
The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of
HMA. The RAP may be from pavements removed under the Contract, if any, or pavement
material from an existing stockpile.
The Contractor may use up to 20 percent RAP by total weight of HMA with no additional
sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one
sample for every 1,000 tons produced and not less than ten samples per project. The
5-04 Hot Mix Asphalt
City of Renton 1-135 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
asphalt content and gradation test data shall be reported to the Contracting Agency when
submitting the mix design for approval on the QPL. The Contractor shall include the RAP as
part of the mix design as defined in these Specifications.
The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder
from different sources is not permitted.
The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA
with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the
Engineer for approval the process that is proposed and how it will be used in the
manufacture of HMA.
Production of aggregates shall comply with the requirements of Section 3-01.
Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates
from stockpiles shall comply with the requirements of Section 3-02.
5-04.2(1) How to Get an HMA Mix Design on the QPL
If the contractor wishes to submit a mix design for inclusion in the Qualified Products List
(QPL), please follow the WSDOT process as follows:
Comply with each of the following:
• Develop the mix design in accordance with WSDOT SOP 732.
• Develop a mix design that complies with Sections 9-03.8(2) and 9-03.8(6).
• Develop a mix design no more than 6 months prior to submitting it for QPL
evaluation.
• Submit mix designs to the WSDOT State Materials Laboratory in Tumwater,
including WSDOT Form 350-042.
• Include representative samples of the materials that are to be used in the HMA
production as part of the mix design submittal.
• Identify the brand, type, and percentage of anti-stripping additive in the mix design
submittal.
• Include with the mix design submittal a certification from the asphalt binder supplier
that the anti-stripping additive is compatible with the crude source and the
formulation of asphalt binder proposed for use in the mix design.
• Do not include warm mix asphalt (WMA) additives when developing a mix design or
submitting a mix design for QPL evaluation. The use of warm mix asphalt (WMA)
additives is not part of the process for obtaining approval for listing a mix design on
the QPL. Refer to Section 5-04.2(2)B.
5-04.2(1)A Vacant
5-04.2(2) Mix Design – Obtaining Project Approval
No paving shall begin prior to the approval of the mix design by the Engineer.
Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in
the contract documents.
5-04 Hot Mix Asphalt
City of Renton 1-136 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in
the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores,
prelevel, and pavement repair. Other nonstructural applications of HMA accepted by
commercial evaluation shall be as approved by the Project Engineer. Sampling and testing
of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The
Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from
the quantities used in the determination of nonstatistical evaluation.
Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall
provide one of the following mix design verification certifications for Contracting Agency
review;
• The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of
the mix design verification certifications listed below.
• The proposed HMA mix design on WSDOT Form 350-042 with the seal and
certification (stamp & signature) of a valid licensed Washington State Professional
Engineer.
• The Mix Design Report for the proposed HMA mix design developed by a qualified
City or County laboratory that is within one year of the approval date.**
** The mix design report shall be performed by a lab accredited by a national authority
such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing,
The Construction Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO
Accreditation Program (AAP) and shall supply evidence of participation in the
AASHTO: resource proficiency sample program.
Mix designs for HMA accepted by Nonstatistical evaluation shall;
• Have the aggregate structure and asphalt binder content determined in accordance
with WSDOT Standard Operating Procedure 732 and meet the requirements of
Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the
discretion of the Engineer, and 9-03.8(6).
• Have anti-strip requirements, if any, for the proposed mix design determined in
accordance with AASHTO T 283 or T 324, or based on historic anti-strip and
aggregate source compatibility from previous WSDOT lab testing.
At the discretion of the Engineer, agencies may accept verified mix designs older than 12
months from the original verification date with a certification from the Contractor that the
materials and sources are the same as those shown on the original mix design.
Commercial Evaluation. Approval of a mix design for “Commercial Evaluation” will be
based on a review of the Contractor’s submittal of WSDOT Form 350-042 (For commercial
mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT
QPL or from one of the processes allowed by this section. Testing of the HMA by the
Contracting Agency for mix design approval is not required.
For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design
level of Equivalent Single Axle Loads (ESAL’s) appropriate for the required use.
5-04 Hot Mix Asphalt
City of Renton 1-137 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
ESAL's
The number of ESAL's for the design and acceptance of the HMA shall be *** 4 *** million.
5-04.2(2)B Using Warm Mix Asphalt Processes
The Contractor may elect to use additives that reduce the optimum mixing temperature or
serve as a compaction aid for producing HMA. Additives include organic additives, chemical
additives and foaming processes. The use of Additives is subject to the following:
• Do not use additives that reduce the mixing temperature more than allowed in
Section 5-04.3(6) in the production of mixtures.
• Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076
to describe the proposed additive and process.
5-04.3 Construction Requirements
5-04.3(1) Weather Limitations
Do not place HMA for wearing course on any Traveled Way beginning October 1st through
March 31st of the following year without written concurrence from the Engineer.
Do not place HMA on any wet surface, or when the average surface temperatures are less
than those specified below, or when weather conditions otherwise prevent the proper
handling or finishing of the HMA.
Minimum Surface Temperature for Paving
Compacted Thickness
(Feet) Wearing Course Other Courses
Less than 0.10 55°F 45°F
0.10 to 0.20 45°F 35°F
More than 0.20 35°F 35°F
5-04.3(2) Paving Under Traffic
When the Roadway being paved is open to traffic, the requirements of this Section
shall apply.
The Contractor shall keep intersections open to traffic at all times except when paving the
intersection or paving across the intersection. During such time, and provided that there has
been an advance warning to the public, the intersection may be closed for the minimum time
required to place and compact the mixture. In hot weather, the Engineer may require the
application of water to the pavement to accelerate the finish rolling of the pavement and to
shorten the time required before reopening to traffic.
Before closing an intersection, advance warning signs shall be placed and signs shall also
be placed marking the detour or alternate route.
During paving operations, temporary pavement markings shall be maintained throughout the
project. Temporary pavement markings shall be installed on the Roadway prior to opening
to traffic. Temporary pavement markings shall be in accordance with Section 8-23.
All costs in connection with performing the Work in accordance with these requirements,
except the cost of temporary pavement markings, shall be included in the unit Contract
prices for the various Bid items involved in the Contract.
5-04 Hot Mix Asphalt
City of Renton 1-138 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
5-04.3(3) Equipment
5-04.3(3)A Mixing Plant
Plants used for the preparation of HMA shall conform to the following requirements:
1. Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt
binder shall be equipped to heat and hold the material at the required temperatures.
The heating shall be accomplished by steam coils, electricity, or other approved
means so that no flame shall be in contact with the storage tank. The circulating
system for the asphalt binder shall be designed to ensure proper and continuous
circulation during the operating period. A valve for the purpose of sampling the
asphalt binder shall be placed in either the storage tank or in the supply line to the
mixer.
2. Thermometric Equipment – An armored thermometer, capable of detecting
temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder
feed line at a location near the charging valve at the mixer unit. The thermometer
location shall be convenient and safe for access by Inspectors. The plant shall also
be equipped with an approved dial-scale thermometer, a mercury actuated
thermometer, an electric pyrometer, or another approved thermometric instrument
placed at the discharge chute of the drier to automatically register or indicate the
temperature of the heated aggregates. This device shall be in full view of the plant
operator.
3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed
the maximum recommended by the asphalt binder manufacturer nor shall it be below
the minimum temperature required to maintain the asphalt binder in a homogeneous
state. The asphalt binder shall be heated in a manner that will avoid local variations
in heating. The heating method shall provide a continuous supply of asphalt binder to
the mixer at a uniform average temperature with no individual variations exceeding
25°F. Also, when a WMA additive is included in the asphalt binder, the temperature
of the asphalt binder shall not exceed the maximum recommended by the
manufacturer of the WMA additive.
4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped
with a mechanical sampler for the sampling of the mineral materials. The mechanical
sampler shall meet the requirements of Section 1-05.6 for the crushing and
screening operation. The Contractor shall provide for the setup and operation of the
field testing facilities of the Contracting Agency as provided for in Section 3-01.2(2).
5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the
following methods:
a. A mechanical sampling device attached to the HMA plant.
b. Platforms or devices to enable sampling from the hauling vehicle without entering
the hauling vehicle.
5-04.3(3)B Hauling Equipment
Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a
cover of canvas or other suitable material of sufficient size to protect the mixture from
adverse weather. Whenever the weather conditions during the work shift include, or are
forecast to include, precipitation or an air temperature less than 45°F or when time from
loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the
HMA.
5-04 Hot Mix Asphalt
City of Renton 1-139 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
The contractor shall provide an environmentally benign means to prevent the HMA mixture
from adhering to the hauling equipment. Excess release agent shall be drained prior to filling
hauling equipment with HMA. Petroleum derivatives or other coating material that
contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks,
the conveyer shall be in operation during the process of applying the release agent.
5-04.3(3)C Pavers
HMA pavers shall be self-contained, power-propelled units, provided with an internally
heated vibratory screed and shall be capable of spreading and finishing courses of HMA
plant mix material in lane widths required by the paving section shown in the Plans.
The HMA paver shall be in good condition and shall have the most current equipment
available from the manufacturer for the prevention of segregation of the HMA mixture
installed, in good condition, and in working order. The equipment certification shall list the
make, model, and year of the paver and any equipment that has been retrofitted.
The screed shall be operated in accordance with the manufacturer’s recommendations and
shall effectively produce a finished surface of the required evenness and texture without
tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer’s
recommendations shall be provided upon request by the Contracting Agency. Extensions
will be allowed provided they produce the same results, including ride, density, and surface
texture as obtained by the primary screed. Extensions without augers and an internally
heated vibratory screed shall not be used in the Traveled Way.
When specified in the Contract or required by the Engineer, reference lines for vertical
control will be required. Lines shall be placed on both outer edges of the Traveled Way of
each Roadway. Horizontal control utilizing the reference line will be permitted. The grade
and slope for intermediate lanes shall be controlled automatically from reference lines or by
means of a mat referencing device and a slope control device. When the finish of the grade
prepared for paving is superior to the established tolerances and when, in the opinion of the
Engineer, further improvement to the line, grade, cross-section, and smoothness can best
be achieved without the use of the reference line, a mat referencing device may be
substituted for the reference line. Substitution of the device will be subject to the continued
approval of the Engineer. A joint matcher may be used subject to the approval of the
Engineer. The reference line may be removed after the completion of the first course of
HMA when approved by the Engineer. Whenever the Engineer determines that any of these
methods are failing to provide the necessary vertical control, the reference lines will be
reinstalled by the Contractor.
The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and
accessories necessary for satisfactory operation of the automatic control equipment.
If the paving machine in use is not providing the required finish, the Engineer may suspend
Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the
pavement shall be thoroughly removed before paving proceeds.
5-04.3(3)D Material Transfer Device or Material Transfer Vehicle
A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer’s approval,
unless other-wise required by the contract. A MTD/V is not required for this contract.
5-04 Hot Mix Asphalt
City of Renton 1-140 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Where an MTD/V is required by the contract, the Engineer may approve paving without an
MTD/V, at the request of the Contractor. The Engineer will determine if an equitable
adjustment in cost or time is due.
When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior
to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform
temperature throughout the mixture. If a windrow elevator is used, the length of the windrow
may be limited in urban areas or through intersections, at the discretion of the Engineer.
To be approved for use, an MTV:
1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver.
2. Shall not be connected to the hauling vehicle or paver.
3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
4. Shall mix the HMA after delivery by the hauling equipment and prior to placement
into the paving machine.
5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
To be approved for use, an MTD:
1. Shall be positively connected to the paver.
2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
3. Shall mix the HMA after delivery by the hauling equipment and prior to placement
into the paving machine.
4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
5-04.3(3)E Rollers
Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good
condition and capable of reversing without backlash. Operation of the roller shall be in
accordance with the manufacturer’s recommendations. When ordered by the Engineer for
any roller planned for use on the project, the Contractor shall provide a copy of the
manufacturer’s recommendation for the use of that roller for compaction of HMA. The
number and weight of rollers shall be sufficient to compact the mixture in compliance with
the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the
aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction
of the surface, displacement of the mixture or other undesirable results shall not be used.
5-04.3(4) Preparation of Existing Paved Surfaces
When the surface of the existing pavement or old base is irregular, the Contractor shall bring
it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer.
Preleveling of uneven or broken surfaces over which HMA is to be placed may be
accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as
approved by the Engineer.
5-04 Hot Mix Asphalt
City of Renton 1-141 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require
the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging
across preleveled areas by the compaction equipment. Equipment used for the compaction
of preleveling HMA shall be approved by the Engineer.
Before construction of HMA on an existing paved surface, the entire surface of the
pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable
matter shall be entirely removed from the existing pavement. All pavements or bituminous
surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign
matter. All holes and small depressions shall be filled with an appropriate class of HMA. The
surface of the patched area shall be leveled and compacted thoroughly. Prior to the
application of tack coat, or paving, the condition of the surface shall be approved by the
Engineer.
A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is
to be placed or abutted; except that tack coat may be omitted from clean, newly paved
surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the
existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate
between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application
shall be approved by the Engineer. A heavy application of tack coat shall be applied to all
joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces
that will be paved during the same working shift. The spreading equipment shall be
equipped with a thermometer to indicate the temperature of the tack coat material.
Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the
Contractor’s operation damages the tack coat it shall be repaired prior to placement of the
HMA.
The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h
emulsified asphalt may be diluted once with water at a rate not to exceed one part water to
one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may
be applied uniformly at the specified rate of application and shall not exceed the maximum
temperature recommended by the emulsified asphalt manufacturer.
All utility appurtenances (e.g. manhole covers, valve covers, etc.) located within the paving
limits shall be coated with a biodegradable soap to prevent the tack coat and HMA from
sticking to them. Diesel shall not be used for this purpose. After application of the
biodegradable soap, all catch basins shall be covered to prevent tack and HMA from
entering into them.
5-04.3(4)A Crack Sealing
5-04.3(4)A1 General
When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and
greater.
Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign
material when filling with crack sealant material. Use a hot compressed air lance to dry and
warm the pavement surfaces within the crack immediately prior to filling a crack with the
sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks
is not required.
5-04 Hot Mix Asphalt
City of Renton 1-142 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the
components and pour the mixture into the cracks until full. Add additional CSS-1 cationic
emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will
completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface
and allow the mixture to cure. Top off cracks that were not completely filled with additional
sand slurry. Do not place the HMA overlay until the slurry has fully cured.
The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt,
approximately 2 percent portland cement, water (if required), and the remainder clean Class
1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and
then poured into the cracks and joints until full. The following day, any cracks or joints that
are not completely filled shall be topped off with additional sand slurry. After the sand slurry
is placed, the filler shall be struck off flush with the existing pavement surface and allowed to
cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements
of Section 1-06 will not apply to the portland cement and sand used in the sand slurry.
In areas where HMA will be placed, use sand slurry to fill the cracks.
In areas where HMA will not be placed, fill the cracks as follows:
1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant.
2. Cracks greater than 1 inch in width – fill with sand slurry.
Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the
material in accordance with these requirements and the manufacturer’s recommendations.
Furnish a Type 1 Working Drawing of the manufacturer’s product information and
recommendations to the Engineer prior to the start of work, including the manufacturer’s
recommended heating time and temperatures, allowable storage time and temperatures
after initial heating, allowable reheating criteria, and application temperature range. Confine
hot poured sealant material within the crack. Clean any overflow of sealant from the
pavement surface. If, in the opinion of the Engineer, the Contractor’s method of sealing the
cracks with hot poured sealant results in an excessive amount of material on the pavement
surface, stop and correct the operation to eliminate the excess material.
5-04.3(4)A2 Crack Sealing Areas Prior to Paving
In areas where HMA will be placed, use sand slurry to fill the cracks.
5-04.3(4)A3 Crack Sealing Areas Not to be Paved
In areas where HMA will not be placed, fill the cracks as follows:
A. Cracks ¼ inch to 1 inch in width – fill with hot poured sealant.
B. Cracks greater than 1 inch in width – fill with sand slurry.
5-04.3(4)B Vacant
5-04.3(4)C Pavement Repair
The Contractor shall excavate pavement repair areas and shall backfill these with HMA in
accordance with the details shown in the Plans and as marked in the field. The Contractor
shall conduct the excavation operations in a manner that will protect the pavement that is to
remain. Pavement not designated to be removed that is damaged as a result of the
Contractor’s operations shall be repaired by the Contractor to the satisfaction of the
Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within
5-04 Hot Mix Asphalt
City of Renton 1-143 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
one lane at a time unless approved otherwise by the Engineer. The Contractor shall not
excavate more area than can be completely finished during the same shift, unless approved
by the Engineer.
Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of
1.0 feet. The Engineer will make the final determination of the excavation depth required.
The minimum width of any pavement repair area shall be 40 inches unless shown otherwise
in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be
removed by a pavement grinder. Excavated materials will become the property of the
Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or
used in accordance with Sections 2-02.3(3) or 9-03.21.
Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application
of tack coat shall be applied to all surfaces of existing pavement in the pavement repair
area.
Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot
compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with
the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical
tamper or a roller.
5-04.3(5) Producing/Stockpiling Aggregates and RAP
Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02.
Sufficient storage space shall be provided for each size of aggregate and RAP. Materials
shall be removed from stockpile(s) in a manner to ensure minimal segregation when being
moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall
be kept separated until they have been delivered to the HMA plant.
5-04.3(5)A Vacant
5-04.3(6) Mixing
After the required amount of mineral materials, asphalt binder, recycling agent and anti-
stripping additives have been introduced into the mixer the HMA shall be mixed until
complete and uniform coating of the particles and thorough distribution of the asphalt binder
throughout the mineral materials is ensured.
When discharged, the temperature of the HMA shall not exceed the optimum mixing
temperature by more than 25°F as shown on the reference mix design report or as approved
by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the
discharge temperature of the HMA shall not exceed the maximum recommended by the
manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at
discharge, will be allowed providing the water causes no problems with handling, stripping,
or flushing. If the water in the HMA causes any of these problems, the moisture content shall
be reduced as directed by the Engineer.
Storing or holding of the HMA in approved storage facilities will be permitted with approval of
the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for
more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the
Contractor at no expense to the Contracting Agency. The storage facility shall have an
accessible device located at the top of the cone or about the third point. The device shall
indicate the amount of material in storage. No HMA shall be accepted from the storage
5-04 Hot Mix Asphalt
City of Renton 1-144 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
facility when the HMA in storage is below the top of the cone of the storage facility, except
as the storage facility is being emptied at the end of the working shift.
Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to
entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is
evidence of the recycled asphalt pavement not breaking down during the heating and mixing
of the HMA, the Contractor shall immediately suspend the use of the RAP until changes
have been approved by the Engineer. After the required amount of mineral materials, RAP,
new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA
shall be mixed until complete and uniform coating of the particles and thorough distribution
of the asphalt binder throughout the mineral materials, and RAP is ensured.
5-04.3(7) Spreading and Finishing
The mixture shall be laid upon an approved surface, spread, and struck off to the grade and
elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to
distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted
depth of any layer of any course shall not exceed the following:
HMA Class 1” 0.35 feet
HMA Class ¾” and HMA Class ½”
wearing course 0.30 feet
other courses 0.35 feet
HMA Class ⅜” 0.15 feet
On areas where irregularities or unavoidable obstacles make the use of mechanical
spreading and finishing equipment impractical, the paving may be done with other
equipment or by hand.
When more than one JMF is being utilized to produce HMA, the material produced for each
JMF shall be placed by separate spreading and compacting equipment. The intermingling of
HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a
work shift shall conform to a single JMF established for the class of HMA specified unless
there is a need to make an adjustment in the JMF.
All cast off rock from raking shall be removed prior to compaction of final HMA lift.
5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA
For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent,
uncompacted void content and fracture will be evaluated in accordance with Section 3-04.
Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at
the option of the Engineer.
5-04.3(9) HMA Mixture Acceptance
Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial
Evaluation is specified.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in
the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores,
prelevel, temporary pavement, and pavement repair. Other nonstructural applications of
5-04 Hot Mix Asphalt
City of Renton 1-145 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling
and testing of HMA accepted by commercial evaluation will be at the option of the Engineer.
The mix design will be the initial JMF for the class of HMA. The Contractor may request a
change in the JMF. Any adjustments to the JMF will require the approval of the Engineer
and may be made in accordance with this section.
HMA Tolerances and Adjustments
1. Job Mix Formula Tolerances – The constituents of the mixture at the time of
acceptance shall be within tolerance. The tolerance limits will be established as follows:
For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by
adding the tolerances below to the approved JMF values. These values will also be
the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in
Section 1-06.2(2)D2.
Property Non-Statistical Evaluation Commercial Evaluation
Asphalt Binder +/- 0.5% +/- 0.7%
Air Voids, Va 2.5% min. and 5.5% max. N/A
For Aggregates in the mixture:
a. First, determine preliminary upper and lower acceptance limits by applying the
following tolerances to the approved JMF.
Aggregate Percent
Passing
Non-Statistical
Evaluation
Commercial
Evaluation
1”, ¾”, ½”, and ⅜” sieves +/- 6% +/- 8%
No. 4 sieve +/- 6% +/- 8%
No. 8 sieve +/- 6% +/- 8%
No. 200 sieve +/- 2.0% +/- 3.0%
b. Second, adjust the preliminary upper and lower acceptance limits determined from
step (a) the minimum amount necessary so that none of the aggregate properties are
outside the control points in Section 9-03.8(6). The resulting values will be the upper
and lower acceptance limits for aggregates, as well as the USL and LSL required in
Section 1-06.2(2)D2.
2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt
binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will
only be considered if the change produces material of equal or better quality and may
require the development of a new mix design if the adjustment exceeds the amounts
listed below.
a. Aggregates – 2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and the
No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for
the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range
of the control points in Section 9-03.8(6).
5-04 Hot Mix Asphalt
City of Renton 1-146 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
b. Asphalt Binder Content – The Engineer may order or approve changes to asphalt
binder content. The maximum adjustment from the approved mix design for the
asphalt binder content shall be 0.3 percent.
5-04.3(9)A Vacant
5-04.3(9)B Vacant
5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation
HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the
Contracting Agency by dividing the HMA tonnage into lots.
5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance. A lot is defined as the total quantity of material or work produced for
each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to
one day’s production or 800 tons, whichever is less except that the final sublot will be a
minimum of 400 tons and may be increased to 1200 tons.
All of the test results obtained from the acceptance samples from a given lot shall be
evaluated collectively. If the Contractor requests a change to the JMF that is approved, the
material produced after the change will be evaluated on the basis of the new JMF for the
remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in
progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the
Engineer is satisfied that material conforming to the Specifications can be produced.
Sampling and testing for evaluation shall be performed on the frequency of one sample per
sublot.
5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling
Samples for acceptance testing shall be obtained by the Contractor when ordered by the
Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer
and in accordance with AASH-TO T 168. A minimum of three samples should be taken for
each class of HMA placed on a project. If used in a structural application, at least one of the
three samples shall to be tested.
Sampling and testing HMA in a Structural application where quantities are less than 400
tons is at the discretion of the Engineer.
For HMA used in a structural application and with a total project quantity less than 800 tons
but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases,
a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of
the three samples will be tested for conformance to the JMF:
• If the test results are found to be within specification requirements, additional testing
will be at the Engineer’s discretion.
• If test results are found not to be within specification requirements, additional testing
of the remaining samples to determine a Composite Pay Factor (CPF) shall be
performed.
5-04 Hot Mix Asphalt
City of Renton 1-147 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing
Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested,
compliance of Va will use WSDOT SOP 731. Testing of HMA for compliance of Va will not
be performed by the Contracting Agency for this contract.
Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T
308.
Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11.
5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors
For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting
Agency will determine a Composite Pay Factor (CPF) using the following price adjustment
factors:
Table of Price Adjustment Factors
Constituent Factor “f”
All aggregate passing: 1½”, 1”, ¾”, ½”, ⅜” and No. 4 sieves 2
All aggregate passing No. 8 sieve 15
All aggregate passing No. 200 sieve 20
Asphalt binder 40
Air Voids (Va) (where applicable) 20
Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling
within the tolerance limits of the job mix formula shall be accepted at the unit Contract price
with no further evaluation. When one or more constituents fall outside the nonstatistical
tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot
shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The
nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum
CPF shall be 1.00. When less than three sublots exist, backup samples of the existing
sublots or samples from the Roadway shall be tested to provide a minimum of three sets of
results for evaluation.
5-04.3(9)C5 Vacant
5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments
For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF
is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF
equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job
mix compliance price adjustment will be calculated as the product of the NCMF, the quantity
of HMA in the lot in tons, and the unit Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications, its individual pay
factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).
5-04 Hot Mix Asphalt
City of Renton 1-148 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
5-04.3(9)C7 Mixture Nonstatistical Evaluation – Retests
The Contractor may request a sublot be retested. To request a retest, the Contractor shall
submit a written request within 7 calendar days after the specific test results have been
received. A split of the original acceptance sample will be retested. The split of the sample
will not be tested with the same tester that ran the original acceptance test. The sample will
be tested for a complete gradation analysis, asphalt binder content, and, at the option of the
agency, Va. The results of the retest will be used for the acceptance of the HMA in place of
the original sublot sample test results. The cost of testing will be deducted from any monies
due or that may come due the Contractor under the Contract at the rate of $500 per sample.
5-04.3(9)D Mixture Acceptance – Commercial Evaluation
If sampled and tested, HMA produced under Commercial Evaluation and having all
constituents falling within the tolerance limits of the job mix formula shall be accepted at the
unit Contract price with no further evaluation. When one or more constituents fall outside the
commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be
evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The
commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF
shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or
samples from the street shall be tested to provide a minimum of three sets of results for
evaluation.
For each lot of HMA mix produced and tested under Commercial Evaluation when the
calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined.
The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The
Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the
quantity of HMA in the lot in tons, and the unit Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications, its individual pay
factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).
5-04.3(10) HMA Compaction Acceptance
HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including
lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a
specified compacted course thickness greater than 0.10-foot, shall be compacted to a
specified level of relative density. The specified level of relative density shall be a Composite
Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2,
using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density
shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density
attained will be determined by the evaluation of the density of the pavement. The density of
the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8,
except that gauge correlation will be at the discretion of the Engineer, when using the
nuclear density gauge and WSDOT SOP 736 when using cores to determine density.
Tests for the determination of the pavement density will be taken in accordance with the
required procedures for measurement by a nuclear density gauge or roadway cores after
completion of the finish rolling.
If the Contracting Agency uses a nuclear density gauge to determine density the test
procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix
is placed and prior to opening to traffic.
5-04 Hot Mix Asphalt
City of Renton 1-149 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Roadway cores for density may be obtained by either the Contracting Agency or the
Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches
minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the
Contracting Agency in accordance with WSDOT FOP for AASHTO T 166.
If the Contract includes the Bid item “Roadway Core” the cores shall be obtained by the
Contractor in the presence of the Engineer on the same day the mix is placed and at
locations designated by the Engineer. If the Contract does not include the Bid item
“Roadway Core” the Contracting Agency will obtain the cores.
For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s
request after the Engineer is satisfied that material conforming to the Specifications can be
produced.
HMA mixture accepted by commercial evaluation and HMA constructed under conditions
other than those listed above shall be compacted on the basis of a test point evaluation of
the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction train,
required to attain the maximum test point density, shall be used on all subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel
rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the
Engineer.
Test Results
For a sublot that has been tested with a nuclear density gauge that did not meet the
minimum of 92 percent of the reference maximum density in a compaction lot with a CPF
below 1.00 and thus subject to a price reduction or rejection, the Contractor may request
that a core be used for determination of the relative density of the sublot. The relative
density of the core will replace the relative density determined by the nuclear density gauge
for the sublot and will be used for calculation of the CPF and acceptance of HMA
compaction lot.
When cores are taken by the Contracting Agency at the request of the Contractor, they shall
be requested by noon of the next workday after the test results for the sublot have been
provided or made available to the Contractor. Core locations shall be outside of wheel paths
and as determined by the Engineer. Traffic control shall be provided by the Contractor as
requested by the Engineer. Failure by the Contractor to provide the requested traffic control
will result in forfeiture of the request for cores. When the CPF for the lot based on the results
of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies
due or that may become due the Contractor under the Contract at the rate of $200 per core
and the Contractor shall pay for the cost of the traffic control.
5-04.3(10)A HMA Compaction – General Compaction Requirements
Compaction shall take place when the mixture is in the proper condition so that no undue
displacement, cracking, or shoving occurs. Areas inaccessible to large compaction
equipment shall be compacted by other mechanical means. Any HMA that becomes loose,
broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective,
shall be removed and replaced with new hot mix that shall be immediately compacted to
conform to the surrounding area.
5-04 Hot Mix Asphalt
City of Renton 1-150 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
The type of rollers to be used and their relative position in the compaction sequence shall
generally be the Contractor’s option, provided the specified densities are attained. Unless
the Engineer has approved otherwise, rollers shall only be operated in the static mode when
the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a
roller shall not be operated in a mode that results in checking or cracking of the mat.
On bridge decks and on roadway approaches within five feet of a bridge/back of pavement
seat, rollers shall not be operated in a vibratory mode, defined as a mode in which the drum
vibrates vertically. However, unless otherwise noted on the plans, rollers may be operated in
an oscillartory mode, defined as a mode in which the drum vibrates in the horizontal
direction only. Refer to contract drawings for HMA Paving Train requirements and
restrictions (e.g. equipment spacing, weight limits, etc.).
5-04.3(10)B HMA Compaction – Cyclic Density
Low cyclic density areas are defined as spots or streaks in the pavement that are less than
90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer
may evaluate the HMA pavement for low cyclic density, and when doing so will follow
WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-
foot section with two or more density readings below 90 percent of the theoretical maximum
density.
5-04.3(10)C Vacant
5-04.3(10)D HMA Nonstatistical Compaction
5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots
HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance
testing performed by the Contracting Agency dividing the project into compaction lots.
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance. A lot is defined as the total quantity of material or work produced for
each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to
one day’s production or 400 tons, whichever is less except that the final sublot will be a
minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at
the rate of 5 tests per sublot per WSDOT T 738.
The sublot locations within each density lot will be determined by the Engineer. For a lot in
progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the
Engineer is satisfied that material conforming to the Specifications can be produced.
HMA mixture accepted by commercial evaluation and HMA constructed under conditions
other than those listed above shall be compacted on the basis of a test point evaluation of
the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction train,
required to attain the maximum test point density, shall be used on all subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts
shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer.
5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing
The location of the HMA compaction acceptance tests will be randomly selected by the
Engineer from within each sublot, with one test per sublot.
5-04 Hot Mix Asphalt
City of Renton 1-151 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments
For each compaction lot with one or two sublots, having all sublots attain a relative density
that is 92 percent of the reference maximum density the HMA shall be accepted at the unit
Contract price with no further evaluation. When a sublot does not attain a relative density
that is 92 percent of the reference maximum density, the lot shall be evaluated in
accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall
be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with
CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be
evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-
density gauge or cores will be completed as required to provide a minimum of three tests for
evaluation.
For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will
be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by
40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the
quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of
mix.
5-04.3(11) Reject Work
5-04.3(11)A Reject Work General
Work that is defective or does not conform to Contract requirements shall be rejected. The
Contractor may propose, in writing, alternatives to removal and replacement of rejected
material. Acceptability of such alternative proposals will be determined at the sole discretion
of the Engineer. HMA that has been rejected is subject to the requirements in Section
1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal
to the Engineer for approval.
5-04.3(11)B Rejection by Contractor
The Contractor may, prior to sampling, elect to remove any defective material and replace it
with new material. Any such new material will be sampled, tested, and evaluated for
acceptance.
5-04.3(11)C Rejection Without Testing (Mixture or Compaction)
The Engineer may, without sampling, reject any batch, load, or section of Roadway that
appears defective. Material rejected before placement shall not be incorporated into the
pavement. Any rejected section of Roadway shall be removed.
No payment will be made for the rejected materials or the removal of the materials unless
the Contractor requests that the rejected material be tested. If the Contractor elects to have
the rejected material tested, a minimum of three representative samples will be obtained
and tested. Acceptance of rejected material will be based on conformance with the
nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75,
no payment will be made for the rejected material; in addition, the cost of sampling and
testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost
of sampling and testing will be borne by the Contracting Agency. If the material is rejected
before placement and the CPF is greater than or equal to 0.75, compensation for the
rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is
greater than or equal to 0.75, compensation for the rejected material will be at the calculated
CPF with an addition of 25 percent of the unit Contract price added for the cost of removal
and disposal.
5-04 Hot Mix Asphalt
City of Renton 1-152 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
5-04.3(11)D Rejection – A Partial Sublot
In addition to the random acceptance sampling and testing, the Engineer may also isolate
from a normal sublot any material that is suspected of being defective in relative density,
gradation or asphalt binder content. Such isolated material will not include an original
sample location. A minimum of three random samples of the suspect material will be
obtained and tested. The material will then be statistically evaluated as an independent lot in
accordance with Section 1-06.2(2).
5-04.3(11)E Rejection - An Entire Sublot
An entire sublot that is suspected of being defective may be rejected. When a sublot is
rejected a minimum of two additional random samples from this sublot will be obtained.
These additional samples and the original sublot will be evaluated as an independent lot in
accordance with Section 1-06.2(2).
5-04.3(11)F Rejection - A Lot in Progress
The Contractor shall shut down operations and shall not resume HMA placement until such
time as the Engineer is satisfied that material conforming to the Specifications can be
produced:
1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the
Contractor is taking no corrective action, or
2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95
and the Contractor is taking no corrective action, or
3. When either the PFi for any constituent or the CPF of a lot in progress is less than
0.75.
5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction)
An entire lot with a CPF of less than 0.75 will be rejected.
5-04.3(12) Joints
5-04.3(12)A HMA Joints
5-04.3(12)A1 Transverse Joints
The Contractor shall conduct operations such that the placing of the top or wearing course is
a continuous operation or as close to continuous as possible. Unscheduled transverse joints
will be allowed and the roller may pass over the unprotected end of the freshly laid mixture
only when the placement of the course must be discontinued for such a length of time that
the mixture will cool below compaction temperature. When the Work is resumed, the
previously compacted mixture shall be cut back to produce a slightly beveled edge for the
full thickness of the course.
A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a
transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary
wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or
other methods approved by the Engineer. The wrapping paper shall be removed and the
joint trimmed to a slightly beveled edge for the full thickness of the course prior to
resumption of paving.
The material that is cut away shall be wasted and new mix shall be laid against the cut.
Rollers or tamping irons shall be used to seal the joint.
5-04 Hot Mix Asphalt
City of Renton 1-153 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
All transverse (butt) joints between new and existing asphalt shall be milled to the full
overlay depth.
All transverse (butt) joints shall be sealed after paving. See Section 5-04.3(17) for
requirements.
5-04.3(12)A2 Longitudinal Joints
The longitudinal joint in any one course shall be offset from the course immediately below by
not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the
wearing course shall be located at a lane line or an edge line of the Traveled Way. A
notched wedge joint shall be constructed along all longitudinal joints in the wearing surface
of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall
have a vertical edge of not less than the maximum aggregate size or more than ½ of the
compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The
sloped portion of the HMA notched wedge joint shall be uniformly compacted.
5-04.3(12)B Bridge Paving Joint Seals
5-04.3(12)B1 HMA Sawcut and Seal
Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of
the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the
bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a
manner that they remain functional for use in aligning the sawcut after placing the overlay.
Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application
procedure.
Construct the bridge paving joint seal as specified ion the Plans and in accordance with the
detail shown in the Standard Plans. Construct the sawcut in accordance with the detail
shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B
and the manufacturer’s application procedure.
5-04.3(12)B2 Paved Panel Joint Seal
Construct the paved panel joint seal in accordance with the requirements specified in
section 5-04.3(12)B1 and the following requirement:
1. Clean and seal the existing joint between concrete panels in accordance with
Section 5-01.3(8) and the details shown in the Standard Plans.
5-04.3(13) Surface Smoothness
The completed surface of all courses shall be of uniform texture, smooth, uniform as to
crown and grade, and free from defects of all kinds. The completed surface of the wearing
course shall not vary more than ¼ inch from the lower edge of a 10-foot straightedge placed
on the surface parallel to the centerline. The transverse slope of the completed surface of
the wearing course shall vary not more than ¼ inch in 10 feet from the rate of transverse
slope shown in the Plans.
When deviations in excess of the above tolerances are found that result from a high place in
the HMA, the pavement surface shall be corrected by one of the following methods:
1. Removal of material from high places by grinding with an approved grinding
machine, or
5-04 Hot Mix Asphalt
City of Renton 1-154 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
2. Removal and replacement of the wearing course of HMA, or
3. By other method approved by the Engineer.
Correction of defects shall be carried out until there are no deviations anywhere greater than
the allowable tolerances.
Deviations in excess of the above tolerances that result from a low place in the HMA and
deviations resulting from a high place where corrective action, in the opinion of the
Engineer, will not produce satisfactory results will be accepted with a price adjustment. The
Engineer shall deduct from monies due or that may become due to the Contractor the sum
of $500.00 for each and every section of single traffic lane 100 feet in length in which any
excessive deviations described above are found.
When utility appurtenances such as manhole covers and valve boxes are located in the
traveled way, the utility appurtenances shall be adjusted to the finished grade prior to
paving. This requirement may be waived when requested by the Contractor, at the
discretion of the Engineer or when the adjustment details provided in the project plan or
specifications call for utility appurtenance adjustments after the completion of paving.
Utility appurtenance adjustment discussions will be included in the Pre-Paving planing
(5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to
the start of paving.
5-04.3(14) Planing (Milling) Bituminous Pavement
The planing plan must be approved by the Engineer and a pre planing meeting must be held
prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing
submittals.
Locations of existing surfacing to be planed are as shown in the Drawings.
Where planing an existing pavement is specified in the Contract, the Contractor must
remove existing surfacing material and to reshape the surface to remove irregularities. The
finished product must be a prepared surface acceptable for receiving an HMA overlay.
Use the cold milling method for planing unless otherwise specified in the Contract. Do not
use the planer on the final wearing course of new HMA.
Conduct planing operations in a manner that does not tear, break, burn, or otherwise
damage the surface which is to remain. The finished planed surface must be slightly
grooved or roughened and must be free from gouges, deep grooves, ridges, or other
imperfections. The Contractor must repair any damage to the surface by the Contractor’s
planing equipment, using an Engineer approved method.
Repair or replace any metal castings and other surface improvements damaged by planing,
as determined by the Engineer.
After planing is complete, planed surfaces must be swept, cleaned, and if required by the
Contract or directed by the Engineer, patched and preleveled.
5-04 Hot Mix Asphalt
City of Renton 1-155 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
The Engineer may direct additional depth planing. Before performing this additional depth
planing, the Contractor must conduct a hidden metal in pavement detection survey as
specified in Section 5-04.3(14)A.
5-04.3(14)A Pre-Planing Metal Detection Check
Before starting planing of pavements, and before any additional depth planing required by
the Engineer, the Contractor must conduct a physical survey of existing pavement to be
planed with equipment that can identify hidden metal objects.
Should such metal be identified, promptly notify the Engineer.
See Section 1-07.16(1) regarding the protection of survey monumentation that may be
hidden in pavement.
The Contractor is solely responsible for any damage to equipment resulting from the
Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s
failure to notify the Engineer of any hidden metal that is detected.
5-04.3(14)B Paving and Planing Under Traffic
5-04.3(14)B1 General
In addition the requirements of Section 1-07.23 and the traffic controls required in Section
1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor
must comply with the following:
1. Intersections:
a. Keep intersections open to traffic at all times, except when paving or planing
operations through an intersection requires closure. Such closure must be kept to
the minimum time required to place and compact the HMA mixture, or plane as
appropriate. For paving, schedule such closure to individual lanes or portions
thereof that allows the traffic volumes and schedule of traffic volumes required in
the approved traffic control plan. Schedule work so that adjacent intersections
are not impacted at the same time and comply with the traffic control restrictions
required by the Traffic Engineer. Each individual intersection closure or partial
closure, must be addressed in the traffic control plan, which must be submitted to
and accepted by the Engineer, see Section 1-10.2(2).
b. When planing or paving and related construction must occur in an intersection,
consider scheduling and sequencing such work into quarters of the intersection,
or half or more of an intersection with side street detours. Be prepared to
sequence the work to individual lanes or portions thereof.
c. Should closure of the intersection in its entirety be necessary, and no trolley
service is impacted, keep such closure to the minimum time required to place
and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed.
d. Any work in an intersection requires advance warning in both signage and a
number of Working Days advance notice as determined by the Engineer, to alert
traffic and emergency services of the intersection closure or partial closure.
e. Allow new compacted HMA asphalt to cool to ambient temperature before any
traffic is allowed on it. Traffic is not allowed on newly placed asphalt until
approval has been obtained from the Engineer.
5-04 Hot Mix Asphalt
City of Renton 1-156 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
2. Temporary centerline marking, post-paving temporary marking, temporary stop bars,
and maintaining temporary pavement marking must comply with Section 8-23.
3. Permanent pavement marking must comply with Section 8-22.
5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan
The Contractor must submit a separate planing plan and a separate paving plan to the
Engineer at least 5 Working Days in advance of each operation’s activity start date. These
plans must show how the moving operation and traffic control are coordinated, as they will
be discussed at the pre-planing briefing and pre-paving briefing. When requested by the
Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch
or larger size Shop Drawings with a scale showing both the area of operation and sufficient
detail of traffic beyond the area of operation where detour traffic may be required. The scale
on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees
sufficient detail is shown.
The planing operation and the paving operation include, but are not limited to, metal
detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying,
staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the
briefing.
When intersections will be partially or totally blocked, provide adequately sized and
noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in
advance. The traffic control plan must show where police officers will be stationed when
signalization is or may be, countermanded, and show areas where flaggers are proposed.
At a minimum, the planing and the paving plan must include:
1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each
day’s traffic control as it relates to the specific requirements of that day’s planing and
paving. Briefly describe the sequencing of traffic control consistent with the proposed
planing and paving sequence, and scheduling of placement of temporary pavement
markings and channelizing devices after each day’s planing, and paving.
2. A copy of each intersection’s traffic control plan.
3. Haul routes from Supplier facilities, and locations of temporary parking and staging
areas, including return routes. Describe the complete round trip as it relates to the
sequencing of paving operations.
4. Names and locations of HMA Supplier facilities to be used.
5. List of all equipment to be used for paving.
6. List of personnel and associated job classification assigned to each piece of paving
equipment.
7. Description (geometric or narrative) of the scheduled sequence of planing and of
paving, and intended area of planing and of paving for each day’s work, must include
the directions of proposed planing and of proposed paving, sequence of adjacent
lane paving, sequence of skipped lane paving, intersection planing and paving
scheduling and sequencing, and proposed notifications and coordinations to be
timely made. The plan must show HMA joints relative to the final pavement marking
lane lines.
5-04 Hot Mix Asphalt
City of Renton 1-157 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
8. Names, job titles, and contact information for field, office, and plant supervisory
personnel.
9. A copy of the approved Mix Designs.
10. Tonnage of HMA to be placed each day.
11. Approximate times and days for starting and ending daily operations.
5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing
At least 2 Working Days before the first paving operation and the first planing operation, or
as scheduled by the Engineer for future paving and planing operations to ensure the
Contractor has adequately prepared for notifying and coordinating as required in the
Contract, the Contractor must be prepared to discuss that day’s operations as they relate to
other entities and to public safety and convenience, including driveway and business
access, garbage truck operations, Metro transit operations and working around energized
overhead wires, school and nursing home and hospital and other accesses, other
contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency
services. The Contractor, and Subcontractors that may be part of that day’s operations,
must meet with the Engineer and discuss the proposed operation as it relates to the
submitted planing plan and paving plan, approved traffic control plan, and public
convenience and safety. Such discussion includes, but is not limited to:
1. General for both Paving Plan and for Planing Plan:
a. The actual times of starting and ending daily operations.
b. In intersections, how to break up the intersection, and address traffic control and
signalization for that operation, including use of peace officers.
c. The sequencing and scheduling of paving operations and of planing operations, as
applicable, as it relates to traffic control, to public convenience and safety, and to
other contractors who may operate in the Project Site.
d. Notifications required of Contractor activities, and coordinating with other entities and
the public as necessary.
e. Description of the sequencing of installation and types of temporary pavement
markings as it relates to planning and to paving.
f. Description of the sequencing of installation of, and the removal of, temporary
pavement patch material around exposed castings and as may be needed
g. Description of procedures and equipment to identify hidden metal in the pavement,
such as survey monumentation, monitoring wells, street car rail, and castings, before
planning, see Section 5-04.3(14)B2.
h. Description of how flaggers will be coordinated with the planing, paving, and related
operations.
i. Description of sequencing of traffic controls for the process of rigid pavement base
repairs.
j. Other items the Engineer deems necessary to address.
2. Paving – additional topics:
a. When to start applying tack and coordinating with paving.
5-04 Hot Mix Asphalt
City of Renton 1-158 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
b. Types of equipment and numbers of each type equipment to be used. If more pieces
of equipment than personnel are proposed, describe the sequencing of the
personnel operating the types of equipment. Discuss the continuance of operator
personnel for each type equipment as it relates to meeting Specification
requirements.
c. Number of JMFs to be placed, and if more than one JMF how the Contractor will
ensure different JMFs are distinguished, how pavers and MTVs are distinguished if
more than one JMF is being placed at the time, and how pavers and MTVs are
cleaned so that one JMF does not adversely influence the other JMF.
d. Description of contingency plans for that day’s operations such as equipment
breakdown, rain out, and Supplier shutdown of operations.
e. Number of sublots to be placed, sequencing of density testing, and other sampling
and testing.
5-04.3(15) Sealing Pavement Surfaces
Apply a fog seal where shown in the plans. Construct the fog seal in accordance with
Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to
opening to traffic.
5-04.3(16) HMA Road Approaches
HMA approaches shall be constructed at the locations shown in the Plans or where staked
by the Engineer. The Work shall be performed in accordance with Section 5-04.
5-04.3(17) Construction Joint Sealing
Transverse Joints - Joints between new and existing asphalt shall be sealed within five (5)
calendar days after final rolling of the final lift of HMA. The seal shall be CSS-1 emulsified
asphalt. The emulsified asphalt shall be placed in a way to be smooth and flush with
roadway surface with minimal overbanding. This work is considered incidental to the bid
item “HMA CL. ½” PG 58H-22”.
5-04.3(18) Incidental Uses for HMA
Incidental uses for HMA shall consist of restoration and adjustment to paved areas and
other such uses as directed by the Engineer. Incidental uses for HMA shall be measured
and paid under the “HMA CL. ½” PG 58H-22” bid item for the overlay related HMA.
5-04.3(19) Vacant
5-04.3(20) Vacant
5-04.3(21) Temporary Pavement Marking
The furnishing and installing of temporary pavement marking shall be as described in
Section 8-23. Should the Engineer direct the Contractor to provide temporary pavement
marking, it shall be short duration. This work is considered incidental to the bid item “Project
Temporary Traffic Control”.
5-04.3(22) Speed Cushions
Speed cushions shall be installed as shown in the Plans. Acceptable tolerances will be up to
¼ inch. Speed cushions shall be constructed with HMA CL 3/8 inch PG 58H-22 for 3 million
design ESALs. Mixture acceptance will be by Visual Evaluation per 5-04.3(9)D. HMA
Compaction Acceptance will be by Visual Evaluation per 5-04.3(10).
5-04 Hot Mix Asphalt
City of Renton 1-159 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
5-04.4 Measurement
HMA for ___ Cl. ___ PG ___ will be measured by the ton in accordance with Section 1-09.2,
with no deduction being made for the weight of asphalt binder, mineral filler, or any other
component of the mixture. If the Contractor elects to remove and replace mix as allowed by
Section 5-04.3(11), the material removed will not be measured.
Roadway cores will be measured per each for the number of cores taken.
Preparation of untreated roadway will be measured by the mile once along the centerline of
the main line Roadway. No additional measurement will be made for ramps, Auxiliary Lanes,
service roads, Frontage Roads, or Shoulders. Measurement will be to the nearest 0.01 mile.
Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01
mile or by the square yard, whichever is designated in the Proposal.
Pavement repair excavation will be measured by the square yard of surface marked prior to
excavation.
Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2.
Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton,
whichever is designated in the Proposal.
Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4.
Longitudinal joint seals between the HMA and cement concrete pavement will be measured
by the linear foot along the line and slope of the completed joint seal.
Planing bituminous pavement will be measured by the square yard.
Temporary pavement marking will be measured by the linear foot as provided in Section
8-23.4.
Water will be measured by the M gallon as provided in Section 2-07.4.
5-04.5 Payment
Payment will be made for each of the following Bid items that are included in the Proposal:
“HMA for Trench Patch, Cl. ___ PG ___”, per ton.
“HMA for Overlay, Cl. ___ PG ___”, per ton.
The unit Contract price per ton for “HMA for Trench Patch, Cl. ___ PG ___” and “HMA for
Overlay, Cl. ___ PG ___” shall be full compensation for all costs, including anti-stripping
additive, incurred to carry out the requirements of Section 5-04 except for those costs
included in other items which are included in this Subsection and which are included in the
Proposal.
“Preparation of Untreated Roadway”, per mile.
The unit Contract price per mile for “Preparation of Untreated Roadway” shall be full pay for
all Work described under 5-04.3(4) , with the exception, however, that all costs involved in
patching the Roadway prior to placement of HMA shall be included in the unit Contract price
5-04 Hot Mix Asphalt
City of Renton 1-160 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does not
include a Bid item for “Preparation of Untreated Roadway”, the Roadway shall be prepared
as specified, but the Work shall be included in the Contract prices of the other items of
Work.
“Preparation of Existing Paved Surfaces”, per mile.
The unit Contract Price for “Preparation of Existing Paved Surfaces” shall be full pay for all
Work described under Section 5-04.3(4) with the exception, however, that all costs involved
in patching the Roadway prior to placement of HMA shall be included in the unit Contract
price per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does
not include a Bid item for “Preparation of Untreated Roadway”, the Roadway shall be
prepared as specified, but the Work shall be included in the Contract prices of the other
items of Work.
“Crack Sealing”, by force account.
“Crack Sealing” will be paid for by force account as specified in Section 1-09.6. For the
purpose of providing a common Proposal for all Bidders, the Contracting Agency has
entered an amount in the Proposal to become a part of the total Bid by the Contractor.
“Pavement Repair Excavation Incl. Haul”, per square yard.
The unit Contract price per square yard for “Pavement Repair Excavation Incl. Haul” shall be
full payment for all costs incurred to perform the Work described in Section 5-04.3(4) with
the exception, however, that all costs involved in the placement of HMA shall be included in
the unit Contract price per ton for “HMA for Pavement Repair Cl. ___ PG ___”, per ton.
“Asphalt for Prime Coat”, per ton.
The unit Contract price per ton for “Asphalt for Prime Coat” shall be full payment for all costs
incurred to obtain, provide and install the material in accordance with Section 5-04.3(4).
“Prime Coat Agg.”, per cubic yard, or per ton.
The unit Contract price per cubic yard or per ton for “Prime Coat Agg.” shall be full pay for
furnishing, loading, and hauling aggregate to the place of deposit and spreading the
aggregate in the quantities required by the Engineer.
“Asphalt for Fog Seal”, per ton.
Payment for “Asphalt for Fog Seal” is described in Section 5-02.5.
“Longitudinal Joint Seal”, per linear foot.
The unit Contract price per linear foot for “Longitudinal Joint Seal” shall be full payment for
all costs incurred to perform the Work described in Section 5-04.3(12).
“Planing Bituminous Pavement”, per square yard.
The unit Contract price per square yard for “Planing Bituminous Pavement” shall be full
payment for all costs incurred to perform the Work described in Section 5-04.3(14).
“Temporary Pavement Marking”, per linear foot.
Payment for “Temporary Pavement Marking” is described in Section 8-23.5.
“Water”, per M gallon.
Payment for “Water” is described in Section 2-07.5.
“Job Mix Compliance Price Adjustment”, by calculation.
5-04 Hot Mix Asphalt
City of Renton 1-161 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
“Job Mix Compliance Price Adjustment” will be calculated and paid for as described in
Section 5-04.3(9)C6.
“Compaction Price Adjustment”, by calculation.
“Compaction Price Adjustment” will be calculated and paid for as described in Section
5-04..3(10)D3.
“Roadway Core”, per each.
The Contractor’s costs for all other Work associated with the coring (e.g., traffic control) shall
be incidental and included within the unit Bid price per each and no additional payments will
be made.
“Cyclic Density Price Adjustment”, by calculation.
“Cyclic Density Price Adjustment” will be calculated and paid for as described in Section
5-04.3(10)B.
Asphalt Cost Price Adjustment
The Contracting Agency will make an Asphalt Cost Price Adjustment, either a credit or a
payment, for qualifying changes in the reference cost of asphalt binder. The adjustment will
be applied to partial payments made according to Section 1-09.9 for the following bid items
when they are included in the proposal:
“HMA for Trench Patch, Cl. ___ PG ___”
“HMA for Overlay, Cl. ___ PG ___”
The adjustment is not a guarantee of full compensation for changes in the cost of asphalt
binder. The Contracting Agency does not guarantee that asphalt binder will be available at
the reference cost.
The Contracting Agency will establish asphalt binder reference costs twice each month and
post the information on the Agency website at: https://wsdot.wa.gov/business-wsdot/how-
do-business-us/public-works-contracts/payments-reporting/asphalt-binder-reference-cost.
The reference cost will be determined using posted prices furnished by Poten & Partners,
Inc. If the selected price source ceases to be available for any reason, then the Contracting
Agency will select a substitute price source to establish the reference cost.
Price adjustments will be calculated one time per month. No price adjustment will be made if
the Current Reference Cost is within +/-5% of the Base Cost. Reference costs for projects
located in Eastern versus Western Washington shall be selected from the column in the
WSDOT website table labeled “Eastern”, or “Western”, accordingly. The adjustment will be
calculated as follows:
If the reference cost is greater than or equal to 105% of the base cost, then
Asphalt Cost Price Adjustment = (Current Reference Cost – (1.05 x Base Cost)) x
(Q x 0.056).
If the reference cost is less than or equal to 95% of the base cost, then
Asphalt Cost Price Adjustment = (Current Reference Cost – (0.95 x Base Cost)) x
(Q x 0.056).
Where:
5-04 Hot Mix Asphalt
City of Renton 1-162 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Current Reference Cost is selected from the website table based on the “Date
Effective” that immediately precedes the current month’s progress estimate end date.
For work completed after all authorized working days are used, the adjustment will
be based on the posted reference cost during which contract time was exhausted.
Base Cost is selected from the website table based on the “Date Effective” that
immediately precedes the contract bid opening date, and shall be a constant for all
monthly adjustments.
Q = total tons of all classes of HMA paid in the current month’s progress payment.
“Asphalt Cost Price Adjustment”, by calculation.
“Asphalt Cost Price Adjustment” will be calculated and paid for as described in this section.
For the purpose of providing a common proposal for all bidders, the Contracting Agency has
entered an amount in the proposal to become a part of the total bid by the Contractor.
END OF SECTION 5-04
5-06 Temporary Restoration in Pavement Area
City of Renton 1-163 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
5-06 TEMPORARY RESTORATION IN PAVEMENT AREA
(******)
Section 5-06 is new Section with subsections:
5-06.1 Description
Pavement areas that have been removed by construction activities must be restored by the
Contractor prior to use by vehicular or pedestrian traffic. These areas include paving over
excavated roadway and utility trenches, to provide paved access to private properties, and
ramps for pedestrian access.
Temporary pavement shall be placed around trench plates or other devices used to cover
construction activities in a manner that provides a smooth and safe transition between
surfaces.
5-06.2 Materials
Hot mix asphalt patching shall be used for all temporary trench patching within the traveled
way. Cold mix asphalt is allowed for temporary paving outside the traveled way. The cold
mix asphalt shall be EZ Street or approved equal. All temporary paving shall be placed with
a minimum thickness of 2 inches.
Temporary pavement material that does not form a consolidated surface after compaction
shall be considered unsuitable and shall be removed from the site. Unsuitable temporary
pavement shall be disposed of offsite.
5-06.3 Construction Requirements
The Contractor shall maintain temporary asphalt patches during the work to the satisfaction
of the governing road agency and the Engineer, until said patch is replaced with permanent
hot mix patch. The completed pavement shall be free from ridges, ruts, bumps, depressions,
objectionable marks, or other irregularities. The Contractor shall immediately repair, patch,
or remove any temporary pavement that does not provide a flat transition between existing
pavement areas.
All temporary paving shall be approved by the Engineer before placement. Placement of
temporary pavement without prior approval of the Engineer shall be considered as a benefit
of the Contractor and no cost to the owner. Any areas of temporary pavement to be
removed and replaced shall also be approved by the Engineer before placement. This work
shall also include the removal of the temporary pavement prior to paving of final asphalt
concrete pavement. The permanent hot mix asphalt patch shall be placed and sealed as
specified in Section 5-04.
All temporary asphalt pavement shall be removed from the site by the end of the
project and shall not be used as permanent asphalt pavement or subgrade material.
END OF SECTION 5-06
5-07 Pervious Concrete Pavement
City of Renton 1-164 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
5-07 PERVIOUS CONCRETE PAVEMENT
(******)
Supplement Division 5 with the following:
(January 31, 2023 APWA GSP)
5-07.1 Description
This work shall consist of constructing a pervious cementitious pavement composed of
portland cement concrete on a prepared subgrade or subbase in accordance with these
Specifications and in conformity with the lines grades, thicknesses, and typical cross-
sections shown in the Plans or established by the Engineer.
5-07.2 Materials
Materials shall meet the requirements of the following sections:
Portland Cement 9-01
Aggregates for Portland Cement Concrete 9-03.1
Premolded Joint Filler for Expansion Joints 9-04.1(2)
Curing Materials and Admixtures 9-23
Water 9-25
Hydration stabilizing admixtures shall conform to the requirements of Section 9-23.6(3) or 9-
23.6(5).
Synthetic Fibers for Concrete
When specified, synthetic fibers to be included in the mix for portland cement concrete shall
conform to the requirements of ASTM D 7508/7508M.
Permeable ballast shall meet the requirements of Section 2-06.
5-07.3 Construction Requirements
5-07.3(1) Pervious Concrete Preconstruction Meeting
Prior to the start of construction of the pervious concrete pavement section, including
excavation of the pavement section, the Contractor shall coordinate, schedule and attend a
preconstruction meeting for the pervious concrete pavement. The following are required to
attend the meeting:
1. Contracting Agency representative.
2. General Contractor’s representative(s).
3. Engineer of Record for the pervious concrete pavement.
4. Concrete placement lead person(s).
5-07 Pervious Concrete Pavement
City of Renton 1-165 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
5. Associated Subcontractor’s representative.
6. Pervious concrete Supplier’s representative.
7. Material Testing Laboratory’s representative.
The meeting shall cover all aspects of the work including, but not limited to:
1. Submittals.
2. Short, and long term, schedule.
3. Inspection of the Work.
4. Protection of the Work.
5. Pervious concrete placement.
6. Curing.
7. Materials.
8. Specifications.
9. Testing.
10. Test panel and JMF.
11. Acceptance criteria.
5-07.3(2) Pervious Concrete Mix Design
The Contractor shall provide a mix design for pervious concrete and shall submit the mix
design to the Engineer in writing. Pervious concrete shall not be placed in the test panels
without a mix design that has been reviewed and accepted by the Engineer.
5-07.3(2)A Mix Design Criteria
The Contractor shall include the following elements and results of the described procedures
in the proposed mix design:
1. A unique identification number for the mix design that is approved for the Job Mix
Formula (JMF).
2. Portland cement and blended hydraulic cement shall meet the requirements of Section
9-01.2(1) except that Type III portland cement, Type IT and Type IL blended hydraulic
cements, and rapid hardening hydraulic cement, shall not be used.
3. The cementitious content, including pozzolans, if used, shall be a minimum of 480
pounds per cubic yard.
5-07 Pervious Concrete Pavement
City of Renton 1-166 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
4. The mix shall incorporate a hydration stabilizing admixture.
5. Synthetic microfibers may be utilized at the manufacturer’s recommended dosage rate.
6. Internal curing admixtures may be used at the dosage rate recommended by the
manufacturer with the approval of the Engineer.
7. The water / cement ratio shall not exceed 0.35.
8. No more than 25 percent of portland cement in the mix, by weight, may be replaced by
fly ash, ground granulated blast furnace slag, or a combination of both.
9. Coarse aggregate shall conform to Section 9-03.1(4), AASHTO Grading No.8.
5-07.3(2)B Job Mix Formula (JMF)
The approved mix design established through the approved test panel becomes the JMF.
5-07.3(3) Submittals
In accordance with Section 1-05.3, the Contractor shall submit a Type 3 Working Drawing
with the following items to the Engineer prior to placing any pervious concrete pavement:
1. The source of all materials proposed for use in constructing pervious concrete
pavement.
2. Batch weights for all constituents of one cubic yard of the proposed pervious concrete
mix.
3. The saturated surface dry (SSD) specific gravity of all aggregates to be used in the
proposed pervious concrete mix.
4. The proposed gradation of coarse aggregates used in pervious concrete.
5. The designed volume in cubic feet of all proposed components for one cubic yard of the
proposed pervious concrete mix.
6. The design water / cement ratio of the proposed mix design.
7. The fresh density of the proposed pervious concrete mixture as determined by ASTM
C1688.
8. Catalogue cuts and Certificates of Compliance for all proposed admixtures.
9. Mill Certification of the portland cement and pozzolans, if used, for the current lot to be
used in the production of the proposed pervious concrete mix. The Contractor shall
maintain this submittal throughout the duration of the project as lots change.
10. Current certification by the National Ready Mix Concrete Association (NRMCA) for the
batch plant(s) to be used in the production of pervious concrete.
5-07 Pervious Concrete Pavement
City of Renton 1-167 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
11. Current certifications by the NRMCA for the trucks to be used in transporting pervious
concrete from the batch plant to the point of placement.
12. Qualification documentation for current certifications by the NRMCA for the Contractor’s
personnel who will be installing pervious concrete. See Section 5-06.3(10)A. Valid
acceptable documentation is the NRMCA issued wallet card or certification certificate.
13. At the time of delivery of the material to the site, the Contractor shall provide an original
Certificate of Compliance for each truckload of pervious concrete. The Certificate of
Compliance shall include information noted in Section 6-02.3(5)B. If the Certificate of
Compliance from the concrete producer is not provided to the Engineer upon delivery, the
truckload shall not be placed.
5-07.3(4) Equipment
Equipment necessary for handling materials, mixing, delivering, and performing all parts of
the Work, shall be in good repair, designed for the task, and operated by trained and
qualified personnel.
5-07.3(4)A Batching Plant and Equipment
Pervious concrete shall be centrally mixed. Batch plants for pervious concrete shall be
prequalified in accordance with Section 6-02.3(4)A. Pervious concrete shall not be truck
mixed or shrink mixed.
5-07.3(4)B Mixer Trucks
Pervious concrete shall be transported to the location by truck mixers, non-agitating trucks
shall not be used for the transport of pervious concrete. The drums on mixer trucks used to
transport pervious concrete shall have fins that are not excessively worn, damaged or have
excessive concrete buildup. Mixer trucks shall be prequalified in accordance with Section 6-
02.3(4)A.
5-07.3(4)C Side Forms
Pervious concrete shall be placed in stationary forms. If pervious concrete is to be placed
against a curb, previously placed concrete, or other existing structure, they may be used as
a side form for the pervious concrete paving. Forms for pervious concrete shall be made of
steel or wood and shall be in good condition and shall be capable of being anchored in
place so that they will be true to grade, line, and slope. Forms shall be sufficiently rigid to
maintain specified tolerances and capable of supporting concrete and mechanical concrete
placing equipment. Forms shall be in good condition, straight, clean, free of debris, non-
adherent rust, and hardened concrete.
Set, align, and brace forms so that the hardened pavement meets the lines, grades and
slopes as shown in the drawings. Apply form-release agent to the form face, which will be in
contact with concrete, immediately before placing concrete. Form release agent shall not be
applied to previously placed concrete. Previously placed pavement shall be protected from
damage.
5-07 Pervious Concrete Pavement
City of Renton 1-168 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
The Contractor shall inspect all forms for line, grade and slope. No pervious concrete shall
be placed until the forms have been inspected by the Engineer.
5-07.3(4)D Finishing Equipment
Finishing equipment for pervious concrete paving shall be designed for the intended work,
shall be clean and in good operating condition.
Equipment used for striking off the pervious concrete shall leave a smooth surface at the
planned grades and shall not cause excess paste to be left on, or drawn to, the surface. If
rollers or spinning screeds are used to compact, they shall be of sufficient weight and width
to compact the pervious concrete uniformly through its depth and to grade without marring
the surface. Equipment used for compacting pervious concrete shall not cause the surface
to close or otherwise clog and shall produce a surface that is free of ridges or other
imperfections. Tools used for producing joints shall be designed and manufactured for the
purpose and shall not otherwise damage or mar the surface.
Vibrating equipment shall not be used for placement or compaction of pervious concrete.
5-07.3(5) Measuring and Batching Materials
Measuring and batching materials for pervious concrete pavement shall conform to the
requirements of Section 5-05.3(4).
5-07.3(6) Acceptance
For acceptance, pervious concrete pavement will be divided into lots as follows: A single lot
is represented by the lesser of: one day’s production or 360 square yards of pervious
concrete in place. Where the Contractor has more than one crew placing pervious concrete,
individual lots will be associated with each crew. Representative lot size will be determined
to the nearest square yard. If no sample is taken on a day, that day’s quantities may be
included in the next or previous day's lot(s). The Engineer may isolate an area of pervious
concrete within a lot that does not meet Contract requirements and the area will be
considered a separate lot for purposes of acceptance. Lots determined in this manner shall
be extended as necessary such that they are bounded by planned joints. Acceptance of a
lot of pervious concrete pavement will be based on the following criteria:
1. Grade: Conform to the dimensions, lines, slopes and grades specified on the plans.
Pervious concrete pavement shall be true to planned grades and cross slopes and shall
not deviate from grade more than ¼ inch in ten feet.
2. Conformance to JMF: The pervious concrete pavement used shall conform to the mix
design for the JMF within the limits as set forth in Section 6-02.3(5)C and as determined
from the accepted test panel.
3. Compacted Depth and Average Hardened Density: After a minimum of seven
calendar days of curing, obtain three random core samples from each lot by removing
cores in accordance with ASTM C42/C42M and measure the length of each core in
accordance with ASTM C1542/1542M. No single core length shall be deficient by more
than 3/4 inch of the design depth as shown on the plans. The average length of all cores
from a lot shall be within minus 3/8 inch of the design depth as shown on the plans. After
5-07 Pervious Concrete Pavement
City of Renton 1-169 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
the length is measured, measure hardened density of each core in the lot in accordance
with ASTM C1754/C1754M. The hardened density from a lot must be within +/- 5
percent of the average hardened density of the JMF (approved test panel). Core holes
shall be filled by the Contractor with pervious concrete meeting the JMF and shall match
adjacent pavement color, texture and grade.
4. Infiltration Rate: The infiltration rate at any single test point shall not be less than 100
inches per hour when tested in accordance with Section 5-06.3(6)A.
5. Fresh Density: The fresh density of each lot will be measured by ASTM C1688 at the
point of placement shall be within +/- five pounds per cubic foot of the fresh density
determined from the JMF (approved test panel).
6. Appearance: The appearance of each lot shall be consistent with the JMF (approved
test panel). The pervious concrete pavement shall have a consistent surface texture, shall
not be raveled, shall be free of ridges or other surface imperfections, shall have joints that
are in the specified location and are constructed per specification, and shall be free of
cracks.
Testing for acceptance will be performed by the Engineer.
5-07.3(6)A Infiltration Rate of the Placed Pavement
The infiltration rate of the pervious concrete shall be determined at four random locations
within each lot. The locations for conducting infiltration tests will be determined by the
Engineer. The Contractor shall coordinate and schedule testing with the Engineer a
minimum of five Working Days in advance of the infiltration testing. The infiltration rate on
the finished surface will be determined in accordance with ASTM C1701, except the
infiltration ring diameter may be 12-inches to 24-inches in diameter. The infiltration test will
be conducted after a minimum of seven calendar days of curing has occurred.
If the measured infiltration rate is less than 100 inches/hour at any test location, the
Contractor may request in writing that the Engineer perform additional infiltration tests for
the purpose of assessing overall infiltration performance and/or determining a defective lot
in accordance with Section 5-06.3(6). The determination of a defective lot, or lots, and the
extent(s), will be determined by the Engineer. The cost of additional testing shall be the
responsibility of the Contractor at a cost of ***$$1$$*** per test.
5-07.3(7) Rejection
Pervious concrete may be rejected by the Contractor for any reason at no expense to the
Contracting Agency.
A truckload of pervious concrete will be rejected if the Certificate of Compliance in
accordance with 5-06.3(3) is not provided at the time of delivery of the material to the site.
Pervious concrete that is improperly cured or is allowed to freeze during the initial seven day
curing period will be rejected.
A lot of pervious concrete pavement that does not meet the requirements in Section 5-
06.3(6) will be rejected.
5-07 Pervious Concrete Pavement
City of Renton 1-170 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
During the removal process of the rejected pavement, the Contractor shall implement
measures to protect the adjacent pervious concrete pavement to remain. If pervious
concrete pavement becomes damaged by the Contractor during removal of the rejected
pavement, then additional pavement areas may be rejected by the Engineer to the next
planned joint.
Fresh pervious concrete that has been rejected by the Engineer, or the Contractor, shall not
be placed, or shall be removed and replaced, at no additional cost.
5-06.3(8) Mixing Pervious Concrete
Batch, mix and deliver pervious concrete in compliance with ASTM C94/C94M except that
pervious concrete shall not be transit mixed or shrink mixed. If water is added to the mix
after it is delivered on site, the fresh density for the pervious concrete shall meet the
requirements of the approved JMF referenced in this section.
5-07.3(8)A Limitations of Mixing Pervious Concrete
Mixing and placing concrete shall be discontinued when a descending air temperature in the
shade away from artificial heat reaches 40º F and shall not be resumed until an ascending
air temperature in the shade and away from artificial heat reaches 40ºF.
The temperature of fresh pervious concrete shall not be less than 55° F, nor more than 90°F
when placed.
Pervious concrete shall not be mixed with aggregates having a temperature less than 32°F.
5-07.3(9) Subgrade Preparation and Subbase
Prepare and protect subgrade in accordance with Section 2-06.
Prepare and protect subbase in accordance with Section 4-04.
5-07.3(10) Placing, Spreading, Finishing, Edging, Tolerances and Curing
Pervious concrete shall not be placed, compacted or finished when the natural light is
inadequate, unless an adequate lighting system is in operation. The adequacy of light will be
determined by the Engineer.
Wet the surface of the subbase with water immediately before placing pervious concrete.
Deposit concrete either directly from the transporting equipment or by conveyor on the
subbase, unless otherwise specified. Pervious concrete shall not be placed on frozen
subbase. Deposit concrete between the forms to an approximately uniform height. Spread
the concrete using mechanized equipment or hand tools.
Strike off concrete between forms using a form-riding paving machine, roller screed, or
spinning screed.
Compact concrete to a uniformly dense structure without clogging the surface with paste.
5-07 Pervious Concrete Pavement
City of Renton 1-171 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Finish the pervious concrete to a uniform, open-textured surface to match the appearance of
the approved JMF test panel.
Edges shall be hand tooled to a radius of ¼ inch.
Curing materials for pervious concrete shall be in place no more than 20 minutes of
discharge onto the subbase. The pavement surface and all exposed edges shall be
completely covered with sheet curing materials conforming to Section 9-23.1. The curing
material shall be secured at all exterior edges and interior laps without damaging the
pervious concrete. The method of securing the curing material shall prevent wind from
removing the sheet and from blowing under the sheet across the surface of the concrete.
Cure the pavement continuously for a minimum of seven days.
All traffic (foot and vehicular), staging, stockpiling or other work shall be kept off of the
pervious concrete pavement during the curing period.
5-07.3(10)A Contractor’s Qualifications
The contractor shall employ no less than one National Ready Mixed Concrete Association
(NRMCA) certified Pervious Concrete Craftsman for each crew, who must be on site, over-
seeing the work during all pervious concrete placement; or employ no less than three
NRMCA Certified Pervious Concrete Installers per crew, who must be on site working during
each pervious concrete placement. The minimum number of certified individuals must be
present on each crew for every pervious concrete placement, including the test panel
placements, and a certified individual must be in charge of the placement crew and
procedures.
If personnel used for installing pervious concrete are unqualified, inattentive to quality, or
unsafe, they shall be removed or reassigned from installation of pervious concrete at the
written request of the Engineer.
5-07.3(10)B Test Panel
Production placement of pervious concrete shall not occur until the Contractor has
completed a test panel of pervious concrete pavement that meets all of the acceptance
criteria described herein and accepted by the Engineer.
The Contractor shall construct a test panel utilizing a minimum of seven cubic yards of
pervious concrete. If multiple pavement section depths are shown on the plans, a test panel
shall be constructed for each pavement section depth/thickness. The width of the test panel
shall have a width no smaller than the greatest width to be constructed on the project. The
test panel(s) shall include at least one joint and at the spacing specified on the plans and
specifications. Test panels may be placed non-contiguously. The test panel(s) shall be
equivalent and representative of the production pervious concrete pavement in all aspects
including subbase, depth, joints, method of placement, curing, and preparation. Construction
and evaluation of the test panel shall occur as follows:
1. Notify the Engineer at least ten Working Days before installing pervious concrete test
panels.
2. Coordinate the location of the test panel with the Engineer.
5-07 Pervious Concrete Pavement
City of Renton 1-172 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
3. Install the test panel in accordance with the Specifications and Plans.
4. Notify the Engineer when the test panel is ready for inspection and acceptance
testing.
5. Acceptance testing will be conducted in accordance with Section 5-06.3(6).
6. Remove, replace, and dispose of any unsatisfactory portions of test panels as
determined by the Engineer, at no additional cost to the Contracting Agency.
Failure to install acceptable test panel(s) of pervious concrete will indicate an unapproved
test panel(s) and require new test panel(s) for review.
The completed and approved test panel(s) shall establish the JMF.
The approved test panel shall meet the requirements of Section 5-06.3(6).
Upon successful completion of the infiltration test, unless otherwise determined by the
Engineer, three cores will be obtained in accordance with ASTM C42 and will be used to
validate the mix design under the acceptance criteria of Section 5-06.3(6). Cores shall be
taken at the same location where the infiltration test was conducted. The average hardened
density of the cores shall be the hardened density used for the JMF. The hardened density
of each core used for determining the JMF shall be within five percent of the mean value of
the three cores. Core holes shall be filled by the Contractor with pervious concrete meeting
the proposed JMF and shall match adjacent pavement color, texture and grade.
The completed and accepted test panels shall be maintained and protected throughout the
duration of the Work and may not be demolished and disposed of without written permission
from the Engineer. If the test panel(s) is incorporated into the Work, it shall remain in place
accepted as a single lot.
5-07.3(11) Joints
Construct joints at the locations, depths and with horizontal dimensions indicated on plans
unless noted otherwise in this section. Joints shall be of three types: construction,
contraction, and isolation. Construction joints shall be formed at the end of a day’s work or
when necessary to stop production for any reason. Contraction joints shall be used to
control random cracking. Isolation joints shall be used where the pervious concrete abuts
existing facilities or where shown on the Plans.
5-07.3(11)A Construction Joints
Construction joints shall be located at the location of a planned contraction or isolation joint.
Construction joints are to be formed by placing a header between the forms, at right angles,
to the full depth of the finished pervious concrete, and set to the height of the forms.
Pervious concrete shall be placed against the header and compacted and finished as
normal, including edging. The header shall remain in place until paving resumes.
5-07.3(11)B Contraction Joints
5-07 Pervious Concrete Pavement
City of Renton 1-173 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Contraction joints (transverse and longitudinal) shall be constructed at the locations and
intervals shown in the Plans. Contraction joints shall be a depth of 1/3 the thickness of the
pervious concrete pavement section and have a width of no more than 1/4 inch.
Plastic formed contraction joints shall be tooled on both sides of the joint with a radius of ½
inch. Tool joint to the depth and width in fresh concrete immediately after the concrete is
compacted.
Contraction joints may be saw cut. Sawcutting shall occur as soon as the pervious concrete
surface can be traversed without marring and when saw cutting can be performed without
raveling or dislodging aggregate. Curing measures shall only be removed to the extent that
saw cutting may be performed and shall be immediately replaced when the joint is cut.
Slurry from saw cutting shall be vacuumed immediately with the saw cutting operation and
shall not be allowed to accumulate or otherwise infiltrate or clog the pervious concrete. The
minimum width of a saw cut joint shall be 1/8 inch.
5-07.3(11)C Isolation Joints
Isolation joints shall be placed where the pervious concrete abuts existing structures or
where shown on the Plans. Isolation joints shall continue through the depth of the pervious
concrete using a 3/8 inch premolded joint filler meeting the requirements of Section 9-
04.1(2). Isolation joints may be formed by forming a construction joint and affixing the
premolded joint filler against one side of the joint and placing fresh pervious concrete
against it. Isolation joints and filler shall be flush with the surrounding pervious concrete and
shall not deviate from the acceptance criteria for smoothness as shown in Section 5-06.3(6).
The edge of the pervious concrete adjacent the premolded joint filler shall be hand tooled
with a ½ inch radius.
5-07.3(12) Cold Weather Work
When concrete is being placed and the ambient air temperature is expected to drop below
35°F during the day or night, the Contractor shall protect the concrete from freezing. The
Contractor shall submit for approval a Cold Weather Plan prior to placing concrete when
ambient air temperature below 35°F is anticipated, or when requested by the Engineer.
When a Cold Weather Plan is required, pervious concrete shall not be placed without an
approved Cold Weather Plan.
Under the Cold Weather Plan, the Contractor shall provide a sufficient supply of straw, hay,
blankets, or other suitable blanketing material and spread it over the pavement to a
sufficient depth to prevent freezing of the concrete. The blanket material shall be placed on
top of the sheet curing materials and covered with a layer of burlap or plastic sheeting,
weighted or anchored to prevent the wind from displacing the insulation. At no time during
the curing period shall the temperature of the pervious concrete be allowed to drop below
55°F. The Engineer may require recording thermometers if daytime temperature is below
50°F. The curing period may be extended by the Engineer if the pervious concrete
temperature has been allowed to drop below 55°F.
The cold weather protection shall be maintained for seven days.
5-07 Pervious Concrete Pavement
City of Renton 1-174 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
5-07.3(13) Protection of Pervious Concrete Pavement
As part of the Construction Stormwater Pollution Prevention plan (SWPPP), rain runoff,
surface water of any kind and sediment shall be prevented from entering the area of
pervious concrete construction, including excavation, until the pervious concrete application
has cured, testing is completed and determined to meet specifications, and the adjacent
areas that sheet flow/drain onto the pervious concrete are permanently stabilized from
erosion and/or plantings are established. Once pavement is placed, flow diversion measures
and protective covers shall continually be maintained until adjacent areas are permanently
stabilized and concrete has been accepted. Construction vehicular traffic shall not be
allowed onto the pervious concrete pavement.
The pavement may be opened to vehicular traffic after the pervious concrete has cured for
at least seven uninterrupted days, all testing has been completed, and the pavement has
been accepted by the Engineer.
The Contractor shall take every precaution to protect the pervious concrete pavement from
damage, including the introduction of foreign materials to the surface, throughout the course
of the work. Pervious concrete pavement that is damaged or has been adversely impacted
by the introduction of foreign materials shall be remediated to the satisfaction of the
Engineer or rejected and replaced to the nearest joint.
5-07.4 Measurement
(******)
See Sections 1-09.14(2), for summary of measurement.
5-07.5 Payment
(******)
See Sections 1-09.14(2), for summary of pavement.
END DIVISION 5
DIVISION 6 STRUCTURES
City of Renton 1-175 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
6-03 STEEL STRUCTURES
6-03.2 Materials
(******)
Supplement this section as follows:
Materials shall meet the requirements of the following sections:
Structural Sections
(Plates, angles channels)
ASTM A36, Galvanized
Structural Tubes ASTM A500, Grade B, Galvanized
Bolts A307, Galvanized per A153
Anchor Rods A36, Galvanized per A153
Nuts & Washers A563, Galvanized per A153
6-03.3 Construction Requirements
6-03.3(7) Shop Plans
(******)
Supplement this section as follows:
Prior to fabrication of the steel HSS structures, the Contractor shall submit 3 copies of shop
drawings of the structure to the Engineer for approval. As a minimum the shop drawings
shall include:
Steel material type & member sizes
Finishes
Layout drawings
Dimensional drawings
Hardware details & specifications
6-03.3(11) Workmanship and Finish
(******)
Supplement this section as follows:
All steel members, shapes, bolts, and accessories exposed to weather, earth, or moisture
shall be hot dip galvanized unless otherwise noted.
6-03.3(25) Welding
(******)
Delete and replace this section as follows:
All shop and field welding shall be in accordance with AWS D 1.1. All welding shall be
performed by Washington Association of Building Officials (WABO) certified welders.
END OF SECTION 6-03
END DIVISION 6
DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,
WATER MAINS, AND CONDUITS
City of Renton 1-176 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
7-01 DRAINS
7-01.1 Description
(******)
Revise the second paragraph in this section as follows:
This Work consists of constructing drain pipe in accordance with the Plans, these
Specifications and Standard Plans, at the locations staked.
7-01.2 Materials
(******)
Revise the second paragraph in this section as follows:
Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt
Treatment I, aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc
coated (galvanized) steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl
chloride (PVC), or corrugated polyethylene (PE) at the option of the Contractor unless the
Plans specify the type to be used.
7-01.3 Construction Requirements
7-01.3(1) Drain Pipe
(******)
Supplement this section as follows:
PVC drainpipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as
described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drainpipe shall be
jointed with snap-on, screw-on, or wraparound coupling bands as recommended by the
manufacturer of the tubing.
7-01.4 Measurement
(******)
Supplement this section as follows:
When the Contract does not include "Structure Excavation Class B" or "Structure Excavation
Class B Including Haul" as a pay item all costs associated with these items shall be included
in other contract pay items.
END OF SECTION 7-01
7-02 Culverts
City of Renton 1-177 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
7-02 CULVERTS
7-02.2 Materials
(******)
Revise the second paragraph in this section as follows:
Where steel or aluminum are referred to in this section in regard to a kind of culvert pipe,
pipe arch, or end sections, it shall be understood that steel is zinc coated (galvanized) with
Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or steel, and aluminum
is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or
reinforced concrete, steel, or aluminum are referred to in Section 7-02 it shall be understood
that reference is also made to PVC.
END OF SECTION 7-02
7-04 Storm Sewers
City of Renton 1-178 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
7-04 STORM SEWERS
7-04.2 Materials
(******)
Supplement the first paragraph list in this section as follows:
Unless a pipe material is specifically called out on the Plans. Storm sewer pipes 12-inches in
diameter or larger shall be polypropylene. Storm sewer pipes smaller that 12-inch diameter
shall be corrugated polyethylene pipe. Materials shall meet the following requirements:
Size Pipe Material Allowed Specification
4-8” Corrugated Polyethylene Storm Sewer Pipe 9-05.20
12-36”
Polypropylene Storm Sewer Pipe
Ductile Iron Pipe
C900 PVC Storm Sewer Pipe (AWWA)
9-05.24(1)
9-05-13
9-30.1(5)A
Where bends are specifically called out on the plans, they shall be of the same material and
manufacturer as the main pipe and meet the manufacturer’s recommendations.
Supplement the second paragraph of this section as follows:
The Contractor shall require pipe suppliers to furnish certificates signed by their authorized
representative, stating the specifications to which the materials or products were
manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer
for approval. Certificates showing nonconformance with the Contract shall be sufficient
evidence for rejection. Approval of certificates shall be considered only as tentative
acceptance of the materials and products, and such action by Engineer will not relieve
Contractor of his/her responsibility to perform field tests and to replace or repair faulty
materials, equipment, and/or workmanship and Contractor’s own expense.
Supplement this section as follows:
Dense foam shall meet 9-05.52 of these Special Provisions.
Direct Pipe Tee Connections
Direct pipe tee connections for use in gravity-flow storm drainage direct connections to pipe
shall be by Nyloplast PVC fitting, as manufactured by Nyloplast and shall conform to ASTM
D1784. Nyloplast product shall provide a watertight connection which conforms to ASTM
D3212 for joints and drain and sewer plastic pipe using flexible elastomeric seals
conforming to ASTM F 477. The PVC glue and primer used in the assembly of components
shall conform to ASTM D 2564 and ASTM F 656.
7-04 Storm Sewers
City of Renton 1-179 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
7-04.3 Construction Requirements
7-04.3(1) Cleaning and Testing
7-04.3(1)A General
(******)
Supplement this section as follows:
Before testing begins and in adequate time to obtain approval through submittal process,
prepare and submit test plan for approval by Engineer. Include testing procedures, methods,
equipment, and tentative schedule. Obtain advance written approval for any deviations from
Drawings and Specifications.
Repair, correct, and retest sections of pipe which fail to meet specified requirements when
tested.
Perform testing as work progresses. Schedule testing so that no more than 1000 linear feet
of installed pipeline remains untested at one time. Perform testing under observation of
Engineer or Inspector. Schedule testing during no rain. Plug the lower end of the pipe if
needed to test pipe.
All pipe larger than 30-inch diameter shall have joints individually tested for Joint Tightness.
Prior to final backfill, all joints shall be individually tested using low-pressure air per ASTM
C1103. For the installation of any flexible pipe larger than 30-inches in diameter, the
Contractor shall retain the services of a pipe manufacturer representative, knowledgeable in
the installation methods and practices for the specific pipe product used on this project, as
well as on the installation practices for flexible pipelines in general. The manufacturer’s
representative shall be present full time on site during the construction of the first 300 feet of
pipe installation, and part-time, as required, thereafter until the entire pipeline installation is
complete. The manufacturer’s representative shall observe pipe foundation, pipe installation,
placement and compaction of pipe zone bedding and backfill, and testing procedures. The
manufacturer’s representative shall notify Engineer and Contractor of any non-conforming
installation, identifying the manufacturer recommended corrective action(s), within 24 hours
of such occurrence.
All flexible pipe shall be tested for maximum pipe deflection by pulling a rigid mandrel
through the entire (i.e., 100%) flexible pipe length installed. Maximum deflection shall not
exceed 5%. Mandrel testing shall conform to ASTM D3034, and be performed no sooner
than 30 days after backfilling and prior to final acceptance testing of the segment. Submit
test results to the Engineer.
Rigid mandrel shall have outside diameter (O.D.) equal to 95 percent of inside
diameter (I.D.) of pipe. Inside diameter of pipe, for purpose of determining outside
diameter of mandrel, shall be average outside diameter minus two minimum wall
thicknesses for O.D. controlled pipe and average inside diameter for I.D. controlled
pipe, dimensions shall be per appropriate standard. Statistical or other "tolerance
packages" shall not be considered in mandrel sizing.
Rigid mandrel shall be constructed of metal or rigid plastic material that can
withstand 200 psi without being deformed. Mandrel shall have nine or more "runners"
or "legs" as long as total number of legs is odd number. Barrel section of mandrel
shall have length of at least 75 percent of inside diameter of pipe. Rigid mandrel shall
7-04 Storm Sewers
City of Renton 1-180 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
not have adjustable or collapsible legs which would allow reduction in mandrel
diameter during testing. Provide and use proving ring for modifying each size
mandrel.
Furnish "proving ring" with each mandrel. Fabricate ring of 1/2-inch-thick, 3-inch-wide
bar steel to diameter 0.02 inches larger than approved mandrel diameter.
If a rigid mandrel is not available, the Contractor may substitute a round steel bar
meeting #3 above.
7-04.3(2) Abandon in Place Existing Storm Sewer Pipes
(******)
This is a new section as follows:
Where it is defined on the plan set or where designated by the engineer, existing storm
sewer pipes shall be abandoned in place. Pipes shall be abandoned with 3,000 psi cement
concrete plugs reaching into the pipe at least 12-inches in depth at each end where exposed
or accessible. Where the abandoned in place pipe connects to an active existing manhole
the pipe shall be filled flush with the pipe end or flush with the inside wall of the existing
manhole.
The mix design and method of installation shall be provided to the Project Engineer at least
seven (7) days prior to planning construction and approved by the Engineer prior to
beginning the operation.
7-04.3(3) CCTV Inspection
(******)
This is a new section as follows:
All storm drain main lines constructed as part of this project (public and private) shall be
inspected by the use of closed-circuit television (CCTV) before substantial completion. The
costs incurred in making the inspection shall be paid for under “CCTV Inspection” unless
otherwise specified in the contract documents.
All CCTV inspections for storm drain lines shall conform to Section 7-17.3(2)H.
The Contractor shall bear all cost incurred in correcting any deficiencies found during
television inspection including the cost of any additional television inspection that may be
required by the Engineer to verify the correction of said deficiency.
The Contractor shall be responsible for all costs incurred in any television inspection
performed solely for the benefit of the Contractor.
7-04.3(4) Direct Pipe Connections
(******)
This is a new section as follows:
Field Pipe and Joint Performance: To assure water tightness, field performance verification
may be accomplished by testing in accordance with ASTM F2487, ASTM F1417 or ASTM
C1103. Appropriate safety precautions must be used when field-testing any pipe material.
Contact the manufacturer for recommended leakage rates.
7-04 Storm Sewers
City of Renton 1-181 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Installation shall be accordance with the manufacturer’s recommended installation
guidelines. Backfill around the pipe fittings for service connection shall be, at a minimum, of
the same material type and compaction level as specified for the mainline pipe installation.
7-04.3(5) Temporary Stormwater Diversion
(******)
This is a new section as follows:
It shall be the Contractor’s responsibility to maintain operation of the existing storm sewer
system throughout the duration of the project without any disruption of service until the new
storm drain has been accepted by the City to receive stormwater flows, and connections are
made between the existing and new storm based on scheduling approved by the Engineer.
A temporary stormwater diversion shall be capable of bypassing at least the 2-year peak
flow during construction. The 2-year peak flow at various locations shall be provided in the
contract documents or, at minimum, the flow rates found in the following table.
Existing Storm Water Pipe Diameter (in) Minimum Temporary Bypass Flow (gpm)
6 20
8 50
10 80
12 130
15 240
18 400
21 600
24 900
30 1,500
36 2,500
48 5,400
The Contractor shall submit proposed methods for providing the diversions to the Engineer
for approval prior to construction. The diversions shall have the least impact on property
owners and traffic flow through the site. The diversions shall be installed, operated, and
maintained only when needed where the existing storm drain system must be demolished to
allow construction of the new system. Where shown on the Plans, Contractor shall time work
of bypasses during period of anticipated no or little rain.
If bypass pumping is provided, it shall be scheduled for continuous operation with backup
equipment available at all times for periods of maintenance and refueling or failure of the
primary bypass pump(s) or diversion system.
The Contractor shall submit a Temporary Stormwater Diversion Plan in accordance
with Section 1-05. The Contractor’s bypass operation shall be sized to handle, at a
minimum, the flow rates specified above. The Contractor’s plan shall be reviewed by the City
before the plan is implemented. The review of the flow diversion plan shall, as well as the
Contractor’s proposed size of the bypass, in no way relieve the Contractor of his
responsibility to provide a bypass system that conveys encountered flows without property
7-04 Storm Sewers
City of Renton 1-182 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
damage or damage to the project or construction area. As risk associated with sizing the
bypass and impacts to construction is born by the Contractor.
END OF SECTION 7-04
7-05 Manholes, Inlets, and Catch Basins
City of Renton 1-183 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
7-05 MANHOLES, INLETS, AND CATCH BASINS
7-05.2 Materials
(******)
Supplement this section as follows:
The BioPod water quality systems shall be BioPod Biofilters as manufactured by Oldcastle
Infrastructures, Inc., of type and configuration indicated in the Plans. The BioPod units must
have current GULD for Enhanced (Metals) Treatment from the Washington Department of
Ecology.
Oldcastle Infrastructures, Inc.
7100 Longe St, Suite 100
Stockton, CA 95206
Tel: 1 888 965 3227
7-05.3 Construction Requirements
(******)
Supplement this section as follows:
All manholes shall be in accordance with the Standard Plans unless pre-approved City or
WSDOT details do not exist, then Shop Drawings and Calculations shall be submitted in
accordance with Section 9-05.50.
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
(******)
Supplement this section as follows:
The Contractor shall construct manholes to provide adjustment space for setting cover and
casting to a finished grade as shown on the Construction Plans. Manhole ring and covers
shall be adjusted to the finished elevations per standard plans prior to final acceptance of
the Work. Manholes in unimproved areas shall be adjusted to 6” above grade.
Adjustment in unpaved streets
Manholes, catch basins, and similar structures in areas to be surfaced with crushed rock or
gravel shall be constructed to a point approximately eight inches below the subgrade and
covered with a temporary wood cover. Existing manholes shall be cut off and covered in a
similar manner. The Contractor shall carefully reference each manhole so that they may be
easily found upon completion of the street Work. After placing the gravel or crushed stone
surfacing, the manholes and manhole castings shall be constructed to the finished grade of
the roadway surface. Excavation necessary for bringing manholes to grade shall center
about the manhole and be held to the minimum area necessary. At the completion of the
manhole adjustment, the void around the manhole shall be backfilled with materials which
result in the section required on the typical roadway section, and be thoroughly compacted.
Adjustment in cement concrete pavement
Manholes, catch basins, and similar structures shall be constructed and adjusted in the
same manner as outlined above except that the final adjustment shall be made and cast iron
7-05 Manholes, Inlets, and Catch Basins
City of Renton 1-184 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
frame be set after forms have been placed and checked. In placing the concrete pavement,
extreme care shall be taken not to alter the position of the casting in any way.
Adjustment in asphalt concrete pavement
Manholes shall not be adjusted until the pavement is completed, at which time the center of
each manhole shall be carefully relocated from references previously established by the
Contractor. The manhole shall then be brought to proper grade utilizing the same methods
of construction as for the manhole itself. The cast iron frame shall be placed on the concrete
grade rings and mortar. The complete patch shall match the existing paved surface for
texture, density, and uniformity of grade. The joint between the patch and the existing
pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and
shall be immediately covered with dry paving sand before the asphalt cement solidifies.
Adjustment of inlets
The final alignment and grade of cast iron frames for new and old inlets to be adjusted to
grade will be established from the forms or adjacent pavement surfaces. The final
adjustment of the top of the inlet will be performed in similar manner to the above for
manholes. On asphalt concrete paving projects using curb and gutter section, that portion of
the cast iron frame not embedded in the gutter section shall be solidly embedded in asphalt
also. The concrete shall extend a minimum of six inches beyond the edge of the casting and
shall be left 2 inches below the top of the frame so that the wearing course of asphalt
concrete pavement will butt the cast iron frame. The existing concrete pavement and edge
of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure
shall be constructed in the same manner and of the same material as that required for new
inlets. The inside of the inlets shall be mortared.
Adjustment in monuments and cast-iron frame and cover
Monuments and monument castings shall be adjusted to grade in the same manner as for
manholes.
Adjustment in valve box castings
Adjustments of valve box castings shall be made in the same manner as for manholes.
7-05.3(2) Abandon Existing Manholes
(******)
Revise this section as follows:
Where it is required that an existing manhole or catch basin be abandoned, the structure
shall be broken down to a depth of at least 4 feet below the revised surface elevation, all
connections plugged according to 7-08.3(4), unless another method is specified on the plan
set or by the engineer; the manhole base shall have a minimum of four 2-inch drainage
holes in the bottom of the manhole to prevent standing water, unless filled with CDF; and
the manhole filled with sand or gravel borrow as per section 9-03.14(1) and compacted to
90 percent density as specified in Section 2-03.3(14)C or filled with CDF per Engineers
approval. Debris resulting from breaking the upper part of the manhole may be mixed with
the sand subject to the approval of the Engineer. The ring and cover shall be salvaged, and
all other surplus material disposed of.
7-05 Manholes, Inlets, and Catch Basins
City of Renton 1-185 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Notify Project Engineer if pipes are found which are not identified on the plan set and require
plugging for manhole abandonment. (See Section 9-03.22 for Controlled Density Fill
requirements)
7-05.3(3) Connections to Existing Manholes
(******)
Supplement this section as follows:
Where shown on the Plans, new storm drain pipes shall be connected to existing line, catch
basin, curb inlets and, or, manholes. The Contractor shall be required to core drill into the
structure, shape the new pipe to fit and re-grout the opening to provide watertight seal.
Where directed by the Engineer, or where shown on the Plans, additional structure
channeling will be required.
Where shown on the Plans, new sewer pipes shall be connected to existing manholes and
sewer pipes. Connections to existing sanitary sewer manholes shall be core drilled.
Couplings shall be equal to “Kor-n-Seal” boots or GPK sanded adapters. Existing sanitary
sewer manholes shall be cleaned, repaired, and re-channeled as necessary to match the
new pipe configuration and as shown on the Construction Plans.
Connections of new structures to existing storm sewer pipes shall be made with a ductile
iron sleeve-style coupling, ROMAC or approved equal, conforming to ASTM C219 and sized
specifically for the pipe size and materials being connected.
Connections to existing storm sewer manholes shall be core drilled. Couplings shall be
equal to “Kor-n-Seal” boots. Existing sanitary sewer manholes shall be cleaned, repaired,
and re-channeled as necessary to match the new pipe configuration and as shown on the
Construction Plans.
A "connection to existing" item will be allowed at any connection of a new line to an existing
structure. No "connection to existing" will be accepted at the location of new installation,
relocation and adjustment of line manholes, catch basins, or curb inlets.
Any damage to existing pipe or structure that is to remain in place resulting from the
Contractor's operations shall be repaired or replaced at her/his own expense.
7-05.3(4) Drop Manhole Connection
(******)
Delete and replace this section as follows:
Drop manhole connections shall be constructed in accordance with the Plans. All pipes and
fittings shall be similar size and material as incoming mainline.
Drop bowl and hood shall be Reliner Drop Bowl, or approved equal, constructed of marine
grade fiberglass and mounted directly to the manhole wall. The bowl shall be designed by
the manufacturer and sized such that full pipe flow from the incoming pipe can pass through
a drop pipe of equal or greater size without overtopping the bowl. The hood shall be
installed with nuts and bolts such that it may be easily removed if required. Pipe supports,
nuts, bolts, and other appurtenances required to install the drop bowl, drop pipe, and flexible
coupling shall be Grade 316 stainless steel.
7-05 Manholes, Inlets, and Catch Basins
City of Renton 1-186 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
7-05.3(5) Manhole Coatings
(******)
This is a new section as follows:
All interior surfaces of new precast concrete sanitary sewer manholes shall be shop coated
in accordance with 9-08.9(1). Coating shall be applied in accordance with manufacturer’s
recommendations in a controlled environment before arriving on site. Field applications of
interior coating will not be accepted.
7-05.3(6) BioPod Units
(******)
This is a new section as follows:
The BioPod units must remain off-line during construction and not introduce construction
stormwater runoff into the unit until activation. The installation of the units shall follow the
manufacturer's recommendations as defined in the Shop Drawing submittal.
Each BioPod unit must be constructed at locations and elevations according to the sizes shown
on the approved drawings, and per recommendation of the manufacturer. The rim elevations as
compared to the roadway flow line shall be confirmed by the Contactor prior to ordering the
units. BioPod units shall be set parallel to the adjacent curb or roadway centerline. Any
modification to the elevation or location must approval by the Engineer.
7-05.3(7) 120 x 72 Inch Rectangular Structure
(******)
This is a new section as follows:
Contractor is responsible for design and acquisition of a vault that meets the following
requirements:
• Vault shall have interior dimensions of 120 inches by 72 inches by 84 inches deep.
• Vault shall have one round 24-inch-diameter solid lid at the same location as existing
DMH-137947 and one rectangular vaned grate lid at same location as existing CB-
194394 and elevations as existing grates. These vault lids shall be able to support a HS-
20 loading. Lids shall be ductile iron and bolt-locking.
• Vault shall have a two (2) foot sump.
• Structure knockouts shall be provided to accept pipes of the size, material, and elevation
shown in the plans. Pipe locations and invert elevations will need to be field verified
before ordering the structure.
Contractor shall submit Type 3E Working Drawings and an Operations and Maintenance
Manual to the Engineer for approval in accordance with Section 1-05.3 prior to ordering and
installing the system. The submittal shall include product information, materials of construction,
dimensions, specifications, and configuration related to other proposed aspects of construction.
The submittal for the vault shall include a submittal for the lids.
END OF SECTION 7-05
7-05 Manholes, Inlets, and Catch Basins
City of Renton 1-187 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
7-06 Construction Dewatering
City of Renton 1-188 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
7-06 CONSTRUCTION DEWATERING
(******)
This is a new section as follows:
7-06.1 Description
This section specifies the definition, responsibilities, and execution for control of water.
Control of water shall consist of the design, furnishing, installation, operation, maintenance,
monitoring, and removal of a dewatering system or systems to achieve proper completion of
all work performed under this Contract.
Work covered in this section includes temporary dewatering provisions including all labor,
materials, tools, equipment and performing all incidentals necessary to dewater the
excavations, structures, and other work areas during construction. Dewatering includes
removal and proper discharge of all water, including, but not limited to, groundwater, surface
water, and precipitation.
7-06.2 Construction Requirements
Before the commencement of any dewatering, the Contractor shall obtain acceptance by the
Engineer for the design, materials, method, installation, and operation and maintenance
details of the dewatering system(s) and monitoring system the Contractor plans to install.
Acceptance by the Engineer of the design, materials, method, installation, and operation
and maintenance details submitted by the Contractor shall not in any way relieve the
Contractor from responsibility for errors therein or from the entire responsibility for complete
and adequate design, materials, installation, operation, maintenance, and performance of
the system in controlling the water level in the excavated areas and for control of the
hydrostatic pressures to the depths specified. The Contractor shall bear sole responsibility
for proper design, installation, operation, maintenance, and any failure of any component of
the dewatering system for the duration of this Contract.
Before the commencement of any dewatering, the Contractor shall obtain the necessary
State and County permit(s) to discharge dewatering water. The Department of Ecology has
issued a Construction Stormwater General Permit and an Administrative Order which
contains additional requirements to the City. The City will transfer the permit coverage to the
contractor awarded the contract. The contractor shall coordinate, prepare and submit
additional written reports and/or documents, and apply any required permit transfer
application(s) with Ecology within 10 calendar days of Notice to Proceed.
The Contractor shall provide, operate, maintain, and decommission the dewatering systems
that consist of trench sumps; deep wells and, or, wellpoints; and a monitoring system. The
Contractor shall control ground water as to prevent softening of the bottom of excavations,
or formation of “quick” conditions or “boils” during excavation. The Contractor shall design,
install, maintain, and operate the dewatering system as to prevent removal of the natural
soils.
The Contractor shall provide backup systems for all ordinary emergencies, including power
outage and flooding, and shall always have available competent workers for the continuous
and successful operation of the dewatering system. The Contractor shall not disable or shut-
down the dewatering system between shifts, on holidays, or weekends, or during work
stoppages, without written permission from the Engineer. The Contractor shall be
responsible for maintaining all electric power service connections to the dewatering system
7-06 Construction Dewatering
City of Renton 1-189 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
components and for the cost of electric power used in the operation of the dewatering
system.
The Contractor shall control surface runoff as to prevent entry or collection of water in
excavations or in other isolated areas of the site. The Contractor shall employ sumps to
pump any pocketed or undrained water not otherwise collected or removed. However, the
Contractor shall not rely solely upon open and cased sumps for dewatering. The Contractor
shall use sumps only where static groundwater levels are less than 2 feet above subgrade
or in areas where the potentiometric surface has been previously lowered to within 2 feet of
subgrade using wellpoints or pumped wells.
The Contractor shall design the dewatering system using accepted and professional
methods of design and engineering consistent with sound modern practice. The Contractor
shall have or shall employ the services of a subcontractor who has experience in the field of
dewatering system design, installation, operation, and maintenance.
After initiating dewatering operations, the Contractor shall operate, maintain, and monitor
the dewatering system or systems for the duration of the contract until specifically authorized
in writing by the engineer to cease operation, maintenance, or monitoring.
Well construction and abandonment shall be in accordance with WAC 173-160.
The Contractor shall install, operate, and maintain a water treatment system to provide for
settling of suspended solids or other requisite water quality treatment in the discharge from
any sump, dewatering well, or wellpoint system.
The Contractor shall dewater and dispose of the water in a manner that will not cause injury
to public or private property, or to cause a nuisance or a menace to the public (i.e. there
shall be no overflow of sewer or storm drain systems).
The Contractor shall not allow the water discharged from the dewatering system wells,
wellpoints, or supplemental water control systems (i.e. sumps) to degrade the water quality
of the receiving waters. The Contractor shall comply with the site-specific storm water
discharge permit requirements.
The Contractor shall pay any fines incurred as a result of discharges that exceed maximum
levels specified in the site-specific storm water discharge permit.
7-06.2(2) Quality Assurance
The Contractor shall include, at minimum, all elements necessary for furnishing, installing,
operating and maintaining the dewatering system. The Contractor shall employ the services
of a specialty dewatering subcontractor who has at least 10 years’ experience in the field of
large area-wide dewatering system design, installation, operation, and maintenance, and
can document successful completion of at least 5 projects in the Puget Sound region which
included both large-diameter deep wells and wellpoints.
The Contractor shall employ materials, equipment, and construction methods commonly
used and proven as suitable for the duration of construction dewatering. The Contractor
shall provide submittals and, or, product data that demonstrate the suitability of the materials
and equipment proposed for use on these systems. The Contractor shall test the dewatering
7-06 Construction Dewatering
City of Renton 1-190 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
system to the reasonable satisfaction of the Engineer and make operational any deficiency
prior to excavation.
The Contractor shall integrate all dewatering, shoring, and excavation activities to ensure
that said activities does not impede, or conflict, to the detriment of the work. The Contractor
shall be responsible for any impacts to the project from conflicts between dewatering,
shoring and, or, excavation.
The contractor shall control excavation dewatering to prevent damage from settlement due
to possible lowering of the adjacent groundwater table. The release of groundwater to its
static levels shall be performed in such a manner as to maintain the undisturbed state of the
foundation soils, prevent disturbance of backfill and prevent movement of all structures and
utilities.
7-06.2(3) Submittals
Where there is conflict between this section and Section 1-05.3, the requirements of this
section 7-06.1(5) shall govern.
Three (3) weeks before excavation begins, the Contractor shall submit drawings and
complete design data showing methods and equipment the Contractor proposes for
dewatering, including relief of hydrostatic head, management of other water, and in
maintaining the excavation in a dewatered, hydrostatically controlled condition. Contractor
shall provide a Ground Water Control Plan (GWCP) developed by a Washington licensed
engineer or hydrogeologist with a minimum of 10 years’ experience in the design of ground
water control systems. The Contractor shall submit information sufficient for the Engineer to
understand the dewatering system including, but not limited to, the following:
Specifications and manufacturer’s literature of the materials and a description of the
methods proposed for use in the construction of dewatering system.
Drawings indicating the location and size of berms, dikes, ditches, wells, wellpoints,
sumps, monitoring wells, gravel drains, treatment facilities, discharge lines, and
outfall design. The drawings shall include, at a minimum, all dewatering system
elements.
Capacities of pumps, prime movers, and standby equipment.
Information supporting the location and number of any wells, wellpoints, gravel
drains, sumps and discharge lines, and the adequacy of vacuum header, pressure
header, discharge pipe sizes, pumps, filters/gravel packs, screens, and treatment
facilities.
Information supporting the design of the dewatering wells, gravel packs, wellpoints,
and water treatment systems.
Information detailing procedure(s) for restricting drawdown above the specified
elevation(s).
Dewatering schedule, operation, maintenance, and abandonment procedures.
Project descriptions for dewatering projects of similar scope and size completed in
the Puget Sound region by the Contractor’s specialty dewatering subcontractor and
licensed engineer or hydrogeologist.
7-06 Construction Dewatering
City of Renton 1-191 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
7-06.2(4) Available Subsurface Data
The Contractor may use the subsurface information presented in reports and made
available for the bidders’ convenience that are not a part of the contract. However, the
Contractor shall assume responsibility for the interpretation or use of all information
presented in the above reports. The use of the available data and information in no way
relieves the Contractor from the sole responsibility for proper design, installation, operation,
maintenance, and any failure of any component of the dewatering systems for the duration
of this Contract.
7-06.2(5) Restrictions and Limitation
Inside any excavation:
The Contractor shall depress water levels, and hydrostatic pressures, within the
excavation a minimum of 2 feet below the excavation bottom at all times and conditions.
7-06.2(6) Monitoring System
The Contractor shall install any additional monitoring wells the Contractor needs to ensure
dewatering systems achieve the drawdowns necessary to complete the work and ensure
that ground water levels do not drop below the restricted levels. The Contractor shall survey
measuring point elevations on all pumping and monitoring wells to 0.01-foot precision. The
Contractor shall survey all measuring points to a common datum.
The Contractor shall provide in-line flow meters on all well and wellpoint system discharge
pipes to ensure accurate measurement of the total flow from the dewatering system. The
flow meters shall show flow in gallons per minute and total flow passing through the meter.
The flow meter shall be sized and installed to accurately represent the flow through the
meter. The Contractor shall test and document the accuracy of all installed flow meters. The
Contractor shall provide flow meter calibration documentation to the Engineer two weeks
prior to any dewatering system pumping other than well or wellpoint development.
The Contractor shall maintain accurate and precise daily records of water level and flow
measurements. The Contractor shall measure water levels in all pumping and monitoring
wells to 0.01-foot precision and flow to within 5 gallons per minute. Measurements shall be
recorded on forms provided by the Engineer.
The Contractor shall begin water level measurements within 24 hours of any well completion
or wellpoint installation and development and continue daily measurements until the well is
properly abandoned or the Engineer approves cessation of measurement.
The Contractor shall begin water flow measurements within 4 hours of initiating pumping in
any well or wellpoint system and continue measurements until the Engineer approves
cessation of measurement. The Contractor shall report to the Engineer, any changes in
dewatering discharge flow of 25 percent or more occurring within any 24-hour period within
four hours following such a change. The Contractor shall notify the Engineer anytime a
pump fails, or is turned off or on, for a period of more than 4 hours. Additionally, the
Contractor shall note and record when any well(s) or dewatering systems are turned off and
back on. The Contractor shall provide water level and flow measurement records to the
Engineer daily in both hardcopy and digital form.
The Contractor may remove and replace or shorten the casings of monitoring wells as the
work requires, however, the Contractor shall bear full responsibility for the water level
7-06 Construction Dewatering
City of Renton 1-192 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
information provided by those wells and any consequences stemming from the lack of or
error in the information. The Engineer shall be notified of any change in the measuring
points of any well. The Contractor shall re-survey any shortened or lengthened observation
well casing and provide such data to the Engineer.
The Contractor shall notify the Engineer, one week prior to installation of any monitoring
wells. The Contractor shall provide the Engineer with driller’s logs and formation samples at
5-foot intervals for each well.
7-06.3(3) Formation Protection and Well Development
The Contractor shall design, construct, operate, and maintain the dewatering system such
that the fine fraction of the foundation soils will not be removed upon pumping.
The Contractor shall develop all wells and wellpoints to remove fines resulting from drilling
and construction and to increase the yield and hydraulic connection with the aquifer. The
Contractor shall discharge all development water to the sediment settling tanks prior to
discharge. The Contractor shall not discharge any development water directly to the ground
surface or surface water body.
The Contractor shall monitor discharge from all parts of the system to ensure that the
sand/silt content of the discharge water does not exceed the limits established by the
discharge permit, stormwater permit, and/or other permit as applicable, determined by a
Rossum SAND TESTER or equivalent. The Contractor shall provide all of the equipment
and fittings for monitoring sand content. The Contractor shall monitor sand/silt content daily
for one week after installing any dewatering well or wellpoint and weekly thereafter. The
Contractor shall take sand/silt content measurements in the presence of the Engineer. The
Contractor shall notify the Engineer of the time of measurement and provide 24-hour notice
of planned measurements.
7-06.3(4) Standby Equipment
The Contractor shall furnish and maintain on site sufficient power-generating and other
equipment and materials to ensure continuous and successful operation of the dewatering
system. The Contractor shall maintain on site, ready to operate, sufficient standby electrical
generating capacity to operate all wells pumps and/or wellpoint pumps simultaneously. The
Contractor shall test all backup electric systems monthly in the presence of the Engineer.
These tests shall include at least 24 hours of operation under full system load. The
Contractor shall have on site, a backup pump for each type of pump in the dewatering
system and sufficient pipe and fittings for any repair.
7-06.3(5) Discharge Points and Pipes
Discharge piping shall be designed and installed in a manner which minimizes impacts to
excavation or construction activities. Acceptable discharge points to be approved by the
Engineer.
Discharge of dewatering water shall be restricted such that it does not cause surcharging or
overflow of the receiving storm or sanitary sewer system. Discharge to the storm or sanitary
sewer system is limited by receiving pipe size as follows, however, field conditions may
necessitate more restrictive flowrates:
Pipe Diameter (inches) 24 18 12 10 8
7-06 Construction Dewatering
City of Renton 1-193 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Flowrate (gpm) 2880 1638 752 522 344
Flowrate (MGD) 4.15 2.36 1.08 0.75 0.50
7-06.3(6) Water Supply for System Installation and Electrical Service
The Contractor shall provide water supply and electrical service needed for the dewatering
systems. The Contractor shall provide a completely separate power company source for the
dewatering system electric service with its own meter and which shall be dedicated solely for
the dewatering system and separate from all other electric service.
7-06.3(7) Dewatering System Protection
The Contractor shall take reasonable precautions to ensure continuous successful operation
of the dewatering system. This includes establishing and/or maintaining adequate marking
of all well, pump and pipeline locations. Wherever dewatering wells or discharge lines
require crossing for access into, out of, or around an excavation, steel ramps shall protect
the system from vehicular traffic. All ramps shall have the strength to support the heaviest
equipment on site and shall provide at least one foot of clearance between the dewatering
system element and the underside of the ramp. The Contractor shall clearly identify all
vehicular access points across the dewatering system with brightly colored or flagged 8-foot
high poles on each side of the access point. The Contractor shall valve all ramped pipelines
on both sides of the ramp.
7-06.3(8) System Removal
A licensed water well contractor in accordance with WAC 173-160 shall abandon all wells,
wellpoints and observation wells installed by the Contractor at no cost to the City. The
Contractor shall seal any well, wellpoint hole, sump, gravel drain or other penetrations below
the excavation with a bentonite grout mixture exhibiting a permeability less than 1 x 10-6
centimeters per second.
END OF SECTION 7-06
7-08 General Pipe Installation Requirements
City of Renton 1-194 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3 Construction Requirements
7-08.3(1)A Trenches
(******)
Supplement this section as follows:
Trench Excavation and backfill for the storm sewer, sanitary sewer, and water main
construction shall be in accordance with the trench limits outlined in the table below. Existing
soil conditions are variable, and areas of soil instability may exist. The Contractor is
responsible for protecting and maintaining the trench integrity and shall be held accountable
for liability of trench construction, maintenance, and incidental trench deficiencies or
accidents. Incidents that result in loss of trench integrity will not be eligible for a change
order. All trench excavated materials shall be disposed of off-site at an approved Contractor-
provided disposal site. Excavation outside the excavation limits shown on the plan drawings
shall be at no additional expense to the City.
Pipe Type Water Pipe Sewer and
Storm Drain
Sewer and
Storm Drain
Sewer and
Storm Drain
Trench Depth All <8-feet 8 through 16-
feet >16-feet
Trench Pay
Width (ft) 4 4 6 8
Wet Weather Earthwork
The Contractor shall perform all wet weather earthwork in small sections to minimize
exposure to wet conditions. All excavations or removal of unsuitable soils shall be
immediately followed by placement and compaction of replacement fill to depth as required.
Limit type of construction equipment to prevent soil disturbance.
The Contractor shall slope and seal with a smooth drum vibratory roller the ground surface
within the construction area to prevent ponding and promote rapid runoff of water.
All soils shall be compacted to avoid absorption of water. Soils which become too wet for
compaction shall be removed and replaced at no additional cost to the Owner.
7-08.3(1)C Bedding the Pipe
(******)
Supplement this section as follows:
Bedding material shall meet the requirements of Gravel backfill for Pipe Zone Bedding in
accordance with Standard Specification Section 9-03.12(3). Pipe bedding shall be
considered incidental to the pipe and no further compensation shall be made.
For all pipe bedding, hand compaction of the bedding materials under the pipe haunches will
be required. Pipe bedding should provide a firm uniform cradle for support of the pipes. Prior
to installation of the pipe, the pipe bedding should be shaped to fit the lower part of the pipe
exterior with reasonable closeness to provide uniform support along the pipe. Hand
7-08 General Pipe Installation Requirements
City of Renton 1-195 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding
material under the haunches of the pipe. Care shall be taken to avoid displacement of the
pipe during the compaction effort.
Pipe bedding material should be used as pipe zone backfill and placed in layers and tamped
around the pipes to obtain complete contact.
Bedding material shall meet the requirements of Gravel Backfill for Pipe Zone Bedding in
accordance with Standard Specification Section 9-03.12(3). Pipe bedding shall be
considered incidental to the pipe and no further compensation shall be made.
7-08.3(1)D Pipe Foundation
(******)
This is a new section as follows:
Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade
which, in the opinion of the Engineer, will not uniformly support the pipe, such material shall
be excavated to an additional depth as required by the Engineer and backfilled with
foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be
CSBC or Gravel Backfill for Walls, as directed by the Engineer, and conform to the
requirements of Section 9-03.9(3) or Section 9-03.12(2) of the Standard Specifications.
In areas where the subgrade soils in the trench excavation consist of fine-grained soils, such
as silt, clay, or organic rich soils, the Contractor shall notify the Engineer immediately. The
Engineer may direct the Contractor to use a geotextile separator fabric to be placed over the
native soils prior to placement of the pipe bedding. The geotextile shall meet the
requirements of Section 9-33.2(1) Table 3 for Separation. Geotextile shall be incidental to
the pipe installation unless specified as a separate bid item.
Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation
gravel as specified above and thoroughly compacted to the required grade line.
7-08.3(2) Laying Pipe
7-08.3(2)A Survey Line and Grade
(******)
Revise the first paragraph in this section as follows:
Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5
and 1-11 and in a manner consistent with accepted practices.
7-08.3(2)B Pipe Laying – General
(******)
Supplement this section as follows:
Pipe shall be laid up-grade beginning at the downstream point of connection unless
specifically requested by the Contractor in writing and approved by the Engineer.
Checking of the invert elevation of the pipe may be made by calculations from
measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which
indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger
7-08 General Pipe Installation Requirements
City of Renton 1-196 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
size, pipe(s) shall be laid by matching the (eight-tenths) flow elevation, unless otherwise
shown on the plans and/or approved by the Engineer.
All pipe, fittings, appurtenances, etc. shall be carefully handled and protected against
damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the
Engineer. Pipe shall not be placed directly on rough ground but shall be supported in a
manner which will protect the pipe against injury whenever stored at the trench site, or
elsewhere. No pipe shall be installed where the lining or coating show defects that may be
harmful as determined by the Engineer. Such damaged lining or coating shall be repaired,
or a new undamaged pipe shall be furnished and installed at the Contractor expense.
The Contractor shall inspect each pipe and fitting prior to installation to insure that there are
not damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be
repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe
before lowering into position in the trench. Pipe shall be kept clean during and after laying.
All openings in the pipeline shall be closed with watertight expandable type sewer plugs at
the end of each day's operation, or whenever the pipe openings are left unattended. The
use of burlap, wood, or other similar temporary plugs will not be permitted.
Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes,
the Engineer may change the alignment and, or the grades. Pipes shall be laid uphill on
grades that exceed 10 percent, except for short runs when permitted by the Engineer. Pipe,
which is laid on a downhill grade, shall be blocked and held in place until sufficient support is
furnished by the following pipe to prevent movement.
Unless otherwise required, all pipe shall be laid straight between the changes in alignment,
and at uniform grade between changes in grade. For concrete pipes with elliptical
reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical
position.
Immediately after the pipe joints have been made, proper gasket placement shall be
checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket
placement.
7-08.3(2)E Rubber Gasketed Joints
(******)
Supplement this section as follows:
Care shall be taken by the Contractor to avoid over inserting the pipe and damaging the
pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his/her
expense.
Immediately after the pipe joints have been made, proper gasket placement shall be
checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket
placement.
7-08.3(2)G Jointing of Dissimilar Pipe
(******)
Supplement this section as follows:
7-08 General Pipe Installation Requirements
City of Renton 1-197 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Dissimilar pipe shall be jointed by use of a factory-fabricated adapter coupling. Coupling
shall be “Strong-Back” Flexible Coupling type, Fernco or approved equal.
7-08.3(2)H Sewer Line Connections
(******)
Supplement this section as follows:
All connections not occurring at a manhole or catch basin shall be done utilizing pre-
manufactured tee connectors or pipe sections approved by the Engineer. Any other method
or materials proposed for use in making connections shall be subject to approval by the
Engineer.
Unless otherwise approved by the Engineer, all connections of lateral sewers to existing
mains shall be in accordance with the following Table.
Pipe Type Connection Method
Vitrified Clay
Main
Cut in new PVC “Tee” using “Strong-Back” Flexible Couplings (Fernco
or approved equal)
Concrete Main Cut in new PVC “Tee” using “Strong-Back” Flexible Couplings (Fernco
or approved equal)
PVC & C900
PVC Main
Core-drilled with Romac Saddle (or approved equal) or cut in new “Tee”
using “Strong-Back” Flexible Couplings (Fernco or approved equal)
Ductile Iron
Main Core-drilled with Romac Saddle (or approved equal)
Lined Sewer
Main
Connection to sewer mains that have been lined (CIPP, Etc.); cut in new
“Tee” using “Strong-Back” Flexible Couplings (Fernco or approved
equal)
HDPE Core-Drilled with Romac Saddle. “Inserta-Tee” may be used on sewer
mains 12” diameter or larger
Connections (unless booted connections have been provided for) to existing concrete
manholes shall be per Section 7-05.3(3).
The Contractor shall submit a by-pass pumping plan in preparation for connections to
existing lines, which shall be made only with the written approval of Soos Creek Water &
Sewer District after review and approval of said bypass pumping plan. The Contractor shall
notify the District's field representative and other utilities at least 48 hours in advance of any
construction and make the necessary arrangements with the District's field representative
for the connection to the existing sewer system. The Contractor shall furnish all material,
equipment and labor necessary for making the connection under the supervision of the
District. The 48-hour notice requirement shall not count Saturdays, Sundays, and holidays.
Work shall not be started until all of the material, equipment and labor necessary to
properly complete work is assembled on the site. Once work is started on a connection,
it shall proceed continuously without interruption and as rapidly as possible until the
connection is completed. Before ordering materials for any connection to an existing
manhole, the Contractor shall excavate the manhole and verify outside diameter
of all pipes for determining types of fittings to be used. All work shall be coordinated with
the District’s field representative. The existing sewers and bypass pumping system shall
remain in service at all times.
7-08 General Pipe Installation Requirements
City of Renton 1-198 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Connections to sanitary sewer manholes shall be made using a sand collar, a concrete
coupling or a kor-n-seal boot. The pipe to manhole connection shall be watertight. Any
leaks in the couplings or other areas created while connecting to the existing manhole
shall be sealed with Strata Tech ST-520 Injection Resin or approved equal.
The Contractor shall re-channel existing manholes as necessary to smoothly
direct the flow into the existing system.
All water and/or construction debris shall be removed from new sewers and not be
permitted to enter the existing system. The Contractor shall be responsible
for flushing out and cleaning any existing sewers into which gravel, rocks or other debris
has entered as a result of the Contractor's operations, and shall pay for
repair to lift stations or other facilities damaged by such debris. All flushing water shall
be pumped from upstream manholes or sewer lines and shall not be allowed to enter the
existing sewer.
END OF SECTION 7-08
7-09 Water Mains
City of Renton 1-199 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
7-09 WATER MAINS
7-09.2 Materials
(******)
This section is supplemented as follows:
Ductile iron pipe for water main shall conform to Section 9-30.1(1) of the Standard
Specifications as modified herein.
7-09.3 Construction Requirements
7-09.3(1) General
This section is supplemented as follows:
Pipe zone bedding, pipe zone backfill, and trench backfill requirements shall conform to the
trench details shown in the Plans and Standard Plans. In general, these requirements, as
shown, are subject to variation depending on the following interrelated factors relating to the
location of the water main:
• The surface restoration required, for example: paved traffic area, paved nontraffic area
such as sidewalks, unpaved traffic areas such as a gravel road shoulder, unpaved area
such as landscaping, lawns, or areas requiring erosion control seeding.
• The road agency (right-of-way) jurisdiction: City of Renton.
• The land agency jurisdiction for easement areas outside of the right-of-way: City of
Renton
• The proximity of nearby utilities.
7-09.3(6) Existing Utilities
(******)
Supplement this section as follows:
Working With Asbestos Cement Pipe
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 Puget Sound Clean Air control agency, and other permitting and
regulatory agencies with jurisdiction over the work involving asbestos as the law requires.
Prior to 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 general
public in accordance with all applicable laws, rules, and regulations. The Contractor shall
designate a Washington State Certified Asbestos Supervisor (CAS) to personally supervise
the asbestos removal and to ensure that the handling and removal of asbestos is
accomplished by certified asbestos workers, pursuant to Washington State Department of
7-09 Water Mains
City of Renton 1-200 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Labor and Industries standards. The Contractor shall ensure that the removal and disposal
of asbestos meets the requirements of EPA regulations 40 CFR Part 61, Puget Sound
Clean Air Agency Asbestos Control Standards, and all other applicable regulations.
In order to maintain workers' exposure to or below the exposure limit to asbestos material as
prescribed in WAC 296-62-07705 State/Federal Guidelines and Certification, the Contractor
shall provide protective work clothing and equipment. No employee shall be allowed to work
on asbestos cement pipe unless the following tools and protective work clothing are used.
Carbide Blade Cutting (hand operated only)
Blade cutters consist of a frame, adjustable to the circumference of the pipe, and a number
of outboard, self-tracking rollers that align one or more carbide-tipped cutting blades. The
cutter is rotated around the pipe with the blades cutting a groove into the pipe. As the cutter
is rotated, the blades are slowly tightened with screws to cut deeper and deeper into the
pipe until the pipe is severed.
Equipment required:
• Hand operated carbide blade cutter,
• Water source and means of application sufficient to maintain a continuously wetted
cutting area,
• Disposable coveralls,
• Respiratory protection consisting of 1/2 face respirator equipped with HEPA filters
or respirator which provides equivalent or better protection,
• Rubber boots, and
• Hard hat.
1. Excavate around the AC pipe a sufficient distance to assure adequate tool clearance in
the area to be cut. Care must be taken to avoid any abrasion to the pipe.
2. Don protective equipment and have sufficient water available before entering the trench
to begin cutting operations.
3. Clean and wash with water the surface of the pipe in the area to be cut and attach the
cutting equipment around the AC pipe.
4. Begin applying water to the area being cut and continue until cutting is complete.
5. Operate the cutting tool in accordance with the manufacturer's instructions until cutting is
complete, making sure that water is applied in sufficient quantities to assure that the
area being cut is continuously wetted and no AC dust is created.
6. Detach cutting equipment, move to new cutting location, and repeat procedure described
above. Upon completion of final cut, thoroughly wash the cutting equipment with clean
water to remove all AC debris. Allow wash water to drain into the bottom of the trench.
Remove washed cutting equipment from the trench.
7. Install other pipe and fittings as necessary to complete the job taking care to avoid any
abrasions to the AC pipe.
8. When all pipe work is completed, remove disposable coveralls and leave them in the
bottom of the trench. Thoroughly wash hands, boots, and any small tools with clean
water to remove all AC debris. Allow wash water to drain into the bottom of the trench.
Leave all AC pipe and asbestos containing materials in the trench unless
arrangements have been made for proper disposal at an approved landfill. Hauling
and disposal off-site is not considered necessary and the Contractor shall not haul
removed AC pipe off site without prior authorization from the City.
7-09 Water Mains
City of Renton 1-201 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
9. Exit ditch in such a manner that no AC debris will contaminate work clothing, boots,
tools, etc.
Any other method proposed by the Contractor shall be one approved by the Washington
State Department of Labor and Industries and shall meet the approval of the City prior to
commencement of construction.
7-09.3(15) Laying of Pipe of Curves
7-09.3(15)A Ductile Iron Pipe
(******)
Revise the first paragraph in this section as follows:
Long radius curves with radius of 400 feet or more, either horizontal or vertical, pipe may be
laid with standard pipe lengths by deflecting the joints. If the pipe is shown curved on the
Plans and no special fittings are shown, the Contractor can assume that the curves can be
made by deflecting the joints with standard lengths of pipe. If shorter lengths are required,
the Plans will indicate maximum lengths that can be used. The amount of deflection at each
pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed 50% of the
manufacturer’s printed recommended deflections at each end. 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.
7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over)
(******)
This section is supplemented as follows:
Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances.
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement
(******)
Revise this section as follows:
The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and
polyethylene encasement shall be installed in accordance with AWWA C105. The
polyethylene encasement shall also be installed on all fittings and appurtenances with 8-mil
polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105.
The polyethylene wrap shall be tube type and black color. Any damage that occurs to the
wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93.
Installation of the polyethylene encasement shall be considered incidental to the installation
of the pipe and fittings and no additional payment shall be allowed.
7-09.3(19)A Connections to Existing Mains
(******)
Revise this section as follows:
7-09 Water Mains
City of Renton 1-202 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Replace the last sentence in the sixth paragraph of Section 7-09.3(19)A with the
following sentence:
The Contractor shall not operate any valve or fire hydrant of the existing water
system at any time, without prior approval of the OWNER.
Delete the last paragraph of Section 7-09.3(19)A and replace with the following:
The Contractor shall notify the District’s field representative and other utilities at least 48
hours in advance of any construction and make the necessary arrangements with the
District’s field representative for the connection to the existing water main. The Contractor
shall not operate any gate valve or fire hydrant of the water system before, during or after
construction without prior approval of the District. The Contractor shall furnish all material,
equipment and labor necessary for making the connection under the supervision of the
District. The 48-hour notice requirement shall not count Saturdays,Sundays, and holidays.
Work shall not be started until all of the material, equipment and labor necessary to properly
complete work is assembled on the site. Once work is started on a connection, it shall
proceed continuously without interruption and as rapidly as possible until the connection is
completed. Before ordering materials for any connection to an existing water main,
Contractor shall excavate the water main and verify the type of pipe and outside diameter of
all pipes for determination of types of fittings to be used. The Contractor shall coordinate all
work with the District's field representative.
The Contractor shall verify the location and depth of all existing utilities affected by the
connection prior to the start of any of this Work. Contractor shall pothole and verify all
existing fittings and pipe configurations prior to scheduling a shutdown of the existing
system for connections.
If the connection to the existing water system involves turning off the utility, Contractor shall
notify the OWNER of the time and duration of the shutdown at least 48 hours prior to the
shutdown. Contractor shall be responsible for any damage caused to any customer's system
due to the shutdown and subsequent recharging of the system. Contractor shall not operate
any valve or fire hydrant of the water system, at any time, without prior approval of the
OWNER. OWNER may require assistance from Contractor in notification of customers.
The Contractor shall have all required equipment and materials at the site prior to starting
any Work involving a connection to the existing system. If the connection or abandonment of
the existing main requires any existing pipe to be removed from the trench, then said pipe
shall be properly removed and disposed of in a legal and safe manner.
Where newly installed ductile iron water main is installed UNDER existing AC main the
contractor shall place CDF as backfill to a minimum of 1-foot above the existing AC main
and allow CDF to cure prior to backfilling and compaction of the trench area over the
existing AC main.
7-09.3(21) Concrete Thrust Blocking
(******)
Delete and replace this section as follows:
All fittings shall be blocked with poured concrete against undisturbed soil with sufficient
concrete and ¾-inch diameter anchor rods, if required, to resist the resultant forces.
7-09 Water Mains
City of Renton 1-203 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Blocking shall conform to the details shown on the Drawings and shall provide for removal of
any connection to the fittings without damage to the fitting. Where unfavorable ground
conditions are encountered, special blocking will be required as directed by the District in
the field. When digging near fittings of existing pipelines, temporary wood blocking shall be
installed to prevent blowouts.
All fittings for larger than 12-inch mains shall be blocked with reinforced concrete. Blocking
design to be provided by the Contractor. Blocking shall be designed and stamped by a
registered Professional Engineer and submitted to the District and approved by the District
prior to installation of the corresponding valve and all blocking.
Contractor shall take special care to ensure proper bedding, backfill and compaction during
the installation of fitting.
The Contractor shall provide the Engineer at least 1 Working Day advance notice before
pouring concrete thrust blocking and 1 Working Day advance notice for inspection and
approval of all concrete blocking prior to backfilling.
7-09.3(23) Hydrostatic Pressure Test
(******)
Revise this section as follows:
Replace the first sentence in the first paragraph with the following sentences:
All water mains and appurtenances shall be tested in sections of convenient length.
Test pressure shall be the existing system line pressure plus 150 PSI but in no case
shall the test pressure be less than 250 PSI. The Contractor shall provide all
Work, labor, equipment, materials, gauges, pumps, and incidentals required for
testing.
7-09.3(24)A Flushing and “Poly-pigging”
(******)
Revise and supplement this section as follows:
Prior to disinfection and prior to final flushing of the Water Mains for bacteriological sampling
and testing, all Water Mains shall first be poly-pigged to remove any solids or contaminated
materials that may have entered or become lodged in the pipes during installation.
The "Poly-pig" shall be light density foam (1-2 lbs/cubic-foot) with 90A durometer urethane
rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped
with bullet nose or squared end. The “Poly-pigs” shall be inserted in the pipes and retrieved
form the pipes through launching stations with vertical crosses and blow-off assemblies as
shown and on the Contract Plans and Standard Plans.
If the main cannot be poly-pigged and a hydrant is not installed at the end of the main, then
a tap shall be provided large enough to develop a flow velocity of at least 2.5 fps in the
water main.
Taps required by the Contractor for temporary or permanent release of air, chlorination or
flushing purposes shall be provided by the Contractor as part of the construction of water
mains.
7-09 Water Mains
City of Renton 1-204 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
The Contractor shall be responsible for disposal of treated water flushed from mains and
shall neutralize the wastewater for protection of aquatic life in the receiving water before
disposal into any natural drainage channel, i.e., receiving water, waters of the State,
including wetlands. The Contractor shall be responsible for disposing of disinfecting solution
to the satisfaction of the Contracting Agency and local authorities. At a minimum, chlorinated
water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH
adjustment to within 6.5 – 8.5 standard units before discharging to surface waters of the
State or to a storm sewer system that drains to surface waters of the State.
If approved by the Engineer and by the local authority responsible for the sanitary sewer
system, disposal of treated water from mains may be made to an available sanitary sewer,
provided the rate of disposal will not overload the sewer.
7-09.3(24)D Dry Calcium Hypochlorite
(******)
Supplement this section as follows:
Dry calcium hypochlorite shall not be placed in the pipe as laid.
7-09.3(24)K Retention Period
(******)
Revise this section as follows:
Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours.
After this period, the chlorine residual shall be tested at all pipe extremities and at other
representative points shall be at least 25 mg/L. If a measurement of less than 25 mg/L is
obtained repeat disinfection is required.
7-09.3(24)N Final Flushing and Testing
(******)
Revise this section as follows:
Following chlorination, treated water shall be flushed from the newly laid pipe until the
replacement water throughout its length shows, upon test, the absence of chlorine. In the
event chlorine is normally used in the source of supply, then the tests shall show a residual
not in excess of that carried in the water supply system. After flushing the treated water from
the pipes, a 16-hour rest period is required before any water quality sampling can be taken
from the new pipes.
A sample tap shall be located ahead of the flushing hose for convenience and for sanitary
sampling.
Before placing the lines into service, and after a 16 hour rest period, two sets of satisfactory
reports taken at least 15 minutes apart from each sampling point shall be received from the
local or State Health Department or from a State accredited testing laboratory on samples
collected from representative points in the new system. Samples will be collected and
bacteriological tests obtained by the Engineer.
7-09 Water Mains
City of Renton 1-205 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per
million (ppm) or less, and pH adjustment to within 6.5 to 8.5 standard units, if necessary,
before discharging to surface waters of the State or to a storm sewer system that drains to
surface waters of the State.
END OF SECTION 7-09
7-12 Valves for Water Mains
City of Renton 1-206 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
7-12 VALVES FOR WATER MAINS
7-12.3 Construction Requirements
7-12.3(1) Installation of Valve Marker Post
(******)
Delete and replace this section as follows:
Where required, a valve marker post shall be furnished and installed with each valve. Valve
marker posts shall be placed at the edge of the right-of-way opposite the valve and be set
with 18 inches of the post exposed above grade.
7-12.3(2) Adjust Franchise Utility Appurtenances to Grade
(******)
This is a new section as follows:
Existing utility lids, valve boxes and water meters shall be adjusted to grade in the same
manner as for manholes, as detailed in Section 7-05.3(1) of the WSDOT Standard
Specifications. Existing utility lids, valve box and water meters shall be adjusted at locations
shown in the Plans or as directed by the Engineer.
Existing utility lids, valve boxes and water meters shall be adjusted to conform to final
finished grades. The final installation shall be made in accordance with the applicable
portions of Section 7-12.
In the event that the existing valve box is plugged or blocked with debris, the Contractor
shall use whatever means necessary to remove such debris, leaving the valve installation in
a fully operable condition.
The existing utility lids, valve boxes and water meters shall be set to an elevation tolerance
of one-fourth inch (1/4") to one-half inch (1/2") below finished grade.
END OF SECTION 7-12
7-14 Hydrants
City of Renton 1-207 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
7-14 HYDRANTS
7-14.1 Description
(******)
Supplement this section as follows:
The Contractor shall mark anticipated locations of fire hydrants in the field using paint or
driven nails a minimum of two (2) working days in advance of construction. Markings shall
be refreshed as necessary.
7-14.2 Materials
(******)
Revise this section as follows:
Delete reference to guard posts in table in Section 7-14.2. Guard post shall not be
installed with fire hydrant assemblies unless indicated otherwise on Plans.
Supplement this section as follows:
Hydrants shall be standard 5¼-inch main valve opening with two 2½-inch ports with National
Standard hose thread and one 4½-inch pumper connection with City of Seattle thread. All
ports shall be furnished with 1¼-inch pentagon operating nuts that turn counterclockwise to
open.
The pumper connection shall be equipped with a 5-inch Storz adapter meeting or exceeding
the following specifications:
1. Storz adapter to be forged and/or extruded 6061-T6 aluminum alloy, hardcoat
anodized.
2. Threaded portion to have no lugs and two set screws 180° apart.
3. Storz face to be metal with no gasket to weather.
4. Storz cap shall be forged and/or extruded 6061-T6 aluminum alloy with anodized
hardcoat and synthetic molded rubber gasket. Storz cap shall be attached to hydrant
adapter with 1/8-inch coated S.S. aircraft cable.
5. Cap shall be connected and disconnected with Storz wrenches only. Torque to
be sufficient so cap cannot be removed by hand.
6. Storz adapter shall be attached to hydrant with 1/8-inch stainless steel cable.
Hydrants shall be furnished with a 6-inch mechanical joint outlet, two ¾-inch diameter tie
rods, a 6-inch auxiliary gate valve with valve box, and a riser to suit the trench depth at each
installation. The gate valve shall be flanged to the main tee. Hydrant shall also be furnished
with a break-off flange on the barrel and a break-off coupling for the stem. Hydrants shall
conform to District standards.
Fire hydrants shall be equipped with steamer and hose port threads in accordance with the
requirements of the local fire protection district.
All fire hydrants shall be M & H Style 929 Reliant, Mueller Centurion Model A-423, Clow
Medallion or Waterous Pacer No. WB-67.
Nozzles shall be fitted with renewable bronze nipple locked in place. Maintain three (3) feet
clearance between hydrant and property or easement line.
7-14 Hydrants
City of Renton 1-208 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Blue reflective markers shall be Type 1 as described in Section 9-21.1 of the Standard
Specifications.
The hydrant shall be cleansed and prime coated with a heavy-duty brush type primer or
approved equal. All hydrants shall be painted safety yellow with two topcoats of Kelly-Moore
/ Preservative Paint No. 5780-563 DTM acrylic gloss or approved equal. The distance from
the hydrant to the 6-inch gate valve shall be stenciled on the hydrant with 2- inch letters.
7-14.3 Construction Requirements
(******)
Supplement this section as follows:
Existing fire hydrant assemblies to be removed shall be cut off and removed intact down to
the hydrant lateral (to include the shoe) once the new fire hydrant is in service. The
Contractor shall salvage or dispose, at District’s discretion, all fire hydrant assemblies and
backfill as necessary.
During the chlorination process for the newly laid pipe, all valves associated with the fire
hydrants shall be operated while the pipeline is filled with the chlorinating agent and under
normal operating pressure.
7-14.3(1) Setting Hydrants
(******)
Paragraph four and five of Section 7-14.3(1) is revised and the section is supplemented as
follows:
7-14.3(1) Hydrant Assembly
Where shown on the Plans, hydrants shall be installed in accordance with the Standard
Plans and Contract specifications. A minimum 3-foot radius unobstructed working area shall
be provided around all hydrants. The bottom surface of the breakaway flange shall be set
2-inches minimum and 7-inches maximum above the concrete shear block finished grade.
For each hydrant requiring vertical adjustment, see Section 7-14.3(6).
Fire hydrants shall be of such length as to be suitable for installation with connections to 6",
8" and 10" piping in trenches 3 - 1/2 feet deep unless otherwise specified. The hydrant shall
be designed for a 4-1/2-foot burial where 12" and larger pipe is shown unless otherwise
noted in the Plans.
After installation hydrants shall be subjected to a hydrostatic test as specified in Section
7-09.3(23).
The hydrant excavation shall be backfilled and compacted when installation and testing are
complete and accepted by the Engineer.
7-14 Hydrants
City of Renton 1-209 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
A concrete shear block as shown by the hydrant details on the Standard Plans shall be
constructed for all hydrants. Construction, Materials, and finishing of the concrete shear
block shall conform to Section 8-14, Cement Concrete Sidewalk. The shear block shall be
set flush with the immediately surrounding finish grade.
The Contractor shall flush, test and disinfect furnished hydrants and hydrant barrel
extensions according to Section 7-14.3(6).
Upon completion of the project, all fire hydrants shall be painted with two field coats of Kelly-
Moore/Preservative paint No. 5780-563 DTM Acrylic Gloss Safety Yellow or approved equal.
Any hydrants not in service shall be identified by covering with a burlap or plastic bag
properly secured.
Fire hydrant assembly shall include: main line cast-iron or ductile iron tee (MJ x FL), 6" gate
valve (FL x MJ), 6" DI spool (PE x PE) up to 18 feet in length, 5-1/4" MVO fire hydrant (MJ
connection), 4" x 5" Storz adapter with stainless steel cable, cast iron valve box, cover, valve
operating nut extension, 2-3/4" Cor-Ten shackle rods and accessories, concrete blocks,
shear block and blue pavement marker.
7-14.3(3) Resetting Existing Hydrants
Section 7-14.3(3) is supplemented with the following:
All existing hydrants to be reset shall be rebuilt to the approval of the Engineer. All rubber
gaskets shall be replaced with new gaskets of the type required for a new installation of the
same type.
Unless a specific bid item has been included in the Proposal/Contract Document, resetting
existing hydrants shall be incidental to and included in the various bid items.
7-14.3(4) Moving Existing Hydrants
Section 7-14.3(4) is supplemented with the following:
All existing hydrants to be moved shall be rebuilt to the approval of the Engineer. All rubber
gaskets shall be replaced with new gaskets of the type required for a new installation of the
same type.
Unless a specific bid item has been included in the Proposal/Contract Document, resetting
existing hydrants shall be incidental to and included in the various bid items.
Unless a specific bid item has been included in the Proposal/Contract Document, resetting
existing hydrants shall be incidental to and included in the various bid items.
7-14.3(7) Remove and Salvage Hydrant
Section 7-14.3(7) is added as follows:
Existing hydrants shall be removed where shown in the Plans. Removed hydrants shall be
delivered to the District shops by the Contractor. The existing hydrant lateral tee shall be
removed from the main.
Unless a specific bid item has been included in the Proposal/Contract Document, resetting
existing hydrants shall be incidental to and included in the various bid items.
7-14 Hydrants
City of Renton 1-210 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
7-14.3(8) Abandoned Valves
Section 7-14.3(8) is added as follows:
All valves to be abandoned shall be abandoned in the closed position, unless shown
otherwise, by removing a minimum of the top twenty-four inches of the valve box and then
filling the bottom of the box with a minimum of 8-inches of sand. The remaining portion of
the valve box shall be filled with concrete having an f’c of at least 2000 psi.
Unless a specific bid item has been included in the Proposal/Contract Document,
Abandoned Valves shall be incidental to and included in the various bid items.
7-14.3(9) Water Main-Cut and Cap
Section 7-14.3(9) is added as follows:
The lateral must be cut within one-foot of the abandoned valve, or as shown on the plans,
and capped. The contactor shall cut the existing pipe where shown on the drawing and
install an approved ductile-iron cap complete with thrust block. Where a joint or coupling in
the existing pipe is uncovered at the cut and cap location, the installation of a plug may be
permitted with the project manager for the City of Renton Water system. A concrete thrust
block shall be installed at all cap and plug locations.
Unless a specific bid item has been included in the Proposal/Contract Document, Water
Main Cut and Cap shall be incidental to and included in the various bid items.
END OF SECTION 7-14
7-15 Service Connections
City of Renton 1-211 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
7-15 SERVICE CONNECTIONS
7-15.1 Description
(******)
Supplement this section as follows:
The Contractor shall mark anticipated locations of services in the field using paint or driven
nails a minimum of two (2) working days in advance of construction. Markings shall be
refreshed as necessary.
The existing water services shall remain in service at all times during construction. Soos
Creek Water and Sewer District utility customers shall remain in service at all times, unless
specified by District. The Contractor shall not disconnect any existing water services without
prior approval of District.
7-15.2 Materials
(******)
Supplement this section as follows:
New plastic service lines shall be SIDR-7 250 Poly Pipe, Hi-Mol, or approved equal and
shall conform to the Drawings, Standard Details and Sections 9-30.6 and 9-30.6(3)B of the
Standard Specifications. Connections from pipe to meter setters and corporation stops shall
be with grip joint couplings with stiffener inserts. Tracer wire shall be 14-gauge copper,
plastic-coated. All valves and fittings shall be cast from domestic water works brass
conforming to AWWA C800-89, as manufactured by Ford, Mueller, or approved equal.
7-15.3 Construction Requirements
(******)
Supplement this section as follows:
Mark anticipated service locations in advance of construction as specified above.
Construction shall be as described in the Bid item for ductile iron pipe in these
specifications. Services shall be 1-inch diameter unless called out otherwise on Drawings
and shall be continuous and un-spliced from the corporation stop to the meter setter with
sand bedding 6 inches all around. Services shall be tested with the main line. Any water
services that are broken during the construction of the water main shall be replaced,
unspliced, from the corporation stop to the meter setter.
Water services shall be installed at a location and elevation as determined by the District
or as indicated on the Plans.
The Contractor shall not backfill any service lines until all brass fittings associated with that
service line have been inspected and accepted by the District.
Service shall pass under storm sewer when required to maintain 3-foot minimum cover over
top of service. There shall be not less than a 6-inch cushion between the service and the
storm sewer.
7-15 Service Connections
City of Renton 1-212 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Expansion loops are to be held as flat as possible with no reverse grade. Water main
service saddle, corporation stop, and grip joint coupling with stiffener insert shall be located
at approximately 10° above spring line per the standard detail shown on the Drawings.
Tracer wire shall be installed with the service line and bare wire shall be attached to meter
setter and corporation stops.
Reconnection of service to property owner’s service shall be completed by The Contractor
after new main and services have been successfully tested, disinfected, and accepted by
District. The Contractor shall not disconnect any existing water services without prior
approval of District. The Contractor shall coordinate with OWNER for the movement of the
existing water meters..
The existing water services shall be left on the existing water main, until the new water main
has passed the pressure and purity tests. Once acceptable tests have been obtained, The
Contractor shall then switch the water services to the new main.
The Contractor shall remove that portion of the old water service including the angle stop to
a point approximately 2-feet outside new meter box but staying within the right of-way
unless otherwise directed by District. Care shall be exercised to ensure that the existing
service associated with each residence is transferred to the new service serving the same
residence.
The Contractor shall furnish and install any fittings required to connect the new services to
the existing private services.
The Contractor shall restore the surface around the new water service and meter box once
the new services have been connected. Surface restoration to include, but not be limited to,
topsoil, crushed rock, or other materials as exist in kind, and no extra payment shall be
made for this Work.
Existing meter boxes with radio antennas installed shall have the antennas and antenna
wiring protected at all times during construction. Any damage to the radio or wiring as a
result of Contractor’s construction operations will result in the Contractor being billed for a
new radio and the OWNER’S install rate, to be billed as a change order to the Contractor for
each damaged or destroyed radio or wiring. Radio antennas shall be reinstalled per the
Plans.
7-15.4 Measurement
(******)
Delete and replace this section as follows:
Water services shall be measured per each type of service actually installed. Each water
service shall include all pipe and fittings from the water main to and including the meter box.
"Near" side services shall include all services which extend to the edge of the right of way
nearest the new water main.
"Far" side services shall include all services which extend to the edge of the right of way on
the far side of the water main.
7-15 Service Connections
City of Renton 1-213 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
END OF SECTION 7-15
7-17 Sanitary Sewers
City of Renton 1-214 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
7-17 SANITARY SEWERS
7-17.2 Materials
(******)
Delete and replace this section as follows:
Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor
shall provide two copies of the pipe manufacturer’s technical literature and tables of
dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in
excess of those prescribed or having defects, which prevent adequate joint seal or any other
damage, shall be rejected. If requested by the Engineer, not less than three nor more than
five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as
specified for maximum dimensional tolerance of the respective pipe.
Materials shall meet the requirements of the following sections:
SDR 35 Sewer Pipe (ASTM D3034 & ASTM F679) Section 9-05.12(1)
Ductile Iron Sewer Pipe Section 9-05.13
C900 PVC Sewer Pipe (AWWA) Section 9-30.1(5)A
All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and
permanent under normal conditions of handling and storage.
Gravity sewers and services shall be constructed of PVC pipe conforming to Section 9-
05.12 of the Standard Specifications unless required otherwise by the District. PVC gravity
sewer main and PVC gravity sewer service pipe shall be considered flexible conduit. PVC
compound shall meet the requirements of ASTM D 1784 for Class 12454-B PVC. Ductile
iron pipe (class 52) may be used in lieu of PVC pipe provided the ductile iron pipe is lined
with epoxy, polyurethane, or SewperCoat as manufactured by Kerneos Aluminate
Technologies or approved equal. All linings shall be applied per the manufacturer's
recommendations.
A. Lined ductile iron pipe shall have the lining applied to all exposed interior surfaces per
the manufacturer's recommendations.
B. Polyurethane linings shall consist of polyisocyanate resin and polyol resin mixed at a 1:1
ratio at the time of the application and applied to a dry film thickness of 40 mils (0.040
inches). Coating thickness within the bell socket interior and on the spigot end of the pipe
exterior shall be 8 mils (0.008 inches) nominal with a maximum thickness of 10 mils (0.010
inches) in order to minimize potential dimensional assembly problems. Thicker coats may be
allowed provided final dimensions are within allowable tolerances after the coating. The
lining shall provide an ASTM D16 Type V system.
C. Sewpercoat is a calcium aluminate mortar made of fused calcium aluminate and calcium
aluminate aggregates. The lining shall be applied to a thickness of 125 mils (0.125 inches)
for 12-inch and smaller diameter pipes and 3/16 inches for pipes larger than 12 inches in
diameter. Cracks in the lining, other than closed hairline cracks and/or fine crazing are not
acceptable. A seal coat shall be applied to any Sewpercoat lining.
7-17 Sanitary Sewers
City of Renton 1-215 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
D. The exterior of all ductile iron pipes shall be coated with 1 mil (0.001 inches) of
bituminous paint according to ANSI/AWWA C151/A21.51.
E. Sewer Force Main pipe shall conform to the requirements of Section 17-7.2 Materials for
Ductile Iron pipe and shall be Class 52. Force Main Ductile Iron pipe shall be lined with
Protecto 401 or approved equal, and applied to a minimum dry film thickness of 40mils.
7-17.3 Construction Requirements
7-17.3(1) Protection of Existing Sewerage Facilities
(******)
Supplement this section as follows:
When extending an existing sewer, the downstream system shall be protected from
construction debris by placing a screen or trap in the first existing manhole downstream of
the connection. It shall be the Contractor's responsibility to maintain this screen or trap until
the new system is placed in service and then to remove it. Any construction debris, which
enters the existing downstream system, shall be removed by the Contractor at his expense,
and to the satisfaction of the Engineer. When the first manhole is set, its outlet shall be
plugged until acceptance by the Engineer.
7-17.3(1)A Temporary Sewer Bypass Systems
It shall be the Contractor's responsibility to maintain operation of the existing sewer systems
throughout the duration of the project without any interruption of sewer service. The
Contractor shall divert all flows around each segment of the pipe designated for
rehabilitation. This diversion shall consist of redirecting flow from an upstream manhole and
discharging it to a manhole downstream of the rehabilitation operation. This can be
accomplished via a combination of pumping and/or gravity flow. After the work is completed,
flow shall be returned to the sewer system. The area affected by the bypass operation shall
be fully restored.
Bypass pumping shall be scheduled for continuous operation. Back-up equipment shall be
on-site and available for periods of maintenance, refueling or failure of the primary bypass
pump(s) or diversion system. Bypass pumping shall be done in such a manner as not to
damage private or public property or create a nuisance or public menace. The bypass-
pumping pipe shall not block any driveways or intersections unless approved by the
Engineer. The sewage shall be pumped through a watertight hose or pipe that is adequately
protected from traffic. The discharge of raw sewage to private property, city streets,
sidewalks, storm sewer, or any location other than an approved sanitary sewer is prohibited.
The Contractor shall be liable for all cleanup, damages, and resultant fines should the
Contractor's operation cause any backups or overflows.
The Contractor's bypass operation shall be sized to handle, at a minimum, the full pipe
capacity in each subject line removed from service. If flow conditions are greater than full
pipe, the Contractor may elect to wait for flow conditions to subside prior to removing the
subject line from service. Working days will not be charged for the period of time during
which the flow is greater than full pipe. No additional payment will be made for periods of
high flows during which the Contractor elects to wait for lower flows. Once the Contractor
removes a section of line from service he/she is responsible to bypass any and all flow in
7-17 Sanitary Sewers
City of Renton 1-216 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
the system during construction, even in the event the system surcharges and exceeds the
full pipe capacity, until the line is returned to service.
All bypassing systems shall be approved by the Engineer. A plan for bypassing the existing
sewer system shall be submitted by the Contractor for review. The Contractor's plan for
bypass pumping shall be satisfactory to the Owner before the Contractor will be allowed to
commence bypass pumping. The sewage bypass pumping plan shall include an emergency
response plan to be followed in the event of a failure of the bypass pumping and a security
plan for continued operation and protection of the bypass system. The review of the
bypassing system and equipment by the Engineer shall in no way relieve the Contractor of
his responsibility and public liability.
The Contractor shall coordinate activities with impacted property owners. Property Owners
shall be notified that their side sewer will be out of service for a specified period of time, as
approved by the Engineer. Where there exist a situation where impacted properties cannot
be disconnected, plugged, or subjected to any other service interruption, i.e. hospitals, care
facilities, restaurants, etc., bypass pumping of the side sewer to the downstream sanitary
sewer system shall be required. The contractor shall verify whether a property is able to be
interrupted prior to bypassing operations.
7-17.3(2) Cleaning and Testing
(******)
Supplement this section as follows:
Gravity sewers and appurtenances shall be tested after backfilling by the low-pressure air
method in accordance with Section 7-17.3(2) of the Standard Specifications, except where
the ground water table is such that the District may require the infiltration test. Final
acceptance of the sewer main installation will be subject to the District's Resolution No.
1904-S, which allows a maximum ponding depth of 3/4-inch. In the event of conflicts
between the standards established in Resolution No. 1904-S and the standards specified in
Section 7-17.3(2) of the Standard Specifications, the standards of the Resolution will take
precedence.
7-17.3(2)H Television Inspection
(******)
Supplement this section as follows:
CCTV Inspection:
1. All newly installed and newly-rehabilitated (public and private) Sanitary Sewer and
Storm Drain main lines shall be inspected by means of remote CCTV. CCTV
inspections and reports shall be submitted to the City of Renton inspector assigned
to the project prior to receiving approval to install project curbs, gutters and/or
pavement.
2. The Contractor shall perform all CCTV inspections in accordance with the National
Association of Sewer Service Companies (NASSCO) Pipeline Assessment
Certification Program (PACP).
3. All CCTV operators shall have current NASSCO PACP certification.
7-17 Sanitary Sewers
City of Renton 1-217 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
4. CCTV inspections shall be recorded in a GraniteNet compatible format database
using the latest software version and submitted with electronic links between the
data and the video on an External HDD, DVD or Flash Drive.
5. All CCTV inspection reports shall be within +/- two (2) feet of the measured linear
footage between manholes along the existing pipeline centerline from the start of
pipe to end of pipe.
6. All Owner and PACP required header information must be fully and accurately
entered on all CCTV reports. Work not following these specifications will be rejected
and the Contractor shall be required to re-CCTV the work.
7. The documentation of the work shall consist of PACP CCTV Reports, PACP
database which will have a .MDB or .MDF file extension, logs, electronic reports, etc.
noting important features encountered during the inspection. The speed of travel
shall be slow enough to inspect each pipe joint, tee connection, structural
deterioration, infiltration and inflow sources, and deposits, but should not, at any
time, be faster than 30 feet per minute, except as noted otherwise in this document.
8. The camera must be centered in the pipe to provide accurate distance
measurements to provide locations of features in the sewer and these footage
measurements shall be displayed and documented on the video. All PACP
Observations shall be identified by audio and on a PACP log. All video must be
continuously metered from manhole to manhole. All video recording shall be
continuous from structure to structure with no “pausing” of the video recording during
each pipeline inspection. The pipe shall be cleaned prior to the CCTV inspection to
ensure all defects, features and observations are seen and logged.
9. Just prior to beginning the CCTV inspection, while the CCTV camera is in place and
recording, water (containing dye) shall be introduced into the upstream manhole of
each pipe segment until it is observed and recorded flowing past the camera’s field
of vision in its entirety.
10. The CCTV camera shall have a water-level measuring device (ball, cylinder, etc.)
attached that has ¼” markings to show the depth of water in the pipe during the
CCTV inspection.
11. All manholes shall be channeled and coated prior to CCTV inspection.
12. Per City of Renton specification 7-08.3(2)B, sewer and storm drain pipeline shall
have no more than ½” of ponding to be considered acceptable.
7-17.3(2)I Abandon Existing Sanitary Sewer Pipes
(******)
This is a new section as follows:
Where it is shown on the contract drawings, or where designated by the Engineer, existing
sanitary sewer pipes shall be abandoned in place. Pipe main and laterals greater than 12-
inches in diameter shall be abandoned by filling the pipe with a controlled density fill (CDF),
or approved equivalent, for the full length of the abandoned pipe. Care shall be used in
placing the fill within the pipe and that pipe condition is considered when placing material to
fill pipe completely and thoroughly without causing failure. Where the abandoned in place
pipe connects to an active existing manhole the pipe shall be filled flush with the pipe end or
flush with the inside wall of the existing manhole. For pipes less than 12-inches in diameter,
7-17 Sanitary Sewers
City of Renton 1-218 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
pipes shall be plugged for a distance of 2 diameters with commercial concrete as per
Section 7-08.3(4).
The mix design and method of installation shall be provided to the Project Engineer at least
three (3) days prior to planning construction and approved by the Engineer prior to
beginning the operation (See Section 9-03.22 for Controlled Density Fill requirements).
END OF SECTION 7-17
7-18 Side Sewers
City of Renton 1-219 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
7-18 SIDE SEWERS
7-18.2 Materials
(******)
Supplement this section with the following:
Material of side sewers shall match that of the sewer main unless otherwise shown on the
Plans or directed by the Engineer.
7-18.3(5) End Pipe Marker
(******)
Delete and replace this section as follows:
The location of side sewers at the property line shall be indicated by the presence of a
surface cleanout installed per the associated City of Renton Standard Plan. The Contractor
shall survey and provide in the as-built drawings the location of all side sewer cleanouts, or
if no cleanout is shown in the Plans, the location of the tie-in to the existing side sewer.
END OF SECTION 7-18
7-19 Sewer Cleanouts
City of Renton 1-220 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
7-19 SEWER CLEANOUTS
7-19.3 Construction Requirements
(******)
Delete and replace this section as follows:
Sewer cleanouts shall be installed per the associated City of Renton Standard Plan(s).
7-19.4 Measurement
(******)
Delete and replace this section as follows:
Sewer cleanouts that are installed on sewer main lines will be measured per each.
Sewer cleanouts that are installed on side sewers shall be considered incidental to the side
sewer pipe.
END OF SECTION 7-19
END DIVISION 7
DIVISION 8 MISCELLANEOUS CONSTRUCTION
City of Renton 1-221 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
8-02 ROADSIDE RESTORATION
8-02.3 Construction Requirements
8-02.3(4)A Topsoil Type A
(******)
Supplement this section as follows:
The contractor shall provide a material submittal for topsoil prior to use.
8-02.3(11)B Bark or Wood Chip Mulch
(******)
Supplement this section as follows:
Bark or wood chip mulch shall not be placed in areas of standing or flowing water.
8-02.3(17) Lawn Installation
(******)
This is a new section as follows:
8-02.3(17)A Qualifications of Workmen
Provide at least one person who shall be present at all times during execution of the Work
and who shall be thoroughly familiar with the type of materials being installed and the best
methods for their installation and who shall direct all work performed under this section.
8-02.3(17)B Submittals
8-02.3(17)B1 Certification of Material
Include seed mix percentages, purity, germination rates, weed experience, and date tested
for the preceding. Include complete data on source, size and quality.
Supply on-site 12” x 12” sample of each sod specified for inspection and approval in
advance by the City.
Supply Grower’s written recommendations for fertilizer type, rate of application, and
frequency.
All certificates required by law shall accompany shipments.
Upon completion of the installation and prior to final inspection, deliver all certificates to the
Engineer.
8-02.3(17)B2 Manufacturer’s Certificates of Conformance
Supply for Certificates of Conformance for fertilizer being used for the project.
8-02.3(17)B3 Schedule for Installation
The Contractor shall coordinate all work with the City and submit a watering plan for the
Establishment Period.
8-02 Roadside Restoration
City of Renton 1-222 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
8-02.3(17)C Product Handling
Deliver all items to the site in their original containers, with all labels intact and legible, at the
time of the City’s inspection. Coordinate delivery and installation of sod to ensure sod is
installed immediately upon delivery.
Use all means necessary to protect new lawn areas before, during, and after installation and
to protect the installed work and materials of all other trades.
In the event of damage or rejection, immediately make all repairs and replacements
necessary for the approval of the Inspector and at no additional cost to the City.
8-02.3(17)D Site Information
If sod is stored onsite, preserve and protect all sod on site prior to and during installation.
Protect from wind, drought, unusual weather and vandalism. Store all sod on site within
limits of work.
Protect adjacent property, public walks, curbs and pavement from damage. Do not block
public access routes with plant material.
8-02.3(17)E Sod
The Contractor shall provide sod to all new lawn areas and to those lawn areas requiring
restoration from the Contractor’s operations. Sod shall conform to section 9-14.6(8) as
shown in the Special Provisions.
8-02.3(17)E1 Other Materials
All other materials not specifically described but required for a complete and proper planting
installation, shall be selected by the Contractor subject to the approval of the Engineer.
8-02.3(17)F Execution
Prior to all work of this section, carefully inspect the installed work of all other trades and
verify that all such work is complete to the point where this installation may properly
commence. Verify that lawn installation may be completed in accordance with the original
design and the referenced standards. In the event of discrepancy, immediately notify the
Engineer for specific instructions.
8-02.3(17)F1 Installation Preparation
Prepare subgrade in all lawn areas by scarifying to a 8” minimum depth and removing rocks
and debris over 1” in diameter. Subgrade soils should be free-draining and without any
impervious soils or other materials harmful to plant growth. Notify the Inspector of any
subgrade conditions deleterious to plant growth.
Spread topsoil to a minimum depth of 6” after settlement in all lawn areas.
Thoroughly rototill topsoil to a minimum depth of 6 inches.
Fine grade per Contract Specifications in turf areas as indicated on drawings. Rake entire
surface to conform to site grading. Grade edges to 1” below adjacent paved surfaces to
provide a smooth transition. Roll as necessary to firm grade to satisfaction of the Inspector.
Apply fertilizer to the prepared lawn areas at rates recommended by sod grower and lightly
rake to incorporate into the soil.
8-02 Roadside Restoration
City of Renton 1-223 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
8-02.3(17)F2 Sod Installation
Moisten sod bed and roll lightly for compaction.
Lay sod strips per supplier’s instructions. Tightly butt joints, trim edges to conform to smooth
curves and straight lines of pavement. Sod is to be flush with paved surfaces after
settlement. Avoid gaps and overlaps and stagger sod joints in a brick-like fashion.
Remove any bumps, undulations, or low-high spots with a light rolling.
Water daily for a minimum of two weeks to prevent dehydration.
Protect all turf areas by erecting temporary fences, barriers, signs, etc. as necessary to
prevent trampling.
Do not work in, over, or adjacent to planting areas without proper protection and safeguards.
8-02.3(16)G Lawn Establishment and Final Acceptance
The Contractor shall maintain all new lawn areas in this project; shall be responsible for the
survival of turf in acceptable condition and shall maintain all new lawn areas in a neat and
orderly fashion until Final Acceptance of the project by the City. The period for Final
Acceptance shall be no sooner than the second mowing. The Contractor will be held
responsible for all damage or loss caused by his inattention or carelessness. The Contractor
shall repair damage caused by traffic, vandalism, weather or other outside causes.
8-02.3(16)G1 Establishment Period
The Establishment Period will commence on the date of Preliminary Acceptance and will
extend to Substantial Completion or Final Acceptance by the City of landscape work,
whichever is later. Maintenance during this period will include:
1. Watering: Water areas of new turf so they receive adequate water for survival of the
plant in a healthy position.
2. Lawns shall be fertilized every six weeks from March through September per
Grower’s written recommendations. Lawns shall be maintained weed-free.
3. Lawns are to be mowed weekly or as needed to maintain a neat appearance. All
grass clippings shall be removed from the site. Maximum height of lawn shall not
exceed three inches.
4. Protect all lawn areas against damage, including erosion and trespassing, by
providing and maintaining proper safeguards.
5. Debris Control: Debris control shall be accomplished in all landscaped lawn areas on
a regular basis, at least weekly or more often where necessary. This will include leaf
fall control in Fall period. Policing for paper and litter in all areas shall be conducted
at least weekly. During the Fall period leaves, windblown into gutters and catch
basins, are considered as litter and shall be removed as debris.
8-02.3(16)G2 Guarantee
All new turf areas shall be guaranteed by the Contractor to be in a healthy condition for a
period of one year from the date of Final Acceptance.
8-02 Roadside Restoration
City of Renton 1-224 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
8-02.3(16)G3 Final Acceptance
Acceptance of lawn planting as specified shall be based on a uniform stand of grass and a
uniform grade at the time of final inspection.
Final inspection of the work of the Section will be made at the time of the Final Inspection of
the entire project or earlier, if approved by the Engineer. A final punch list will be issued.
Final Acceptance of the new turf areas which are the responsibility of the Contractor will be
contingent upon Final Acceptance of the entire project or at the determination of the City if
earlier than Final Acceptance of the entire project.
END OF SECTION 8-02
8-04 CURBS, GUTTERS AND SPILLWAYS
City of Renton 1-225 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
8-04 Curbs, Gutters, and Spillways
8-04.3 Construction Requirements
8-04.3(1)C Mountable Cement Conc. Traffic Curb
(******)
This is a new section as follows:
The Mountable Cement Conc. Traffic Curb shall be constructed following the City Standard Plan
H015 for Traffic Circles as provided in the Plans.
8-04.5 Payment
Supplement this section as follows:
The unit Contract price per linear foot for “Mountable Cement Conc. Traffic Curb” shall be full
payment for all costs for the specified Work including, but not limited to rebar, dowels, and lane
markers as shown in the Plans and City Standard Plan.
END OF SECTION 8-04
8-05 Pre- and Post- Construction Photographs and Video Inspection
City of Renton 1-226 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
8-05 PRE- AND POST- CONSTRUCTION PHOTOGRAPHS AND VIDEO
INSPECTION
(******)
This is a new section as follows:
8-05.1 Materials
The photographs shall be in digital .pdf, .png., or .jpeg format labeled by approximate site
address. Video files shall be in .mp4 or .avi formats labeled with the appropriate site
address, street name, or another identifiable descriptor approved by the Engineer. The
Contractor shall provide one USB thumb drive or flash drive to the Engineer with the entire
catalog of pre-construction and post-construction photographs and videos.
8-05.2 Construction Requirements
Before commencing any construction work, the Contractor shall provide photographs of pre-
existing conditions of the area that will be disturbed during construction operations to the
Engineer. These photos will help document the condition of existing conditions and
landscaping and help determine the level of restoration required. Photographs shall be
obtained as follows:
In easements, streams, steep slopes, landscaped areas and other off of right-of-way
locations: 10-foot intervals.
In the paved right-of-way, paved driveways and parking lots 10-foot intervals.
Near buildings, document the exterior condition including any signs of distress such
as cracks, spalling, settlement, flooding, leaking, etc.
Interior walls, columns, and beams of buildings less than 20-ft from the edge of the
excavation, including any signs of distress such as cracks, spalling, settlement,
flooding, leaking, etc. Coordinate access with the City and Property Owner.
Additional locations as necessary to fully document site conditions and to satisfy
permitting requirements.
Any other location as directed by the Engineer.
Following construction, the Contractor shall take photographs of post-construction
conditions in the same manner.
Prior to commencing any construction work, the Contractor shall walk the property with the
Engineer taking continuous video of pre-existing conditions.
Locations to be videoed include, but are not limited to:
Critical areas
Vegetative areas
Streets within the project impact area:
Known easements
Work zones on private property
Any other location as directed by the Engineer.
8-05 Pre- and Post- Construction Photographs and Video Inspection
City of Renton 1-227 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Following construction, the Contractor shall provide post-construction video inspection of the
same locations surveyed prior to construction.
END OF SECTION 8-05
8-13 Monument Cases
City of Renton 1-228 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
8-13 MONUMENT CASES
8-13.3 Construction Requirements
(******)
Revise paragraphs 4 in this section as follows:
The monument will be furnished and set by the Contractor supplied Surveyor.
(******)
Supplement this section as follows:
When existing monuments will be impacted by a project, the Contractor shall be responsible
for assuring that a registered surveyor references the existing monuments prior to
construction. After construction is complete, the monuments shall be re-established by the
Surveyor in accordance with RCW 58.09.130.
END OF SECTION 8-13
8-14 Cement Concrete Sidewalks
City of Renton 1-229 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
8-14 CEMENT CONCRETE SIDEWALKS
8-14.2 Materials
(******)
Supplement this section as follows:
The Contractor shall use one of the detectable warning surface products listed in the
WSDOT Qualified Products List. The detectable warning surface shall have the truncated
dome shape shown in WSDOT Standard Plan F-45.10. The detectable warning shall be
dark red/colonial red and shall match SAE AMS Standard 595, color number 20109.
8-14.3 Construction Requirements
(******)
Supplement this section as follows:
The Contractor shall request a pre-meeting with the Engineer to be held 2 to 5 working days
before any work can start on cement concrete sidewalks, curb ramps or other pedestrian
access routes to discuss construction requirements. Those attending shall include:
1. The Prime Contractor and Subcontractor in charge of constructing forms, and
placing, and finishing the cement concrete.
2. Project Engineer (or representative) and Project Inspectors for the cement concrete
sidewalk, curb ramp or pedestrian access route Work.
Items to be discussed in this meeting shall include, at a minimum, the following:
1. Slopes shown on the Plans.
3. Inspection
4. Traffic control
5. Pedestrian control, access routes and delineation
6. Accommodating utilities
7. Form work
8. Installation of detectable warning surfaces
8-14.3(4) Curing
(******)
Delete and replace this section as follows:
The curing materials and procedures outlined in Section 5-05.3(13) of the Standard
Specifications shall prevail, except that white pigmented curing compound shall not be used
on sidewalks. The curing agent shall be applied immediately after brushing and be
maintained for a period of 5 days.
The Contractor shall have readily available sufficient protective covering, such as waterproof
paper or plastic membrane, to cover the pour of an entire day in the event of rain or other
unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall
be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may
specify.
8-14 Cement Concrete Sidewalks
City of Renton 1-230 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the
newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or
unsightly concrete shall be removed and replaced at the expense of the Contractor.
END OF SECTION 8-14
8-21 Permanent Signing
City of Renton 1-231 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
8-21 PERMANENT SIGNING
8-21.2 Materials
Section 8-21.2 is supplemented with the following:
(******)
Materials shall meet the requirements of the following sections as applicable unless noted:
Painting 6-07
Permanent Signing 8-21
Signing Materials and Fabrication 9-28
Lettering and border graphics shall be white, non-reflective, in an opaque, white 2-mil cast vinyl
adhesive graphic film with matte finish, clear, removable, pressure-sensitive adhesive (solvent
acrylic) for exterior signage application and have a life performance of (7) years durability, UV
resistant, chemical and moisture resistant.
Sign Name Signs shall have 2-mil cast vinyl adhesive graphic film with matte finish, clear,
removable, pressure-sensitive adhesive (solvent acrylic) for exterior signage application and
have a life performance of (7) years durability, UV resistant, chemical and moisture resistant,
applicable for color printing application.
Aluminum sheet shall conform to ASTM B209M – 07 Standard Specification for Aluminum and
Aluminum Alloy Sheet and Plate.
Fasteners to secure sign plates into places shall be Type 316 stainless steel. Zinc-plated
fasteners with coating complying with ASTM B 633, Class FE/ZN 5.
Custom colored digitally printed logo shall have coefficient of retroreflection varying between
that of the base sheeting as given in Table B, and zero (opaque) depending on the hue and
saturation (or chromaticity and lightness) of the custom color.
Conformance to standard chromaticity and luminance factor requirements shall be in
accordance with ASTM E1164.
Conformance to coefficient of retroreflection requirements shall be in accordance with ASTM
E810 “Test Method for Coefficient of Retroreflection of Retroreflective Sheeting”.
Minimum percentage of retroflection retained after 8 years shall be minimum of 70%.
Adhesive and film properties shall be applied to test panels and conditioned in accordance with
ASTM D4956 and test methods and conditions shall conform to ASTM D4956.
The following properties shall conform to the requirements in ASTM D4956:
1. Adhesion
2. Outdoor weathering - retained coefficient of retroreflection- colorfastness
3. Shrinkage
2. Flexibility
3. Liner removal
4. Impact resistance
Gloss test method shall be in accordance with ASTM D523. Rating shall not be less than 50.
Optical stability of the sheeting shall retain a minimum of 85% and a maximum of 115% of the
original coefficient of retroreflection.
8-21 Permanent Signing
City of Renton 1-232 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Street Name Signs on signal mast arms shall be provided with a warranty for signs made with
custom colors. The areas of the signs featuring custom colors shall be warrantied against
excessive fading, discoloring, cracking, crazing, peeling, blistering and loss of reflectivity such
that signs become visually unsuitable for their intended purpose for a period of eight years.
8-21.3 Construction Requirements
(******)
Section 8-21.3 is supplemented with the following:
Surface of street name sign plate shall be prepared by sheeting manufacturer’s
recommendations.
Vinyl adhesive graphic film shall be positioned at zero degree application angle at +4°C
minimum (air and substrate) per manufacturer’s recommendation.
Sign Code Numbers indicated on the Plans are in reference to the Washington State
Department of Transportation Sign Fabrication Manual and the Manual on Uniform Traffic
Control Devices (MUTCD).
Upon completion of the project, the Contractor shall reset all signs that have been disturbed or
removed during the construction in their permanent location to the satisfaction of the City.
Relocated signs noted on the Plans shall be installed on new metal posts. Location for relocated
signed shall be confirmed with City inspector. Existing concrete at the base of signpost shall be
removed prior to installation in new concrete.
All costs associated with resetting, relocation and removal & replacement of existing signs shall
be included in the lump sum “Permanent Signing”. Any sign that is relocated or reinstalled shall
be bought up to current City Of Renton Standard.
The Contractor shall coordinate with King County Metro for the removal and relocation of all bus
stop signs within the project area. Any damage due to the Contractor’s negligence before the
end of the project shall be replaced by the Contractor with no additional compensation allowed.
Any damage due to the Contractor’s negligence before the end of the project shall be replaced
by the Contractor with no additional compensation allowed.
The Contractor shall request from the Engineer electronic graphic files prior to street name sign
samples approval. The Contractor shall provide graphic artwork, catalog cut sheet and a full
scale sample of all street name signs mounted on signal mast arms for Engineer’s approval,
prior to manufacturing.
The Contractor shall provide three (3) copies of shop drawings for fabrication, fastening
locations, and installation of all street name sign types prior to fabrication, for Engineer’s
approval.
END OF SECTION 8-21
8-22 Pavement Marking
City of Renton 1-233 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
8-22 PAVEMENT MARKING
8-22.1 Description
(******)
Section 8-22.1 is supplemented with the following:
Crosswalk Stripe
A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk
stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the
center of lanes. See Renton Standard Plans 127 and 128.
Skip Center Line
A BROKEN YELLOW line 4 inches wide. The broken or “skip” pattern shall be based on a
24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as
centerline delineation on two-lane or three-lane, two-way highways. See Renton Standard
Plan 109.
Double Yellow Center Line
Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double
yellow center stripe is used as centerline delineation on multilane, two-way highways and for
channelization. See Renton Standard Plan 109.
Approach Line
A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from
through movements, to separate high occupancy vehicle lanes from general-purpose lanes,
for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45-
degree angle and 10 feet apart. See Renton Standard Plan 109.
Lane Line
A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the
same direction. The broken or “skip” pattern shall be based on a 24-foot unit consisting of a
9-foot line and a 15-foot gap. See Renton Standard Plan 109.
Two Way Left Turn Line
A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide,
separated by a 4-inch space. The broken or “skip” pattern shall be based on a 24-foot unit
consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right of
the broken line in the direction of travel. See Renton Standard Plan 109.
Stop Line
A SOLID WHITE line 16 inches wide, See Renton Standard Plan 128.
Where existing markings will remain immediately adjacent to new markings of the same
type, verify the existing markings match the standards described herein. If the existing
markings are not standard notify the Engineer for a determination of how the new marking
shall be made.
8-22 Pavement Marking
City of Renton 1-234 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Pavement markings shall conform to the following WSDOT Standard Plans and City of
Renton Standard Plans:
COR 109 PAVEMENT MARKING NOTES
COR 127 MID-BLOCK CROSSWALK AND STOP BAR PAVEMENT MARKINGS
COR 128 INTERSECTION CROSSWALK AND STOP BAR PAVEMENT
MARKINGS
M-3.10-04 LEFT TURN CHANNELIZATION
M-3.20-03 LEFT-TURN CHANNELIZATION REDUCED TAPERS
M-3.30-04 LEFT-TURN CHANNELIZATION TEE INTERSECTION AND BACK-TO-
BACK TURN LANES
M-3.40-04 TWO-WAY LEFT-TURN AND MEDIAN CHANNELIZATION
M-3.50-03 DOUBLE LEFT TURN CHANNELIZATION
M-5.10-03 RIGHT TURN CHANNELIZATION
M-9.50-02 BICYCLE LANE SYMBOL LAYOUT
M-9.60-00 SHARED - USE PATH MARKINGS
M-11.10-03 RAILROAD CROSSING LAYOUT
M-12.10-02 ROUNDABOUT PAVEMENT MARKINGS
M-20.10-03 LONGITUDINAL MARKING PATTERNS
M-20.20-02 PROFILED AND EMBOSSED PLASTIC LINES
M-24.20-02 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR HIGH-SPEED
ROADWAYS
M-24.40-02 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR LOW-SPEED
ROADWAYS
M-24.60-04 SYMBOL MARKINGS MISCELLANEOUS
8-22.2 Materials
The third sentence Section 8-22.2 is deleted and replaced with the following:
(*****)
Glass beads for Type A plastic shall be as recommended by the manufacturer.
Section 8-22.2 is supplemented with the following:
(*****)
Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section 9-
34.4.
8-22.3 Construction Requirements
Section 8-22.3 is supplemented with the following:
Contractor shall notify the Engineer and request approval of the pre-mark channelization at
least 48 hours prior to placement of pavement markings.
Pavement symbols, crosswalk markings, and stop bars shall not consist of hydrocarbon
thermoplastic, unless otherwise approved by the City. Thermoplastic shall contain 3M 50/50
wet/dry elements. If installed on concrete, pavement symbols, crosswalk markings, and stop
bars shall be 3M Stamark All Weather Tape 380AW Series, or approved equal.
8-22 Pavement Marking
City of Renton 1-235 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Temperature needs to be above 40 degrees and dry for a minimum of 48 hours before any
markings can be applied.
8-22.3(3)E Installation
Section 8-22.3(3)E is modified as follows:
When applying paint, Type A or Type C material, ensure that both the pavement surface and
the air temperature at the time of application are not less than 50°F and rising. When applying
Type B or Type D material, ensure that both the pavement surface and the air temperature at
the time of application are not less than 50°F and rising.
Section 8-22.3(3)E is supplemented with the following:
Profiled Type D lines shall be installed per WSDOT Standard Plan M-20.20-01.
8-22.3(3)G Glass Beads
Section 8-22.3(3)G is supplemented with the following:
Glass beads shall be applied to Type D markings at a rate of eight (8) to ten (10) pounds per
one hundred square feet.
Bonded core elements shall be applied to Type D markings at a rate of ten (10) grams per four
(4) inch wide by one (1) linear foot of marking.
8-22.3(3)H Speed Cushion Chevron
This is a new section:
Speed cushion chevrons shall be Type B plastic and shall be constructed in accordance with
the Contract Documents.
8-22.3(3) Marking Application
Section 8-22.3(3) is supplemented with the following:
Paint applied over an existing paint marking shall require a single application meeting the
requirements for the second coat of paint.
8-22.3(5) Installation Instructions
(******)
Section 8-22.3(5) is revised as follows:
A manufacturer’s technical representative need not be present at the initial material
installation to approve the installation procedure.
8-22.3(6) Removing Pavement Markings
(******)
Section 8-22.3(6) is supplemented with the following:
8-22 Pavement Marking
City of Renton 1-236 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Existing pavement markings within the construction limits, including stop bars, traffic arrows,
lane markers, and raised pavement markers shall be removed prior to overlaying the
roadway surface.
All conflicting channelization shall be removed as necessary by sand blasting to install
temporary pavement markings or after the final channelization has been installed.
Removal of existing pavement markings shall be conducted using such methods to prevent
damage to the remaining pavement. The use of chemicals that may be harmful to the
pavement will not be allowed. Damaged pavement shall be replaced at the Contractor’s
cost.
END OF SECTION 8-22
8-23 Temporary Pavement Markings
City of Renton 1-237 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
8-23 TEMPORARY PAVEMENT MARKINGS
8-23.3 Construction Requirements
(******)
Section 8-23.3(2) is supplemented with the following:
The Contractor shall perform preliminary layout work to the satisfaction of the Engineer prior to
installation of temporary pavement markings. After approval of permanent lane markings, the
Contractor shall remove the temporary lane markings to the satisfaction of the Engineer.
The Contractor shall install and remove approved 4 inch wide reflective traffic tape for
temporary pavement markings as specified in the Plans, these Special Provisions, or as
directed by the Engineer.
Replace Section 8-23.3(4)A with the following:
Temporary pavement markings – short duration shall be in accordance with the Standard Plans
and meet the following requirements:
Temporary Center Line and Lane Line – Appropriately colored BROKEN yellow 4-inch-wide
reflective traffic tape shall be installed with a skip pattern based on a 10-foot unit consisting of a
1-foot line of tape and a 9-foot gap, unless otherwise specified on the Plans or in the Special
Provisions.
Temporary Edge Line – A SOLID continuous line shall be used on the edges of Traveled Way,
including bike lane lines.
Temporary Miscellaneous Pavement Markings – A solid symbol or linear marking for traffic
arrows, HOV lane symbols, and other markings made with white paint or tape. Symbols should
mimic those shown in the Standard Plans.
Reflective traffic tape markings shall generally follow the alignment for the permanent pavement
markings and double lines shall be used when specified for the permanent pavement markings.
Reflective tape shall not be used when the temporary pavement markings are to be exposed to
traffic for more than two weeks without the written approval of the Engineer.
Paint lines shall be provided for temporary pavement marking conditions not applicable for
reflective tape.
END OF SECTION 8-23
END DIVISION 8
DIVISION 9 MATERIALS
City of Renton 1-238 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
9-03 AGGREGATES
9-03.8 Aggregates for Concrete
9-03.8(7) HMA Tolerances and Adjustments
(******)
Revise item 1 in this section as follows:
1. Job Mix Formula Tolerances and Specification Limits – The constituents of the HMA
mixture at the time of acceptance shall conform to the following tolerances and
specification limits:
Job Mix Formula Aggregate Tolerance Limits
Aggregate, Percent
Passing
Statistical
Evaluation
Non-Statistical
Evaluation Visual Evaluation
1”, ¾”, ½”, and ⅜”
sieves ± 6% ± 6% ±8%
U.S. No. 4 sieve ± 5% ± 6% ±8%
U.S. No. 8 sieve ± 4% ± 6% ±8%
U.S. No. 200 sieve ± 2% ± 2% ±3%
Voids in Mineral Aggregate (VMA) Tolerance Limit from the Minimum VMA Value
in Section 9-03.8(2) HMA Test Requirements
Statistical Evaluation
HMA Class
⅜ inch ½ inch ¾ inch 1 inch
-0.5% -0.5% -0.5% -0.5%
Nonstatistical Evaluation: 1.5% below minimum value in 9-03.8(2) where non-
statistical and statistical are synonymous for test requirements
Specification Limits
HMA Mix Property Statistical
Evaluation
Non-Statistical
Evaluation Visual Evaluation
Asphalt Binder -0.4% to +0.5% ±0.5% ±0.7%
Air Voids, Va 2.5% minimum and 5.5% maximum
These tolerance and specification limits constitute the allowable limits as described in
Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control
points, except the tolerance limits for sieves designated as 100 percent passing will be 99-
100.
9-03.22 Cement-based Grout for Abandoning Existing Utilities (Additional Section)
(******)
Section 9-03.22 is a new section:
The Contractor shall submit a mix proposal that has flow characteristics appropriate for filling
a utility pipeline. The mix proposal for “Cement-base Grout for Abandoning Existing Utilities”
shall be approved by the Engineer prior to commencing work on this item.
9-03 Aggregates
City of Renton 1-239 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Cement-based Grout for Abandoning Existing Utilities shall be equal to a 1-sack mix and the
materials shall conform to the following:
• Cement: This material shall be Portland cement as specified in section 9-01.
• Aggregate: This material shall meet the requirements for fine aggregate as specified
in section 9-03.1.
• Water: Water shall conform to the provisions of Section 9-25.1.
• Minimum Strength: 100 psi
END OF SECTION 9-03
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-240 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
9-05.4 Steel Culvert Pipe and Pipe Arch
(******)
Revise this section as follows:
Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M36, Type I and
Type II. Zinc coated steel shall meet the material requirements of AASHTO M218 (ASTM
A929). Aluminum coated steel shall meet the material requirements of AASHTO M274
(ASTM A929) and shall be asphalt treatment coated.
9-05.7 Concrete Storm Sewer Pipe
9-05.7(2) Reinforced Concrete Storm Sewer Pipe
(******)
Delete and replace this section as follows:
Reinforced Concrete storm sewer pipe shall conform to the requirements of ASTM C-76 and
shall be Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type
II in conformance with ASTM C150. No admixture shall be used unless otherwise specified.
9-05.7(2)A Basis for Acceptance
(******)
Supplement this section as follows:
All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in accordance
with ASTM C76; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM
C361 or AWWA C302 except test pressure shall be 5 psi.
9-05.7(3) Concrete Storm Sewer Pipe Joints
(******)
Delete and replace this section as follows:
Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully
retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber
gasket material shall be neoprene.
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints
(******)
Supplement this section as follows:
Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM
C361 or AWWA C302 except test pressure shall be 5 psi.
9-05.9 Steel Spiral Rib Storm Sewer Pipe
(******)
Delete and replace this section as follows:
The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's
Certificate of Compliance stating that the materials furnished comply in all respects with
these Specifications. The Engineer may require additional information or tests to be
performed by the Contractor at no expense to the City.
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-241 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib
pipe shall be fabricated either by using a continuous helical lock seam or a continuous
helical welded seam paralleling the rib.
Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or
galvanized) corrugated steel and inspected in conformance with Section 9-05.4. The size,
coating, and metal shall be as shown in the Plans or in the Specifications.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall
and shall be fabricated from a single thickness of material. The ribs shall be essentially
rectangular and shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8
inch (measured outside to outside) and a minimum of 0.95 inch high (measured as the
minimum vertical distance from the outside of pipe wall immediately adjacent to the
lockseam or stiffener to the top surface of rib). The maximum spacing of the ribs shall be
11.75 inches center to center (measured normal to the direction of the ribs). The radius of
bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch and a maximum
of 0.17 inch. If the sheet between adjacent ribs does not contain a lockseam, a stiffener
shall be included midway between ribs, having a nominal radius of 0.25 inch and a minimum
height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can
be effectively jointed with coupling bands.
When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved.
The bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9-
05.4(3) and 9-05.4(4).
For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the
smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall
be .375 inch + 1/8 inch wide (measured outside to outside) and a minimum of .4375 inch
high (measured as the minimum vertical distance of ribs shall be 4.80 inches center to
center (measured normal to the direction of the ribs). The radius of bend of the metal at the
corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent.
9-05.12(3) CPEP Sewer Pipe
(******)
This is a new section as follows:
CPEP - Smooth interior pipe and fittings shall be manufactured from high density
polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or
5, Grade P33 or P34, Class C per ASTM D1248. In addition, the pipe shall comply with all
material and stiffness requirements of AASHTO M294.
9-05.13 Ductile Iron Sewer Pipe
9-05.13(1) Ductile Iron Pipe Casing
Zinc coated ductile iron pipe for pipe casing shall be Class 50, coated with 200 g/m2 pure
metallic zinc coating in accordance with ISO 8179-1, with a standard asphaltic topcoat in
accordance with AWWA C-151. Pipe shall be marked with the word ‘zinc’ in addition to the
markings required by AWWA C-151. Scratches in the coating that occur during shipping or
installation shall be repaired with a zinc-rich touch-up paint in accordance with ISO 8179 as
directed by the engineer.
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-242 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
9-05.20 Corrugated Polyethylene Storm Sewer Pipe (CPEP)
(******)
Delete and replace this section as follows:
9-05.20(1) Description
Corrugated Polyethylene Pipe (CPEP) shall be corrugated high-density polyethylene pipe
with smooth internal wall manufactured by Advanced Drainage Systems (ADS), or approved
equivalent. CPEP shall be in conformance with the latest version of ASTM F 667 or
AASHTO M 294, Type S.
Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings shall
conform to ASTM F1536 or ASTM D3212. Fittings shall be manufactured by Nyloplast USA,
Inc., or approved equivalent.
Pipe and fittings shall be installed per the manufacturer's recommendations. Lubricate
gasket and fitting socket with manufacturer-approved lubricant prior to pushing pipe into
fitting.
9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and
Polypropylene Sanitary Sewer Pipe
(******)
Supplement this section as follows:
9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe
Polypropylene culvert and storm sewer pipe shall conform to the following requirements:
For dual wall pipe sizes 12 inches to 60 inches: ASTM F2881.
Fittings shall be factory welded, injection molded or PVC.
9-05.50 Precast Concrete Drainage Structures
9-05.50(2) Manholes
(******)
Supplement this section as follows:
Pre-approved details meeting the requirements of the City or WSDOT may be used for this
project without submitting calculations indicating compliance with the design criteria. The
Contractor shall provide shop drawings detailing the product and specifying the pre-
approved detail(s) to be used and their locations along with supporting documentation.
In instances where pre-approved details are not available, calculations shall be submitted
together with the Shop Drawings. Calculations shall show all dimensions, location and type
of lifting inserts, details of reinforcement, connection embeds, joints, covers, or hatches,
ladders and grating in accordance with the Contract requirements. Calculations shall clearly
list the design criteria used by the manufacturer and indicate the loads imposed on the
structure, including magnitude, direction, and location. Calculations shall be stamped by a
registered Structural Engineer in the State of Washington.
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-243 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
9-05.51 Dense Foam
(******)
This is a new section as follows:
Dense foam shall be Ethafoam HS 600 high density, polyethylene foam, as manufactured
by Dow Chemical Company, or approved equivalent.
END OF SECTION 9-05
9-08 Paints and Related Materials
City of Renton 1-244 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
9-08 PAINTS AND RELATED MATERIALS
9-08.9 Manhole Coating System Products
(******)
This is a new section as follows:
9-08.9(1) Coating Systems Specification
High Solids Urethane
Coating System: C1
Coating Material: High Solids Urethane
Surfaces: Concrete
Surface
Preparation:
In accordance with SSPC SP-7 (Sweep or brush off blast)
Application: Shop/Field: The drying time between coats shall not exceed 24
hours in any case
System Thickness: 3.0-4.0 mils dry film
Coatings: Primer: One coat of Wasser MC-Aroshield high solids urethane
(1.5-2.0 DFT)
Finish: One coat of Wasser MC-Aroshield (1.5-2 DFT)
Color: White
END OF SECTION 9-08
9-14 Erosion Control and Roadside Planting
City of Renton 1-245 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
9-14 EROSION CONTROL AND ROADSIDE PLANTING
9-14.2 Topsoil
9-14.2(1) Topsoil Type A
(******)
Section 9-14.2(1) is supplemented as follows:
Topsoil Type A shall meet the following requirements:
1. Cation exchange capacity (CEC) of Topsoil Type A shall be a minimum of 10
milliequivalents CEC/100 g dry soil (U.S. EPA Method 9081).
2. Organic content greater than 10-percent but less than 15-percent as measured on a
dry weight basis using AASHTO T 267 Determination of Organic Content in Soils by
Loss on Ignition.
3. pH shall be between 6.0 and 7.5.
4. Soluble salt contents shall be less than 3.0 hos/com.
5. Conductivity shall be less than 3 mmhs/cm.
Topsoil Type A shall be 50-percent to 65-percent Sandy Loam and 50-percent to 35-percent
Fine Compost by volume. Sandy Loam shall be as defined by the US Department of
Agriculture Soil Classification System, meeting the requirements of Table 1; and be free of
phyto-toxic materials, and viable seeds, rhizomes or roots of State-listed noxious weeds.
Table 1. Particle Size Analysis for Loam
Sieve Size Percent Passing
¾" 100%
½" 90-100%
3/8" 85-100%
#4 75-90%
#10 55-75%
#20 45-60%
#30 40-55%
#60 20-40%
#100 20-30%
#200 <30%
#270 <25%
2 μm <20%
The Fine Compost shall conform to the requirements of Section 9-14.5(8).
Contractor shall provide certificates, or sufficient documentation, to the City 2 weeks prior to
ordering any compost products for approval by Engineer showing that the supplier sources
meet the following criteria:
1. Produce compost products locally.
2. Are certified by the US Composting Council or an equivalent nationally recognized
organization.
3. Produce compost products that are derived from the City’s solid waste programs and
meet quality standards comparable to standards adopted by the Washington state
Department of Transportation or adopted by rule by the Washington state
Department of Ecology.
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-246 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Topsoil Type A Submittal Requirements
At least 10 Working Days prior to placement of any soils, the Contractor shall submit the
following test results from an independent accredited soils testing laboratory, for samples
gathered and tested less than 90 days prior. The laboratory analysis shall be with a sample
size of no less than 2 pounds.
1. Grain size analysis results for Sandy Loam. Using method ASTM D422
2. STA / Washington State Department of Transportation Technical Data Sheet for
Compost, from a STA accredited lab.
3. Test results from an accredited soil laboratory for all soil mixes, including the
following parameters:
a. Total and Soluble Nitrogen (NO3 + NH3)
b. Phosphorus
c. Potassium
d. pH
e. Organic Matter % (Loss on Ignition method)
f. Conductivity
g. Calcium
h. Sulfur
i. Boron
4. Recommendations. Fertilizer and amendment recommendations from an accredited
Soil Scientist or Agronomist; for the specified plant type and soil application depth.
5. Mix Samples. Two one (1) gallon samples of each soil mix.
Topsoil Type A Acceptance
Contractor shall not place any soils until the Engineer has reviewed and confirmed the
following:
1. Delivery tickets must show that the full delivered amount of soil matches the product
type, volume and Manufacturer named in the submittals.
The Engineer may inspect any loads of soil and/or delivery tickets on delivery and stop
placement if the delivered soil does not appear to match the submittals; and require
sampling and testing of the delivered soil before authorizing soil placement.
9-14.5(4) Wood Strand Mulch
Delete this section in its entirety and replace with the following:
9-14.5(4) Landscape Mulch
Landscape Mulch shall consist of a uniform blend comprised by 50% Bark Mulch and 50%
Fine Compost. Ninety-five percent of this mixture shall pass through a 1.5-inch sieve. The
Bark Mulch shall be derived from Douglas fire, native pine, Sitka spruce, or
western/mountain hemlock species. It shall not contain bark, resin, tannin, weed seeds,
sawdust, splinters, or other debris/compounds detrimental to plant life. The Bark Mulch
when tested shall be according to WSDOT Test Method T 123 prior to placement. The
compost portion of the mix must comply with the Washington State Department of Ecology
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-247 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Administrative Code WAC-173-350-220. Landscape Mulch shall be free from: materials toxic
to plant growth, rhizomes, roots, subsoil, or other debris and have a PH range of 6.0 -8.0.
At the Engineer’s request, prior to delivery, the Contractor shall provide the following:
• A 5 gallon sample of the product, for the Engineer’s approval.
9-14.7 Plant Materials
9-14.7(4) Sod
(******)
Supplement this section as follows:
Sod shall be nursery-grown (farm-grown) under climatic conditions similar to, or hardier than
those at the site. Sod shall have normal habit of growth and be healthy, vigorous and free of
disease, insects, insect eggs and larvae. Sod material shall meet or exceed the specification
of Federal, State and local laws requiring inspection for plant disease and insect control.
Sod: Non-net sod must be from a local grower and be established in growing sod in sandy
loam soils. Sod grown in heavy clay soils is not acceptable. All required certifications apply.
Sod shall contain 65% perennial turf-type ryegrass by weight and 35% hard fescue by
weight.
END OF SECTION 9-14
9-23 Concrete Curing Materials and Admixtures
City of Renton 1-248 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES
9-23.9 Fly Ash
(******)
Supplement this section as follows:
Fly ash shall not be used around water lines.
END OF SECTION 9-23
9-30 Water Distribution Materials
City of Renton 1-249 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
9-30 WATER DISTRIBUTION MATERIALS
9-30.1 Pipe
(******)
Supplement this section as follows:
All materials for water distribution and transmission shall be new and undamaged. Prior to
ordering any pipe and fittings to be used in a potable water supply, the Contractor shall
submit the material source as required by Section 1-06.1 of the Standard Specifications. All
direct and indirect drinking water system components which come in contact with potable
water shall have National Sanitation Foundation (NSF) certification. All pipe and fittings shall
be clearly marked with the manufacturer’s name, type, class, and thickness as applicable.
Lettering shall be legible and permanent under normal conditions of handling and storage.
9-30.1(1) Ductile Iron Pipe
(******)
Revise this section as follows:
Replace the last sentence of the first paragraph with the following sentences:
All other ductile iron pipe shall be Standard Thickness Class 52 unless shown
otherwise on the Drawings. All flanges shall conform to a Class 125 pressure rating
unless called out otherwise on the Plans.
Replace the third paragraph with the following paragraph:
Where shown on the Plans, restrained joints for ductile iron pipe shall be U.S.
Pipe Field Lock gasket system or approved equal.
9-30.1(2) Polyethylene Encasement
(******)
Delete and replace this section as follows:
Polyethylene encasement (plastic film wrap) shall be eight mil polyethylene, tube type
conforming to AWWA C105. All ductile iron pipes and fittings shall be installed with a
polyethylene encasement, tube-type and in black color.
9-30.2 Fittings
9-30.2(1) Ductile Iron Pipe
(******)
Delete and replace this section as follows:
Fittings for ductile iron pipe shall conform to Section 9-30.2(1) of the Standard
Specifications. Fittings may be flanged, mechanical joint or push on as required and as
shown on the Drawings. Flanged fittings shall conform to a Class 125 pressure rating.
Mechanical joint fittings used with ductile iron pipe shall be restrained with Megalug
restraining devices or approved equal. Restraining devices shall be manufactured of high
strength ductile iron, ASTM A536, Grade 65-45-12. Bolts and connecting hardware shall be
of high strength low alloy material in accordance with ANSI/AWWA C111/A21.11. All
restraining devices shall have a water working pressure rating equivalent to the full rated
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-250 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
pressure of the pipe on which they are installed, with a minimum 2:1 safety factor in any
nominal pipe size. Notarized certification from the manufacturer of the restraint device shall
be provided with submittals.
The exterior of all ductile iron fittings shall be coated with bituminous paint.
Ductile iron fittings used for water utilities shall have a cement-mortar lining meeting the
requirements of AWWA C104.
9-30.2(2) Galvanized Iron Pipe
(******)
Delete and replace this section as follows:
Where galvanized iron pipe is specified, the pipe shall be standard weight, Schedule 40,
steel pipe per Standard Specifications for black and hot-dipped, zinc coated (galvanized)
welded and seamless steel pipe for ordinary uses (ASTM A-120). Fittings shall be screwed
malleable iron galvanized per ANSI B16.3.
9-30.2(4) Steel Pipe
9-30.2(4)C Steel Casing Pipe
(******)
This is a new section as follows:
Steel casing shall be black steel pipe conforming to ASTM A 53. Before installation, coat
casing exterior with shop-applied anticorrosive coating conforming to AWWA C210.
Minimum coating thickness shall be 16 mils dry film thickness (DFT); however, thickness
shall not exceed manufacturer’s recommended thickness. Coating type shall be a polyamide
epoxy-coal tar equal to Tnemec Hi-Build Theme-Tar, Series 46H-413.
Casing wall thickness shall be 0.250 inch for casings 24 inches or less in diameter and
0.375 inch for casings over 24 inches in diameter.
Carrier pipe for water main shall be Restrained Joint Ductile Iron, Class 52.
9-30.2(4)C1 Spacers and Seals for Steel Casing Pipe
Casing spacers shall be “centered positioning” type bands at least 12 inch in width and shall
be either stainless steel or heavy duty fusion bonded epoxy coated steel. Runners shall be
2-inch wide glass reinforced plastic securely bonded to the spacer, and shall be aligned on
the spacer along the axis of insertion of the water main into the casing pipe. Runner length
shall approximate the width of the spacer. Securing the spacer to the water main shall be in
accordance with the manufacturer’s instruction. The height of the risers and runners
combined shall be sufficient to keep the carrier pipe bell, couplings or fittings at least 0.75
inch from the casing pipe wall at all times and provide at least 1-inch clearance between the
runners and the top of the casing wall, to prevent jamming during installation.
Acceptable spacers and end seals manufacturers are Pipeline Seal and Insulator model
S12G-2 for stainless steel and model C12G-2, C8G-2 for fusion-bonded and coated steel,
Cascade Waterworks Mfg. Co., Advance Products & Systems, Inc. or approved equal.
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-251 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
9-30.2(6) Restrained Joint
(******)
Delete and replace this section as follows:
Restrained joints (RJ) for ductile iron pipe, fittings, and valves, where required on the plans,
shall be flexible after assembly and be able to be disassembled. Restrained joints shall meet
the following criteria:
The restrained joint shall have a positive metal to metal contact locking system
without the use of gripping teeth. Gaskets for push-on joint pipe with integrally
molded steel or metal teeth or locking segments shall not be allowed as substitutes
for restrained-joint pipes.
The joint restraint system for the pipe shall be the same as the joint restraint system
for the pipe fittings, except as provided in item 3 below.
Where restrained joint fittings required on the plans cannot be furnished or where
restrained jointed fittings are required in areas that are known to be subject to
location adjustments, the Contractor may submit a lay plan showing mechanically
jointed fittings with wedge restraint glands for approval. Mechanically jointed pipe
with wedge restraint glands shall not be substituted for restrained joint pipe.
Wedge Restraint Glands
Wedge restraint glands shall conform to AWWA C111, ASTM A 536-80 Grade 65-42-12. All
bolts and wedges shall be ductile iron. Wedge shall be heat-treated to a minimum 370 BHN.
Wedge restraint glands shall be rated for 350 psi for pipe 12 inch in diameter and smaller.
9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe
(******)
Delete and replace this section as follows:
Transition couplings, reducing couplings, transition reducing couplings, sleeves, flexible
couplings for water main shall be compression type by pipe manufacturer: Romac or Ford or
approved equivalent. Bolts and nuts shall be high strength, low alloy steel, corrosion
resistant per AWWA C111. Stainless steel bolts require anti-seize compound. Heavy hex
nuts shall be used.
The long body pattern with a minimum center ring or center sleeve length of 12-inches for
pipe less than 12 inches in diameter and equal to or greater than the pipe diameter for pipe
greater than 12 inches in diameter. Solid sleeves (greater than 12 inch diameter) shall be a
15 inch minimum length.
9-30.3 Valves
(******)
Delete and replace this section as follows:
The valves shall be a standard pattern of a manufacturer whose products are approved by
the Engineer and shall have the name or mark of the manufacturer, year valve casting was
made, size and working pressure plainly cast in raided and legible letters on the valve body.
All valves shall be NSF approved and valve bodies shall be ductile iron. All valves shall be
stamped with “NSF APPROVED” and “DI”.
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-252 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
Where a valve is required to operate in a higher pressure environment than the Class of
valve specified in Section 9-30.3, the class of valve shall be as specified in the Contract.
9-30.3(1) Gate Valves (3 inches to 16 inches)
(******)
Delete and replace this section as follows:
All valve material shall be new and undamaged. Unless otherwise approved by the
Engineer, the same manufacturer of each item shall be used throughout the work.
All gate valves shall be ductile iron body, bronze mounted, resilient seat, non-rising stem
and shall be equipped with a standard two (2) inch square operating nut and O-ring stem
seals. Valves shall open counterclockwise when viewed from above. Valves shall be
designed for a minimum water operating pressure of 200 PSI.
Resilient seated gate valves shall be manufactured to meet or exceed the requirements of
AWWA Standard C-509 and C-515 latest revisions.
Valve ends shall be mechanical joints, flanged joints or mechanical by flanged joints as
shown on the project plans. Where restrained joints are called out, valve ends shall be
flanged with appropriate flange by restrained joint adapters.
All gate valves shall include an 8" x 24" cast iron gate valve box and extensions, as
required. A valve stem extension is required where the valve operating nut is more than 3
feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only
one extension per valve in shall be installed in accordance to the City of Renton standard
plans.
Acceptable gate valves are Clow, M & H/Kennedy, American Flow Control (ACIPCo),
Pratt/Mueller, US Metroseal or approved equal in sizes 16 inches and less.
Approval of valves other than models specified shall be obtained prior to bid opening.
9-30.3(3) Butterfly Valves
(******)
Delete and replace this section as follows:
In addition to the requirements of section 9-30.3, water main butterfly valves shall conform
to AWWA C504 and shall be Class 150B. The valve shall be short-body type and shall have
flanged ends. Flanged ends shall be sized and drilled in conformance with ANSI B16.1
Class 125. Valve shall be suitable for direct bury and shall have a stem extension with
AWWA 2-inch square operating nut and suitable valve box. All butterfly valves bodies and
discs shall be ductile iron.
The butterfly valves shall be manufactured by Henry Pratt Company, Mueller, DeZurick,
Mosser Valve Division of Olsen Technologies, Dresser 450, Pratt Groundhog or approved
equivalent.
Valve operators shall be of the traveling nut or worm gear type, sealed, gasketed, and
permanently lubricated for underground service. Valve operators shall be constructed to the
standard of the valve manufacturer to withstand all anticipated operating torques and
designed to resist submergence in ground water.
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-253 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
The Contractor shall provide an affidavit of compliance stating that the valve furnished fully
complies with AWWA C504.
9-30.3(4) Valve Boxes
(******)
Delete and replace this section as follows:
Valve boxes shall be installed on all buried valves. The box and lid shall be cast iron, two-
piece slip type with cast iron extension as necessary, conforming to the City of Renton latest
standard plans. The cover shall have the word “WATER” cast in it and shall have cast-iron
“ears” installed in the direction of the main. Valve box extension pieces shall be provided for
valves with groundcover in excess of the depth of the standard valve box.
Acceptable manufacturers of valves boxes and covers are Olympic Foundry, Inc., EJCO,
Rich (Varnish Casting Corp.)
9-30.3(5) Valve Marker Posts
(******)
Supplement this section as follows:
Valve markers shall be Carsonite composite utility marker .375"x 6'-0" or approved equal
with blue label "water”. The valve markers shall be installed in conformance with the City of
Renton Standard Plans.
9-30.3(6) Valve Stem Extensions
(******)
Delete and replace this section as follows:
Valve stem extensions shall have a 2-inch square operating nut and self-centering rockplate
support. Valves with an operating nut more than 3 feet below grade shall have a valve stem
extension to raise the operating nut to within 36 inches of the ground surface.
9-30.3(7) Combination Air Release/Air Vacuum Valves
(******)
Supplement this section as follows:
Combination air release/air vacuum valves shall comply with the requirements of
ANSI/AWWA C512. Air and vacuum release valves shall be APCO No. 143C- Valve and
Primer Corp, "Heavy-Duty," combination air release valve, Val-Matic No. 201C, Crispin
UL10 or approved equivalent. Installation shall be per the City of Renton Standard Plans,
latest revision. Piping and fitting shall be copper or brass. Location of the air release valve
as show on the plans is approximate. The installation shall be set at the actual high point of
the line.
9-30.3(8) Tapping Sleeve and Valve Assembly
(******)
Supplement this section as follows:
Bolt and nuts shall be Cor-Ten or stainless steel.
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-254 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
9-30.3(9) Blow-Off Assembly
(******)
This is a new section as follows:
Installation of blow-off assembly shall be per City of Renton Standard Plans, latest revision.
Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s)
shown on the plans. Temporary blow-off assembly on new dead-end water main shall be
installed at location shown on the plans. Temporary blow-off assemblies for testing and
flushing of the new water mains will not be included under this item and shall be considered
incidental to the contract and no additional payment shall be made.
9-30.5 Hydrants
(******)
Revise this section as follows:
Fire hydrants shall conform to AWWA C502 and shall be of standard manufacture and of a
pattern approved by the City of Renton.
(******)
Supplement this section as follows:
The name or mark of the manufacturer, size of the valve opening and year made shall be
plainly cast in raised letters on the hydrant barrel to be visible after the hydrant is installed.
Hydrants of the following manufacture and pattern have been approved by the City of
Renton.
Clow Medallion, M&H 929, Mueller Centurion Model A-423, Waterous Pacer, American
Darling Model B-62B, Kennedy K81D Guardian, East Jordan WaterMaster 5CD250.
9-30.5(1) End Connections
(******)
Delete and replace this section as follows:
Hydrant end connections shall be mechanical joint connection unless otherwise specified in
the description of the bid of proposal.
9-30.5(2) Hydrant Dimensions
(******)
Delete and replace this section as follows:
Fire hydrants shall have a valve opening with minimum diameter of 5-1/4 inches, “O” ring
stem seal, two 2-1/2 inches National Standard Thread (N.S.T.) hose nozzle connections,
one 4-inches pumper port connection with City of Seattle standard threats and with a 4.875”
Seattle thread x 5” Storz adapter attached with a 1/8” stainless steel cable. The shoe
connection and hydrant connection inside pipe size and auxiliary gate valve shall be 6
inches, mechanical joint with lugs. The operating nut and port cap nuts are 1-1/4-inch
pentagonal.
Hydrant restraint system shall be two 3/4-inch diameter Cor-Ten steel shackle rods with a
poured in place concrete thrust block behind the hydrant shoe. If a wedge restraint system is
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-255 February 2025
SE 172nd Street Green Stormwater Infrastructure Project Special Provisions
used in lieu of shackle rods, mechanical joint pipe shall be used. Hydrants shall be provided
with a breakaway flange assembly and be equipped with breaking devices at the sidewalk.
The hydrant curb stand section of the hydrant that is above ground including all exposed
surfaces of the breakaway flange shall be painted with 2 field coats of paint Kelly-Moore
Luxlite or approved equal in Safety Yellow color.
Fire hydrants shall be installed per City of Renton Standard Plans for fire hydrants, latest
revisions.
9-30.6 Water Service Connections (2 Inches and Smaller)
9-30.6(3) Service Pipes
9-30.6(3)B Polyethylene Tubing
(******)
Delete and replace this section as follows:
Polyethylene pipe shall not be used.
9-30.6(3)A Copper Tubing
(******)
Supplement this section as follows:
Corrosion protected copper tubing: Service lines crossing SPU distribution mains shall be
Kamco or approved equal Copper Tubing meeting the requirements of ASTM B88, Type K
rating and polyethylene coating. Coating shall be factory applied and shall be blue in color.
9-30.6(4) Service Fittings
(******)
Supplement this section as follows:
Fittings used for corrosion protected copper tubing shall be compression type with gripper
ring.
9-30.6(5) Meter Setters
(******)
Supplement this section as follows:
Meter setters shall be installed per the City of Renton Standard Plans for water meters,
latest revision.
9-30.6(7) Meter Boxes
(******)
Supplement this section as follows:
Meter boxes shall be installed per the City of Renton Standard Plans for water meters, latest
revision.
END OF SECTION 9-30
END DIVISION 9