Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutVolume 1 - Bid Documents
Award Date: CAG-25-155
Awarded to:
Award Amont:
City of Renton
Lift Station and Force Main Improvements
Phase 4
WWP-27-4323
Volume 1 of 2
Summer 2025
City of Renton
1055 South Grady Way
Renton WA 98057
Project Manager: Michael Benoit mbenoit@rentonwa.gov
Bidding Requirements, City of Renton
Forms, Contract Forms, Conditions of
the Contract, Specifications, and
Plans
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
Lift Station and Force Main Improvements
Phase 4
WWP-27-4323
Summer 2025
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
CITY OF RENTON
1055 South Grady Way
Renton, WA 98057
Bidding Requirements, Contract Forms, Conditions of the Contract, City of Renton Special Provisions ONLY
Technical Specifications prepared by RH2 Engineers
06/25/2025
00b Table of Contents.docx Page 1 of 1
LIFT STATION AND FORCE MAIN IMPROVEMENTS PHASE 4
CAG-25-155
WWP-27-04323
CONTRACT DOCUMENT TABLE OF CONTENTS
Volume 1
Policy and General Project Information
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work
Vicinity Map
Instructions to Bidders
Call for Bids
Submittal Forms
*Proposal and Combined Affidavit & Cert. Form:
Non-Collusion, Anti-Trust Claims, Minimum Wage
*Proposal Bid Bond Form
*Department of Labor and Industries Certificate Registration
*Schedule of Prices
*Acknowledgement of Receipt of Addenda
*Certification of Compliance with Wage Payment Statutes
*Subcontractors List
Contract Bond to the City of Renton
Fair Practices Policy Affidavit of Compliance
Contract Agreement (Contracts other than Federal - Aid FHWA)
Retainage Selection
Reference Information and Special Provisions
Washington State Prevailing Minimum Hourly Wage Rates Reference
City of Renton Special Provisions
Technical Specifications
Standard Plans
Appendix
A. Easements (Kensington Lift Station)
B. Oblique View (Kensington Wall)
Volume 2
Construction Plans
Documents marked as follows must be submitted at the time noted and must be executed by the
Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be
signed. In the event another person has been duly authorized to execute contracts, a copy of the
corporation minutes establishing this authority must be attached to the bid document.
* Submit with Bid
Submit after Notice of Award
1 Summary of Fair Practices Policy\
2 Summary of Americans with Disability Act Policy\
3 Scope of Work\
LIFT STATION AND FORCE MAIN IMPROVEMENTS PHASE 4
Project: WWP-27-4323
SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete installation of
the facilities, as shown on the plans and as described in the construction specifications, to include but
not be limited to:
· Site improvements including the installation of bollards, buried conduit and drain piping, site
grading, slurry seal surface treatment improvements, and surface restoration,
· Mechanical improvements including the abandonment of existing and installation of new vent
piping,
· Structural improvements including the installation of a cast-in place retaining wall and slab with a
contractor designed shoring system, and interior structural modifications to an existing vault,
· Electrical improvements including the installation of generators, power distribution equipment,
conductors, and modifying and replacing existing control panels.
The estimated project cost is $1,600,000 to $1,700,000.
A total of 240 working days is allowed for completion of the project.
For Bid Item Payment Descriptions see Division 18 of the Technical Specifications.
Any contractor connected with this project shall comply with all Federal, State, County, and City codes
and regulations applicable to such work and perform the work in accordance with the plans and
specifications of this Contract Document.
The City reserves the right to reject any and all bids.
5 Instructions to Bidders\ 1
LIFT STATION AND FORCE MAIN IMPROVEMENTS PHASE 4
Project: WWP-27-4323
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the lobby of Renton City Hall,
until the time and date specified in the Call for Bids. No mailed, Fedex, or UPS delivered bids
will be accepted.
The bids will be publicly opened and read via a Zoom video-conferencing 60 minutes after the
bid closing, after which the bids will be considered and the award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall
be submitted on the forms attached hereto.
2. Any omissions, discrepancies or need for interpretation should be brought, in writing, to the
attention of the Project Engineer. Written addenda to clarify questions that arise may then be
issued. If a bidder has any questions regarding the project, the bidder may submit questions via
email to mbenoit@rentonwa.gov. The bidder shall include "Bid Question - Lift Station and
Force Main Improvements Phase 4” in the subject line.
Questions received less than 4 business days prior to the date of sealed bid submittal may not be
answered. The City will not be responsible for other explanations or interpretations of the bid
documents.
The owner, at their discretion, may consider written requests for substitutions. All requests for
substitutions prior to bid opening must be received by the owner a minimum of 7 working days.
Approval of substitutions will be only by addendum.
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way,
modify the contract documents, whether made before or after letting the contract.
3. The work to be done is shown in the plans and / or specifications. Quantities are understood to be
only approximate. Final payment will be based on actual quantities and at the unit price bid. The
City reserves the right to add or to eliminate portions of that work as deemed necessary.
4. Plans, specifications, addenda, and plan holders list for this project are available on-line through
Builders Exchange of Washington, Inc., at http://www/bxwa.com. Click on “bxwa.com”; “Posted
Projects”; “Public Works”, “City of Renton”, “Projects Bidding”. (Note: Bidders are encouraged to
“Register as a Bidder,” in order to receive automatic email notification of future addenda and to
be placed on the “Bidders List.” Bidders shall satisfy themselves as to the local conditions by
inspection of the site.
5. The bid price for any item must include the performance of all work necessary for completion of
that item as described in the specifications.
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event
of errors, the unit price bid will govern. Illegible figures will invalidate the bid.
5 Instructions to Bidders\ 2
7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
8. A certified check or satisfactory bid bond made payable without reservation to the Director of
Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall
accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately
following the decision as to award of contract. The check of the successful bidder will be returned
provided he enters into a contract and furnishes a satisfactory performance bond covering the full
amount of the work within ten days after receipt of notice of intention to award contract. Should
he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage
for such failure.
9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the
City may request further information on particular points.
10. The bidder shall, upon request, furnish information to the City as to his financial and practical
ability to satisfactorily perform the work.
11. Payment for this work will be made by check or direct deposit.
12. The Contractor shall obtain such construction insurance (e.g. fire and extended coverage,
worker's compensation, public liability, and property damage as identified within Special
Provisions, Specification Section 1-07.18 “Public Liability and Property Damage Insurance”.
13. The Contractor, prior to the start of construction, shall provide the City of Renton a detailed bar
chart type construction schedule for the project.
14. Before starting work under this contract, the Contractor is required to supply information to the
City of Renton on all chemical hazards Contractor is bringing to the jobsite and potentially
exposing City of Renton Employees.
15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage”.
16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible,
responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the
bid forms to be considered responsive for award. The total price of all schedules will be used to
determine the successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of
the Bid to meet the needs of the City. The intent is to award to only one Bidder.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
depth of four feet, any contract therefore shall require adequate safety systems for the trench
excavation that meet the requirements of the Washington Industrial Safety and Health Act,
Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate
item. The costs of trench safety systems shall not be considered as incidental to any other
5 Instructions to Bidders\ 3
contract item and any attempt to include the trench safety systems as an incidental cost is
prohibited.
18. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on
this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the
area of work regardless of any contractual relationship which may exist, or be alleged to exist,
between the Contractor and any laborers, workmen, mechanics or subconsultants.
The Contractor is responsible for obtaining updated issues of the prevailing wage rate forms as
they become available during the duration of the contract. The wage rates shall be included as
part of any subcontracts the Contractor may enter into for work on this project.
19. Apprentice Utilization Requirements
The engineer’s Estimate for this project is less than $2,000,000. This Contract does not
include an Apprentice Utilization Requirement.
If the Engineer’s Estimate for this project is $2,000,000 or more, apprentice utilization is required
per Section 1-07.9(3) of the Special Provisions. Fifteen percent (15%) 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.
20. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention
of environmental pollution and the preservation of public natural resources. The Contractor shall
conduct the work in accordance with all applicable pollution control laws. The Contractor shall
comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
performance of the work. The Contractor shall also comply with Article 4 in the Puget Sound Air
Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos
materials.
21. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Supplemental
Specifications, Special Provisions other sections of these contract documents. These standard
specifications are hereby made a part of this contract and shall control and guide all activities
within this project whether referred to directly, paragraph by paragraph, or not.
1. WSDOT/APWA "2024 Standard Specifications for Road, Bridge and Municipal Construction"
and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title
"Standard Specifications."
A. Any reference to "State," "State of Washington," "Department of Transportation,"
"WSDOT," or any combination thereof in the WSDOT/APWA standards shall be
modified to read "City of Renton," unless specifically referring to a standard
specification or test method.
5 Instructions to Bidders\ 4
B. All references to measurement and payment in the WSDOT/APWA standards shall be
detected and the measurement and payment provisions of Section 1-09.14,
Measurement and Payment (added herein) shall govern.
22. A geohazard evaluation has been prepared for the Kensington Lift Station generator pad site and
will be posted as additional information.
23. Bidder’s Checklist
It is the responsibility of each bidder to ascertain if all the documents listed on the attached
index are included in their copy of the bid specifications. If documents are missing, it is the
sole responsibility of the Bidder to contact the City of Renton to obtain the missing
documents prior to bid opening time.
Have you submitted, as part of your bid, all documents marked in the Table of Contents as
“Submit With Bid”?
Has bid bond or certified check been enclosed?
Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales
tax?
Has the proposal been signed?
Have you bid on ALL ITEMS?
Sales Tax for this project is bid at 10.3%
Have you submitted the Subcontractors List?
Have you reviewed the Prevailing Wage Requirements and Apprentice Utilization
Requirements?
Have you confirmed that you, and any subcontractors, are not presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from
covered transactions by any Federal department or agency?
Have you submitted the Proposal and Combined Affidavit & Certificate Form?
Have you submitted Department of Labor and Industries Certificate of Registration Form?
Have you certified Receipt of Addenda, if any have been issued?
Publication - Call for Bid -S-4323 - js edits Page 1 of 2
CALL FOR BIDS
LIFT STATION AND FORCE MAIN IMPROVEMENTS PHASE 4
CAG-25-155
WWP-27-04323
Sealed bids will be received until 2 PM, Tuesday, 07/22/2025 at the lobby of Renton City Hall, 1055
South Grady Way, Renton WA 98057. No mailed, USPS, FedEx, or UPS delivered bids will be
accepted. Please include the bidder’s name, address, and the name of the project on the envelope.
Sealed bids will be opened and publicly read via the Zoom video-conferencing web application at 3 PM,
Tuesday, 07/22/2025 (60 minutes after published bid submittal time). Any bids received after the
published bid submittal time cannot be considered and will not be accepted.
The bid opening meeting can be accessed via videoconference by:
Clicking this link to join the Zoom meeting:
https://us06web.zoom.us/j/81984014027?pwd=eKY2C4JWVyVusfL6tpmZusUbyOx7qg.1
Using the Zoom app: Meeting ID:819 8401 4027; Passcode: 469118
Via telephone by dialing:1-253-215-8782, followed by 81984014027#,,,,*469118#
Zoom is free to use and is available at https://zoom.us/.
The work involved under the terms of this contract document shall be full and complete installation of
the facilities, as shown on the plans and as described in the construction specifications, to include but
not be limited to:
Site improvements including the installation of bollards, buried conduit and drain piping, site
grading, slurry seal surface treatment improvements, and surface restoration,
Mechanical improvements including the abandonment of existing and installation of new vent
piping,
Structural improvements including the installation of a cast-in place retaining wall and slab with a
contractor designed shoring system, and interior structural modifications to an existing vault,
Electrical improvements including the installation of generators, power distribution equipment,
conductors, and modifying and replacing existing control panels.
The estimated project cost is $1,600,000 – $1,700,000.
A total of 240 working days is allowed for completion of the project.
For Bid Item Descriptions see Technical Specifications Division 18
Any contractor connected with this project shall comply with all Federal, State, County, and city codes
and regulations applicable to such work and perform the work in accordance with the plans and
specifications of this contract document.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid
documents will be available 6/30/2025.
CAG-25-155
Publication - Call for Bid -S-4323 - js edits Page 2 of 2
Plans, specifications, addenda, and the plan holders list for this project are available online through
Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on “bxwa.com”; “Posted
Projects”, “Public Works”, “City of Renton”, “Projects Bidding”. (Note: Bidders are encouraged to
“Register as a Bidder,” in order to receive automatic email notification of future addenda and to be
placed on the “Bidders List”). Bid documents will also be available at http://rentonwa.gov/bids/ under
“Calls for Bids”. Should you require further assistance, contact Builders Exchange of Washington at
(425) 258-1303. Bidders are not to contact the City of Renton or the Engineer to obtain bidding
documents.
A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany
each bid.
Women and Minority Business Enterprises (WMBE) are encouraged to bid.
The city's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply.
Questions about the project shall be addressed to Michael Benoit, Public Works Department, at 1-425-
430-7206 or mbenoit@rentonwa.gov.
Jason A. Seth, CMC, City Clerk
Published: Daily Journal of Commerce 6/30/2025
Daily Journal of Commerce 7/07/2025
Daily Journal of Commerce 7/14/2025
SUBMITTAL FORMS :
TO BE SUBMITTED WITH BID
Proposal & Affidavit/Certificate Page 1 of 4
PROPOSAL & COMBINED AFFIDAVIT
AND CERTIFICATE FORM
CITY OF RENTON
LIFT STATION AND FORCE MAIN IMPROVEMENTS PHASE 4
CAG-25-155
WWP-27-04323
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have
read and thoroughly understand the plans, specifications and contract governing the work embraced in
this improvement, and the method by which payment will be made for said work, and hereby propose
to undertake and complete the work embraced in this improvement, or as much thereof as can be
completed with the money available, in accordance with the said plans, specifications and contract
and the schedule of prices.
The undersigned further certifies and agrees to the following provisions:
NON-COLLUSION AFFIDAVIT
Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing
proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on
behalf of any person not therein named, and further, that the deponent has not directly induced or
solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person
or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to
secure to himself or to any other person any advantage over other Bidder or Bidders.
AND
CERTIFICATION RE: ASSIGNMENT OF
ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust
violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any
and all claims for such over-charges as to goods and materials purchased in connection with this order
or contract, except as to overcharges resulting from anti-trust violations commencing after the date of
the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor
warrants and represents that such of his suppliers and subcontractors shall assign any and all such
claims to purchaser, subject to the aforementioned exception.
AND
Proposal & Affidavit/Certificate Page 2 of 4
MINIMUM WAGE AFFIDAVIT FORM
I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the
performance of the work of this project, I will pay each classification of laborer, workman, or mechanic
employed in the performance of such work; not less than the prevailing rate of wage or not less than the
minimum rate of wages as specified in the principal contract.
I have read the above and foregoing statements and certificate, know the contents thereof and the
substance as set forth therein is true to my knowledge and belief.
FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO
PURCHASER AND MINIMUM WAGE AFFIDAVIT
Name of Bidder's Firm
Signature of Authorized Representative of Bidder*: _______________________________________
Printed Name: ____________________________ Title: _______________________________________
Address: __________________________________________________________________________________
Contact Name (please print): ________________________________________________________________
Phone: ____________________________________ Email: _______________________________________
*The above signature must be notarized using the applicable notary language found on pages 3
and 4.
If business is a CORPORATION, please complete this section:
Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
With Main Office in State of Washington at
If business is a PARTNERSHIP or LIMITED LIABILITY COMPANY, please complete this section:
Name: Title (Partner, Member, Manager):
Proposal & Affidavit/Certificate Page 3 of 4
INDIVIDUAL FORM
STATE OF WASHINGTON )
: ss
County of ______________ )
On this _______ day of ___________ before me personally appeared ____________________ to me
known to be the individual(s) described in and who executed the foregoing instrument, and
acknowledged under oath that ________________ (he/she/they) signed and sealed the same as
______________________ (his, her, their) free and voluntary act and deed, for the uses and
purposes therein mentioned.
GIVEN under my hand and official seal the day and year last above written.
(SEAL) ____________________________________
Notary Public in and for the State of
Washington, residing at ________________
Print Name: _________________________
My commission expires: ________________
CORPORATION FORM
STATE OF WASHINGTON )
: ss
County of ______________ )
On this _______ day of ______________ before me personally appeared __________________ to me
known to be the __________________ (President, Secretary, Treasurer) of the corporation that
executed the foregoing instrument, and acknowledged said instrument to be the free and
voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and
on oath stated that _________ (he/she/they) are authorized to execute said instrument.
GIVEN under my hand and official seal the day and year last above written.
(SEAL) ____________________________________
Notary Public in and for the State of
Washington, residing at ________________
Print Name: _________________________
My commission expires: ________________
Proposal & Affidavit/Certificate Page 4 of 4
PARTNERSHIP FORM
STATE OF WASHINGTON )
: ss
County of ______________ )
On this _______ day of ______________ before me personally appeared __________________ to me
known to be a General Partner of the partnership known as ________________________ that
executed the foregoing instrument, and acknowledged said instrument to be the free and
voluntary act and deed of said partnership, for the uses and purposes therein mentioned, and
on oath stated that _________ (he/she/they) are authorized to execute said instrument.
GIVEN under my hand and official seal the day and year last above written.
(SEAL) ____________________________________
Notary Public in and for the State of
Washington, residing at ________________
Print Name: _________________________
My commission expires: ________________
LIMITED LIABILITY COMPANY (LLC) FORM
STATE OF WASHINGTON )
: ss
County of ______________ )
On this _______ day of ____________________, 20___, before me personally appeared
_________________________ to me known to be a Managing Member of the Limited Liability
Company known as _______________________________ and that he/she/they executed the
foregoing instrument, and acknowledged said instrument to be the free and voluntary act and
deed of said Limited Liability Company, for the uses and purposes therein mentioned, and on
oath stated that _________ (he/she/they) are authorized to execute said instrument.
GIVEN under my hand and official seal the day and year last above written.
(SEAL) ____________________________________
Notary Public in and for the State of
Washington, residing at ________________
Print Name: _________________________
My commission expires: ________________
08A Proposal Bid Bond Form - S-4323.docx Approved by City Attorney
Proposal Bid Bond Bond / Certification #
KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor]
____________________of [address] _______________________________________________________as Principal,
and [Surety] ____________________________________________________________________________________
a corporation duly organized under the laws of the State of ,
and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the City of
Renton in the sum of five (5) percent of the total amount of the bid proposal of said Principal for the work
hereinafter described, for the payment of which, well and truly to be made, we bind ourselves, our heirs,
executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents.
The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her or
its sealed proposal for the following project, to wit:
Lift Station and Force Main Improvements Phase 4 – WWP-27-04323
said bid and proposal, by reference thereto, being made a part hereof.
NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded
to said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish
performance bond as required by the City of Renton within a period of ten (10) days from and after said award,
exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be
in full force and effect.
IN THE EVENT the Principal, following award, fails to execute an Agreement with the City of Renton in
accordance with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved
by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid
Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal
Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and
sealed this _________________________________ day of __________________________, ________.
________________________________ ________________________________
[Principal] [Surety]
________________________________ ________________________________
[Signature of authorized official] [Signature of authorized official]
_____________________________ By:_____________________________
[Title] [Attorney-in-Fact]
________________________________
[Address]
________________________________
________________________________
________________________________
[Telephone Number]
09 DOLI Certificate of Registration S-4323.docx Page 1 of 1
CERTIFICATE OF REGISTRATION
DEPARTMENT OF LABOR & INDUSTRIES
LIFT STATION AND FORCE MAIN IMPROVEMENTS PHASE 4
CAG-25-155
WWP-27-04323
Name on Registration: ___________________________________________________________
Registration Number: ___________________________________________________________
Expiration Date: ____________________________________________________________
Washington State Unified Business Identifier (UBI)#_________________________________
Industrial Insurance Account #____________________________________________________
State Excise Tax Registration #____________________________________________________
Note: A copy of the certificate will be requested as part of contract execution when project
is awarded.
CITY OF RENTON PUBLIC WORKS DEPARTMENT
Lift Station and Force Main Improvements Phase 4
*Note: Show price per unit in figures only. Figures written to the right of the dot (decimal) in the price per unit column shall be interpreted as cents.
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
ITEM APPROX.UNIT PRICE TOTAL AMOUNT
NO.QUANTITY Dollars Cents Dollars Cents
BID SCHEDULE
A01 1
Lump Sum
_________________
Per Lump Sum
_____________________
A02 1
Lump Sum
_________________
Per Lump Sum
_____________________
A03 1
Lump Sum
_________________
Per Lump Sum
_____________________
A04 1
Lump Sum
_________________
Per Lump Sum
_____________________
A05 1
Lump Sum
_________________
Per Lump Sum
_____________________
A06 1
Lump Sum
_________________
Per Lump Sum
_____________________
A07 1
Lump Sum
_________________
Per Lump Sum
_____________________
A08 1
Lump Sum
_________________
Per Lump Sum
_____________________
A09 1
Lump Sum
_________________
Per Lump Sum
_____________________
A10 1
Lump Sum
_________________
Per Lump Sum
_____________________
A11 1
Lump Sum
_________________
Per Lump Sum
_____________________
A12 1
Lump Sum
_________________
Per Lump Sum
_____________________
A13 1
Lump Sum
_________________
Per Lump Sum
_____________________
A14 1
Lump Sum
_________________
Per Lump Sum
_____________________
A15 1
Lump Sum
_________________
Per Lump Sum
_____________________
A16 1
Lump Sum
_________________
Per Lump Sum
_____________________
Subtotal Schedule
10.3% Sales Tax
Total Schedule
ITEM WITH UNIT PRICED BID
Mobilization, Demobilization, Site Preparation, and Cleanup
Excavation Safety and Shoring
Temporary Sedimentation and Erosion Control
Slurry Seal Surface Treatment Improvements
Kensington Crest Lift Station Contractor Designed Shoring System
Kensington Crest Lift Station Site
Kensington Crest Lift Station Structural
Kensington Crest Lift Station Electrical
Wedgewood Lift Station Site
Minor Change
Prepare Construction Records
Wedgewood Lift Station Electrical
Shy Creek Lift Station Electrical
Stonegate Lift Station Site
Stonegate Lift Station Electrical
Operations and Maintenance (O&M) Manuals and On-site
Owner Training
Page 1 of 1
$5,000.00 $5,000.00
$60,000.00$60,000.00
$5,000.00 $5,000.00
11 Acknowledge Receipt of Addenda S-4323.docx Page 1 of 1
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
LIFT STATION AND FORCE MAIN IMPROVEMENTS PHASE 4
CAG-25-155
WWP-27-04323
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
NO._______ DATE:________________________
NO._______ DATE:________________________
NO._______ DATE:________________________
NO._______ DATE:________________________
NO._______ DATE:________________________
SIGNED:_________________________________________________
TITLE:_________________________________________________
NAME OF COMPANY:_________________________________________________
ADDRESS:_________________________________________________
CITY/ STATE/ ZIP:_________________________________________________
TELEPHONE:_________________________________________________
Template updated 2-12-19
This form must be submitted with the Bid Proposal.
Certification of Compliance with Wage Payment Statutes
The bidder hereby certifies that, within the three-year period immediately preceding the bid
solicitation date, the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision
of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of
assessment issued by the Department of Labor and Industries or through a civil judgment entered by
a court of limited or general jurisdiction.
I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true
and correct.
Bidder’s Business Name
Signature of Authorized Official*
Printed Name
Title
Date City State
Check One:
Sole Proprietorship ☐ Partnership ☐ Joint Venture ☐ Corporation ☐ LLC ☐
State of Incorporation, or if not a corporation, State where business entity was formed:
If a co-partnership, give firm name under which business is transacted:
*If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate
officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner.
Revised 3/31/2021 clb
SUBCONTRACTOR LIST
LIFT STATION AND FORCE MAIN IMPROVEMENTS PHASE 4
CAG-25-155
WWP-27-04323
In accordance with RCW 39.30-060:
For all public works contracts exceeding $1,000,000 the bidder shall submit the names of the
subcontractors with whom the bidder, if awarded the contract, will subcontract for the following work:
· All heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter
18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes
the control system integrator subcontractor as well as other electrical subcontractors) shall be
submitted as part of the bid.
· All structural steel installation and rebar installation sub contractors shall be submitted as part
of the bid.
If the work does not apply to this contract, check the box “Not Applciable”. If the work will be self
performed by the bidder, check the box “Self Performed”.
If the subcontractors names are not submitted with the bid OR if two or more subcontractors are named
to perform the same work, the bid shall be considered nonresponsive and, therefore, void.
If subcontractors vary with bid alternates, please complete a separate form indicating which
subcontractors will be used for which bid alternate.
Complete the following:
If awarded the contract, will contract with the following
subcontractors for the performance of heating, ventilation and air conditioning, plumbing,
electrical (including automatic controls) work, structural steel installation, and rebar installation (If
no subcontractors will be required, still submit the form indicating “not applicable” for each
discipline) :
The following list of subcontracts is due with the bid.
Category of Work Heating, Ventilation & Air Conditioning (HVAC)
Not
Applicable ☐
Subcontractors
Name
Self
Performed ☐
Address
Phone No. Contractor's License No.
Category of Work Plumbing (per RCW 18.106)
Not
Applicable ☐
Subcontractors
Name
Self
Performed ☐
Address
Phone No. Contractor's License No.
Page 2
Revised 3/31/2021 clb
Category of Work Electrical (per RCW 19.28) Not Applicable ☐
Subcontractors
Name Self Performed ☐
Address
Phone No. Contractor's License No.
Category of Work Structural Steel and Rebar Installation Not Applicable ☐
Subcontractors
Name Self Performed ☐
Address
Phone No. Contractor's License No.
“I certify (or declare) under penalty of perjury under the laws
of the State of Washington that the information provided by
bidder in the subcontractor listing form is true and correct to
the best of my knowledge and belief”
Signature: __________________________________________
Printed Name: _______________________________________
Date: ______________________________________________
SUBMITTAL FORMS:
SUBMITTED AFTER NOTICE
OF AWARD
Lift Station and Force Main Improvements Ph 4 Page 1 of 2 Contract Bond to the CITY of Renton
WWP-27-04323 03/08/2022 F clb
CONTRACT BOND TO THE CITY OF RENTON
Bond No. ________________
KNOW ALL MEN BY THESE PRESENTS, That we, (CONTRACTOR/PRINCIPAL)
______________________ of [address]________________________________________________ as
PRINCIPAL , and (SURETY)_________________________________________ a corporation organized
and existing under the laws of the State of ________________________ as a SURETY corporation, and
qualified under the laws of the State of Washington to become SURETY upon bonds of contractors
with municipal corporations, as SURETY , are jointly and severally held and firmly bound to the City
of Renton (CITY/OWNER) in the sum of________________________________________________ US
Dollars ($________________________) Total Contract Amount, for the payment of which sum on
demand we bind ourselves and our heirs, successors, assigns, executors, administrators and
personal representatives, as the case may be. This obligation is entered into pursuant to the laws
of the State of Washington and the ordinances of the City of Renton.
Dated at _____________, Washington, this ________ day of ____________________, 20______.
NOW, THEREFORE THE CONDITIONS OF THE ABOVE OBLIGATION ARE AS FOLLOWS:
WHEREAS, under and pursuant to Contract No. CAG-25-155 providing for construction of the Lift
Station and Force Main Improvements Phase 4; the PRINCIPAL has accepted, or is about to
accept, the Contract, and undertake to perform the Work therein provided for in the manner and
within the time set forth.
· The SURETY indemnifies, defends, and protects and holds the CITY/OWNER, its officers, agents,
and assigns harmless from and against all claims, liabilities, causes of action, damages, and
costs for such payments for labor, equipment, and materials by satisfying all claims and
demands incurred under the Contract, and reimbursing and paying CITY/OWNER all expenses
that CITY/OWNER may incur in making good any default by PRINCIPAL; and, against any claim of
direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs, executors,
administrators, successors, or assigns, (or the subcontractors or lower tier subcontractors of
the PRINCIPAL) to pay all laborers, mechanics, subcontractors, lower tier subcontractors
material persons, and all persons who shall supply such contractor or subcontractors with
provisions and supplies for the carrying on of such work; and, against any claim of direct or
indirect loss resulting from the failure of the PRINCIPAL, its heirs, executors, administrators,
successors, or assigns (or any of the employees, subcontractors, or lower tier subcontractors of
the PRINCIPAL) to faithfully perform the Contract.
• The indemnities to CITY/OWNER shall also inure to the benefit of the Consulting Engineers and
other design professionals retained by OWNER in connection with the Project.
• No change, extension of time, alteration, or addition to the terms of the Contract or to the Work
to be performed under the Contract shall in any way affect SURETY 's obligation on the Contract
Bond. SURETY , for value received, hereby waives notice of any change, extension of time,
alteration, or addition to the terms of the Contract or the Work to be performed thereunder and
agrees that modifications and changes to the terms and conditions of the Contract that increase
the total amount to be paid the PRINCIPAL shall automatically increase the obligation of the
SURETY on this Contract Bond and notice to SURETY is not required for such increased
obligation.
Lift Station and Force Main Improvements Ph 4 Page 2 of 2 Contract Bond to the CITY of Renton
WWP-27-04323 03/08/2022 F clb
· This Contract Bond shall be governed and construed by the laws of the State of Washington, and
venue shall be in King County, Washington.
FURTHERMORE, this Contract Bond shall be satisfied and released only upon the conditions that
PRINCIPAL or SURETY:
· Faithfully performs all provisions of the Contract and changes authorized by CITY/OWNER in the
manner and within the time specified as may be extended under the Contract;
· Pay, in accordance with Chapters 39.08, 39.12 and 60.28 Revised Code of Washington (RCW),
the sums due all workers, laborers, mechanics, subcontractors, lower tier subcontractors,
material suppliers, and all other persons or agents who supply labor, equipment, or materials for
carrying on of such work under the Contract;
· Pay all taxes, increases and penalties, if any, incurred on or related to the Contract under Titles
50 and 51 Revised Code of Washington (RCW) and any and all taxes imposed on the Principle
under Title 82 RCW or any other law;
· Receives a written discharge/release of bond from CITY, signed by the Mayor or by a duly
authorized representative of CITY.
This Contract Bond shall be executed in two (2) original counterparts, and shall be signed by the
parties’ duly authorized officers. This Contract Bond will only be accepted if is accompanied by a
fully executed and original power of attorney for the office executing on behalf of the SURETY.
PRINCIPAL SURETY
[PRINCIPAL] [SURETY]
[Signature of Authorized Official] [Signature of Authorized Official]
[Printed Name] [Printed Name]
[Title] [Title]
[Date] [Date]
Name and address of local office of
Agent and/or SURETY Company:
Telephone:
15 Fair Practices Policy Affidavit S-4323.docx Page 1 of 1
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
CITY OF RENTON
LIFT STATION AND FORCE MAIN IMPROVEMENTS PHASE 4
CAG-25-155
WWP-27-04323
Instructions: This document MUST be completed by each contractor, subcontractor, consultant
and/or supplier. Include or attach this document (s) with the contract.
____________________________________________________ hereby confirms and declares that:
(Name of contractor/subcontractor/consultant)
I. It is the policy of the above-named contractor/subcontractor/consultant, to offer equal
opportunity to all qualified employees and applicants for employment without regard to
their race; religion/creed; national origin; ancestry; sex; the presence of a physical,
sensory, or mental disability; age over 40; sexual orientation or gender identity; pregnancy;
HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status;
parental/family status; military status; or veteran’s status.
II. The above-named contractor/subcontractor/consultant complies with all applicable
federal, state, and local laws governing non-discrimination in employment.
III. When applicable, the above-named contractor/subcontractor/consultant will seek out
and negotiate with minority and women contractors for the award of subcontracts.
Print Agent/Representative’s Name
Print Agent/Representative’s Title
Agent/Representative’s Signature
Date Signed
AGREEMENT
CONTRACT NO. CAG-25-155
THIS AGREEMENT, made and entered into this [Enter Date] day of [Enter Month], [Enter Year] by and between the
CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "City”
and [Enter Contractor name], hereinafter referred to as "Contractor."
Now, therefore the parties agree as follows:
1. Agreement. This agreement incorporates the following documents as if fully set forth herein: the 2024
Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State
Department of Transportation and the Washington State Chapter of the American Public Works Association,
including all published amendments issued by those organizations (“Standard Specifications”); the City’s
Contract Bid Documents for the Project, including but not limited to Addenda, Proposal Form, Special
Provisions, Contract Plans, and Amendments to the Standard Specifications; Contractor’s Proposal and all
documents submitted therewith in response to the City’s Call for Bids Documents; and any additional
documents referenced as comprising the Contract and Contract Documents in Section 1-04.2 of the Standard
Specifications, as revised by the Amendments and Special Provisions included with the City’s Call for Bids
and Contract Documents.
2. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the
project entitled Lift Station and Force Main Improvements Phase 4, WWP-27-04323, including all changes
to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-
04.2 of the Special Provisions.
3. Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified in
the Proposal according to the Contract Documents as to time, manner, and condition of payment in a contract
amount not to exceed $___________, unless modified by an approved change order or addendum. The
payments to Contractor include the costs for all labor, tools, materials and equipment for the Work.
4. Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The Work
under this Agreement shall be completed within the time specified in the Contract Bid Documents. If the
Physical Work under this Agreement is not completed within the time specified, Contractor shall pay
liquidated damages and all engineering inspection and supervision costs to City as specified in the Contract
Bid Documents.
5. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be
entitled to recover its costs, including reasonable attorney's and expert witness fees.
6. Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as
expressly provided in this Agreement.
7. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which
shall for all purposes be deemed an original.
Lift Station and Force Main Improvements Phase 4
CAG-25-155
[Enter Date]
Contract Template Updated 12/29/2017
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk
and the Contractor has hereunto set his hand and seal the day and year first above-written.
CONTRACTOR:
CITY OF RENTON:
President/Partner/Owner Armondo Pavone, Mayor
ATTEST
Secretary Jason Seth, City Clerk
FIRM INFORMATION
d/b/a [Enter Firm name]
CHECK ONE: ☐ Limited Liability Company ☐ Partnership ☐ Corporation
STATE OF
INCORPORATION: [Enter state of incorporation]
CONTRACTOR CONTACT INFORMATION:
CITY CONTACT INFORMATION:
[Address Line 1] City of Renton
[Address Line 2] 1055 South Grady Way
[City, State and Zip] Renton, WA 98057
[Enter Phone Number] 425-430-7211
[Enter Fax Number or Email Address] mbenoit@rentonwa.gov
Attention:
If business is a CORPORATION, the name of the corporation should be listed in full and both the President and Secretary must
sign the contract. OR, if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City
and made a part of the contract document.
If the business is a PARTNERSHIP, the full name of each partner should be listed followed by d/b/a (doing business as) and firm
or trade name. Any one partner may sign the contract.
If the business is an limited Liability Company, an authorized managing member or manager must sign followed by his/her title.
17 Retainage Selection - S-4323.docx Page 1 of 1
RETAINAGE SELECTION
LIFT STATION AND FORCE MAIN IMPROVEMENTS PHASE 4
CAG-25-155
WWP-27-04323
Per Standard Specifications Section 1-09.9(1) Retainage, and RCW 60.28, a sum of 5-percent of the
monies earned by the Contractor will be retained from progress estimates. The retainage will be used as
a trust fund for the protection and payment of (1) the State with respect to taxes, and (2) the claims of any
person arising under the Contract.
Retainage shall be placed in a fund held by the city (non-interest bearing), unless the Contractor selects
a one of the options listed below and completes all arrangements needed for that option to the
satisfaction of the city.
Other retainage fund options:
__ 1. Deposited by the city in an escrow account (interest bearing) in a bank, mutual savings bank, or
savings and loan association. Deposits will be in the name of the city and are not allowed to be
withdrawn without the city’s written authorization, or
__ 2. The city, at it’s option, may accept a bond from the Contractor in lieu of retainage.
If the Contractor selects option 1 or 2 it is fully responsible for selecting the bank or association to be
used, and for making all arrangements and paying all costs associated with that option.
All arrangements and forms needed for option 1 or 2 shall be submitted to the City for review and
approval.
Release of the Retainage will be made 60 days following the Completion Date provided the conditions in
Special Provisions Section 1-09.9(1), and applicable State Regulations, are met.
SIGNED:_________________________________________________
PRINT NAME:_________________________________________________
COMPANY:_________________________________________________
DATE:_________________________________________________
PREVAILING MINIMUM
HOURLY WAGE RATES
18 State Prevailing Wages Reference S-4323.docx
WASHINGTON STATE PREVAILING WAGE RATES
FOR PUBLIC WORKS CONTRACTS
REFERENCE
The State of Washington Prevailing Wage Rates applicable for this public works contract, which
is located in _King_ County, may be found at the following website address of the Department of
Labor and Industries: https://secure.lni.wa.gov/wagelookup/
Check with the Department of Labor and Industries for any questions regarding Prevailing Wage
Rates, and for a copy of all trade classifications.
Based on the bid submittal deadline for this project, the applicable effective date for prevailing
wages for this project is July 22, 2025.
A copy of the applicable prevailing wages rates is also available for viewing at the office of the
Owner, located at _Renton City Hall, 1055 South Grady Way, Renton, Washington.
Upon request, the Owner will mail a hard copy of the applicable prevailing wage rates for this
project.
The State of Washington “Statement of Intent to Pay Prevailing Wages – Public Works Contract”
and “Affidavit of Wages Paid – Public Works Contract” may be filed online with the Department
of Labor and Industries.
SPECIAL PROVISIONS
Lift Station and Force Main Improvements Phase 4
Table of Contents - i WWP-27-04323 June 2025
RENTON SEWER REPLACEMENT PROJECT PHASE 4 – SPECIAL PROVISIONS
Table of Contents
INTRODUCTION TO THE SPECIAL PROVISIONS xi
DIVISION 1 GENERAL REQUIREMENTS 12
1-01.3 Definitions 12
1-02 BID PROCEDURES AND CONDITIONS 14
1-02.1 Prequalification of Bidders 14
1-02.1 Qualifications of Bidder 14
1-02.2 Plans and Specifications 14
1-02.4(1) General 14
1-02.5 Proposal Forms 15
1-02.6 Preparation of Proposal 15
1-02.7 Bid Deposit 16
1-02.9 Delivery of Proposal 16
1-02.10 Withdrawing, Revising, or Supplementing Proposal 17
1-02.12 Public Opening of Proposals 17
1-02.13 Irregular Proposals 17
1-02.15 Pre Award Information 18
1-03 AWARD AND EXECUTION OF CONTRACT 19
1-03.1 Consideration of Bids 19
1-03.2 Award of Contract 19
1-03.3 Execution of Contract 20
1-03.4 Contract Bond 20
1-03.7 Judicial Review 21
1-04 SCOPE OF WORK 21
1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and
Addenda 21
1-04.4(1) Minor Changes 22
1-04.8 Progress Estimates and Payments 22
1-04.11 Final Cleanup 22
1-04.12 Contractor-Discovered Discrepancies 23
1-05 CONTROL OF WORK 23
1-05.4 Conformity With and Deviation from Plans and Stakes 23
Lift Station and Force Main Improvements Phase 4
Table of Contents - ii WWP-27-04323 June 2025
1-05.4(1) Contractor Supplied Surveying 24
1-05.4(2) Contractor Provided As-Built Information 25
1-05.7 Removal of Defective and/or Unauthorized Work 25
1-05.10 Guarantees 26
1-05.11 Final Inspection 27
1-05.11 Final Inspections and Operational Testing 27
1-05.11(1) Substantial Completion Date 27
1-05.11(2) Final Inspection and Physical Completion Date 28
1-05.11(3) Operational Testing 28
1-05.12 Final Acceptance 29
1-05.13 Superintendents, Labor, and Equipment of Contractor 29
1-05.14 Cooperation with Other Contractors 29
1-05.15 Method of Serving Notices 29
1-05.16 Water and Power 30
1-05.17 Oral Agreements 30
1-05.18 Contractor's Daily Diary 30
1-06 CONTROL OF MATERIAL 31
1-06.1(4) Fabrication Inspection Expense 31
1-06.2(2)B Financial Incentive 32
1-06.2(1) Samples and Tests for Acceptance 32
1-06.2(2) Statistical Evaluation of Materials for Acceptance 32
1-06.6 Recycled Materials 32
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 32
1-07.1 Laws to be Observed 32
1-07.2 State Sales Tax 33
1-07.2 State Sales Tax 33
1-07.2(1) State Sales Tax — Rule 171 33
1-07.2(2) State Sales Tax — Rule 170 34
1-07.2(3) Services 34
1-07.6 Permits and Licenses 34
1-07.9 Wages 35
1-07.9(3) Apprentices 35
1-07.9(5) Required Documents 39
Lift Station and Force Main Improvements Phase 4
Table of Contents - iii WWP-27-04323 June 2025
1-07.11 Requirements for Non-Discrimination 39
1-07.11(11) City of Renton Affidavit of Compliance 39
1-07.12 Federal Agency Inspection 39
1-07.15(2) Temporary Water Pollution/Erosion Control 40
1-07.16 Protection and Restoration of Property 42
1-07.16(1) Private/Public Property 42
1-07.17 Utilities and Similar Facilities 43
1-07.17(3) Site Specific Potholing 47
1-07.17(4) Interruption of Services 48
1-07.17(5) Resolution of Utility Conflicts 48
1-07.18 Public Liability and Property Damage Insurance 49
1-07.18 Insurance 49
1-07.18(1) General Requirements 49
1-07.18(2) Additional Insured 50
1-07.18(3) Subcontractors 50
1-07.18(4) Verification of Coverage 50
1-07.18(5) Coverages and Limits 51
$1,000,000 each loss and annual aggregate 52
1-07.22 Use of Explosives 52
1-07.23 Public Convenience and Safety 52
1-07.23(1) Construction Under Traffic 52
1-07.24 Rights-of-Way 53
1-08 PROSECUTION AND PROGRESS 54
1-08.0 Preliminary Matters 54
1-08.0(1) Preconstruction Conference 54
1-08.0(2) Hours of Work 56
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees 56
1-08.1 Subcontracting 57
1-08.3 Progress Schedule 57
1-08.4 Notice to Proceed and Prosecution of the Work 58
1-08.5 Time for Completion 59
1-08.9 Liquidated Damages 61
1-08.11 Contractor's Plant and Equipment 61
Lift Station and Force Main Improvements Phase 4
Table of Contents - iv WWP-27-04323 June 2025
1-08.12 Attention to Work 62
1-09 MEASUREMENT AND PAYMENT 62
1-09.1 Measurement of Quantities 62
1-09.3 Scope of Payment 63
1-09.6 Force Account 64
1-09.7 Mobilization 64
1-09.9 Payments 65
1-09.9(1) Retainage 66
1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts 66
1-09.9(3) Final Payment 68
1-09.11 Disputes and Claims 69
1-09.11(3) Time Limitations and Jurisdiction 69
1-09.13 Claims and Resolutions 69
1-09.13(1)A General 69
1-09.13(3) Claims $250,000 or Less 70
1-09.14 Payment Schedule 70
1-09.14(1) Scope 71
1-09.14(2) Bid Items 71
1-10 TEMPORARY TRAFFIC CONTROL 71
1-10.1 General 71
1-10.2(2) Traffic Control Plans 73
1-10.3 Traffic Control Labor, Procedures, and Devices 74
1-10.3 Traffic Control Labor, Procedure, and Devices 75
1-10.3(3) Traffic Control Devices 75
1-10.4 Measurement 76
1-10.5 Payment 77
1-11 RENTON SURVEYING STANDARDS 77
1-11.1(1) Responsibility for Surveys 77
1-11.1(2) Survey Datum and Precision 77
1-11.1(3) Subdivision Information 78
1-11.1(4) Field Notes 78
1-11.1(5) Corners and Monuments 78
1-11.1(6) Control or Base Line Survey 79
Lift Station and Force Main Improvements Phase 4
Table of Contents - v WWP-27-04323 June 2025
1-11.1(7) Precision Levels 79
1-11.1(8) Radial and Station -- Offset Topography 79
1-11.1(9) Radial Topography 80
1-11.1(10) Station--Offset Topography 80
1-11.1(11) As-Built Survey 80
1-11.1(12) Monument Setting and Referencing 80
1-11.2 Materials 81
1-11.2(1) Property/Lot Corners 81
1-11.2(2) Monuments 81
1-11.2(3) Monument Case and Cover 81
DIVISION 2 EARTHWORK 82
2-01 Clearing, Grubbing, And Roadside Cleanup 82
2-01.1 Description 82
2-01.2 Disposal of Usable Material and Debris 82
2-02 Removal Of Structure And Obstructions 82
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 82
2-03 Roadway Excavation And Embankment 83
2-03.3 Construction Requirements 83
2-04 Haul 84
2-04.5 Payment 84
2-06 Subgrade Preparation 84
2-06.2 Subgrade to be Incidental 84
2-09 Structure Excavation 84
2-09.1 Description 84
DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 86
5-04 Hot Mix Asphalt 86
5-04.1 Description 86
5-04.2 Materials 86
5-04.2(1) How to Get an HMA Mix Design on the QPL 87
5-04.2(2) Mix Design – Obtaining Project Approval 87
5-04.3 Construction Requirements 88
5-04.3(1) Weather Limitations 88
5-04.3(2) Paving Under Traffic 89
Lift Station and Force Main Improvements Phase 4
Table of Contents - vi WWP-27-04323 June 2025
5-04.3(3) Equipment 89
5-04.3(4) Preparation of Existing Paved Surfaces 92
5-04.3(6) Mixing 95
5-04.3(7) Spreading and Finishing 95
5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA 96
5-04.3(9) HMA Mixture Acceptance 96
5-04.3(9)A Vacant 97
5-04.3(9)B Vacant 97
5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation 97
5-04.3(11) Reject Work 102
5-04.3(12) Joints 104
5-04.3(13) Surface Smoothness 105
5-04.3(14) Planing (Milling) Bituminous Pavement 105
5-04.3(15) Sealing Pavement Surfaces 109
5-04.3(16) HMA Road Approaches 110
5-04.3(17) Construction Joint Sealing 110
5-04.3(18) Incidental Uses for HMA 110
5-04.3(19) Edge of Pavement Alignment 110
5-04.3(20) Adjusting Utility Covers and Monument Cases to Final Grade 110
5-04.3(21) Temporary Pavement Marking 111
5-05 Cement Concrete Pavement 111
5-05.2 Materials 111
5-05.3 Construction Requirements 111
5-05.3(8) Joints 112
5-06 Permanent Pavement Patching And Overlay 113
5-07 Temporary Restoration In Pavement Area 115
5-07.1 Description 115
5-07.2 Materials 115
5-07.3 Construction Requirements 115
DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS,
AND CONDUITS 117
7-05 Manholes, Inlets, and Catch Basins 117
7-05.2 Materials 117
Lift Station and Force Main Improvements Phase 4
Table of Contents - vii WWP-27-04323 June 2025
7-05.3 Construction Requirements 117
7-05.3(1) Adjusting Manholes and Catch Basins to Grade 117
7-05.3(2) Abandon Existing Catch Basins and Manholes 118
7-05.3(3) Connections to Existing Manholes 119
7-05.3(4) Drop Manhole Connection 119
7-05.3(5) Manhole Coatings 119
7-08 General Pipe Installation Requirements 120
7-08.3 Construction Requirements 120
7-09 Water Mains 124
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement 124
7-09.3(21) Concrete Thrust Blocking and Dead-Man Block 127
7-09.3(23) Hydrostatic Pressure Test 127
7-09.3(24) Disinfection of Water Mains 129
7-09.3(26) Abandonment of Existing Water Pipe 131
7-12 Valves for Water Mains 131
7-12.3(1) Installation of Valve Marker Post 131
7-12.3(2) Adjust Existing Valve Box to Grade 132
7-14 Hydrants 132
7-14.3(1) Setting Hydrants 132
7-14.3(3) Resetting Existing Hydrants 133
7-14.3(7) Remove and Salvage Hydrant 133
7-14.3(8) Abandoned Valves 133
7-15 Service Connections 133
7-15.3 Construction Requirements 133
7-17 Sanitary Sewers 134
7-17.2 Materials 134
7-17.3 Construction Requirements 135
7-17.3(1) Protection of Existing Sewerage Facilities 135
7-18 Side Sewers 137
7-18.3(2) Fittings 137
7-18.3(3) Testing 137
7-18.3(5) End Pipe Marker 137
Lift Station and Force Main Improvements Phase 4
Table of Contents - viii WWP-27-04323 June 2025
7-19 Sewer Cleanouts 137
7-19.3 Construction Requirements 137
7-19.4 Measurement 138
DIVISION 8 MISCELLANEOUS CONSTRUCTION 139
8-02 Roadside Restoration 139
8-02.3(16) Lawn Installation 139
8-05 Pre And Post Construction Photographs And Video Inspection 142
8-05.1 Materials 142
8-05.2 Construction Requirements 142
8-09 Raised Pavement Markers 143
8-09.5 Payment 143
8-13 Monument Cases 143
8-13.1 Description 143
8-13.3 Construction Requirements 143
8-13.4 Measurement 143
8-13.5 Payment 143
8-14 Cement Concrete Sidewalks 144
8-14.3 Construction Requirements 144
8-14.3(4) Curing 144
8-22 Pavement Marking 145
8-22.1 Description 145
8-22.3(5) Installation Instructions 146
8-22.3(6) Removing Pavement Markings 146
8-23 Temporary Pavement Markings 146
8-23.5 Payment 146
DIVISION 9 MATERIALS 147
9-03 Aggregates 147
9-03.8 Aggregates for Hot Mix Asphalt 147
9-03.8(7) HMA Tolerances and Adjustments 147
9-03.22 Cement-based Grout for Abandoning Existing Utilities (Additional Section) 147
9-05 Drainage Structures And Culverts 148
9-05.12 Polyvinyl Chloride (PVC) Pipe 148
9-05.20(3) Fittings and Gaskets 148
Lift Station and Force Main Improvements Phase 4
Table of Contents - ix WWP-27-04323 June 2025
9-05.20(4) Installation 148
9-05.50 Manholes 148
9-05.52 Dense Foam 149
9-08 Paints And Related Materials 149
9-08.9 Manhole Coating System Products 149
9-08.9(1) Coating Systems Specification 149
9-14.2 Topsoil 150
9-14.2(1) Topsoil Type A 150
9-14.2(2) Topsoil Type D 151
9-14.2(4) Sandy Loam 151
9-14.6(8) Sod 152
9-23 Concrete Curing Materials and Admixtures 152
9-23.9 Fly Ash (RC) 152
9-30 Water Distribution Materials 152
9-30.1 Pipe 152
9-30.1(1) Ductile Iron Pipe 152
9-30.1(2) Polyethylene Encasement 153
9-30.2 Fittings 153
9-30.2(1) Ductile Iron Pipe 153
9-30.2(3) Steel Casing Pipe 154
9-30.2(6) Restrained-Joint Pipe and Restrained-Joint Fittings 155
9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe 155
9-30.3 Valves 155
9-30.3(1) Gate Valves (3 to 16 inches) 156
9-30.3(4) Valve Boxes 156
9-30.3(5) Valve Marker Posts 157
9-30.3(6) Valve Stem Extensions 157
9-30.3(9) Blow-Off Assembly 157
9-30.6 Water Service Connections (2 inches and Smaller) 157
9-30.6(3) Service Pipes 157
9-30.6(4) Service Fittings 157
9-30.6(5) Meter Setters 158
9-30.6(7) Meter Boxes 158
Lift Station and Force Main Improvements Phase 4
Table of Contents - x WWP-27-04323 June 2025
Lift Station and Force Main Improvements Phase 4
Special Provisions - xi WWP-27-4323 June 2025
INTRODUCTION TO THE SPECIAL PROVISIONS
(January 4, 2024 APWA GSP, Option A)
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 these Special Provisions, all of which are made a part of the Contract
Documents, shall govern all of the Work.
These Special Provisions are made up of both General Special Provisions (GSPs) from various
sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each
Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a
new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the
Standard Specifications is meant to pertain only to that particular portion of the section, and in no
way should it be interpreted that the balance of the section does not apply. The GSPs are labeled
under the headers of each GSP, with the effective date of the GSP and its source. For example:
(March 8, 2013 APWA GSP)
(April 1, 2013 WSDOT GSP)
(May 1, 2013 Renton GSP)
Project specific special provisions are labeled as such:
(April 1, 2025 LSFM ph 4)
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 Manual M21-01,
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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 12 WWP-27-4323 June 2025
DIVISION 1
GENERAL REQUIREMENTS
1-01.3 Definitions
(January 19, 2022 APWA GSP)
Delete the heading Completion Dates and the three paragraphs that follow it, and replace them
with the following:
Dates
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the Bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest responsible
and responsive Bidder for the Work.
Contract Execution Date
The date the Contracting Agency officially binds the Agency to the Contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the Contract time begins.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted use and
benefit of the facilities, both from the operational and safety standpoint, any remaining
traffic disruptions will be rare and brief, and only minor incidental work, replacement of
temporary substitute facilities, plant establishment periods, or correction or repair remains
for the Physical Completion of the total Contract.
Physical Completion Date
The day all of the Work is physically completed on the project. All documentation required
by the Contract and required by law does not necessarily need to be furnished by the
Contractor by this date.
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”,
Lift Station and Force Main Improvements Phase 4
Special Provisions - 13 WWP-27-4323 June 2025
“Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised
to read “Contracting Agency”.
All references to the terms “State” or “state” shall be revised to read “Contracting Agency” unless
the reference is to an administrative agency of the State of Washington, a State statute or
regulation, or the context reasonably indicates otherwise.
All references to “State Materials Laboratory” shall be revised to read “Contracting Agency
designated location”.
All references to “final contract voucher certification” shall be interpreted to mean the Contracting
Agency form(s) by which final payment is authorized, and final completion and acceptance
granted.
Additive
A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which
may, at the discretion of the Contracting Agency, be awarded in addition to the base bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the Bid Proposal,
from which the Contracting Agency may make a choice between different methods or material of
construction for performing the same work.
Business Day
A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5.
Contract Bond
The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s)
are required by the Contract Documents, which may be a combination of a Payment Bond and a
Performance Bond.
Contract Documents
See definition for “Contract”.
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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 14 WWP-27-4323 June 2025
Traffic
Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and
equestrian traffic.
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 Prequalification of Bidders
Delete this section and replace it with the following:
1-02.1 Qualifications of Bidder
(January 24, 2011 APWA GSP)
Before award of a public works contract, a bidder must meet at least the minimum qualifications of
RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works
project.
1-02.2 Plans and Specifications
(June 27, 2011 APWA GSP)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed can be found in the Call for
Bids (Advertisement for Bids) for the work.
After award of the contract, plans and specifications will be issued to the Contractor at no cost as
detailed below:
To Prime Contractor No. of Sets Basis of Distribution
Reduced plans (11" x 17") 4 Furnished automatically upon
award.
Contract Provisions
4 Furnished automatically upon
award.
Large plans (22" x 34") 1 Furnished only upon request.
Additional plans and Contract Provisions may be obtained by the Contractor from the source
stated in the Call for Bids, at the Contractor’s own expense.
1-02.4(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 4 business days
preceding the bid opening to allow a written reply to reach all prospective Bidders before the
submission of their Bids.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 15 WWP-27-4323 June 2025
Section 1-02.4(1) is supplemented with the following:
(April 1, 2025 LSFM ph 4)
Questions received in less than 4 business days prior to the date of sealed bid submittal may
not be answered. The City will not be responsible for other explanations or interpretations of
the bid documents.
1-02.5 Proposal Forms
(July 31, 2017 APWA GSP)
Delete this section and replace it with the following:
The Proposal Form will identify the project and its location and describe the work. It will also list
estimated quantities, units of measurement, the items of work, and the materials to be furnished at
the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not
limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where
applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address,
telephone number, and signature; the bidder’s UDBE/DBE/M/WBE commitment, if applicable; a
State of Washington Contractor’s Registration Number; and a Business License Number, if
applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black
ink. The required certifications are included as part of the Proposal Form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates and
additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates
and additives set forth in the Proposal Form unless otherwise specified.
1-02.6 Preparation of Proposal
(January 4, 2024 APWA GSP, Option B)
Supplement the second paragraph with the following:
4. If a minimum bid amount has been established for any item, the unit or lump sum price must
equal or exceed the minimum amount stated.
5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the
signer of the bid.
Delete the last two paragraphs, and replace them with the following:
The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance
form, provided by the Contracting Agency. Failure to return this certification as part of the Bid
Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor
Certification of Wage Law Compliance form is included in the Proposal Forms.
The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice president
(or other corporate officer accompanied by evidence of authority to sign).
Lift Station and Force Main Improvements Phase 4
Special Provisions - 16 WWP-27-4323 June 2025
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 DBE 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 DBE
requirements are to be satisfied through such an agreement.
1-02.7 Bid Deposit
(March 8, 2013 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
1. Contracting Agency-assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage which
represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder’s officer empowered to sign official statements. The signature of the
person authorized to submit the bid should agree with the signature on the bond, and the
title of the person must accompany the said signature;
6. The signature of the surety’s officer empowered to sign the bond and the power of attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the Contract
Provisions.
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.
1-02.9 Delivery of Proposal
(Mar 21, 2025, Renton GSP)
Revise the first paragraph to read:
Each proposal shall be submitted in a sealed envelope, with Project Name and Project Number
clearly marked on the outside of the envelope as stated in the Call for Bids, or as otherwise stated in
the Bid Documents.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 17 WWP-27-4323 June 2025
1-02.10 Withdrawing, Revising, or Supplementing Proposal
(July 23, 2015 APWA GSP)
Delete this section, and replace it with the following:
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise,
or supplement it if:
1. The Bidder submits a written request signed by an authorized person and physically delivers
it to the place designated for receipt of Bid Proposals, and
2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals,
and
3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency
before the time set for receipt of Bid Proposals.
If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the time
set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package
to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the
Bidder does not submit a revised or supplemented package, then its bid shall be considered
withdrawn.
Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the
Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise,
or supplement a Bid Proposal are not acceptable.
1-02.12 Public Opening of Proposals
(Mar 21, 2025, Renton GSP)
Section 1-02.12 is supplemented with the following:
The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification
to potential bidders will be by addenda. Only those contractors found on the BXWA “Self Registered
Bidders List” will be notified. The addenda will be posted on BXWA.
1-02.13 Irregular Proposals
(September 3, 2024 APWA GSP)
Delete this section and replace it with the following:
1. A Proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
b. The Bidder adds provisions reserving the right to reject or accept the Award, or enter
into the Contract;
c. A price per unit cannot be determined from the Bid Proposal;
d. The Proposal form is not properly executed;
e. The Bidder fails to submit or properly complete a subcontractor list (WSDOT Form
271-015), if applicable, as required in Section 1-02.6;
Lift Station and Force Main Improvements Phase 4
Special Provisions - 18 WWP-27-4323 June 2025
f. 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;
g. 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;
h. 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 in accordance
with Section 1-07.11;
i. 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;
j. The Bidder fails to submit the Bidder Questionnaire (DOT Form 272-022), if
applicable as required by Section 1-02.6, or if the documentation that is submitted
fails to meet the requirements of the Special Provisions; or
k. The Bid Proposal does not constitute a definite and unqualified offer to meet the
material terms of the Bid invitation.
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. The authorized Proposal Form furnished by the Contracting Agency is not used or is
altered;
d. The completed Proposal form contains unauthorized additions, deletions, alternate
Bids, or conditions;
e. Receipt of Addenda is not acknowledged;
f. 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
g. If Proposal form entries are not made in ink.
1-02.15 Pre Award Information
(December 30, 2022 APWA GSP)
Revise this section to read:
Before awarding any contract, the Contracting Agency may require one or more of these items or
actions of the apparent lowest responsible bidder:
1. A complete statement of the origin, composition, and manufacture of any or all materials
to be used,
Lift Station and Force Main Improvements Phase 4
Special Provisions - 19 WWP-27-4323 June 2025
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.
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.
(Mar 21, 2025, Renton GSP)
Section 1-03.1 is supplemented with the following:
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
(April 1, 2025 LSFM ph 4)
Section 1-03.2 is supplemented with the following:
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 business days of the award. The number of copies to be executed by the Contractor
shall be determined by the Contracting Agency.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 20 WWP-27-4323 June 2025
1-03.3 Execution of Contract
(July 8, 2024 APWA GSP Option A)
Revise this section to read:
Within 3 calendar days of Award date (not including Saturdays, Sundays and Holidays), the
successful Bidder shall provide the information necessary to execute the Contract to the
Contracting Agency. The Bidder shall send the contact information, including the full name, email
address, and phone number, for the authorized signer and bonding agent to the Contracting
Agency.
Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for
signature by the successful bidder on the first business day following award. The number of copies
to be executed by the Contractor will be determined by the Contracting Agency.
Within 10 calendar days after the award date, the successful bidder shall return the signed
Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, a
satisfactory bond as required by law and Section 1-03.4, the Transfer of Coverage form for the
Construction Stormwater General Permit with sections I, III, and VIII completed when provided.
Before execution of the contract by the Contracting Agency, the successful bidder shall provide any
pre-award information the Contracting Agency may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency
nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The
Contractor shall bear all risks for any work begun outside such areas and for any materials ordered
before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the contract
documents within the calendar days after the award date stated above, the Contracting Agency may
grant up to a maximum of 10 additional calendar days for return of the documents, provided the
Contracting Agency deems the circumstances warrant it.
1-03.4 Contract Bond
(July 23, 2015 APWA GSP)
Delete the first paragraph and replace it with the following:
The successful bidder shall provide executed payment and performance bond(s) for the full
contract amount. The bond may be a combined payment and performance bond; or be separate
payment and performance bonds. In the case of separate payment and performance bonds, each
shall be for the full contract amount. The bond(s) shall:
1. Be on Contracting Agency-furnished form(s);
2. Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner, and
b. Appears on the current Authorized Insurance List in the State of Washington published
by the Office of the Insurance Commissioner,
Lift Station and Force Main Improvements Phase 4
Special Provisions - 21 WWP-27-4323 June 2025
3. Guarantee that the Contractor will perform and comply with all obligations, duties, and
conditions under the Contract, including but not limited to the duty and obligation to
indemnify, defend, and protect the Contracting Agency against all losses and claims
related directly or indirectly from any failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor) to faithfully perform and comply with all contract
obligations, conditions, and duties, or
b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor)
to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material
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.
1-04 SCOPE OF WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications,
and Addenda
(April 1, 2025 LSFM ph 4)
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. Change Orders after the contract is executed
2. Addenda
3. Proposal Form
4. Technical Specifications
Lift Station and Force Main Improvements Phase 4
Special Provisions - 22 WWP-27-4323 June 2025
5. Renton Special Provisions
6. Contract Plans
7. City of Renton Standard Plans and Details
8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction
9. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction
1-04.4(1) Minor Changes
(May 30, 2019 APWA GSP)
Delete the first paragraph and replace it with the following:
Payments or credits for changes amounting to $25,000 or less may be made under the Bid item
“Minor Change”. At the discretion of the Contracting Agency, this procedure for Minor Changes may
be used in lieu of the more formal procedure as outlined in Section 1-04.4, Changes. All “Minor
Change” work will be within the scope of the Contract Work and will not change Contract Time.
1-04.8 Progress Estimates and Payments
(Mar 21, 2025, Renton GSP)
Section 1-04.8 is supplemented as follows:
Prior to progress payments, the Contractor is encouraged to provide to the Engineer 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
(Mar 21, 2025, Renton GSP)
Section 1-04.11 is supplemented 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 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 item and no further compensation shall be made.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 23 WWP-27-4323 June 2025
1-04.12 Contractor-Discovered Discrepancies
(Mar 21, 2025, Renton GSP)
Section 1-04.12 is a new section:
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 with 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 with 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.
1-05 CONTROL OF WORK
1-05.4 Conformity With and Deviation from Plans and Stakes
(Mar 21, 2025, Renton GSP)
Section 1-05.4 is supplemented with the following:
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. All costs for this survey Work shall be included in
"Contractor Supplied Surveying," per lump sum.
The Engineer or the Contractor supplied surveyor will provide construction stakes and marks
establishing lines, slopes, and grades as stipulated in this section 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 24 WWP-27-4323 June 2025
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 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
(Mar 21, 2025, Renton GSP)
Section 1-05.4(1) is a new section:
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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 25 WWP-27-4323 June 2025
The Surveyor shall be responsible for providing As-Built Information for the project. The Contractor
shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built Information
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 Information and other Work the Engineer deems necessary, the
Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built Information
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 provide As-Built Information shall be included in the lump sum
price for "Construction Surveying, Staking, and As-Built Information."
1-05.4(2) Contractor Provided As-Built Information
(Mar 21, 2025, Renton GSP)
Section 1-05.4(2) is a new section:
It shall be the contractor’s responsibility to record the location prior to backfilling of the trenches, by
centerline station and offset, or northings and eastings using Renton’s datum in section 1-11.1(2)
Survey Datum and Precision, and depth below existing grade, of all existing utilities uncovered or
crossed during their Work as covered under this project.
It shall be the Contractor’s responsibility to have their Surveyor locate 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 electronic files , both AutoCad and pdf files of the project drawings, containing the surveyor’s
as-built information and one set of white prints of the project drawings upon which the Contractor
has plotted the notes of the Contractor locating existing utilities. 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 Information", lump sum.
1-05.7 Removal of Defective and/or Unauthorized Work
(Mar 21, 2025, Renton GSP)
Section 1-05.7 is supplemented with the following:
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
Contracting Agency, and shall bear the expense of making good all Work of other contractors
destroyed or damaged by such removal or replacement.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 26 WWP-27-4323 June 2025
If the Contractor does not remove such condemned Work and materials and commence re-
execution of the Work within 7 calendar days of written notice from the Engineer, or fails to perform
any part of the Work required by the Contract Documents, the Contracting Agency 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. In that case, the Contracting
Agency may store removed material.
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 Contracting Agency may, upon an additional 10 calendar days 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 Contracting Agency may bid at any such sale. The Contractor shall be liable to the
Contracting Agency for the amount of any deficiency from any funds otherwise due the Contractor.
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.
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
(Mar 21, 2025, Renton GSP)
Section 1-05.10 is supplemented with the following:
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
Lift Station and Force Main Improvements Phase 4
Special Provisions - 27 WWP-27-4323 June 2025
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.
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.
1-05.11 Final Inspection
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following:
1-05.11 Final Inspections and Operational Testing
1-05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor shall so notify
the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor’s
request shall list the specific items of work that remain to be completed in order to reach physical
completion. The Engineer will schedule an inspection of the work with the Contractor to determine
the status of completion. The Engineer may also establish the Substantial Completion Date
unilaterally.
If, after this inspection, the Engineer concurs with the Contractor that the work is substantially
complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the
Substantial Completion Date. If, after this inspection the Engineer does not consider the work
substantially complete and ready for its intended use, the Engineer will, by written notice, so notify
the Contractor giving the reasons therefor.
Upon receipt of written notice concurring in or denying substantial completion, whichever is
applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption,
the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the
Lift Station and Force Main Improvements Phase 4
Special Provisions - 28 WWP-27-4323 June 2025
Engineer with a revised schedule indicating when the Contractor expects to reach substantial and
physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial Completion Date
and the Contractor considers the work physically complete and ready for final inspection.
1-05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final inspection, the
Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer
will set a date for final inspection. The Engineer and the Contractor will then make a final inspection
and the Engineer will notify the Contractor in writing of all particulars in which the final inspection
reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective
measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued
vigorously, diligently, and without interruption until physical completion of the listed deficiencies.
This process will continue until the Engineer is satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written
notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever
steps are necessary to correct those deficiencies pursuant to Section 1-05.7.
The Contractor will not be allowed an extension of contract time because of a delay in the
performance of the work attributable to the exercise of the Engineer’s right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting
Agency, in writing, of the date upon which the work was considered physically complete. That date
shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the
work or that all the obligations of the Contractor under the contract have been fulfilled.
1-05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and
operable system. Therefore when the work involves the installation of machinery or other mechanical
equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or
other similar work it may be desirable for the Engineer to have the Contractor operate and test the
work for a period of time after final inspection but prior to the physical completion date. Whenever
items of work are listed in the Contract Provisions for operational testing they shall be fully tested
under operating conditions for the time period specified to ensure their acceptability prior to the
Physical Completion Date. During and following the test period, the Contractor shall correct any
items of workmanship, materials, or equipment which prove faulty, or that are not in first class
operating condition. Equipment, electrical controls, meters, or other 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 29 WWP-27-4323 June 2025
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
(April 1, 2025 LSFM ph 4)
The third and fourth sentences in paragraph 1 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
(August 14, 2013 APWA GSP)
Delete the sixth and seventh paragraphs of this section.
1-05.14 Cooperation with Other Contractors
(Mar 21, 2025, Renton GSP)
Section 1-05.14 is supplemented with the following:
The Contractor shall afford the Contracting Agency 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 be working within the project area may
include, but are not limited to:
1. Puget Sound Energy (gas and electric)
2. AT&T Broadband
3. CenturyLink
4. City of Renton (water, wastewater, surface water, transportation)
5. Comcast
6. Private contractors employed by adjacent property owners
1-05.15 Method of Serving Notices
(January 4, 2024 APWA GSP)
Revise the second paragraph to read:
All correspondence from the Contractor shall be served and directed to the Engineer. All
correspondence from the Contractor constituting any notification, notice of protest, notice of
Lift Station and Force Main Improvements Phase 4
Special Provisions - 30 WWP-27-4323 June 2025
dispute, or other correspondence constituting notification required to be furnished under the
Contract, must be written in paper format, hand delivered or sent via certified mail delivery service
with return receipt requested to the 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)
Section 1-05.16 is a new section:
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
separate pay item.
1-05.17 Oral Agreements
(Mar 21, 2025, Renton GSP)
Section 1-05.17 is a new section:
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
(Mar 21, 2025, Renton GSP)
Section 1-05.18 is a new Section:
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 in a commonly-accepted electronic format. 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 31 WWP-27-4323 June 2025
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
Contracting Agency, 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
Contracting Agency 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 Contracting Agency 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 Contracting Agency’s representative on the job site will also complete a Daily
Construction Report.
1-06 CONTROL OF MATERIAL
1-06.1(4) Fabrication Inspection Expense
(June 27, 2011 AWPA GSP)
Delete this section in its entirety.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 32 WWP-27-4323 June 2025
1-06.2(2)B Financial Incentive
(January 4, 2024 AWPA GSP)
Replace the first sentence of this Section with the following:
The maximum Composite Pay Factor shall be 1.00.
1-06.2(1) Samples and Tests for Acceptance
(Mar 21, 2025, Renton GSP)
Section 1-06.2(1) is supplemented with the following:
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
(Mar 21, 2025, Renton GSP)
Section 1-06.2(2) is supplemented by with the following:
Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City
of Renton.
1-06.6 Recycled Materials
(April 1, 2025 LSFM ph 4)
The first paragraph of Section 1-06.6 is deleted and replaced with the following:
All imported earthwork materials shall be free of recycled materials. Other types of recycled
materials may be considered for approval by the engineer.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
(October 1, 2005 APWA GSP)
Section 1-07.1 is supplemented 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
Lift Station and Force Main Improvements Phase 4
Special Provisions - 33 WWP-27-4323 June 2025
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.
1-07.2 State Sales Tax
Delete this section, including its sub-sections, in its entirety and replace it with the following:
1-07.2 State Sales Tax
(June 27, 2011 APWA GSP)
The Washington State Department of Revenue has issued special rules on the State sales tax.
Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact
the Washington State Department of Revenue for answers to questions in this area. The Contracting
Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability.
The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract
amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2)
describes this exception.
The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-
funded Project) only if the Contractor has obtained from the Washington State Department of
Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The
Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may
owe the Washington State Department of Revenue, whether the amount owed relates to this contract
or not. Any amount so deducted will be paid into the proper State fund.
1-07.2(1) State Sales Tax — Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc.,
which are owned by a municipal corporation, or political subdivision of the state, or by the United
States, and which are used primarily for foot or vehicular traffic. This includes storm or combined
sewer systems within and included as a part of the street or road drainage system and power lines
when such are part of the roadway lighting system. For work performed in such cases, the Contractor
shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract
amounts, including those that the Contractor pays on the purchase of the materials, equipment, or
supplies used or consumed in doing the work.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 34 WWP-27-4323 June 2025
1-07.2(2) State Sales Tax — Rule 170
WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing
buildings, or other structures, upon real property. This includes, but is not limited to, the construction
of streets, roads, highways, etc., owned by the state of Washington; water mains and their
appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal
systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical
power distribution lines, or other conduits or lines in or above streets or roads, unless such power
lines become a part of a street or road lighting system; and installing or attaching of any article of
tangible personal property in or to real property, whether or not such personal property becomes a
part of the realty by virtue of installation.
For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail
sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to
each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax
in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following
exception.
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a
subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable
supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices
or in any other contract amount.
1-07.2(3) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly
for professional or other services (as defined in Washington State Department of Revenue Rules 138
and 244).
1-07.6 Permits and Licenses
(April 1, 2025 LSFM ph 4)
Section 1-07.6 is supplemented with the following:
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 Contracting Agency. The Contractor is required to indemnify the
Contracting Agency 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 35 WWP-27-4323 June 2025
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 Contracting Agency is required to secure such permits,
permission under franchises, licenses and bonds, and pay the fees, the costs incurred by the
Contracting Agency 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 working days stated in the
Contract Document. No additional compensation or extensions to time will be 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.
1-07.9 Wages
1-07.9(3) Apprentices
(April 1, 2025 LSFM ph 4)
Supplement this section with the following:
Apprentice Utilization
If the estimated project cost range exceeds $2,000,000, the 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 performed by the
individuals, rather than the title of their occupations in accordance with WAC 296-127.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 36 WWP-27-4323 June 2025
6. State-approved Apprenticeship Training Program is an apprenticeship training program
approved by the Washington State Apprenticeship Council.
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 Training Council 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.
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 or 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 shall be submitted to the Contracting
Agency after Substantial Completion but no later than 30 calendar 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 37 WWP-27-4323 June 2025
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.
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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 38 WWP-27-4323 June 2025
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 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 an amount in the proposal to become a
part of the total bid by the Contractor.
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.
Apprenticeship Utilization Penalty will be calculated as described below:
Apprentice Utilization Penalty
14% 14.9% $2,000
13% 13.9% $4,000
12% 12.9% $6,000
11% 11.9% $8,000
10% 10.9% $10,000
9% 9.9% $12,000
8% 8.9% $14,000
7% 7.9% $16,000
6% 6.9% $18,000
5% 5.9% $20,000
4% 4.9% $22,000
3% 3.9% $24,000
2% 2.9% $26,000
1% 1.9% $28,000
0% 0.9% $30,000
Lift Station and Force Main Improvements Phase 4
Special Provisions - 39 WWP-27-4323 June 2025
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.
1-07.11 Requirements for Non-Discrimination
1-07.11(11) City of Renton Affidavit of Compliance
(Mar 21, 2025, Renton GSP)
Section 1-07.11(11) is a new section:
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.
1-07.12 Federal Agency Inspection
(Mar 21, 2025, Renton GSP)
Section 1-07.12 is supplemented with the following:
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the
amendments thereto supersede any conflicting provisions of the Standard Specifications and are
made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as
amended, are less restrictive than Washington State Law, then the Washington State Law shall
prevail.
The provisions of FHWA 1273, as amended, included in this contract require that the Contractor
insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates
which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract
requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier
subcontracts, together with the wage rates. The Contractor shall also ensure that this Section,
REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower
tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be
provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates,
and this Special Provision.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 40 WWP-27-4323 June 2025
1-07.15(2) Temporary Water Pollution/Erosion Control
(April 1, 2025 LSFM ph 4)
Section 1-07.15(2) is a new section:
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 Water Pollution/Erosion Control Plan (TWPECP) and
a final SWPPP.
The TWPECP and SWPPP shall be developed in accordance with the erosion control standards
contained in the 2017 City of Renton Surface Water Design 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 20 calendar days of the Notice of Award.
The TWPECP 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.
At a minimum, the plan shall contain:
1. Manufacturer’s data and detailed plans for the erosion control products specified in the plan.
2. 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.
3. Plan for collecting, pumping and pipe surface stormwater runoff, dewatering discharge, and
seepage from the source to the temporary sedimentation tank (Baker Tank) or acceptable
discharge. 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 stormwater, seepage, and dewatering pump discharge. Schedule
and sketch of location for dewatering systems. Pumps shall be sized to pump stormwater
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.
4. Manufacturer’s literature and test results (certificates) on the temporary silt fence, erosion
Lift Station and Force Main Improvements Phase 4
Special Provisions - 41 WWP-27-4323 June 2025
control matting, riprap gradations, and any other necessary erosion control materials.
5. Planned installation and maintenance schedule for temporary erosion and sedimentation
control facilities. Indicate locations and outlets of dewatering systems.
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;
· 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 stormwater or
dewatering water from entering surface waters. The plan shall include how the pH of the water will
be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering
Lift Station and Force Main Improvements Phase 4
Special Provisions - 42 WWP-27-4323 June 2025
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 SWPPPP to the Engineer for review as specified for the
original plan.
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
(Mar 21, 2025, Renton GSP)
Section 1-07.16(1) is supplemented with the following:
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. The Contractor 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 the Contractor may provide.
A. 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 43 WWP-27-4323 June 2025
B. 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. The Contractor shall also repair all existing structures that may be
damaged as a result of the Work under this contract.
C. 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.
D. 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.
E. 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.
F. 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 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.
G. 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.
H. Streets. The Contractor will assume all responsibility of restoration of the surface of all
streets (traveled ways) used by him if damaged. 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. 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 at the Public Works Department Customer
Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way.
1-07.17 Utilities and Similar Facilities
(Mar 21, 2025, Renton GSP)
Section 1-07.17 is supplemented with the following:
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
Lift Station and Force Main Improvements Phase 4
Special Provisions - 44 WWP-27-4323 June 2025
existing underground utilities or services at or contiguous to the project site are based on information
and data furnished to the Contracting Agency and the Engineer by owners of such underground
facilities or others, and the Contracting Agency and the Engineer do not assume 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, or pull boxes which are buried shall be conspicuously marked in
a fashion acceptable to the Contracting Agency and the Engineer by the Contractor to allow their
location to be determined by the Engineer or utility personnel under adverse conditions, (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 check with the utility companies concerning any possible conflict prior to
commencing excavation in any area. 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.
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.
(If Necessary Provide Project Specific Utility Protection Plans, See Below)
Detailed Water Utility Protection Plan (WUPP) Requirements
General Requirements
The Contractor shall submit the WUPP 14-days prior to any excavation. The WUPP shall be
prepared by and bear the seal and signature of a Professional Engineer licensed in the state
of Washington.
The WUPP shall comply with the Standard Specifications, as modified, or supplemented by
the Amendments to the Standard Specifications and Special Provisions.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 45 WWP-27-4323 June 2025
The WUPP shall be reviewed and approved by the Engineer prior to any work in the vicinity of
the Water utility pipe(s). The Engineer’s review of the submitted material shall in no way
relieve the Contractor of the responsibility for making a satisfactory installation meeting the
requirements of these documents and the utility owner.
The Contractor is responsible for implementation of the approved WUPP. If deviations from
the WUPP are necessary because of field conditions, the contractor must submit a revised
submittal WUPP to the City for review. Excavation adjacent to water mains cannot proceed
until the submittal is approved.
The Contractor shall do the following:
· Protect the existing water main, including valves, fittings, thrust blocks, coatings,
during the course of construction.
· Support the exposed water main to prevent any movement.
· Use care to avoid damaging the existing water main with mechanical construction
equipment. Chains and/or wire rope will not be allowed to support exposed water
mains. Use double straps to support both sides of an exposed joint. Provide a
compaction plan for backfill installed under exposed water lines and facilities. If
Controlled Density Fill (CDF) has been approved for use as backfill around water
mains, installation shall conform with the Project Plans and Standard Specifications,
as modified or supplemented by the Amendments to the Standard Specifications and
Special Provisions.
· If, during construction, the structural integrity of the water line is compromised, stop
construction and immediately notify the City Inspector to coordinate efforts to
mitigate and rectify the situation.
Requirements for Open Excavations
Open Excavations Parallel to City of Renton Water Mains
If the water main is located above the bottom of the construction excavation within the zone
of influence— 1.5H: 1V slope from the bottom of the construction excavation, or the water
main is within 5 feet of the excavation—the following shall apply:
· Excavation adjacent to transmission mains (all sizes), conduits, and distribution
mains ≥12 inches will require plans and associated structural and geotechnical
calculations prepared and stamped/sealed by a Professional Engineer licensed in the
state of Washington.
· Excavations adjacent to distribution mains <12 inches may require plans and
associated structural and geotechnical calculations prepared and stamped/sealed
by a Professional Engineer licensed in the state of Washington as determined by City.
· No more than 8 feet of parallel trench shall remain unsupported.
· Minimize duration of unsupported trench walls. No section shall be left unsupported
overnight or if groundwater is observed.
· Supported sections of trench shall have positive-pressure shoring or shielded shoring
backfilled between the trench wall and the shoring box. Positive-pressure shoring is
defined as a system providing support to the trench wall, such that no ground
movement adjacent to and within the excavated trench is possible. Positive-pressure
shoring can be achieved with hydraulic jacks or by ensuring zero clearance between
the shielded shoring and the trench wall.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 46 WWP-27-4323 June 2025
· Positive-pressure shoring is required at all water main bends and tees, to prevent
undermining of the thrust-restraint systems. No amount of unsupported trench is
permitted at these locations.
Open Excavations Askew and Perpendicular to City of Renton Water Mains
For open excavations askew and perpendicular to City of Renton water main, if the
construction excavation is 5 feet or more below a >12-inch water main, or if the excavated
trench is 6 feet or wider, then the following shall apply:
· Show plans and associated structural and geotechnical calculations prepared and
stamped/sealed by a Professional Engineer licensed in the state of Washington for
any support beams, columns, steel plate foundation supports, blocking, and length
of beams on each side of trench and columns. Pipe supports shall be adjustable,
tensioned, and rated to the calculated loads.
· Provide the methods and means of excavation, backfill, and compaction to provide
continuous pipe support and prevent damage.
· Monitor > 12-inch-diameter water lines for settlement. Measure water main pipe
elevation directly prior to, during, and after excavation, and provide before and after
elevation measurements.
· Provide required support beam with straps spaced no more than 3 feet apart and/or
from the trench wall.
· If a joint is exposed, provide required support beam and double straps (one strap
placed on each side of the joint) in excavations > 6 feet wide. For excavations > 6 feet
wide, one strap shall be placed on each side of the joint with additional straps to be
placed no further than 3 feet apart for support of the pipe spanning the excavation.
· City may require structural and geotechnical calculations of maximum anticipated
deflection and resulting stress in pipe, maximum anticipated deflection and resulting
stress in support beam, and assumed soil-bearing pressure.
Excavations Near Thrust Blocks
For excavations near City of Renton water main thrust blocks, if a thrust restraint system
supporting the existing water main is uncovered, and a WUPP has not been submitted, the
excavating contractor or agency must do the following:
1. Immediately stop excavation in the influence zone of the thrust block (an area 3 times
the length of the thrust block).
2. Notify the City Inspector.
3. Field-verify the thrust block dimension by exposing the top surface of the thrust
block.
4. Prepare and submit a WUPP for review by the City before proceeding with further
excavation.
Utility Adjustments and Conflicts
Existing utilities for telephone, power, gas, water, and television cable facilities 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
Lift Station and Force Main Improvements Phase 4
Special Provisions - 47 WWP-27-4323 June 2025
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.
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
(Mar 21, 2025, Renton GSP)
Section 1-07.17(3) is a new section:
Site Specific Potholing is intended to be 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 as required to collect as-built
information. The Contractor shall verify the depth, location, alignment, size, and material of existing
underground utilities. The Contractor shall immediately notify the Engineer if field conditions differ
from the expected conditions shown in the Contract Drawings. 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. For these utilities, the Contractor
shall allow the Engineer 10 working days after written results are received to allow for minor design
modifications when needed. 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 excavation the material can be used for temporary restoration.
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. Different utilities may be found to occupy a common
trench. Any two or more utilities separated by 3 feet or less shall constitute one pothole. Where
multiple utilities exist in close proximity, the Contractor shall be paid for one pothole for every 5 feet
of exploration trench. The quantity for this item is included to provide a common proposal for bid
Lift Station and Force Main Improvements Phase 4
Special Provisions - 48 WWP-27-4323 June 2025
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.
The contractor shall perform 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.
1-07.17(4) Interruption of Services
(Mar 21, 2025, Renton GSP)
Section 1-07.17(4) is a new section:
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 connections 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 on an unplanned interruption of service, the Contractor shall be responsible for
notifying the utility owner and customer immediately. The Contractor shall be solely
responsible for repairing any broken utilities and/or services in a timely manner.
1-07.17(5) Resolution of Utility Conflicts
(Mar 21, 2025, Renton GSP)
Section 1-07.17(5) is a new section:
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.
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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 49 WWP-27-4323 June 2025
1-07.18 Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
1-07.18 Insurance
(January 4, 2024 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.
1. D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or
Umbrella Liability insurance policies shall be primary and non-contributory insurance as
respects the Contracting Agency’s insurance, self-insurance, or self-insured pool coverage.
Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting
Agency shall be excess of the Contractor’s insurance and shall not contribute with it.
E. The Contractor shall provide the Contracting Agency and all additional insureds with written
notice of any policy cancellation, within two business days of their receipt of such notice.
F. The Contractor shall not begin work under the Contract until the required insurance has
been obtained and approved by the Contracting Agency
G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a
material breach of contract, upon which the Contracting Agency may, after giving five
business days’ notice to the Contractor to correct the breach, immediately terminate the
Contract or, at its discretion, procure or renew such insurance and pay any and all premiums
in connection therewith, with any sums so expended to be repaid to the Contracting Agency
on demand, or at the sole discretion of the Contracting Agency, offset against funds due the
Contractor from the Contracting Agency.
H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of
the Contract and no additional payment will be made.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 50 WWP-27-4323 June 2025
I. Under no circumstances shall a wrap up policy be obtained, for either initiating or
maintaining coverage, to satisfy insurance requirements for any policy required under this
Section. A “wrap up policy” is defined as an insurance agreement or arrangement under
which all the parties working on a specified or designated project are insured under one
policy for liability arising out of that specified or designated project.
1-07.18(2) Additional Insured
All insurance policies, with the exception of Workers Compensation, and of Professional Liability
and Builder’s Risk (if required by this Contract) shall name the following listed entities as
additional insured(s) using the forms or endorsements required herein:
the Contracting Agency and its officers, elected officials, employees, agents, and
volunteers
The above-listed entities shall be additional insured(s) for the full available limits of liability
maintained by the Contractor, irrespective of whether such limits maintained by the Contractor
are greater than those required by this Contract, and irrespective of whether the Certificate of
Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those
maintained by the Contractor.
For Commercial General Liability insurance coverage, the required additional insured
endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations
and CG 20 37 10 01 for completed operations.
1-07.18(3) Subcontractors
The Contractor shall cause each subcontractor of every tier to provide insurance coverage that
complies with all applicable requirements of the Contractor-provided insurance as set forth herein,
except the Contractor shall have sole responsibility for determining the limits of coverage required
to be obtained by subcontractors.
The Contractor shall ensure that all subcontractors of every tier add all entities listed in
1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that
section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10
01 for ongoing operations and CG 20 37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency evidence of insurance and copies of the additional insured endorsements of each
subcontractor of every tier as required in 1-07.18(4) Verification of Coverage.
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
Lift Station and Force Main Improvements Phase 4
Special Provisions - 51 WWP-27-4323 June 2025
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.
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:
$2,000,000 Each Occurrence
$3,000,000 General Aggregate
$3,000,000 Products & Completed Operations Aggregate
$2,000,000 Personal & Advertising Injury each offence
$2,000,000 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 52 WWP-27-4323 June 2025
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident
1-07.18(5)C Workers’ Compensation
2. The Contractor shall comply with Workers’ Compensation coverage as required by the
Industrial Insurance laws of the State of Washington.
1-07.18(5)J Pollution Liability
(January 4, 2016 APWA GSP)
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
1-07.22 Use of Explosives
(Mar 21, 2025, Renton GSP)
Section 1-07.22 is supplemented by the following:
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. 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.
1-07.23 Public Convenience and Safety
1-07.23(1) Construction Under Traffic
(Mar 21, 2025, Renton GSP)
Section 1-07.23(1) is supplemented by adding the following:
Lift Station and Force Main Improvements Phase 4
Special Provisions - 53 WWP-27-4323 June 2025
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.
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.
1-07.24 Rights-of-Way
(July 23, 2015 APWA GSP)
Delete this section and replace it with the following:
Lift Station and Force Main Improvements Phase 4
Special Provisions - 54 WWP-27-4323 June 2025
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.
1-08 PROSECUTION AND PROGRESS
1-08.0 Preliminary Matters
(Mar 21, 2025, Renton GSP )
Section 1-08.0 is a new section with subsection:
1-08.0(1) Preconstruction Conference
Section 1-08.0(1) is a new subsection:
Lift Station and Force Main Improvements Phase 4
Special Provisions - 55 WWP-27-4323 June 2025
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 at 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 on the project
· 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)
· Shop Drawings (bring preliminary list)
· Traffic Control Plans (3+ copies)
· Temporary Water Pollution/Erosion Control Plan
· Other plans as required and described in the Mobilization Bid Item description
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
Lift Station and Force Main Improvements Phase 4
Special Provisions - 56 WWP-27-4323 June 2025
· 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
Section 1-08.0(2) is a new subsection:
Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal
straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00
a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day Work week. The
normal straight time 8-hour working period for the Contract shall be established at the
preconstruction conference or prior to the Contractor commencing the Work.
If the Contractor desires to perform Work before 7:00 a.m. or after 6:00 p.m. on any day, the
Contractor shall apply in writing to the Engineer for permission to Work such times. Permission to
Work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is required. Such requests shall
be submitted to the Engineer no later than noon on the working day prior to the day for which the
Contractor is requesting permission to Work.
The Contractor shall submit a Night Work and Noise Mitigation Plan for approval to work between the
hours of 10:00 p.m. and 7:00 a.m. detailing the extent and need for night work, the equipment which
will be used, including noise levels, and measures for reducing the impact of noise. Approval to work
during these hours is subject to the Engineer’s discretion and may be revoked at any time the
Contractor exceeds the Contracting Agency’s noise control regulations or complaints are received
from the public or adjoining property owners regarding the noise from the Contractor’s operations.
The Contractor shall have no claim for damages or delays should such permission be revoked for
these reasons.
Permission to Work nights, 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: requiring the Engineer or such assistants as the Engineer may deem necessary to be present
during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of
engineering salaries paid Contracting Agency employees who worked during such times; considering
the Work performed on Saturdays, Sundays, and holidays as working days with regards to the
Contract Time; and 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. 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.
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees
Lift Station and Force Main Improvements Phase 4
Special Provisions - 57 WWP-27-4323 June 2025
Section 1-08.0(3) is a new subsection:
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
(Mar 21, 2025, Renton GSP)
Section 1-08.1 is supplemented 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 is 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.
1-08.3 Progress Schedule
(April 1, 2025 LSFM ph 4)
Delete this section and replace it with the following:
The progress schedule for the entire project shall be submitted 7 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.
a. 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.
b. Procurement of material and equipment.
c. Submittals requiring review by the Engineer. Submittal by the Contractor and review by
the Engineer shall be shown as separate activities.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 58 WWP-27-4323 June 2025
d. Work to be performed by a subcontractor, agent, or any third party.
e. Allowances for delays that could result from normal inclement weather (time extensions
due to inclement weather will not be allowed).
f. 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, or for
coordination with any other activity of other contractors, the availability of all or portions of the job
site, or special provisions of this Contract, or to reasonably meet the completion date of the project.
The Contractor shall provide such revised schedule within 10 working days of request.
If, at any time, in the opinion of the Engineer, 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.
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.
1-08.4 Notice to Proceed and Prosecution of the Work
(July 23, 2015 APWA GSP)
Section 1-08.4 is replaced with the following:
Lift Station and Force Main Improvements Phase 4
Special Provisions - 59 WWP-27-4323 June 2025
Notice to Proceed will be given after the contract has been executed and the contract bond and
evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall
not commence with the work until the Notice to Proceed has been given by the Engineer. The
Contractor shall commence construction activities on the project site within ten days of the Notice
to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the
work to the physical completion date within the time specified in the contract. Voluntary shutdown
or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to
complete the work within the time(s) specified in the contract.
When shown in the Plans, the first order of work shall be the installation of high visibility fencing to
delineate all areas for protection or restoration, as described in the Contract. Installation of high
visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and
traffic control devices in accordance with 1-10.1 (2). Upon construction of the fencing, the
Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the
site until the Contracting Agency has accepted the installation of the high visibility fencing, as
described in the Contract.
1-08.5 Time for Completion
(MAR 21, 2025, Renton GSP)
The first five paragraphs of Section 1-08.5 are deleted and replaced with the following:
The Work shall be physically completed in its entirety within the time specified in the Contract
Documents or as extended by the Engineer. The Contract Time will be stated in “working days”, shall
begin on the Notice To Proceed date, or the date identified in the Notice to Proceed as “the first
working day”, and shall end on the Contract Completion date.
A non-working day is defined as a Saturday, a Sunday, a day on which the Contract specifically
suspends Work, or one of these holidays: January 1, third Monday of January, Memorial Day,
Juneteenth, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and
Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a
Tuesday, Wednesday, or Friday. The day after Christmas shall be a holiday when Christmas Day
occurs on a Monday or Thursday. When Christmas Day occurs on a Saturday, the two preceding
working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two
working days following shall be observed as holidays. When holidays other than Christmas fall on a
Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday
the following Monday will be counted as a non-working day. The Contract Time has been established
to allow for periods of normal inclement weather that, from historical records, is to be expected
during the Contract Time, and during which periods, Work is anticipated to be performed. Each
successive working day, beginning with the Notice to Proceed date and ending with the Physical
Completion date, shall be charged to the Contract Time as it occurs except a day, or part of a day,
which is designated a non-working day or an Engineer determined unworkable day.
The Engineer will furnish the Contractor a weekly report showing (1) the number of working days
charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3)
the number of working days remaining in the Contract Time; (4) the number of non-working days; and
(5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report
will be correlated with the Contractor’s current approved progress schedule. If the Contractor elects
Lift Station and Force Main Improvements Phase 4
Special Provisions - 60 WWP-27-4323 June 2025
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.
The Contractor will be allowed 10 calendar days from the date of each report in which to file a written
protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be
deemed to have been accepted by the Contractor as correct.
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.
Revise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the contract after all
the Contractor’s obligations under the contract have been performed by the Contractor. The
following events must occur before the Completion Date can be established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and required by
law, to allow the Contracting Agency to process final acceptance of the contract. The
following documents must be received by the Project Engineer prior to establishing a
completion date:
a. Certified Payrolls (per Section 1-07.9(5)).
b. Material Acceptance Certification Documents
c. Monthly Reports in DMCS of the amounts paid including the final payment confirmation
to all firms required by Section 1-08.1(7)A if applicable
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
Section 1-08.5 is supplemented as follows:
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
Lift Station and Force Main Improvements Phase 4
Special Provisions - 61 WWP-27-4323 June 2025
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.
1-08.9 Liquidated Damages
(March 3, 2021 APWA GSP)
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=0.15C/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 completing the physical Work on the
Contract.
1-08.11 Contractor's Plant and Equipment
(Mar 21, 2025, Renton GSP)
Section 1-08.11 is a new Section:
Lift Station and Force Main Improvements Phase 4
Special Provisions - 62 WWP-27-4323 June 2025
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
(Mar 21, 2025, Renton GSP)
Section 1-08.12 is a new section:
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.
1-09 MEASUREMENT AND PAYMENT
1-09.1 Measurement of Quantities
(Mar 21, 2025, Renton GSP)
Section 1-09.1 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 63 WWP-27-4323 June 2025
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. Driver’s 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 as stated in each bid item and
compared to 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 based on each bid item and compared to said tally tickets, delivered to
the Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored
for payment.
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
1-09.3 Scope of Payment
(Mar 21, 2025, Renton GSP)
Section 1-09.3 is supplemented by adding the following:
Lift Station and Force Main Improvements Phase 4
Special Provisions - 64 WWP-27-4323 June 2025
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.
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
(Mar 21, 2025, Renton GSP)
Section 1-09.7 is supplemented as follows:
Lift Station and Force Main Improvements Phase 4
Special Provisions - 65 WWP-27-4323 June 2025
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; 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.
Payment will be made for the following bid item(s):
“Mobilization & Demobilization,” Lump Sum.
1-09.9 Payments
(April 1, 2025 LSFM ph 4)
Delete the fourth paragraph and replace it with the following:
Progress payments for completed Work and material on hand will be based upon progress estimates
prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction
meeting.
The initial progress estimate will be made not later than 30 calendar days after the Contractor
commences the Work, and successive progress estimates will be made every month thereafter until
the Completion Date. Progress estimates made during progress of the Work are tentative and made
only for the purpose of determining progress payment. The progress estimates are subject to change
at any time prior to the calculation of the final payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form – the approximate quantity of acceptable units of Work
completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form – the estimated percentage complete multiplied by the Bid
Forms amount for each lump sum item, or per the schedule of values for that item.
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);
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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 66 WWP-27-4323 June 2025
Payments will be made by check or electronic transfer, issued by the Contracting Agency’s fiscal
officer, against the appropriate fund source for the project. Payments received on account of Work
performed by a subcontractor are subject to the provisions of RCW 39.04.250.
Section 1-09.9 is supplemented 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
(Mar 21, 2025, Renton GSP)
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
(April 1, 2025 LSFM ph 4)
Section 1-09.9(2) is a new section:
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:
Lift Station and Force Main Improvements Phase 4
Special Provisions - 67 WWP-27-4323 June 2025
1. Damage to another contractor when there is evidence thereof and a claim has been filed.
2. Where the Contractor has not paid fees or charges to public authorities of municipalities,
which the Contractor is obligated to pay.
3. Utilizing material tested and inspected by the Engineer, for purposes not connected with the
Work (Section 1-05.6).
4. Landscape damage assessments per Section 1-07.16.
5. For overtime Work performed by City personnel per Section 1-08.0(3).
6. 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 working day set forth in Contract Documents multiplied by the
number of working days the Contractor’s approved progress schedule, in the opinion of
the Engineer, indicates the Contract may exceed the Contract Time.
7. 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 Manufacturer’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.
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:
1. No legal action has commenced to resolve the validity of the claims, and
2. The Contractor has not protested such disbursement.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 68 WWP-27-4323 June 2025
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
(Mar 21, 2025, Renton GSP)
Section 1-09.9(2) is a new section:
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 accepted 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 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,
Lift Station and Force Main Improvements Phase 4
Special Provisions - 69 WWP-27-4323 June 2025
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(3) Time Limitations 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)A General
(December 30, 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 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 70 WWP-27-4323 June 2025
1-09.13(3) Claims $250,000 or Less
(Mar 21, 2025, Renton GSP)
Delete this Section and replace it with the following:
The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or
less, submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes,
shall be resolved through litigation, unless the parties mutually agree in writing to resolve the claim
through binding arbitration.
1-09.13(3)A 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
(April 1, 2025 LSFM ph 4)
Section 1-09.13(3)B is supplemented by adding:
The findings and decision of the board of arbitrators shall be final and binding on the parties, unless
the aggrieved party, within 10 calendar 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 or without
reasonable foundation. In the latter case, all costs shall be borne by the Contractor.
1-09.14 Payment Schedule
(Mar 21, 2025, Renton GSP)
Lift Station and Force Main Improvements Phase 4
Special Provisions - 71 WWP-27-4323 June 2025
Measurement and Payment Schedule for Bid Items in This Project Proposal
Section 1-09.14 is a new Section:
GENERAL
1-09.14(1) Scope
(January 29, 2025, SRP PH. 2 )
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 described in these Special Provisions
and shown on the Plans.
B. The Contracting Agency 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
(April 1, 2025 LSFM ph 4)
Section 1-09.14(2) is a new Section:
See Technical Specifications Division 18 (Measurement and Payment) for bid items
1-10 TEMPORARY TRAFFIC CONTROL
1-10.1 General
(April 1, 2025 LSFM ph 4) Delete this section and replace it with the following:
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
Lift Station and Force Main Improvements Phase 4
Special Provisions - 72 WWP-27-4323 June 2025
adjacent to any traveled way until all necessary signs and traffic control devices are in place.
When the bid proposal includes an item for “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. Temporary traffic control plans shall be prepared by a qualified Traffic
Control Supervisor.
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.
9. Assuring that all traveled portions of roadways are open to traffic outside of working hours as
specified in Section 1-08.0(2), subject to the limitations and allowances specified in Section 1-
10.3(4) and the conditions of the traffic control permit, or as directed by the Engineer.
10. Promptly removing or covering all non-applicable signs during periods when they are not needed.
If no bid item “Traffic Control” appears in the proposal, then all Work required by these sections will
be considered incidental and their cost shall be included in the other items of Work.
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.
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 “Traffic Control” to address the increase or
decrease.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 73 WWP-27-4323 June 2025
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 working 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 working days to complete the Work.
1-10.2(1)B Traffic Control Supervisor
(Mar 21, 2025, Renton GSP)
Section 1-10.2(1)B is supplemented as follows:
Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of
Washington. The Traffic Control Supervisor shall be certified by one of the following:
The Northwest Laborers-Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
Evergreen Safety Council
12545 135th Ave. NE
Kirkland, WA 98034-8709
1-800-521-0778 or (425) 814-3868
The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406-1022
Training Dept. Toll Free (877) 642-4637
Phone: (540) 368-1701
1-10.2(2) Traffic Control Plans
(Mar 21, 2025, Renton GSP)
Section 1-10.2(2) is supplemented as follows:
The Contractor shall be responsible for assuring that traffic control is installed and maintained in
conformance to established standards. The Contractor shall continuously evaluate the operation of
the traffic control plan and take prompt action to correct any problems that become evident during
operation.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 74 WWP-27-4323 June 2025
TCP’s shall be prepared by a certified Traffic Control Supervisor (TCS), certified Traffic Control Design
Specialist or licensed Professional Traffic Operations Engineer, using traffic control software (or other
software modified to clearly show all aspects of the traffic control zone). The certified party shall
stamp or affix their name, current certification number, expiration date and contact information on
the plans.
Traffic control plans shall include pedestrian traffic control for sidewalk closures and incorporate the
constraints and requirements described elsewhere in these Special Provisions. All pedestrian routes
shall be maintained to meet ADA standards to the maximum extent feasible.
Detour routes shall provide access around construction and shall also include direction back into
the downtown core to maintain local access to all businesses.
1-10.3 Traffic Control Labor, Procedures, and Devices
(Mar 21, 2025, Renton GSP)
Section 1-10.3 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.
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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 75 WWP-27-4323 June 2025
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
(Mar 21, 2025, Renton GSP)
Section 1-10.3(1)C is a new section:
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. Uniformed Police Officers are not required if traffic signals are set to all-
way stop or are turned off and covered. The off-duty 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 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: Contact (206) 957-0935 ext. 1
Washington State Patrol Officers: Contact (425) 401-7788
1-10.3 Traffic Control Labor, Procedure, and Devices
1-10.3(3) Traffic Control Devices
1-10.3(3)A Construction Signs
(Mar 21, 2025, Renton GSP)
Section 1-10.3(3) is supplemented as follows:
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).
Lift Station and Force Main Improvements Phase 4
Special Provisions - 76 WWP-27-4323 June 2025
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.
1-10.3(4) Traffic Control Constraints
(Mar 21, 2025, Renton GSP)
Section 1-10.3(4) is a new section:
Traffic control plans shall be reviewed and approved by the City. 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. 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 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
(Mar 21, 2025, Renton GSP)
Section 1-10.4 is replaced with:
Lift Station and Force Main Improvements Phase 4
Special Provisions - 77 WWP-27-4323 June 2025
No specific unit of measurement will apply to the lump sum item of “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
(Mar 21, 2025, Renton GSP)
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:
“Traffic Control,” Lump Sum.
1-11 RENTON SURVEYING STANDARDS
(Mar 21, 2025, Renton GSP)
The following is a new section with new subsections:
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 &
Lift Station and Force Main Improvements Phase 4
Special Provisions - 78 WWP-27-4323 June 2025
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.
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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 79 WWP-27-4323 June 2025
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.
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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 80 WWP-27-4323 June 2025
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.
1-11.1(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).
Lift Station and Force Main Improvements Phase 4
Special Provisions - 81 WWP-27-4323 June 2025
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., 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 82 WWP-27-4323 June 2025
DIVISION 2
EARTHWORK
2-01 Clearing, Grubbing, And Roadside Cleanup
(Mar 21, 2025, Renton GSP)
2-01.1 Description
Section 2-01.1 is supplemented with the following:
(******)
The limits of clearing and grubbing (construction limits) shall be defined as being the construction
limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent
to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove
such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall
be left undamaged by the Contractor’s operations. Any flagged trees, which are damaged, shall be
replaced in kind at the Contractor’s expense.
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 Contractor shall give property owners 10 calendar 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
and the Plans.
The Contractor shall receive approval from the Engineer prior to removal.
2-01.2 Disposal of Usable Material and Debris
Section 2-01.2 is supplemented with the following:
(******)
The Contractor shall dispose of all debris by Disposal Method No. 2 – Waste Site, Section 2-01.2(2).
2-02 Removal Of Structure And Obstructions
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
Section 2-02.3(3) is revised and supplemented with the following:
(******)
Item “1” is deleted and replaced with the following:
Haul broken-up pieces to appropriate disposal site.
The section is supplemented with the following:
In locations where pavement, sidewalk or driveway has been removed and that must remain open to
traffic prior to final restoration, a temporary asphalt patch shall be installed. Temporary asphalt
patches shall be in accordance with Section 5-06.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 83 WWP-27-4323 June 2025
2-03 Roadway Excavation And Embankment
(******)
2-03.3 Construction Requirements
Section 2-03.3 is supplemented with the following:
(******)
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 his 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 84 WWP-27-4323 June 2025
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, Gravel 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, Gravel Borrow meeting the requirements of Section 9-
03.14 of the Standard Specifications, shall be used.
2-04 Haul
2-04.5 Payment
Delete Section 2-04.5 and replace with the following:
(******)
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.
2-06 Subgrade Preparation
2-06.2 Subgrade to be Incidental
Section 2-06.2 is a new Section:
(******)
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.
2-09 Structure Excavation
2-09.1 Description
Section 2-09.1 is supplemented by adding the following:
(******)
This Work also includes the excavation, haul, and disposal of all unsuitable materials such as peat,
muck, swampy or unsuitable materials, including buried logs and stumps.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 85 WWP-27-4323 June 2025
2-09.3(1)D Disposal of Excavated Material
Section 2-09.3(1)D is revised as follows:
(******)
The second paragraph is replaced with:
All costs for disposing of excavated material within or external to the project limits shall be included
in the 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 86 WWP-27-4323 June 2025
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5-04 Hot Mix Asphalt
(January 31, 2023 APWA GSP)
Delete this Section in its entirety and replace it with the following:
5-04.1 Description
This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt
(HMA) on a prepared foundation or base in accordance with these Specifications and the lines,
grades, thicknesses, and typical cross-sections shown in the Plans. The 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.
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 (RAP) 9-03.8(3)B, 9-03.21
Reclaimed Asphalt Shingles (RAS) 9-03.8(3)B, 9-03.21
Mineral Filler 9-03.8(5)
Recycled Material 9-03.21
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.
If the Contractor wishes to utilize High RAP/Any RAS, the design must be listed on the WSDOT
Qualified Products List (QPL).
Lift Station and Force Main Improvements Phase 4
Special Provisions - 87 WWP-27-4323 June 2025
The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from
different sources is not permitted.
The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with
20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for
approval the process that is proposed and how it will be used in the manufacture of HMA.
Production of aggregates shall comply with the requirements of Section 3-01.
Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from
stockpiles shall comply with the requirements of Section 3-02.
5-04.2(1) How to Get an HMA Mix Design on the QPL
If the Contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL),
please follow the WSDOT process outlined in Standard Specification 5-04.2(1).
5-04.2(2) Mix Design – Obtaining Project Approval
No paving shall begin prior to the approval of the mix design by the Engineer.
Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the
Contract documents.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the
following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel,
temporary pavement, 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 and 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 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 88 WWP-27-4323 June 2025
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 Mix Design. 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
ESALs appropriate for the required use.
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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 89 WWP-27-4323 June 2025
Minimum Surface Temperature for Paving
Compacted Thickness (Feet) Wearing Course Other Courses
Less than 0.10 55°F 45°F
0.10 to .20 45°F 35°F
More than 0.20 35°F 35°F
5-04.3(2) Paving Under Traffic
When the Roadway being paved is open to traffic, the requirements of this Section shall apply.
The Contractor shall keep intersections open to traffic at all times except when paving the
intersection or paving across the intersection. During such time, and provided that there has been an
advance warning to the public, the intersection may be closed for the minimum time required to
place and compact the mixture. In hot weather, the Engineer may require the application of water to
the pavement to accelerate the finish rolling of the pavement and to shorten the time required before
reopening to traffic.
Before closing an intersection, advance warning signs shall be placed, and signs shall also be placed
marking the detour or alternate route.
During paving operations, temporary pavement markings shall be maintained throughout the project.
Temporary pavement markings shall be installed on the Roadway prior to opening to traffic.
Temporary pavement markings shall be in accordance with Section 8-23.
All costs in connection with performing the Work in accordance with these requirements, except the
cost of temporary pavement markings, shall be included in the unit Contract prices for the various
Bid items involved in the Contract.
5-04.3(3) Equipment
5-04.3(3) A Mixing Plant
Plants used for the preparation of HMA shall conform to the following requirements:
1. Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt binder shall
be equipped to heat and hold the material at the required temperatures. The heating shall be
accomplished by steam coils, electricity, or other approved means so that no flame shall be
in contact with the storage tank. The circulating system for the asphalt binder shall be
designed to ensure proper and continuous circulation during the operating period. A valve for
the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the
supply line to the mixer.
2. Thermometric Equipment – An armored thermometer, capable of detecting temperature
ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location
near the charging valve at the mixer unit. The thermometer location shall be convenient and
safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale
thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved
thermometric instrument placed at the discharge chute of the drier to automatically register
or indicate the temperature of the heated aggregates. This device shall be in full view of the
plant operator.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 90 WWP-27-4323 June 2025
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.
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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 91 WWP-27-4323 June 2025
Extensions without augers and an internally heated vibratory screed shall not be used in the
Traveled Way.
When specified in the Contract, 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
otherwise required by the Contract.
Where an MTD/V is required by the Contract, the Engineer may approve paving without an MTD/V, at
the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time
is due.
When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to
laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature
throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in
urban areas or through intersections, at the discretion of the Engineer.
To be approved for use, an MTV:
1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver.
2. Shall not be connected to the hauling vehicle or paver.
3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the
paving machine.
5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture.
To be approved for use, an MTD:
Lift Station and Force Main Improvements Phase 4
Special Provisions - 92 WWP-27-4323 June 2025
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.
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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 93 WWP-27-4323 June 2025
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.
5-04.3(4)A Crack Sealing
When the Proposal includes a pay item for crack sealing, seal cracks in accordance with
Section 5-03.
5-04.3(4)A1 General
When the Proposal includes a pay item for crack sealing, seal all cracks 1/4 inch in width and greater.
Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when
filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement
surfaces within the crack immediately prior to filling a crack with the sealant material. Do not
overheat pavement. Do not use direct flame dryers. Routing cracks is not required.
Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and
pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the
sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off
the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks
that were not completely filled with additional sand slurry. Do not place the HMA overlay until the
slurry has fully cured.
The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately
2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate
per section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks
and joints until full. The following day, any cracks or joints that are not completely filled shall be
topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush
with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until
the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and
sand used in the sand slurry.
In areas where HMA will be placed, use sand slurry to fill the cracks.
In areas where HMA will not be placed, fill the cracks as follows:
1. Cracks 1/4 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
Lift Station and Force Main Improvements Phase 4
Special Provisions - 94 WWP-27-4323 June 2025
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 1/4 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
Section 5-04.3(4)B is deleted in its entirety.
5-04.3(4)C Pavement Repair
The Contractor shall excavate pavement repair areas and shall backfill these with HMA in
accordance with the details shown in the Plans and as marked in the field. The Contractor shall
conduct the excavation operations in a manner that will protect the pavement that is to remain.
Pavement not designated to be removed that is damaged as a result of the Contractor’s operations
shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting
Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by
the Engineer. The Contractor shall not excavate more area than can be completely finished during
the same shift, unless approved by the Engineer.
Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet.
The Engineer will make the final determination of the excavation depth required. The minimum width
of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any
excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder.
Excavated materials will become the property of the Contractor and shall be disposed of in a
Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3)
or 9-03.21.
Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack
coat shall be applied to all surfaces of existing pavement in the pavement repair area.
Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted
depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of
the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller.
5-04.3(5) Producing/Stockpiling Aggregates and RAP
Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient
storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from
Lift Station and Force Main Improvements Phase 4
Special Provisions - 95 WWP-27-4323 June 2025
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
Section 5-04.3(5)A is deleted in its entirety.
5-04.3(6) Mixing
After the required amount of mineral materials, asphalt binder, recycling agent and anti-stripping
additives have been introduced into the mixer the HMA shall be mixed until complete and uniform
coating of the particles and thorough distribution of the asphalt binder throughout the mineral
materials is ensured.
When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by
more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also,
when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA
shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum
water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no
problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems,
the moisture content shall be reduced as directed by the Engineer.
Storing or holding of the HMA in approved storage facilities will be permitted with approval of the
Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than
24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no
expense to the Contracting Agency. The storage facility shall have an accessible device located at
the top of the cone or about the third point. The device shall indicate the amount of material in
storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the
top of the cone of the storage facility, except as the storage facility is being emptied at the end of the
working shift.
Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering
the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the
recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the
Contractor shall immediately suspend the use of the RAP until changes have been approved by the
Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt
rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform
coating of the particles and thorough distribution of the asphalt binder throughout the mineral
materials, and RAP is ensured.
5-04.3(7) Spreading and Finishing
The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation
established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture.
Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course
shall not exceed the following:
HMA Class 1” 0.35 feet
HMA Class ¾” and HMA Class ½”
wearing course 0.30 feet
Lift Station and Force Main Improvements Phase 4
Special Provisions - 96 WWP-27-4323 June 2025
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.
5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA
For HMA accepted by nonstatistical evaluation, the aggregate properties of sand equivalent,
uncompacted void content, and fracture will be evaluated in accordance with Section 3-04.
Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option
of the Engineer.
5-04.3(9) HMA Mixture Acceptance
Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is
specified.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the
following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel,
temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by
commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted
by commercial evaluation will be at the option of the Engineer.
The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in
the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in
accordance with this section.
HMA Tolerances and Adjustments
1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall
be within tolerance. The tolerance limits will be established as follows:
For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances
below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and
Lower Specification Limit (LSL) required in Section 1-06.2(2)D2
Property Non-Statistical Evaluation Commercial Evaluation
Asphalt Binder +/- 0.5% +/- 0.7%
Air Voids, Va 2.5% min. and 5.5% max N/A
Lift Station and Force Main Improvements Phase 4
Special Provisions - 97 WWP-27-4323 June 2025
For Aggregates in the mixture:
a. First, determine preliminary upper and lower acceptance limits by applying the following
tolerances to the approved JMF.
Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation
1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8%
No. 4 sieve +/-6% +/- 8%
No. 8 Sieve +/- 6% +/-8%
No. 200 sieve +/- 2.0% +/- 3.0%
b. Second, adjust the preliminary upper and lower acceptance limits determined from step
(a) the minimum amount necessary so that none of the aggregate properties are outside
the control points in Section 9-03.8(6). The resulting values will be the upper and lower
acceptance limits for aggregates, as well as the USL and LSL required in
Section 1-06.2(2)D2.
2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt binder
content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be
considered if the change produces material of equal or better quality and may require the
development of a new mix design if the adjustment exceeds the amounts listed below.
a. Aggregates –2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and the No. 4
sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate
passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points
in Section 9-03.8(6).
b. Asphalt Binder Content – The Engineer may order or approve changes to asphalt binder
content. The maximum adjustment from the approved mix design for the asphalt binder
content shall be 0.3 percent.
5-04.3(9)A Vacant
Section 5-04.3(9)A is deleted in its entirety.
5-04.3(9)B Vacant
Section 5-04.3(9)B is deleted in its entirety.
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
Lift Station and Force Main Improvements Phase 4
Special Provisions - 98 WWP-27-4323 June 2025
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 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 CPF shall be performed.
5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing
Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance
of Va will use WSDOT SOP 731.
Testing 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 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
Lift Station and Force Main Improvements Phase 4
Special Provisions - 99 WWP-27-4323 June 2025
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 CPF.
5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests
The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a
written request within 7 calendar days after the specific test results have been received. A split of the
original acceptance sample will be retested. The split of the sample will not be tested with the same
tester that ran the original acceptance test. The sample will be tested for a complete gradation
analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be
used for the acceptance of the HMA in place of the original sublot sample test results. The cost of
testing will be deducted from any monies due or that may come due the Contractor under the
Contract at the rate of $500 per sample.
5-04.3 (9)D Mixture Acceptance – Commercial Evaluation
If sampled and tested, HMA produced under Commercial Evaluation and having all constituents
falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price
with no further evaluation. When one or more constituents fall outside the commercial tolerance
limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section
1-06.2 to determine the appropriate CPF. The 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 100 WWP-27-4323 June 2025
If a constituent is not measured in accordance with these Specifications, its individual pay factor will
be considered 1.00 in calculating the 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 CPF of not less than 0.75 when evaluated in
accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum
density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified
level of density attained will be determined by the evaluation of the density of the pavement. The
density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8,
except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density
gauge and WSDOT SOP 736 when using cores to determine density.
Tests for the determination of the pavement density will be taken in accordance with the required
procedures for measurement by a nuclear density gauge or Roadway cores after completion of the
finish rolling.
If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP
for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening
to traffic.
Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in
accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise
approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance
with WSDOT FOP for AASHTO T 166.
If the Contract includes the Bid item “Roadway Core”, the cores shall be obtained by the Contractor
in the presence of the Engineer on the same day the mix is placed and at locations designated by the
Engineer. If the Contract does not include the Bid item “Roadway Core”, the Contracting Agency will
obtain the cores.
For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after
the Engineer is satisfied that material conforming to the Specifications can be produced.
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
Lift Station and Force Main Improvements Phase 4
Special Provisions - 101 WWP-27-4323 June 2025
subject to a price reduction or rejection, the Contractor may request that a core be used for
determination of the relative density of the sublot. The relative density of the core will replace the
relative density determined by the nuclear density gauge for the sublot and will be used for
calculation of the CPF and acceptance of HMA compaction lot.
When cores are taken by the Contracting Agency at the request of the Contractor, they shall be
requested by noon of the next workday after the test results for the sublot have been provided or
made available to the Contractor. Core locations shall be outside of wheel paths and as determined
by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer.
Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request
for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost
for the coring will be deducted from any monies due or that may become due the Contractor under
the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control.
5-04.3(10)A HMA Compaction – General Compaction Requirements
Compaction shall take place when the mixture is in the proper condition so that no undue
displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall
be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated,
shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced
with new hot mix that shall be immediately compacted to conform to the surrounding area.
The type of rollers to be used and their relative position in the compaction sequence shall generally
be the Contractor’s option, provided the specified densities are attained. Unless the Engineer has
approved otherwise, rollers shall only be operated in the static mode when the internal temperature
of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode
that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge
decks.
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
Lift Station and Force Main Improvements Phase 4
Special Provisions - 102 WWP-27-4323 June 2025
increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per
WSDOT T 738.
The sublot locations within each density lot will be determined by the Engineer. For a lot in progress
with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is
satisfied that material conforming to the Specifications can be produced.
HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than
those listed above shall be compacted on the basis of a test point evaluation of the compaction train.
The test point evaluation shall be performed in accordance with instructions from the Engineer. The
number of passes with an approved compaction train, required to attain the maximum test point
density, shall be used on all subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be
compacted with a pneumatic tire roller unless otherwise approved by the Engineer.
5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing
The location of the HMA compaction acceptance tests will be randomly selected by the Engineer
from within each sublot, with one test per sublot.
5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments
For each compaction lot with one or two sublots, having all sublots attain a relative density that is
92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price
with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the
reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to
determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF
in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots
with CPF lower than 0.90 will be evaluated for compliance 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 103 WWP-27-4323 June 2025
5-04.3(11)C Rejection Without Testing (Mixture or Compaction)
The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears
defective. Material rejected before placement shall not be incorporated into the pavement. Any
rejected section of Roadway shall be removed.
No payment will be made for the rejected materials or the removal of the materials unless the
Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected
material tested, a minimum of three representative samples will be obtained and tested. Acceptance
of rejected material will be based on conformance with the nonstatistical acceptance Specification.
If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected
material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is
greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting
Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75,
compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement
and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the
calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal
and disposal.
5-04.3(11)D Rejection – A Partial Sublot
In addition to the random acceptance sampling and testing, the Engineer may also isolate from a
normal sublot any material that is suspected of being defective in relative density, gradation or
asphalt binder content. Such isolated material will not include an original sample location. A
minimum of three random samples of the suspect material will be obtained and 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 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 PF 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 104 WWP-27-4323 June 2025
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.
5-04.3(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
Bridge Paving Joint Seals shall be in accordance with Section 5-03.
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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 105 WWP-27-4323 June 2025
5-04.3(12)B2 Paved Panel Joint Seal
Construct the paved panel joint seal in accordance with the requirements specified in
section 5-04.3(12)B1 and the following requirement:
1. Clean and seal the existing joint between concrete panels in accordance with
Section 5-01.3(8) and the details shown in the Standard Plans.
5-04.3(13) Surface Smoothness
The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and
grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary
more than ⅛ inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the
centerline. The transverse slope of the completed surface of the wearing course shall vary not more
than ¼ inch in 10 feet from the rate of transverse slope shown in the Plans.
When deviations in excess of the above tolerances are found that result from a high place in the HMA,
the pavement surface shall be corrected by one of the following methods:
1. Removal of material from high places by grinding with an approved grinding machine, or
2. Removal and replacement of the wearing course of HMA, or
3. By other method approved by the Engineer.
Correction of defects shall be carried out until there are no deviations anywhere greater than the
allowable tolerances.
Deviations in excess of the above tolerances that result from a low place in the HMA and deviations
resulting from a high place where corrective action, in the opinion of the Engineer, will not produce
satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies
due or that may become due to the Contractor the sum of $500.00 for each and every section of
single traffic lane 100 feet in length in which any excessive deviations described above are found.
When utility appurtenances such as manhole covers and valve boxes are located in the traveled way,
the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement
may be waived when requested by the Contractor, at the discretion of the Engineer or when the
adjustment details provided in the project plan or specifications call for utility appurtenance
adjustments after the completion of paving.
Utility appurtenance adjustment discussions will be included in the Pre-Paving and Pre-Planing
Briefing (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to
the start of paving.
5-04.3(14) Planing (Milling) Bituminous Pavement
The planning plan must be approved by the Engineer, and a pre-planning meeting must be held prior
to the start of any planning. See Section 5-04.3(14)B2 for information on planing submittals.
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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 106 WWP-27-4323 June 2025
Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the
planer on the final wearing course of new HMA.
Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the
surface which is to remain. The finished planed surface must be slightly grooved or roughened and
must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair
any damage to the surface by the Contractor’s planing equipment, using an Engineer approved
method.
Repair or replace any metal castings and other surface improvements damaged by planing, as
determined by the Engineer.
A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum
of 4 inches of curb reveal after placement and compaction of the final wearing course. The
dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer.
A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines)
where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2
inches or more in height, producing a smooth transition to the existing adjoining pavement.
After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract,
patched and preleveled.
The Engineer may direct additional depth planing. Before performing this additional depth planing,
the Contractor must conduct a hidden metal in pavement detection survey as specified in
Section 5 04.3(14)A.
5-04.3(14)A Pre-Planing Metal Detection Check
Before starting planing of pavements, and before any additional depth planing required by the
Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with
equipment that can identify hidden metal objects.
Should such metal be identified, promptly notify the Engineer.
See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in
pavement.
The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s
failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the
Engineer of any hidden metal that is detected.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 107 WWP-27-4323 June 2025
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.
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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 108 WWP-27-4323 June 2025
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.
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, 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
Lift Station and Force Main Improvements Phase 4
Special Provisions - 109 WWP-27-4323 June 2025
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 the Paving and Planing:
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, public convenience and safety, and other
Contractors who may operate in the Project limits.
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 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, streetcar rail, and castings, before planing
as per Section 5-04.3(14)B2.
h. Description of how flaggers will be coordinated with the planing, paving, and related
operations.
i. Description of sequencing of traffic controls for the process of rigid pavement base
repairs.
j. Other items the Engineer deems necessary to address.
2. Paving – additional topics:
a. When to start applying tack and coordinating with paving.
b. Types of equipment and numbers of each type of 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 of equipment as it relates to meeting Specification requirements.
c. Number of JMFs to be placed, and if more than one JMF is used, how the Contractor will
ensure different JMFs are distinguished, how pavers and how MTVs are distinguished, 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 110 WWP-27-4323 June 2025
5-04.3(16) HMA Road Approaches
Construct HMA approaches at the locations shown in the Plans or where staked by the Engineer, 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. 1/2” PG 64-22”.
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. For example, a thickened edge may be required for some streets
and/or street segment(s). Incidental uses for HMA shall be measured and paid under the
“HMA CL. 1/2” PG 64-22” bid item for the overlay related HMA and “HMA for Pavement Repair CL 1/2”
PG 64-22” bid item for full depth spot repair related HMA.
5-04.3(19) Edge of Pavement Alignment
Where curb and gutter do not exist, the Contractor shall maintain a ± 2 inches per 100 linear feet
tolerance for the edge of pavement. The Contractor may establish a reference line as a guide at their
discretion or as directed by the Engineer. This work is considered incidental to the bid item
“HMA CL. 1/2” PG 64-22”.
5-04.3(20) Adjusting Utility Covers and Monument Cases to Final Grade
The following section only applies to existing utility covers and monument cases covered by HMA.
The work shall be completed after the final rolling of the final lift of HMA. The work consists of locating
and marking these features and then adjusting them final grade.
The Contractor shall locate all utility covers and monument cases covered by HMA immediately after
paving operations are complete for a street and/or street segment. Each location shall be marked
with paint and identify the type of buried feature. The Contractor shall completely expose all water
valve boxes and gas valves for access within five (5) calendar days after final rolling of the final lift of
HMA.
The Contractor shall adjust the following features to final grade per the requirements listed below.
· Manholes – Refer to Renton Standard Plan 106.
· Water Valve Boxes – Refer to Renton Standard Plan 330.1.
· Gas Valves – Same as Water Valve Boxes.
· Monument Cases – Refer to Renton Standard Plan 113.
· J-boxes, Electrical Vaults, Communications Vaults – These features shall not to be covered
with HMA.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 111 WWP-27-4323 June 2025
5-04.3(21) Temporary Pavement Marking
(April 1, 2025 LSFM ph 4)
Add New Section 5-04.3(20):
The furnishing and installing of temporary pavement marking shall be as described in Section 8-23.
For this contract, all temporary pavement marking is considered short duration. This work is
considered incidental to other bid items.
5-05 Cement Concrete Pavement
5-05.2 Materials
Section 5-05.2 is supplemented with the following:
(******)
Curing compound and sealer for pavement (including roadway ramps) installation shall be water
based, non-flammable, low gloss, non-yellowing, non-clouding and wear resistant. Compound and
sealer shall protect against water damage, oil, and common stains, formulated for exterior use.
Cement Concrete Pavement for raised roadway intersections and roadway ramps shall be Type II
Gray Portland Cement with saw-cut scored in a 4 feet x 4 feet pattern per Plans, with medium broom
finish as shown per Plans and per the City of Renton Downtown Streetscape Design Standards and
Guidelines.
All cement concrete pavement used for constructing the driveway entrances shall be high early
Portland cement concrete Class 4000 with 1-day cure and meets the requirements of
Section 5-05.3(17).
Scored Colored Cement Conc. Crosswalk Pavement:
· Color additives shall contain pure concentrated mineral pigments, containing no fillers,
adulterants, or admixtures, specially processed for mixing into concrete and complying with
ASTM C979. Calcium chloride shall not be permitted in the mix.
· Type II Gray Portland Cement with integral color additive. Coloring concrete shall be uniform,
color, “Flagstone Brown” No. 641, by Davis Colors, with a medium broom finish as shown per
plans.
· Scored Colored Cement Conc. Crosswalk Pavement shall be cured and sealed with a curing
compound and sealer to be approved by color additive manufacturer, for use with colored
concrete, and shall comply with ASTM C309. Colored Cement Concrete shall be cured per
manufacturer’s recommendation.
5-05.3 Construction Requirements
Section 5-05.3 is supplemented with the following:
(******)
Scored Colored Cement Conc. Crosswalk Pavement shall receive a medium broom finish
perpendicular to the thermoplastic striping and saw-cut scored in a 2 feet x 2 feet pattern per Plans.
Submittal
Lift Station and Force Main Improvements Phase 4
Special Provisions - 112 WWP-27-4323 June 2025
The Contractor shall submit for approval to the Engineer a Placing and Jointing Plan at least three (3)
working days prior to the commencement of any pavement construction. Transverse and longitudinal
joints shall be contraction or through joints (including construction joints). Joints shall be
constructed in accordance with the details shown in the Contract Plans. The faces of all joints shall
be constructed perpendicular to the surface of the cement concrete pavement.
Sample for integral concrete color selection: Contractor shall submit color additive from
manufacturer’s sample chip set and indicate color additive numbers and required color pigment
dosage rates, for approval by Engineer.
Mock-Up
The Contractor shall provide a 4 feet x 4 feet area test panel of the integral concrete color, texture,
and finish: Scored Colored Cement Conc. Crosswalk Pavement with medium broom finish, to
demonstrate methods of obtaining consistent visual appearance, including materials, workmanship,
finishes, and curing method to be used throughout the Project.
No additional concrete shall be placed prior to the test panel being approved by the Engineer.
The approved sample shall be the standard for acceptance of the rest of the work installed and shall
be protected from damage until final acceptance and approval. Completed work not meeting the
visual quality of the approved sample shall be removed and replaced by the Contractor at no
additional cost to the City.
5-05.3(8) Joints
Section 5-05.3(8) is supplemented with the following:
(******)
When new pavement abuts an existing pavement, the locations of the joints in the new pavement
shall match with the joints in the existing pavement unless otherwise shown on the plans.
5-05.3(8)D Isolation Joints
Section 5-05.3(8)D is supplemented with the following:
(******)
The joint alignment shall be at right angles to the pavement structure centerline unless otherwise
specified in the Contract.
Isolation joints shall be constructed with pre-molded material, 3/8-inch in thickness and conform to
Section 9-04.1(2) Pre-molded Joint Filler for Expansion Joints and as shown on the Standard Plans in
these Specifications.
The joint material and backer rod shall be held accurately in place during the placing and finishing of
the concrete by a bulkhead, a holder, metal cap or other approved method. The joint shall be
perpendicular to the paved surface and the holder shall be in place long enough to prevent sagging
of the joint material.
A wood filler strip or metal cap shall be placed on the top of the backer rod and pre-molded joint filler
to form the groove, and shall remain in place until after the finishing and the concrete is sufficiently
set to resist sloughing in the groove. The joint filler shall be stapled together at the ends to preserve
continuity.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 113 WWP-27-4323 June 2025
Immediately after removal of side forms, the edges of the pavement shall be carefully inspected and
wherever the joint filler is not fully exposed, the concrete shall be chipped down until the edge of the
filler is fully exposed for the entire depth.
5-05.3(8)E Sealing Through Joints
This is a new Section:
(******)
After the pavement is cured and before carrying any traffic, the space left by the removal of the wood
filler strip, the metal cap, above the top of the backer rod and expansion joint filler strip, or
construction joint shall be thoroughly cleaned of all loose material. The groove shall be completely
free of any projecting concrete from the sides and the groove shall be continuous across the slab to
each edge. It shall then be filled level with the pavement surface with joint sealant meeting the
requirements of Section 9-04.2 Joint Sealants.
The joint sealant material shall be heated and placed in accordance with the manufacturer’s
instructions. Burned material will be rejected. The through joint groove shall be dry at the time of
pouring the sealing compound.
5-06 Permanent Pavement Patching And Overlay
Section 5-06 is new Section:
(******)
All final pavement cuts shall be made by sawcut. Sawcuts shall be a minimum of one foot (1’) outside
the trench width. The top two inches (2") of asphalt shall be ground down to a minimum distance of
one foot (1’) beyond the actual outside edges of the trench and shall be replaced with two inches (2”)
of Class B asphalt, per City of Renton Standards.
Lane-width or a full street-width overlay will be determined by the Engineer based upon the location
and length of the proposed trench within the roadway cross-section. Changes in field conditions may
warrant modification overlay requirements by the Engineer.
1. Trenches (Road Crossings):
a. The minimum width of a transverse patch (road crossing) shall be six and one-half feet
(6.5’). See City of Renton Standard Plan 110.
b. Any affected lane will be ground down two inches (2”) and paved for the entire width of
the lane.
c. Patch shall be a minimum of one foot (1’) beyond the excavation and patch length shall
be a minimum of an entire traveled lane.
d. Patch depth shall match the existing thickness or at minimum 8-inches where the existing
pavement section is composed partially or wholly of concrete and shall be 8” where the
existing pavement section is not composed of any concrete.
e. If the outside of the trenching is within three feet (3’) of any adjacent lane line, the entire
adjacent traveled lane affected will be repaved
f. An area including the trench and one foot (1’) on each side of the trench but not less than
six and one half feet (6.5’) total for the entire width of the affected traveled lanes will be
Lift Station and Force Main Improvements Phase 4
Special Provisions - 114 WWP-27-4323 June 2025
ground down to a depth of two inches (2”). A two-inch (2”) overlay of Class B asphalt will
be applied per City standards.
2. Trenches Running Parallel with the Street:
a. The minimum width of a longitudinal patch shall be four and one-half feet (4.5’). See City
of Renton Standard Plan Drawing 110.1.
b. Patch depth shall match the existing thickness or at minimum 8-inches where the existing
pavement section is composed partially or wholly of concrete and shall be 8-inches
where the existing pavement section is not composed of any concrete.
c. If the trenching is within a single traveled lane, an entire lane-width overlay will be
required.
d. If the outside of the trenching is within three feet (3') of any adjacent lane line, the entire
adjacent traveled lane affected will be overlaid.
e. If the trenching is greater than, or equal to 30% of lane per block (660-foot maximum
block length), or if the total patches exceed 12 per block, then the lanes affected will be
overlaid. Minimum overlay shall include all patches within the block section.
f. The entire traveled lane width for the length of the trench and an additional ten feet (10’)
at each end of the trench will be ground down to a depth of two inches (2”). A two-inch
(2”) overlay of Class B will be applied per City standards.
3. Potholes, Wells, and Other Small Patches.
Potholes, abandoned wells, and other small patches shall meet the same requirements as trenching
and pavement restoration. Patch shall extend a minimum of one foot (1’) beyond the excavation on
all sides. All affected lanes will be ground down to a depth of two inches (2”) and paved not less than
six-and-one-half feet (6.5’) wide for the entire width of the lane. Patches greater than five feet (5’) in
length, width or diameter shall be restored to trench restoration standards. In all cases, potholes,
wells, and other small patches shall be repaired per Renton Standard Plan 110. Restoration
requirements utilizing vactor equipment will be determined by the engineer.
The contractor in all cases can remove the pavement in the replacement area instead of grinding out
the specified two inches (2”) of asphalt. Full pavement replacement to meet or exceed the existing
pavement depth will be required for the area of pavement removal.
The Engineer may determine in the field that a full street-width (edge-of-pavement to edge-of-
pavement) overlay is required due to changes in the permit conditions such as, but not limited to the
following:
1. There has been damage to the existing asphalt surface due to the contractor's equipment.
2. The trench width was increased significantly, or the existing pavement is undermined or
damaged.
3. Any other construction related activities that require additional pavement restoration.
All street surfaces, walks or driveways within the street trenching areas shall be feathered and
shimmed to an extent that provides a smooth-riding connection and expeditious drainage flow for
the newly paved surface.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 115 WWP-27-4323 June 2025
Feathering and shimming shall not decrease the minimum vertical curb depth below four inches (4")
for storm water flow. The Engineer may require additional grinding to increase the curb depth
available for storm water flow in areas that are inadequate. Shimming and feathering, as required by
the Engineer, shall be accomplished by raking out the oversized aggregates from the Class B mix as
appropriate.
Surface smoothness shall be per Section 5-04.3(13) of the Standard Specifications. The paving shall
be corrected by removal and repaving of the trench only. Asphalt patch depths will vary based upon
the streets being trenched.
The final patch or overlay shall be completed as soon as possible and shall not exceed fifteen (15)
working days after first opening the trench. This time frame may be adjusted if delays are due to
inclement paving weather or other adverse conditions that may exist. However, delaying of final
patch or overlay work is subject to the Engineer's approval. The Engineer may deem it necessary to
complete the work within the fifteen (15) working day time frame and not allow any time extension.
Should this occur, the Contractor shall perform the necessary work, as directed by the Engineer.
5-07 Temporary Restoration In Pavement Area
Section 5-06 is new Section with subsections:
(******)
5-07.1 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.
5-07.2 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.
5-07.3 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 116 WWP-27-4323 June 2025
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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 117 WWP-27-4323 June 2025
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,
WATER MAINS, AND CONDUITS
7-05 Manholes, Inlets, and Catch Basins
7-05.2 Materials
Section 7-05.2 is supplemented by adding the following:
(******)
Where pre-approved City or WSDOT details do not exist, Shop Drawings and Calculations shall be
submitted in accordance with Section 9-05.50(2).
7-05.3 Construction Requirements
Section 7-05.3 is supplemented with the following:
(******)
All manholes shall be in accordance with City of Renton Standard Plans.
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
Section 7-05.3(1) is replaced with the following:
(******)
Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or
inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer.
The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be
removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing
structure shall be raised or lowered to the required elevation.
The Contractor shall construct manholes so as to provide adjustment space for setting cover and
casting to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be
adjusted to the finished elevations per Standard Plan 106 prior to final acceptance of the Work.
Manholes in unimproved areas shall be adjusted to 6-inches above grade.
In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with
crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade
and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar
manner. The Contractor shall carefully reference each manhole so that they may be easily found
upon completion of the street Work. After placing the gravel or crushed stone surfacing, the
manholes and manhole castings shall be constructed to the finished grade of the roadway surface.
Excavation necessary for bringing manholes to grade shall center about the manhole and be held to
the minimum area necessary. At the completion of the manhole adjustment, the void around the
manhole shall be backfilled with materials which result in the section required on the typical roadway
section, and be thoroughly compacted.
In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed
and adjusted in the same manner as outlined above except that the final adjustment shall be made
and cast iron frame be set after forms have been placed and checked. In placing the concrete
pavement, extreme care shall be taken not to alter the position of the casting in any way.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 118 WWP-27-4323 June 2025
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 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.
Monument cast iron frame and cover: monument castings shall be adjusted to grade in the same
manner as for manholes.
Valve box castings: adjustments of valve box castings shall be made in the same manner as for
manholes.
7-05.3(2) Abandon Existing Catch Basins and Manholes
Section 7-05.3(2) is replaced with the following:
(******)
Where it is required that an existing catch basin or manhole be abandoned, the structure shall be
broken down to a depth of at least 4-feet below the revised surface elevation, all connections plugged
with grout, drainage holes drilled in the manhole base to prevent standing water, and the manhole
filled with CDF, sand, or gravel borrow compacted to 90-percent density as specified in
Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with
the fill material subject to the approval of the Engineer. The ring and cover shall be salvaged if
requested by the City and all other surplus material disposed of.
7-05.3(2)A Abandon Existing Storm Drain and Sanitary Sewer Pipe
Section 7-05.3(2)A is a new Section:
(******)
Where shown on the plans, existing storm drain and sanitary sewer pipes shall be abandoned after
existing connections have been properly transferred to the new system. Pipes 10-inches and smaller
shall be abandoned with concrete plugs at least 12-inches long in each end of the pipe at every
location where the pipe is exposed or accessible. Pipes 12-inches and larger shall be filled entirely
with flowable Cement-based Grout for Utility Abandonment as specified in Section 9-03.22.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 119 WWP-27-4323 June 2025
7-05.3(3) Connections to Existing Manholes
Section 7-05.3(3) is supplemented by adding the following:
(******)
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 in a workmanlike manner. 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 to existing sanitary 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.
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 their own expense.
7-05.3(4) Drop Manhole Connection
Section 7-05.3(4) is replaced with:
(******)
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.
7-05.3(5) Manhole Coatings
Section 7-05.3(5) is an added new Section:
(******)
All interior surfaces of new precast concrete sanitary sewer manholes shall be shop coated in
accordance with 9-08.9. Coating shall be applied in accordance with manufacturer’s
recommendations in a controlled environment before arriving on site. Field application of interior
coating will not be accepted. Except as approved by the Engineer.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 120 WWP-27-4323 June 2025
7-08 General Pipe Installation Requirements
7-08.3 Construction Requirements
7-08.3(1)A Trenches
Section 7-08.3(1)A is supplemented with the following:
(******)
Trench Excavation Incl. Haul includes the trench excavation for the storm sewer, sanitary sewer, and
water main construction in accordance with the trench limits outlined on the plan drawings. Existing
soils conditions are variable, and areas of soil instability may exist. The Contractor is responsible for
protecting and maintaining the trench wall. Wall collapses and cave-ins will not be paid extra as a
change order item. All trench excavated materials shall be disposed of off-site at an approved
Contractor-provided disposal site.
Contaminated Trench Excavation includes the trench excavation of materials characterized as
contaminated based on sampling results for the storm sewer, sanitary sewer, and water main
construction and in accordance with the trench limits outlined on the plan drawings. This excavated
soil shall be managed in accordance with applicable state and federal regulations outlined in the
Contract Documents. Handling and disposal of materials shall adhere to all transportation
requirements, receive pre-approval from a disposal facility, manifesting, and record keeping, etc., as
outlined in the Contractor’s Contaminated Soil and Groundwater Handling and Management Plan .
Excavations will require a shoring system to limit the volume of excavation. Excavation outside the
trench limits shown on the plan drawings shall be at no additional expense to the City.
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
Section 7-08.3(1)C is supplemented with the following:
(******)
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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 121 WWP-27-4323 June 2025
Pipe bedding material for sewer and storm shall be placed to a depth of 6-inches over and 6-inches
under the exterior walls of the pipe. For water pipes, pipe bedding material shall be placed to a depth
of 12-inches over and 6-inches under the exterior walls of the pipe. Hand compaction of the pipe
bedding materials under the pipe haunches shall be required. Pipe bedding should provide a firm
uniform cradle for support of the pipes. Prior to installation of the pipe, the pipe bedding should be
shaped to fit the lower part of the pipe exterior with reasonable closeness to provide uniform support
along the pipe. Hand compaction shall be accomplished by using a suitable tamping tool to firmly
tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of
the pipe during the compaction effort.
In areas where the subgrade soils in the trench excavation consist of fine-grained soils, such as
silt/clay, or organic rich soils, the Engineer may direct the Contractor to use a geotextile separator
fabric be placed over the native soils prior to placement of the pipe bedding. The geotextile shall meet
the requirements of Section 9-33.2(1) Table 3 for Separation. Geotextile shall be paid for by other
items.
7-08.3(1)D Pipe Foundation
Section 7-08.3(1)D is a new section:
(******)
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 conform to the requirements of
Section 9_03.17 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 be placed over the native soils prior to
placement of the pipe bedding. The geotextile shall meet the requirements of Section 9-33.2(1)
Table 3 for Separation. Geotextile shall be paid for by the square yard under the bid item
“Construction Geotextile for Separation”.
Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as
specified above and thoroughly compacted to the required grade line.
7-08.3(2)A Survey Line and Grade
Section 7-08.3(2)A is replaced with:
(******)
Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11
in a manner consistent with accepted practices.
The Contractor shall transfer line and grade into the trench where they shall be carried by means of
a laser beam. Any other procedure shall have the written approval of the Engineer.
7-08.3(2)B Pipe Laying – General
Section 7-08.3(2)B is supplemented with the following:
(******)
Lift Station and Force Main Improvements Phase 4
Special Provisions - 122 WWP-27-4323 June 2025
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-inch or less, which indicates a satisfactory condition.
At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the
(eight-tenths) flow elevation, unless otherwise approved by the Engineer.
All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and
free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed
directly on rough ground but shall be supported in a manner, which will protect the pipe against injury
whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating
show defects that may be harmful as determined by the Engineer. Such damaged lining or coating
shall be repaired, or a new undamaged pipe shall be furnished and installed.
The Contractor shall inspect each pipe and fitting prior to installation to insure that there are not
damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be repaired or
replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into
position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipeline
shall be closed with watertight expandable type sewer plugs at the end of each day's operation, or
whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary
plugs will not be permitted.
Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the
Engineer may change the alignment and/or the grades. Except for short runs, which may be permitted
by the Engineer, pipes shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a
downhill grade, shall be blocked and held in place until sufficient support is furnished by the
following pipe to prevent movement.
Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at
uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe
shall be placed with the minor axis of the reinforcement in a vertical position.
Immediately after the pipe joints have been made, proper gasket placement shall be checked with a
feeler gage as approved by the pipe manufacturer to verify proper gasket placement.
7-08.3(2)E Rubber Gasketed Joints
Section 7-08.3(2)E is supplemented with the following:
(******)
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 expense.
7-08.3(2)H Sewer Line Connections
Section 7-08.3(2)H is supplemented with the following:
(******)
All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured
tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed
for use in making connections shall be subject to approval by the Engineer.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 123 WWP-27-4323 June 2025
Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall
be as follows:
A. Vitrified Clay Main: Cut in new PVC “Tee” using “Strong-Back” Flexible Couplings (Fernco or
approved equal).
B. Concrete Main: Cut in new PVC “Tee” using “Strong-Back” Flexible Couplings (Fernco or
approved equal).
C. 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).
D. Ductile Iron Main: Core-drilled with Romac Saddle (or approved equal).
E. 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).
F. 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).
7-08.3(3)A Backfilling Pipe Trenches
Section 7-08.3(3)A is a new section supplementing 7-08.3(3)
(******)
Import Trench Backfill shall meet the requirements of Crushed Surfacing in accordance with WSDOT
Standard Specification 9-03.9(3), Gravel Borrow in accordance with WSDOT Standard
Specification 9-03.14(1), or Bank Run Gravel for Trench Backfill in accordance with WSDOT Standard
Specification 9-03.19. The existing soils shall not be reused as trench backfill unless otherwise
required and/or approved by the Engineer. The structural trench backfill should be moisture
conditioned to within approximately 3 percent of optimum moisture content or less as necessary to
achieve the specified compaction.
Trench backfill shall be densely compacted in a systematic manner using methods that consistently
produce adequate compaction levels. During placement of the initial lifts, the trench backfill
material shall not be bulldozed into the trench or dropped directly on the pipe. Heavy vibratory
equipment shall not permitted to operate directly over the pipe until a minimum of 2 feet of backfill
has been placed over the pipe bedding.
Contactor shall take special care to obtain good compaction up to the edges of the excavation as the
shoring is removed in accordance with the Shoring Plan. Moreover, attention must be paid to ensuring
good compaction around manholes.
The Engineer may be on-site to collect soil samples and to test compaction. The Contractor shall
provide site access at all times for compaction testing and sample collection. Areas of the trench
which fail to meet the compaction requirements shall be removed and replace and re-compacted at
the Contractor’s expense.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 124 WWP-27-4323 June 2025
The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement that may
occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement
shall be made by the Contractor at no cost to the City.
Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as
determined by the modified proctor compaction test, ASTM D1557.
Contractor to protect and support all utility lines exposed by excavation activity, including bedding
the pipe and backfilling the excavation to restore direct support of any undermined utility crossing.
7-09 Water Mains
7-09.1(1)A Trench Widths
Section 7-09.1.1(A) is revised as follows:
(******)
Trench excavation and backfill for the 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. All trench excavated materials shall be disposed of off-site at an approved
Contractor-provided disposal site, unless otherwise approved by the Engineer. Excavation outside
the excavation limits shown on the plan drawings shall be at no additional expense to the City.
Pipe Type Water Main Pipe Water Service Pipe
Trench Depth All All
Trench Pay Width (ft) 3 2
7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over)
Section 7-09.3(15)B is revised 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
Section 7-09.3(17), with title change, is revised as follows:
(******)
The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene
encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall
also be installed on all appurtenances, such as pipe laterals, couplings, and fittings 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 125 WWP-27-4323 June 2025
7-09.3(19)A Connections to Existing Mains
Section 7-09.3(19)A is revised as follows:
(******)
The Contractor shall not operate any valve on existing Water Main.
The City of Renton Water Operations and Maintenance staff will make all connections to charged
water mains and will operate all valves to accomplish shutdowns and subsequent reactivation. The
draining of existing water mains will be done by City water maintenance staff. The Contractor shall
provide pumping and disposal of the water from the draining of the existing water mains including
de-chlorination of the water prior to disposal.
Connections to the existing water main shall not be made without first making the necessary
scheduling arrangements with the Engineer in advance. The Contractor shall request water main
shut-offs for connections of new water mains to existing water mains at least ten (10) working days
in advance for each connection. Approval of connections to existing water main is contingent on the
Water Main and appurtenances being completely installed, tested, cleaned with polypig, disinfected
and flushed per Contract requirements.
City’s water operations and maintenance staff will notify in writing all water customers affected by
the shut-offs of the water mains at least 48 hours in advance (not including weekends and holidays)
of any water shut-offs. The Contractor may be required to perform the connection during times other
than normal working hours. Water main shut-offs shall occur during non-holiday weekdays unless
otherwise specified in the contract documents. Water main shut-offs shall not occur in the five (5)
weekdays preceding or the day after the major holidays listed below:
New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Juneteenth, Independence Day, Labor Day,
Veterans Day, Thanksgiving Day, Christmas Day.
Due to the needs of various water customers in the project vicinity, water shut-off periods are limited
to the times set forth below:
Days Hours
Monday to Thursday 9:00 AM TO 3:00 PM
Friday to Sunday DO NOT SCHEDULE
The City of Renton’s Water Maintenance Manager, at their sole discretion, may adjust the above
shut-off periods in order to address specific project circumstances and customer needs. No water
main shutoffs affecting public schools will be allowed during scheduled school hours. The City
reserves the right to re-schedule the connection if the work area is not ready at the scheduled time
for the connection.
Points of connection to existing water mains shall be exposed by hydro excavation or potholing prior
to trenching of the new water mains. Before the installation of the new water mains, the Contractor
shall field verify, in the presence of the Engineer, the actual location and depth of the existing water
mains where new connections will be made to assure proper fit. Care shall be taken not to disturb
existing thrust blocks and soil bearing areas. After excavation, the Contractor shall verify the
dimensions, type, condition, and roundness of the exposed water main. The Contractor shall
immediately notify the Engineer if the connection cannot be made as specified by the Contract Plans
Lift Station and Force Main Improvements Phase 4
Special Provisions - 126 WWP-27-4323 June 2025
in order that the connection detail may be revised. When necessary, the profile shall be adjusted as
directed by the Engineer to prevent abrupt changes in grade and alignment of the water main and
connection.
The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements,
excavation, haul and disposal of unsuitable materials, shoring, de-watering, foundation material, at
the connection areas before the scheduled time for the connection by the City. The Contractor shall
provide all materials necessary for the City Water Maintenance personnel to install all connections
to existing water mains as indicated on the Contract Plans, including fittings, couplings, pipe spools,
shackle materials to complete the connections.
The City Water Operations and Maintenance staff will:
1. Deactivate and dewater the existing and new water main to perform the connections. The
Contractor shall provide pumping and disposal of the water from the draining of the water
mains including de-chlorination.
2. Cut, remove and dispose pipe sections as necessary to install the new Materials with
Contractor’s assistance
3. Swab all connecting pipe and fittings with 5-6% chlorine solution
4. Perform the connection work
5. Reactivate and flush the Water Main
The Contractor shall install the polywrap on all pipes and fittings at the connection points and shall
install concrete thrust blocks per Contract standard plans and specifications.
In addition to those connections shown on the Plans, segments of a new Water Main may be placed
in service prior to completion of the new Water Main. All connection between the charged and
uncharged segments of the new Water Main, including connection to a new Tapping Tee and Valve
will be done by the City of Renton Water Operations and Maintenance staff.
Connections to existing water mains which include wet tapping the existing water main or the cutting
of the existing water main for the installation of new in-line tee and valves shall be done in two steps:
· Step 1: Cut-in of existing water main for installation of in-line tee and valves:
o The Contractor shall provide all materials necessary for the City Water Maintenance
personnel to cut the existing water main as indicated on the Contract Plans for the
installation of the in-line tee and valves, including but not limited to the required fittings,
couplings, pipe spools, shackle materials to complete the cut-in. After the cut-in of the
in-line tee and valves by City personnel, the Contractor shall provide and install concrete
blocking and polyethylene encasement behind the in-line tee and other fittings. A
minimum 3-day curing period is required before a connection can be made to the new
water mains.
o Wet tapping of existing water main for installation of tapping tee and valve:
Wet tapping of existing water mains shall be performed by a City approved wet tap
contractor (Speer Taps, Inc. or Legacy Tapping, Inc.). The Contractor shall provide all
materials necessary for the wet tapping of the existing water main as indicated on the
Lift Station and Force Main Improvements Phase 4
Special Provisions - 127 WWP-27-4323 June 2025
Contract Plans for the installation of the tapping tee and valve. After the wet tap, the
Contractor shall provide and install concrete blocking behind the tapping tee. A
minimum 3-day curing period is required before a connection can be made to the new
tapping valve.
· Step 2: Connection of new water main to the new cut-in tee and valves, or to a new tapping
valve on existing water mains by City’s Water Maintenance personnel.
7-09.3(21) Concrete Thrust Blocking and Dead-Man Block
Section 7-09.3(21), with title change, is revised as follows:
(******)
Concrete thrust blocking shall be placed at bends, tees, dead ends, crosses and on other fittings in
conformance to the City of Renton Standards Plans, latest revisions and Contract Plans.
Concrete thrust collar and blocking and dead-man thrust blocking shall be installed at locations
shown on the Plans and shall be in conformance with the Standard Plans and Contract Plans.
Reinforcement steel shall be Grade 40 or better.
Blocking shall be poured in place Ready-Mix Concrete Class 3000 with a minimum compressive
strength at 28 days of 3,000 psi. Job site mixing, hand-mixed concrete and mobile concrete mixers
are not allowed.
All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall
bear against solid undisturbed earth at the sides and bottom of the trench excavation and shall be
shaped and properly formed with plywood or other acceptable forming materials so as not to
obstruct access to the joints of the pipe, bolts or fittings. The forms shall be removed prior to
backfilling. Unacceptable concrete blocking shall be replaced at the Contractor’s expense.
The Contractor shall provide the Engineer at least 1 Working Day advance notice before pouring
concrete thrust blocking and 1 Working Day advance notice for inspection and approval of all
concrete blocking prior to backfilling.
7-09.3(23) Hydrostatic Pressure Test
Section 7-09.3(23) is revised as follows:
(******)
Water main and appurtenances including service connections to the meter setter shall be tested in
sections of convenient length under a hydrostatic pressure equal to 150 psi in excess of that under
which they will operate or in no case shall the test pressure be less than 225 psi at the highest point
on the water main. Pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and
piping, and measuring equipment necessary for performing the test shall be furnished and operated
by the Contractor.
The Contractor shall obtain a hydrant meter permit from the City by completing a permit application
and making the required security deposits. The Contractor shall use the City’s issued hydrant meter
with an attached backflow prevention assembly to draw water from the City’ water system to fill the
water mains for poly-pigging, testing, cleaning, disinfection and for subsequent flushing purposes.
There will be a charge for the water used for filling, testing, cleaning and disinfection of the water
mains.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 128 WWP-27-4323 June 2025
Sections to be tested shall normally be limited to 1,500 feet or less, unless otherwise indicated on
the plans or approved by the Engineer. The Engineer may require that the first section of pipe, not less
than 1,000 feet in length, installed by each of the Contractor’s crews, be tested in order to qualify the
crew and the materials. Pipe laying shall not be continued more than an additional 1,000 feet until
the first section has been tested successfully.
The pipeline shall be backfilled sufficiently to prevent movement of the pipe under pressure. Thrust
blocks shall be in place and time allowed for the concrete to cure before testing. Where permanent
blocking is not required, the Contractor shall furnish and install temporary blocking and remove it
after testing.
Before applying the specified test pressure, the water main shall be slowly filled and air shall be
expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all
high points, the contractor shall install corporation cocks at such points so that the air can be
expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall
be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks
shall be removed and plugged.
The Contractor shall perform a leakage test concurrently with the pressure test. The pressure test
shall be conducted for a 2-hour period.
The test shall be accomplished by pumping the main up to the required pressure, stopping the pump
for 2 hours, and then pumping the main up to the test pressure again. During the test, the section
being tested shall be observed to detect any visible leakage.
A clean container shall be used for holding water for pumping up pressure on the main being tested.
This makeup water shall be sterilized by the addition of chlorine to a concentration of 50 mg/l.
The acceptability of the pressure test and leakage test will be determined by two factors as follows:
1. The loss in pressure shall not exceed 5 psi during the 2-hour test period.
2. The quantity of water lost from the main and appurtenances shall not exceed the number of
gallons during the 2-hour test period as listed in the following table.
Allowable leakage in gallons per 1000 ft. of pipeline* for a 2-hour test period
Nominal Pipe Diameter (inches)
PSI 6" 8" 10" 12" 16" 20" 24"
450 0.95 1.27 1.59 1.91 2.55 3.18 3.82
400 0.90 1.20 1.50 1.80 2.40 3.00 3.60
350 0.84 1.12 1.40 1.69 2.25 2.81 3.37
275 0.75 1.00 1.24 1.49 1.99 2.49 2.99
250 0.71 0.95 1.19 1.42 1.90 2.37 2.85
225 0.68 0.90 1.13 1.35 1.80 2.25 2.70
200 0.64 0.85 1.06 1.28 1.70 2.12 2.55
Lift Station and Force Main Improvements Phase 4
Special Provisions - 129 WWP-27-4323 June 2025
*If the pipeline under test contains sections of various diameters, the allowable leakage will be the
sum of the computed leakage for each size. For those diameters or pressures not listed, the formula
below shall be used:
The quantity of water lost from the main shall not exceed the number of gallons per hour as
determined by the formula:
= √
266,400
where:
L = Allowable leakage in gallons/hour
S = Gross length of pipe tested, feet
D = Nominal diameter of the pipe in inches
P = Test pressure during the leakage test in psi
The quantity of water required to restore the pressure shall be accurately determined by either
1) pumping from an open container of suitable size such that accurate volume measurements can
be made by the Engineer or, 2) by pumping through a positive displacement water meter with a sweep
unit hand registering one (1) gallon per revolution. The meter shall be approved by the Engineer.
Pressure gauges used in the test shall be accompanied with certifications of accuracy from a testing
Laboratory approved by the Engineer.
Any visible leakage detected shall be corrected by the Contractor regardless of the allowable leakage
specified above. Should the tested section fail to meet the pressure test successfully as specified,
the Contractor shall, at no additional expense to the Contracting Agency, locate and repair the
defects and then retest the pipeline. The use of leak detection dye or other substances to detect any
visible leakage is strictly prohibited.
All tests shall be made with the hydrant auxiliary gate valves open and pressure against the hydrant
inlet valve. After the test is completed, each valve shall be tested by closing each in turn and relieving
the pressure beyond. This test of the valve will be acceptable if there is no immediate loss of pressure
on the gauge when the pressure comes against the valve being checked. The Contractor shall verify
that the pressure differential across the valve does not exceed the rated working pressure of the
valve.
Prior to calling out the Engineer or Inspector to witness the pressure test, the Contractor shall have
all equipment set up completely ready for operation and shall have successfully performed the test
to ensure that the pipe is in satisfactory condition.
Defective materials or workmanship, discovered as a result of hydrostatic field test, shall be replaced
by the Contractor at no additional expense to the Contracting Agency. Whenever it is necessary to
replace defective material or correct the workmanship, the hydrostatic test shall be re-run at the
Contractor’s expense until a satisfactory test is obtained.
7-09.3(24) Disinfection of Water Mains
7-09.3(24)A Flushing and "Poly-pigging"
Section 7-09.3(24)A, with title change, is revised as follows:
Lift Station and Force Main Improvements Phase 4
Special Provisions - 130 WWP-27-4323 June 2025
(******)
Prior to pressure testing, disinfection, and final flushing of the Water Mains for bacteriological
sampling and testing, all Water Mains shall first be poly-pigged to remove any solids or contaminated
materials that may have entered or become lodged in the pipes during installation.
The "Poly-pig" shall be light density foam (1-2 pcf) with 90A durometer urethane rubber coating on
the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped with bullet nose or squared
end. The “Poly-pigs” shall be inserted in the pipes and retrieved form the pipes through launching
stations with vertical crosses and blow-off assemblies as shown and on the Contract Plans and
Standard Plans.
If the main cannot be poly-pigged, then a tap shall be provided large enough to develop a flow velocity
of at least 2.5 fps in the water main.
Taps required by the Contractor for temporary or permanent release of air, chlorination or flushing
purposes shall be provided by the Contractor as part of the construction of water mains.
The Contractor shall be responsible for disposal of treated water flushed from mains and shall
neutralize the wastewater for protection of aquatic life in the receiving water before disposal into any
natural drainage channel, i.e., receiving water, waters of the State, including wetlands. The
Contractor shall be responsible for disposing of disinfecting solution to the satisfaction of the
Contracting Agency and local authorities. At a minimum, chlorinated water shall be dechlorinated to
a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5 – 8.5 standard
units before discharging to surface waters of the State or to a storm sewer system that drains to
surface waters of the State.
If approved by the Engineer and by the local authority responsible for the sanitary sewer system,
disposal of treated water from mains may be made to an available sanitary sewer, provided the rate
of disposal will not overload the sewer.
7-09.3(24)D Dry Calcium Hypochlorite
Section 7-09.3(24)D is revised as follows:
(******)
Dry calcium hypochlorite shall not be placed in the pipe as laid.
7-09.3(24)K Retention Period
Section 7-09.3(24)K is revised as follows:
(******)
Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours. After the
retention period, the chlorine residual shall be tested at all pipe extremities and at other
representative points and shall measure at least 25 mg/L. If a measurement of less than 25 mg/L is
obtained repeat disinfection is required.
7-09.3(24)N Final Flushing and Testing
Section 7-09.3(24)N is revised as follows:
(******)
Lift Station and Force Main Improvements Phase 4
Special Provisions - 131 WWP-27-4323 June 2025
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
shall be received from the local or State Health Department or an approved testing lab on samples
collected from representative points in the new system. Samples will be collected and
bacteriological tests obtained by the Engineer or City Inspector. Following the retention period, the
installation of new mains requires that two sets of samples for coliform analysis are collected using
the following method:
1. AWWA C651-14 Option B
a. Provide rest period of at least 16 hours.
b. Collect first set of samples from representative points.
c. Provide wait period of at least 15 minutes.
d. Collect second set of samples from representative points.
At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per million
(ppm) or less, and pH adjustment to within 6.5 to 8.5 standard units, if necessary, before discharging
to surface waters of the State or to a storm sewer system that drains to surface waters of the State.
Following successful bacteriological testing on an individual segment, the City will complete the final
tie-in of that segment within 10 working days.
7-09.3(26) Abandonment of Existing Water Pipe
Section 7-09.3(26) is a new Section:
(******)
Where shown in the Plans or at other locations as determined by the Engineer, the Contractor shall
abandon existing water lines with installation of DI mechanical joint end caps or plugs. Where the
remaining portion of the existing water main is to remain in service following removal of the
designated water main, hydrant assembly, or water service connection, the Contractor shall install
a permanent cast iron or ductile iron cap or plug with associated fittings, and thrust block.
7-12 Valves for Water Mains
7-12.3(1) Installation of Valve Marker Post
Section 7-12.3(1) has been revised as follows:
(******)
Where required, a valve marker post shall be furnished and installed with each valve. Valve marker
posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of
the post exposed above grade.
The rest of this section is deleted.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 132 WWP-27-4323 June 2025
7-12.3(2) Adjust Existing Valve Box to Grade
Section 7-12.3(2) is a new Section:
(******)
Existing valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in
Section 7-05.3(1) of the City of Renton Standard Provisions. Valve box adjustments shall include, but
not be limited to, the locations shown on the Plans.
Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final
installation shall be made in accordance with the applicable portions of Section 7-12.
In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use
whatever means necessary to remove such debris, leaving the valve installation in a fully operable
condition.
The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1/2")
below finished grade.
7-14 Hydrants
7-14.3(1) Setting Hydrants
Section 7-14.3(1) has been revised as follows:
(******)
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.
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 alternate.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 133 WWP-27-4323 June 2025
Any hydrants not in service shall be identified by covering with a burlap or plastic bag properly
secured.
Fire hydrant assembly shall include: main line cast-iron or ductile iron tee (MJ x FL), 6" gate valve
(FL x MJ), 6" DI spool (PE x PE) up to 20 feet in length, 5-1/4" MVO fire hydrant (MJ connection), 4" x 5"
Storz adapter with stainless steel cable, cast iron valve box, cover, valve operating nut extension,
1-1/4" washed drain rock, blue reflective pavement marker, 16" x 8" x 4" (minimum) concrete blocks
under hydrant and gate valve, 4'x4'x6" concrete shear block around hydrant, and mechanical joint
restraint (wedge-type restrained retainer glands) with poured-in-place concrete thrust block behind
the hydrant shoe or two 3/4-inch diameter Cor-Ten steel tie rods.
7-14.3(3) Resetting Existing Hydrants
Section 7-14.3(3) is supplemented as follows:
(******)
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(7) Remove and Salvage Hydrant
Section 7-14.3(7) is a new section:
(******)
Existing hydrants shall be removed where shown in the Plans. Removed hydrants shall be delivered
to the City of Renton 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, removing and
salvaging hydrants shall be incidental to and included in the various bid items.
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.
7-15 Service Connections
7-15.3 Construction Requirements
Section 7-15.3 is revised as follows:
(******)
All pipe materials for new water service lines and for extension or replacement of existing water
service lines shall be copper and lead free in accordance with the Federal Reduction of Lead in
Lift Station and Force Main Improvements Phase 4
Special Provisions - 134 WWP-27-4323 June 2025
Drinking Water Act. Pipe materials for water service line installation for size 2-inch or less and
connection to ductile iron water main shall be copper type “K” annealed tubing and seamless
(ANSI H33.1).
Ductile iron pipe Class 52 or stronger shall be direct-tapped with 1-inch corporation stops for 1-inch
service lines.
All meter setters for residential domestic use shall be 1-inch by 1-inch setters unless otherwise
specified on the Contract Plans. For existing 3/4-inch meters, the Contractor shall furnish and install
reducing couplings to adapt the 1-inch setter to the standard 3/4-inch domestic meter.
All installations shall be considered open cut and the contractor shall locate and avoid other
underground utilities during installation. The Contractor may install service lines utilizing a
trenchless percussion and impact method (hoe-hogging) method but must obtain written approval
from the Engineer.
Where shown in the Plans, the Contractor shall:
· Furnish and install new water service lines from the new water main to the new meter
setters and new meter boxes near the existing meters.eFurnish and install adaptors for the
relocation of the existing water meters to the new meter setters and re-install the existing
meters in the new meter setters.eRestore disturbed areas to their approximate original
condition as directed by the Engineer.
7-17 Sanitary Sewers
7-17.2 Materials
Section 7-17.2 is deleted in its entirety and replaced with the following:
(******)
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 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 135 WWP-27-4323 June 2025
7-17.3 Construction Requirements
7-17.3(1) Protection of Existing Sewerage Facilities
Section 7-17.3(1) is supplemented with the following:
(******)
When extending an existing sewer, the downstream system shall be protected from construction
debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall
be the Contractor's responsibility to maintain this screen or trap during construction of the new
sewer and then remove it once the new system is placed into service. The Contractor shall remove
any construction debris that enters the existing downstream system as a result of his work at his
expense. When the first manhole is set, its outlet shall be plugged until acceptance of the new
construction 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 pipe full capacity in
each subject line removed from service. The Engineer may allow a flow less than full pipe capacity if
the Contractor can demonstrate a lower flow is anticipated and sufficient accommodations are
made for sudden increases in flow. 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, the Contractor is
responsible to bypass any and all flow in 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
Lift Station and Force Main Improvements Phase 4
Special Provisions - 136 WWP-27-4323 June 2025
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)H Television Inspection
Section 7-17.3(2)H is supplemented with the following:
(******)
CCTV Inspection
1. All newly-installed and newly-rehabilitated (public and private) Sanitary Sewer and Storm
Drain main lines and side sewers shall be inspected by means of remote CCTV. CCTV
inspections and reports shall be submitted to the City of Renton inspector assigned to the
project prior to receiving approval to install project curbs, gutters and/or pavement.
2. The Contractor shall perform all CCTV inspections in accordance with the National
Association of Sewer Service Companies (NASSCO) Pipeline Assessment Certification
Program (PACP).
3. All CCTV operators shall have current NASSCO PACP certification.
4. CCTV inspections shall be recorded in a GraniteNet compatible format database using the
latest software version and submitted with electronic links between the data and the video
on an External HDD, DVD or Flash Drive.
5. All CCTV inspection reports shall be within +/- two (2) feet of the measured linear footage
between manholes along the existing pipeline centerline from the start of pipe to end of pipe.
6. All Owner and PACP required header information must be fully and accurately entered on all
CCTV reports. Work not following these specifications will be rejected and the Contractor
shall be required to re-CCTV the work.
7. The documentation of the work shall consist of PACP CCTV Reports, PACP database, 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 137 WWP-27-4323 June 2025
10. The CCTV camera shall have a water-level measuring device (ball, cylinder, etc.) attached
that has 1/4-inch 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 1/2-inch of ponding to be considered acceptable.
7-17.3(2)I Abandon Existing Sanitary Sewer Pipes
Section 7-17.3(2)I is a new Section:
(******)
Where it is shown on the plans that existing sanitary sewer pipe(s) is to be abandoned by filling with
grout, both ends of the abandoned pipe and all lateral connections to the pipe shall be plugged with
3,000 psi cement concrete and the pipe shall be filled with cement-based grout.
The grout mix design and method of installation shall be approved by the Engineer prior to beginning
the operation (See Section 9-03.22 for Grout Mix requirements).
7-18 Side Sewers
7-18.3(2) Fittings
Section 7-18.3(2) is deleted in its entirety and replaced with the following:
(******)
Fittings and connections to new and existing sewers shall be per the City of Renton’s Standard Plans.
7-18.3(3) Testing
Section 7-18.3(3) is deleted in its entirety and replaced with the following:
(******)
All side sewers constructed in conjunction with a new sewer main shall, for purposes of testing as
specified in Section 7-17, have the side sewer cleanout at the right-of-way (as shown in the respective
City of Renton Standard Plans) installed prior to testing. Caps shall be installed and sufficiently
restrained on the end of each side sewer and its respective surface cleanout to withstand the internal
pressure created for testing in conjunction with the sewer main.
Where a sewer main and its respective side sewer are constructed to replace an existing,
in-operation sewer system, pressure testing will not be required.
7-18.3(5) End Pipe Marker
Section 7-18.3(5) is deleted in its entirety and replaced with the following:
(******)
The location of side sewers at the property line shall be indicated by the presents of a surface
cleanout installed per the associated City of Renton Standard Plan.
7-19 Sewer Cleanouts
7-19.3 Construction Requirements
Section 7-19.3 is deleted in its entirety and replaced with the following:
(******)
Sewer cleanouts shall be installed per the associated City of Renton Standard Plan(s).
Lift Station and Force Main Improvements Phase 4
Special Provisions - 138 WWP-27-4323 June 2025
7-19.4 Measurement
Section 7-19.4 is deleted in its entirety and replaced with the following:
(******)
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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 139 WWP-27-4323 June 2025
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-02 Roadside Restoration
8-02.3(4)A Topsoil Type A
Section 8-02.3(4)A is supplemented with the following:
(******)
The contractor shall provide a material submittal for topsoil prior to use.
8-02.3(16) Lawn Installation
Section 8-02.3(16) is revised and supplemented as follows:
(******)
8-02.3(16)A Lawn Installation
Section 8-02.3(16)A has been deleted and superseded with the following:
(******)
8-02.3(16)A1 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(16)A2 Submittals
8-02.3(16)A2a Certification of Material
1. Include seed mix percentages, purity, germination rates, weed experience, and date tested
for the preceding. Include complete data on source, size and quality.
2. Supply on-site 12” x 12” sample of each sod specified for inspection and approval in advance
by the City.
3. Supply Grower’s written recommendations for fertilizer type, rate of application, and
frequency.
4. All certificates required by law shall accompany shipments.
5. Upon completion of the installation and prior to final inspection, deliver all certificates to the
Engineer.
8-02.3(16)A2b Manufacturer’s Certificates of Conformance
1. Supply for Certificates of Conformance for fertilizer being used for the project.
8-02.3(16)A2c Schedule for Installation
2. The Contractor shall coordinate all work with the City and submit a watering plan for the
Establishment Period.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 140 WWP-27-4323 June 2025
8-02.3(16)A3 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(16)A4 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(16)A5 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(16)A5a 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(16)A6 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(16)A6a Installation Preparation
1. 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.
2. Spread topsoil to a minimum depth of 6” after settlement in all lawn areas.
3. Thoroughly rototill topsoil to a minimum depth of 6 inches.
4. 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.
5. Apply fertilizer to the prepared lawn areas at rates recommended by sod grower and
lightly rake to incorporate into the soil.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 141 WWP-27-4323 June 2025
8-02.3(16)A6b Sod Installation
1. Moisten sod bed and roll lightly for compaction.
6. 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.
7. Remove any bumps, undulations, or low-high spots with a light rolling.
8. Water daily for a minimum of two weeks to prevent dehydration.
9. Protect all turf areas by erecting temporary fences, barriers, signs, etc. as necessary to
prevent trampling.
10. Do not work in, over, or adjacent to planting areas without proper protection and
safeguards.
8-02.3(16)B Lawn Establishment
Section 8-02.3(16)B has been deleted and superseded with the following:
(******)
8-02.3(16)B 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)B1 Establishment Period
The Establishment Period will commence on the date of Preliminary Acceptance and will extend to
Final Acceptance by the City of landscape work:
1. Watering: Water areas of new turf so they receive adequate water for survival of the plant in a
healthy position.
11. Lawns shall be fertilized every six weeks from March through September per Grower’s
written recommendations. Lawns shall be maintained weed-free.
12. 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.
13. Protect all lawn areas against damage, including erosion and trespassing, by providing
and maintaining proper safeguards.
14. 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 142 WWP-27-4323 June 2025
8-02.3(16)B2 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.
8-02.3(16)B3 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.
8-05 Pre And Post Construction Photographs And Video Inspection
Section 8-05 is a new Section:
(******)
8-05.1 Materials
The photographs shall be in digital .pdf format, labeled by project station. The Contractor shall
provide in electronical format the Engineer with the entire catalog of pre-construction and post-
construction photographs.
The Contractor shall provide videos of both the entire pre-construction and post-construction video
inspection in electronic format to the City.
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 feet 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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 143 WWP-27-4323 June 2025
Prior to commencing any construction work, the Contractor shall walk the property with the Engineer
taking continuous video of pre-existing conditions.
Following construction, the Contractor shall provide post-construction video inspection of the same
locations surveyed prior to construction.
8-09 Raised Pavement Markers
8-09.5 Payment
(April 1, 2025 LSFM ph 4)
Section 8-09.5 has been revised with the following:
Payment shall be incidental to other bid items unless there is a specific bid item for Raised Pavement
Markers
8-13 Monument Cases
8-13.1 Description
Section 8-13.1 is revised and supplemented with the following:
(******)
This Work shall consist of furnishing and placing monument cases and covers, in accordance with
the Standard Plans and these Specifications, in conformity with the lines and locations shown in the
Plans or as staked by the Engineer or by the Contractor supplied Surveyor.
8-13.3 Construction Requirements
Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented with the following:
(******)
The monument will be furnished and set by the Contractor supplied Surveyor.
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 RCW58.09.130.
8-13.4 Measurement
Section 8-13.4 is supplemented with the following:
(******)
All costs for surveying and resetting existing monuments impacted by construction shall be
considered incidental to the Contract unless specifically called out to be paid as a bid item.
8-13.5 Payment
Section 8-13.5 is supplemented with the following:
(******)
"Reset Existing Monument" per each.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 144 WWP-27-4323 June 2025
Resetting an existing monument impacted by construction shall be incidental unless included as a
pay item in the Schedule of Prices.
8-14 Cement Concrete Sidewalks
8-14.3 Construction Requirements
Section 8-14.3 is supplemented by adding the following:
(******)
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.
15. 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
16. Inspection
17. Traffic control
18. Pedestrian control, access routes and delineation
19. Accommodating utilities
20. Form work
21. Installation of detectable warning surfaces (If applicable)
8-14.3(4) Curing
Section 8-14.3(4) is replaced with:
(******)
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.
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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 145 WWP-27-4323 June 2025
8-22 Pavement Marking
8-22.1 Description
The following item in Section 8-22.1 is revised 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 detail sheet.
Skip Center Line (Replacement)
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.
Double Yellow Center Line (Replacement)
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.
Approach Line (New)
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.
Lane Line (Replacement)
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.
Two Way Left Turn Line (Replacement)
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.
Crosswalk Line (Replacement)
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
detail sheet.
Stop Line (Replacement)
A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract Plans.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 146 WWP-27-4323 June 2025
8-22.3(5) Installation Instructions
Section 8-22.3(5) is revised with the following:
(******)
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:
(******)
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.
8-23 Temporary Pavement Markings
8-23.5 Payment
Section 8-23.5 is supplemented with the following:
(******)
If no pay item is included in the Contract for installation, or for removal of temporary pavement
markings, then all costs associated with these items are considered incidental to other items in the
Contract or included under "Traffic Control," if that item is included as a bid item.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 147 WWP-27-4323 June 2025
DIVISION 9
MATERIALS
9-03 Aggregates
9-03.8 Aggregates for Hot Mix Asphalt
9-03.8(7) HMA Tolerances and Adjustments
Item 1 is deleted and replaced with:
(******)
1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the
constituents of the mixture at the time of acceptance shall conform to the following
tolerances:
Nonstatistical Commercial
Evaluation Evaluation
Aggregate, percent passing
1”, 3/4”, 1/2”, and 3/8” sieves ±6% ±8%
U.S. No. 4 sieve ±6% ±8%
U.S. No. 8 sieve ±6% ±8%
U.S. No. 16 sieve ±4% ±6%
U.S. No. 30 sieve ±4% ±6%
U.S. No. 50 sieve ±4% ±6%
U.S. No. 100 sieve ±3% ±5%
U.S. No. 200 sieve ±2.0% ±3.0%
Asphalt Binder ±0.5% ±0.7%
VMA 1.5% below minimum value in 9-03.8(2)
VFA minimum and maximum as listed in 9-03.8(2)
Va 2.5% minimum and 5.5% maximum
These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance
limit for aggregate shall not exceed the limits of the control point’s section, except the tolerance
limits for sieves designated as 100% 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.
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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 148 WWP-27-4323 June 2025
· Water: Water shall conform to the provisions of Section 9-25.1.
· Minimum Strength: 100 psi.
9-05 Drainage Structures And Culverts
9-05.12 Polyvinyl Chloride (PVC) Pipe
Section 9-05.12(3) is a new additional Section:
(******)
Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall
provide one electronic copy of the pipe manufacturer’s technical literature including 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 or the respective pipe.
Materials shall meet the requirements of the following sections:
· PVC sewer pipe – Section 9-05.12(1)
· PVC (C900/C905) sewer pipe – 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.
9-05.20(3) Fittings and Gaskets
Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings shall conform
to ASTM F 1536 or ASTM D 3212. Fittings shall be manufactured by Nyloplast USA, Inc., or approved
equivalent.
9-05.20(4) Installation
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.
9-05.50 Manholes
Section 9-05.50(2) is supplemented with the following:
(******)
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.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 149 WWP-27-4323 June 2025
Manholes deeper than 25 feet shall be designed using the following minimum design criteria:
· Soil Unit Weight: 130 pcf
· At-rest Earth Pressures Coefficient (Ko): 0.50
· At-rest Lateral Earth Pressure Above Groundwater Table: 65 pcf
· At-rest Lateral Earth Pressure Below Groundwater Table: 65 pcf
· Design Depth of Groundwater Below Grade: 6 feet
· Lateral Uniform Pressure (Non-yielding Structures): 125 pcf
9-05.52 Dense Foam
Section 9-05.52 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.
9-08 Paints And Related Materials
9-08.9 Manhole Coating System Products
Section 9-08.9 is a new section and subsections:
(******)
9-08.9(1) Coating Systems Specification
A. 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: The drying time between coats shall not exceed 24 hours in any case
System Thickness: 3.0-4.0 mils dry film
Coatings: Primer: One coat of Wasser MC-Shieldcoat 100 high solids urethane
(1.5-2.0 DFT)
Finish: One coat of Wasser MC-Shieldcoat 100 (1.5-2.0 DFT)
Color: White
Lift Station and Force Main Improvements Phase 4
Special Provisions - 150 WWP-27-4323 June 2025
9-14.2 Topsoil
Section 9-14.2(1) is supplemented by adding the following:
9-14.2(1) Topsoil Type A
(******)
Supplement this section as follows:
Topsoil Type A, as applicable per conditions below, shall be compost amended topsoil as described
and contain 33-50% composted organic material by volume. Compost used for the topsoil
amendment shall be sourced, incorporated, and mixed per the conditions in this section.
9-14.2(1)a Compost Procurement
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.
9-14.2(1)b Topsoil Type A (Compost Amended Planting Soil)
(******)
Topsoil Type A (Compost Amended Planting Soil) shall consist of 50 – 67% sand and/or sandy loam
and 33 – 50% composted organic material by volume. Total organic matter shall be at least 5% by
dry weight for areas where turf will be installed, and at least 10% by dry weight for all other landscape
areas. Organic matter shall be determined by Loss-on-Ignition test. Acceptable tests include the
most current version of ASTM D2974 “Test Methods for Moisture, Ash, and Organic Matter of Peat and
Other Organic Soils,” and TMECC 05.07A “Loss-On-Ignition Organic Matter Method.”
Compost-Amended Planting soil shall not contain any viable seeds or roots capable of sprouting any
State-listed noxious weed, or invasive root-propagating plants including but not limited to horsetail,
ivy, clematis, knotweed, Scot’s broom, reed canary grass, Himalayan blackberry, etc. Soil found to
contain these prohibited viable plant materials shall be removed and replaced at the Contractor’s
expense.
1. The soil shall meet the following requirements.
a. The mixed soil shall meet the following gradation:
Screen Size * Percent Passing
2 inch 100
1 inch 99-100
5/8” 90 – 100
1/4" 75-100
*Maximum particle length of 6 inches
Lift Station and Force Main Improvements Phase 4
Special Provisions - 151 WWP-27-4323 June 2025
2. Shall have a pH range between 5.5 and 8.5. The pH shall be determined by soil test.
3. Organic material shall consist of composted yard debris or organic waste material
composted for a minimum of 3 months. Compost shall consist of 100% recycled content and
meet all requirements for compost in Section 9-14.5(8) of the Standard Specifications.
4. Submit a certified laboratory analysis from an accredited soils testing laboratory indicating
the Material source and compliance with all planting soil and compost specifications to the
Engineer or project Ecologist for approval no less than seven (7) days before delivery to the
Project Site. The analysis shall be with a sample size of no less than 2 pounds.
5. Site specific soil testing (after placement of material) may be required for projects requiring
more than 50 cubic yards of compost-amended planting soil A Contractor provided
accredited laboratory approved by the Engineer shall make recommendations for
amendments required for optimum growth at no cost to the owner. The Contractor will be
allowed five (5) Working Days to complete the testing from the time of written notice given by
the Engineer.
6. A sample of the compost amended planting soil shall be provided to the Engineer or project
Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application.
9-14.2(2) Topsoil Type D
(******)
Supplement this section as follows:
Planting soil / topsoil shall consist of loose, moderately well-drained, friable soil of sandy loam
texture, free of ice, snow, and rubbish with no admixture of refuse or material toxic to plant growth.
Soil shall be reasonably free of stones, lumps, roots, and weeds or similar objects. Topsoil shall be
fertile and free flowing (pulverized). Topsoil shall be Mycorrhizae inoculated.
Topsoil shall meet the following parameters:
Parameter Range
pH: 6.7-7.5
Moisture Content: 25%-55%
Soluble Salts: 2.5 mmhos/(dS)
Coarse Sand: 50%max (by weight)
Clay: 25%max (by weight)
Silt: 15%max (by weight)
Organic matter: 10%max (by weight)
9-14.2(4) Sandy Loam
(******)
Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition,
soil particles shall meet the following requirements for grading:
Passing 1 inch sieve (square opening) .........100%
Passing 1 mm sieve.......................................80% minimum
Passing 0.15 mm sieve..................................15% maximum
Lift Station and Force Main Improvements Phase 4
Special Provisions - 152 WWP-27-4323 June 2025
9-14.6(8) Sod
(April 1, 2025 LSFM ph 4)
Section 9-14.6(8) is supplemented with the following:
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 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 for approval. Sod shall contain
65% perennial turf-type ryegrass by weight and 35% hard fescue by weight.
9-23 Concrete Curing Materials and Admixtures
9-23.9 Fly Ash (RC)
Section 9-23.9 is revised with the following:
(******)
Fly ash shall not be used around water lines.
9-30 Water Distribution Materials
9-30.1 Pipe
Section 9-30.1 is revised as follows:
(******)
All materials for water distribution and transmission shall be new and undamaged. Prior to ordering
any pipe and fittings to be used in a potable water supply, the Contractor shall submit the material
source as required by Section 1-06.1 of the Standard Specifications. All direct and indirect drinking
water system components which come in contact with potable water shall have National Sanitation
Foundation (NSF) certification. All pipe and fittings shall be clearly marked with the manufacturer’s
name, type, class, and thickness as applicable and shall be marked on the component at the place
of manufacture. Marking shall be legible and permanent under normal conditions of handling and
storage.
9-30.1(1) Ductile Iron Pipe
Section 9-30.1(1) is revised to read as follows:
(******)
1. Ductile iron pipe shall be centrifugally cast in 18 or 20 foot nominal lengths and meet the
requirements of AWWA C151. Ductile iron pipe shall have a double thick cement mortar
lining and a 1-mil thick seal coat meeting the requirements of AWWA C104. Ductile iron pipe
shall be minimum Standard Thickness Class 52 or the thickness class as shown in the Plans.
Flanged ductile iron pipe shall be Class 53 per AWWA C115.
2. Non-restrained joint shall be rubber gasket, push-on type joint (Tyton) or mechanical joint
(M.J.) conforming to AWWA C111, unless otherwise specified.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 153 WWP-27-4323 June 2025
3. Restrained joints shall be as specified in Section 9-30.2(6).
4. Flanged joints shall conform to ANSI B16.1, class 125 drilling pattern, rated for 250 psi
working pressure. Flanged ductile iron pipe shall be Class 53 per AWWA C 115. Thicker
Classes are acceptable.
The Contractor shall furnish certification from the manufacturer of the pipe and gasket being
supplied that the inspection and all of the specified tests have been made and the results thereof
comply with the requirements of the above referenced standards.
9-30.1(2) Polyethylene Encasement
(April 1, 2025 LSFM ph 4)
Section 9-30.1(2) is revised as follows:
Polyethylene encasement (plastic film wrap or polywrap) shall be eight mil polyethylene, tube type
conforming to AWWA C105. All ductile iron pipes, fittings, and valves shall be installed with a
polyethylene encasement, tube-type and in black color.
9-30.2 Fittings
9-30.2(1) Ductile Iron Pipe
Section 9-30.2(1) is revised as follows:
(******)
Fittings for ductile iron pipe shall be ductile iron conforming to AWWA C110, and AWWA C111 or
AWWA C153 and shall be cement-lined conforming to AWWA C104. All water main fittings shall be
ductile iron, short body, cement lined and for pressure rating of 350 psi for mechanical joint fittings
and 250 psi for flange joint fittings, unless otherwise specified. Metal thickness and manufacturing
process shall conform to applicable portions of ANSI/AWWA C110/A21.10. Mechanical joint, ductile
iron, compact fittings 24 inches and less shall conform to ANSI A21.53 (AWWA C153). Flanged
fittings, cast or ductile iron, shall conform to ANSI B16.1, class 125 drilling pattern.
Ductile iron fittings include: tees, crosses, wyes, bends, adapters, sleeves, plugs, caps, offsets,
reducers, and ells.
Rubber gaskets for push-on joints (Tyton) or mechanical joint (M.J.) shall conform to ANSI A21.11 /
AWWA C111. Gasket materials for flange joints shall be SBR, neoprene, Buna N, chlorinated butyl,
or cloth-inserted rubber suitable for pressurized water service purposes. Type of connections shall
be specified as push-on joint (Tyton), mechanical joint (M.J.), plain end (P.E.), flanged (FL), restrained
joint (RJ) and threaded.
Sleeves less than or equal to 12 inches in diameter shall be 12 inches minimum length and shall be
mechanical joint. Sleeves greater than 12 inches in diameter shall be of the long body type and shall
be 15 inches minimum length and shall be mechanical joint.
Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and the
outside diameter of the existing cast iron pipe is 0.05 inches or less from the outside diameter of the
ductile iron pipe being joined, the pipe shall be joined with a mechanical joint sleeve.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 154 WWP-27-4323 June 2025
Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and the
outside diameter of the existing cast iron pipe conforms to AWWA 1908 classifications A, B, C, D, or
F, the pipe shall be joined with a transition coupling having a single-piece casting. Threaded pipe and
flanges combinations shall not be used.
Bolts and nuts for all fittings and valves with mechanical-joint end(s) shall be Cor-ten (low alloy steel)
conforming to ANSI/AWWA C110/A21.10 or stainless steel. Bolts and nuts for all pipe, fittings, and
valves with flanged end(s) shall be stainless steel and shall conform in size and length with
ANSI/AWWA C111/A21.11. Stainless steel bolts shall meet the requirements of ASTM F593, Group 2.
Shackle rods shall be Cor-ten or stainless steel all thread 316SS. Stainless steel nuts and bolts shall
be type 316SS.
Contractor shall provide Manufacturer’s Certificate of Compliance in accordance with Section 1-
06.3 Manufacturer’s Certificate of Compliance of the Standards Specifications for all fittings and
bolts to be used.
9-30.2(3) Steel Casing Pipe
Section 9-30.2(3) is a new Section:
(******)
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)C Spacers and Seals for Steel Casing Pipe
Section 9-30.2(4)C is a new Section:
(******)
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 alternate.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 155 WWP-27-4323 June 2025
9-30.2(6) Restrained-Joint Pipe and Restrained-Joint Fittings
Section 9-30.2(6), with title change, is revised 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:
1. The restrained joint shall have a positive metal to metal contact locking system without the
use of gripping teeth. Gaskets for push-on joint pipe with integrally molded steel or metal
teeth or locking segments shall not be allowed as substitutes for restrained-joint pipes.
2. The joint restraint system for the pipe shall be the same as the joint restraint system for the
pipe fittings, except as provided in item 3 below.
3. 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.
4. Wedge Restraint Glands:
a. 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
Section 9-30.2(7) is revised as follows:
(******)
Transition couplings, reducing couplings, transition reducing couplings, sleeves, flexible couplings
for water main shall be compression type by pipe manufacturer: Romac or Ford or approved
alternate. Bolts and nuts shall be high strength, low alloy steel, corrosion resistant per AWWA C111.
Stainless steel bolts require anti-seize compound. Heavy hex nuts shall be used.
The long body pattern with a minimum center ring or center sleeve length of 12-inches for pipe less
than 12 inches in diameter and equal to or greater than the pipe diameter for pipe greater than
12 inches in diameter. Solid sleeves (greater than 12 inch diameter) shall be a 15 inch minimum
length.
9-30.3 Valves
Section 9-30.3 is supplemented as follows:
(******)
Valves shall be a standard pattern of a manufacturer whose products are approved by the Engineer
and shall have the name or mark of the manufacturer, year valve casting was made, size and working
pressure plainly cast in raided and legible letters on the valve body. All valves shall be NSF approved
and valve bodies shall be ductile iron. All valves shall be stamped with “NSF APPROVED” and “DI”.
Where a valve is required to operate in a higher pressure environment than the Class of valve
specified in Section 9-30.3, the class of valve shall be as specified in the Contract.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 156 WWP-27-4323 June 2025
All bolts on the body of valves shall be stainless steel.
9-30.3(1) Gate Valves (3 to 16 inches)
Section 9-30.3(1) is supplemented 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
C509 and C515 latest revisions. All exterior valve body bolting shall be Type 304 stainless steel and
shall be provided with hexagonal heads with dimensions to conform with ANSI B18.2.1.
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 alternate in sizes 16 inches and less.
Approval of valves other than models specified shall be obtained prior to bid opening.
9-30.3(4) Valve Boxes
Section 9-30.3(4) is revised as follows:
(******)
Valve boxes shall be installed on all buried valves. The box and lid shall be cast iron, 2-piece slip type
with cast iron extension as necessary, conforming to the City of Renton latest standard plans. The
cover shall have the word “WATER” cast in it and shall have cast-iron “ears” installed in the direction
of the main. Valve box extension pieces shall be provided for valves with groundcover in excess of the
depth of the standard valve box.
Acceptable manufacturers of valves boxes and covers are Olympic Foundry, Inc., EJCO, Rich (Varnish
Casting Corp.)
The Contractor shall provide an affidavit of compliance stating that the valve furnished fully complies
with AWWA C504.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 157 WWP-27-4323 June 2025
9-30.3(5) Valve Marker Posts
Section 9-30.3(5) is revised as follows:
(******)
Valve markers shall be Carsonite composite utility marker 0.375"x 6'-0", or approved alternate, with
blue label "water”. The valve markers shall be installed in conformance with the City of Renton
Standard Plans.
9-30.3(6) Valve Stem Extensions
Section 9-30.3(6) is revised as follows:
(******)
Valve stem extensions shall have a 2-inch square operating nut and self-centering rockplate. A valve
stem extension is required where the valve operating nut is more than 3 feet below finished grade.
Valve stem extensions are to be a minimum of 1 foot with only one extension per valve in shall be
installed in accordance to the City of Renton standard plans.
9-30.3(9) Blow-Off Assembly
Section 9-30.3(9) is a new section:
Installation of blow-off assembly shall be per City of Renton Standard Details, latest revision. Pipe
and fittings shall be galvanized. Blow-off assembly shall be installed at location(s) shown on the
plans. Temporary blow-off assembly on new dead-end water main shall be installed at location
shown on the plans.
Temporary blow-off assemblies for testing and flushing of the new water mains will not be included
under this item and shall be considered incidental to the contract and no additional payment shall
be made.
9-30.6 Water Service Connections (2 inches and Smaller)
9-30.6(3) Service Pipes
9-30.6(3)B Polyethylene Pipe
Section 9-30.6(3)B is revised as follows:
(******)
Polyethylene pipe shall not be used.
9-30.6(3)C PEX-a Tubing
Section 9-30.6(3)C is revised as follows:
(******)
PEX-a tubing shall not be used.
9-30.6(4) Service Fittings
Section 9-30.6(4) is revised as follows:
(******)
Fittings used for copper tubing shall be compression type with gripper ring.
Lift Station and Force Main Improvements Phase 4
Special Provisions - 158 WWP-27-4323 June 2025
9-30.6(5) Meter Setters
Section 9-30.6(5) is supplemented as follows:
(******)
Meter setters for 1-inch water services shall be Ford VBH74-15W-44-44-Q-NL,
A.Y. McDonald 721-415WCQQ 44, Mueller B-24701-6AN, or approved alternate, and shall be
installed per Detail 320.1 on Drawing C029 as specified in the Construction Plans.
Meter setters for 1.5-inch water services shall be Ford VBH86-12B-11-66-Q-NL,
A.Y. McDonald 73-B-612WDFF665, Mueller B-2427N (1 ½”), or approved alternate.
Meter setters for 2-inch water services shall be Ford VBH87-12B-11-77-Q-NL,
A.Y. McDonald 730B-612WDFF665, Mueller B-2427N (2”), or approved alternate.
9-30.6(7) Meter Boxes
Section 9-30.6(7) has been supplemented as follows:
(******)
Meter boxes for 1-inch water services shall be Armorcast A6001946PCX18 or approved alternate and
shall be installed per Detail 320.1 on Drawing C029 as specified in the Construction Plans.
Meter boxes for 1.5-inch water services shall be Armorcast A6001640PCX18 or approved alternate.
Meter boxes for 2-inch water services shall be Armorcast A6001640PCX18 or approved alternate.
TECHNICAL
SPECIFICATIONS
Signed: 06/24/2025 Signed: 06/24/2025 Signed: 06/24/2025 Signed: 06/24/2025
CITY OF RENTON
RENTON, WASHINGTON
Lift Station and Force Main Improvements – Phase 4
PROJECT NO.
WWP-27-04323
Summer 2025
TECHNICAL SPECIFICATIONS
THE TECHNICAL SPECIFICATIONS AND PLANS WERE PREPARED UNDER THE DIRECT SUPERVISION OF
THE PROFESSIONAL ENGINEERS IDENTIFIED BELOW.
Prepared by:
RH2 Engineering, Inc.
22722 29th Drive SE, Suite 210
Bothell, WA 98021
(425) 951-5400 (p) (425) 951-5401 (f)
Marine Behr, PE
Project Engineer
Divisions 1,2,8,9,10,15,18
Shannon Emerick, PE
Project Engineer
Divisions 3 and 5
Mark Braaksma, PE
Electrical Engineer
Divisions 16 and 17
Edwin Halim, PE
Project Manager
Table of Contents
i
6/24/2025 3:09 PM \\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\Table of Contents.docx
DIVISION 1 GENERAL........................................................................................................................................... 1-1
1.10 GENERAL .................................................................................................................................................... 1-1
1.11.00 Summary of Work ........................................................................................................................... 1-1
1.11.02 Reuse of Documents ....................................................................................................................... 1-1
1.11.03 Electronic Data ............................................................................................................................... 1-1
1.13 Permits and Licenses............................................................................................................................ 1-2
1.20 PRICE AND PAYMENT PROCEDURES ................................................................................................................... 1-3
1.25.00 Substitution Procedures .................................................................................................................. 1-3
1.25.13.10 Substitutions Prior to Bid Opening .............................................................................................. 1-3
1.25.13.15 Substitutions After Contract Execution ....................................................................................... 1-3
1.30 ADMINISTRATIVE .......................................................................................................................................... 1-4
1.31 Project Management and Coordination ............................................................................................... 1-4
1.31.01 Contractor’s Responsibility .............................................................................................................. 1-4
1.31.19 Progress Meetings .......................................................................................................................... 1-5
1.32.13 Scheduling of Work ......................................................................................................................... 1-5
1.32.16 Construction Progress Schedule....................................................................................................... 1-5
1.32.29 Periodic Work Observation.............................................................................................................. 1-5
1.33 Submittals ........................................................................................................................................... 1-6
1.33.23 Shop Drawings, Product Data, and Samples .................................................................................... 1-6
1.40 QUALITY REQUIREMENTS ............................................................................................................................... 1-8
1.42.19 Reference Standards ....................................................................................................................... 1-8
1.43.20 Warranty ........................................................................................................................................ 1-8
1.45.16 Field Quality Control Procedures ..................................................................................................... 1-8
1.50 TEMPORARY FACILITIES AND CONTROLS ............................................................................................................. 1-9
1.51 Temporary Utilities .............................................................................................................................. 1-9
1.52.00 Construction Facilities ..................................................................................................................... 1-9
1.54 Construction Aids................................................................................................................................. 1-9
1.55.26 Traffic Control............................................................................................................................... 1-10
1.70 EXECUTION AND CLOSEOUT REQUIREMENTS...................................................................................................... 1-10
1.71 Examination and Preparation ............................................................................................................ 1-10
1.71.23.16 Construction Surveying............................................................................................................. 1-10
1.74 Cleaning and Waste Management ..................................................................................................... 1-10
1.74.13 Progress Cleaning ......................................................................................................................... 1-10
1.74.23 Final Cleaning ............................................................................................................................... 1-11
1.75 Starting and Adjusting ....................................................................................................................... 1-11
1.75.16 Startup Procedures ....................................................................................................................... 1-11
1.75.16.10 Startup .................................................................................................................................... 1-11
1.75.16.12 Startup and Testing Coordination ............................................................................................. 1-12
1.75.16.20 Testing..................................................................................................................................... 1-13
1.75.16.22 Scheduling of Owner Review for Testing ................................................................................... 1-13
1.75.16.40 Electrical and Control Systems Testing ...................................................................................... 1-14
1.78 Closeout Submittals ........................................................................................................................... 1-14
1.78.23 Operation and Maintenance Data ................................................................................................. 1-14
1.78.39 Project Record Documents ............................................................................................................ 1-16
1.79 Demonstration and Training .............................................................................................................. 1-16
Table of Contents
ii
6/24/2025 3:09 PM \\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\Table of Contents.docx
1.79.10 Training ........................................................................................................................................ 1-16
1.80 PERFORMANCE REQUIREMENTS ..................................................................................................................... 1-17
1.81 Facility Performance Requirements .................................................................................................... 1-17
1.81.30 Seismic Restraint and Anchorage .................................................................................................. 1-17
1.81.45 Location Designations ................................................................................................................... 1-18
DIVISION 2 SITEWORK ........................................................................................................................................ 2-1
2.00 GENERAL .................................................................................................................................................... 2-1
2.05 Common Work for Exterior Improvements ........................................................................................... 2-1
2.08 Special Inspections for Earth Work ....................................................................................................... 2-1
2.10 SITE PREPARATION........................................................................................................................................ 2-2
2.10.2 Clearing and Grubbing ...................................................................................................................... 2-2
2.10.4 Dewatering....................................................................................................................................... 2-3
2.11 Earthwork Materials ............................................................................................................................ 2-4
2.11.1 Common Work for Earthwork Materials ............................................................................................ 2-4
2.11.2 General Fill ....................................................................................................................................... 2-4
2.11.3 Structural Fill .................................................................................................................................... 2-5
2.11.4 Pipe Bedding .................................................................................................................................... 2-5
2.11.5 Trench Backfill .................................................................................................................................. 2-6
2.11.6 Gravel Backfill for Drains................................................................................................................... 2-7
2.11.7 Gravel Base Course ........................................................................................................................... 2-7
2.11.8 Gravel Top Course............................................................................................................................. 2-7
2.11.20 Geotextile Fabric ............................................................................................................................. 2-7
2.12 Road Surfacing .................................................................................................................................... 2-8
2.12.2 Cement Concrete Pavement .............................................................................................................. 2-8
2.12.3 Hot Mix Asphalt (HMA) / Asphalt Concrete Pavement (ACP) .............................................................. 2-9
2.12.10 Pavement Marking/Striping ............................................................................................................ 2-9
2.12.20 Slurry Seal Surface Treatment ......................................................................................................... 2-9
2.13 Tree and Shrub Preservation .............................................................................................................. 2-10
2.13.3 Selective Tree and Shrub Removal ................................................................................................... 2-11
2.20 EARTH MOVING ......................................................................................................................................... 2-11
2.23 Excavation ......................................................................................................................................... 2-11
2.25 Temporary Erosion and Sedimentation Control .................................................................................. 2-12
2.25.3 Temporary Erosion and Sedimentation Control (No SWPPP) ............................................................ 2-12
2.25.4 Temporary Storm Water Pollution Control (No SWPPP) ................................................................... 2-13
2.30 SITE IMPROVEMENTS ................................................................................................................................... 2-14
2.31 Fencing and Gates ............................................................................................................................. 2-14
2.31.1 Common Work for Fencing.............................................................................................................. 2-14
2.31.2 Temporary Construction Security Fence ........................................................................................... 2-14
2.50 EXCAVATION SUPPORT AND PROTECTION ......................................................................................................... 2-15
2.51 Contractor Designed Shoring ............................................................................................................. 2-15
2.60 CONTAMINATED & WASTE MATERIALS HANDLING ............................................................................................. 2-16
2.60.2 Waste Material Control .................................................................................................................. 2-16
2.61 Contaminated Materials .................................................................................................................... 2-17
2.61.2 Toxic Spill or Release Contact Requirements .................................................................................... 2-17
2.90 LANDSCAPING ............................................................................................................................................ 2-17
Table of Contents
iii
6/24/2025 3:09 PM \\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\Table of Contents.docx
2.90.1 Common Work for Landscaping ...................................................................................................... 2-17
2.90.2 Landscape Grading ......................................................................................................................... 2-20
2.90.3 Soil Amendments ............................................................................................................................ 2-20
2.90.3.3 Mulch .......................................................................................................................................... 2-20
DIVISION 3 CONCRETE ........................................................................................................................................ 3-1
3.00 GENERAL .................................................................................................................................................... 3-1
3.05 Common Work for Concrete ................................................................................................................. 3-1
3.06 Maintenance of Concrete ..................................................................................................................... 3-3
3.06.30.71 Resurfacing of Cast-in-Place Concrete ........................................................................................ 3-3
3.10 FORMING AND ACCESSORIES ........................................................................................................................... 3-5
3.11 Formwork ............................................................................................................................................ 3-5
3.11.13 Structural Cast in Place Forming ...................................................................................................... 3-5
3.11.16 Concrete Form Liner ........................................................................................................................ 3-6
3.15 Concrete Accessories ........................................................................................................................... 3-6
3.15.02 Premolded Joint Filler...................................................................................................................... 3-6
3.15.03 Expansion Joints ............................................................................................................................. 3-7
3.15.05 Pipe Penetrations through Concrete ................................................................................................ 3-7
3.15.19 Concrete Anchors ............................................................................................................................ 3-8
3.20 REINFORCING .............................................................................................................................................. 3-8
3.21 Reinforcement Bars ............................................................................................................................. 3-8
3.21.11 Plain Steel Reinforcement Bars ........................................................................................................ 3-8
3.30 CAST-IN-PLACE CONCRETE ............................................................................................................................. 3-9
3.30.05 Common Work for Cast in Place Concrete ........................................................................................ 3-9
3.31 Structural Concrete ............................................................................................................................ 3-12
3.31.30 Thrust Blocks, Driveways, Curb, Gutter, Sidewalks, Equipment Pads, and Fence Posts .................... 3-12
3.31.34 Retaining Walls ............................................................................................................................ 3-13
3.34 Low Density Concrete ........................................................................................................................ 3-13
3.34.13 Controlled Low Strength Material (CLSM) ...................................................................................... 3-13
3.35 Concrete Finishing ............................................................................................................................. 3-14
3.35.05 Common Work for Surface Finishing.............................................................................................. 3-14
3.35.56 Light Brush Finish .......................................................................................................................... 3-14
3.35.58 Sacked Wall Finish ........................................................................................................................ 3-15
3.39 Concrete Curing ................................................................................................................................. 3-15
3.60 GROUTING ................................................................................................................................................ 3-16
3.62 Non-Shrink Grouting .......................................................................................................................... 3-16
3.62.13 Non-Metallic Non-Shrink Grout ..................................................................................................... 3-16
DIVISION 4 MASONRY (NOT USED) ..................................................................................................................... 4-1
DIVISION 5 METALS ............................................................................................................................................ 5-1
5.00 GENERAL .................................................................................................................................................... 5-1
5.05 Common Work for Metals .................................................................................................................... 5-1
5.05.23 Bolts and Other Connectors For Structural Elements ........................................................................ 5-4
5.50 METAL FABRICATIONS ................................................................................................................................... 5-5
5.51 METAL STAIRS ............................................................................................................................................. 5-5
5.51.05 Common Work for Stairs and Ladders ............................................................................................. 5-5
Table of Contents
iv
6/24/2025 3:09 PM \\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\Table of Contents.docx
5.52 METAL RAILINGS .......................................................................................................................................... 5-6
5.52.05 Common Work for Railings ............................................................................................................. 5-6
5.53 METAL GRATINGS ........................................................................................................................................ 5-7
5.53.05 Common Work for Gratings ............................................................................................................ 5-7
5.53.13 Bar Gratings ................................................................................................................................... 5-8
DIVISION 6 WOOD, PLASTICS, AND COMPOSITES (NOT USED) ............................................................................ 6-1
DIVISION 7 THERMAL AND MOISTURE PROTECTION (NOT USED) ....................................................................... 7-1
DIVISION 8 OPENINGS ........................................................................................................................................ 8-1
8.00 GENERAL .................................................................................................................................................... 8-1
8.05 Common Work for Openings ................................................................................................................ 8-1
8.30 SPECIALTY DOORS ........................................................................................................................................ 8-1
8.31 Access Doors and Panels ...................................................................................................................... 8-1
8.31.20 Vault Hatches ................................................................................................................................. 8-1
DIVISION 9 FINISHES ........................................................................................................................................... 9-1
9.00 GENERAL .................................................................................................................................................... 9-1
9.90 PAINTING AND COATING ................................................................................................................................ 9-1
9.90.05 Common Work for Painting and Coating ......................................................................................... 9-1
9.90.13 Unpainted Items ............................................................................................................................. 9-5
9.91.13.02 System 1: Powder Coating for Steel Handrail and Other Architectural Features ........................... 9-6
9.97.23.11 System 2: Anti-Graffiti Coating on Concrete Retaining Wall Exterior at Kensington Crest
Lift Station .................................................................................................................................................. 9-7
DIVISION 10 SPECIALTIES .................................................................................................................................. 10-1
10.00 GENERAL ................................................................................................................................................ 10-1
10.05 Common Work for Specialties .......................................................................................................... 10-1
10.06.10 Schedules for Signage ................................................................................................................. 10-1
10.10 INFORMATION SPECIALTIES ......................................................................................................................... 10-1
10.14.23 Panel Signage ............................................................................................................................. 10-1
10.40 SAFETY SPECIALTIES .................................................................................................................................. 10-2
10.45 Facility Fall Protection...................................................................................................................... 10-2
10.45.14 Ladder Extension Post ................................................................................................................. 10-2
DIVISION 11 EQUIPMENT (NOT USED) .............................................................................................................. 11-1
DIVISION 12 FURNISHINGS (NOT USED) ............................................................................................................ 12-1
DIVISION 13 SPECIAL CONSTRUCTION (NOT USED) ........................................................................................... 13-1
DIVISION 14 CONVEYING SYSTEMS (NOT USED) ............................................................................................... 14-1
DIVISION 15 MECHANICAL ................................................................................................................................ 15-1
15.00 GENERAL ................................................................................................................................................ 15-1
15.05 Common Work for Mechanical......................................................................................................... 15-1
15.10 BURIED PIPE INSTALLATION ......................................................................................................................... 15-2
15.11 Open Trench Pipe Installation .......................................................................................................... 15-3
15.11.50 Trench Patching .......................................................................................................................... 15-3
Table of Contents
v
6/24/2025 3:09 PM \\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\Table of Contents.docx
15.18 Buried Piping Inspection and Testing ................................................................................................ 15-3
15.18.02 Buried Pressure Pipe Inspection and Testing ................................................................................ 15-3
15.20 PIPE AND FITTINGS.................................................................................................................................... 15-4
15.21 Common Work for Pipe and Fittings ................................................................................................. 15-4
15.23 Non-Metal Pipe and Fittings ............................................................................................................ 15-4
15.23.11 Underdrain Pipe .......................................................................................................................... 15-4
15.23.12 PVC Pipe for Drain, Waste, and Vent (DWV) ................................................................................ 15-5
DIVISION 16 ELECTRICAL ................................................................................................................................... 16-1
16.00 GENERAL ................................................................................................................................................ 16-1
16.05 Common Work for Electrical ............................................................................................................ 16-1
16.10 ELECTRICAL SITE WORK .............................................................................................................................. 16-7
16.10.1 Common Work for Electrical Site Work .......................................................................................... 16-7
16.10.2 Underground Marking Tape (Detectable Type) .............................................................................. 16-7
16.10.3 Handholes and Pull Boxes ............................................................................................................. 16-8
16.15 Grounding and Bonding for Electrical Systems .................................................................................. 16-9
16.20 UTILITY SERVICE ..................................................................................................................................... 16-10
16.21.6 Manual Transfer Switch .............................................................................................................. 16-10
16.30 BASIC PANEL EQUIPMENT AND DEVICES ....................................................................................................... 16-11
16.31 Operating and Indicating Devices ................................................................................................... 16-11
16.31.4 Indicating Lights ......................................................................................................................... 16-11
16.31.5 Selector Switch ........................................................................................................................... 16-12
16.31.6 Pushbuttons ............................................................................................................................... 16-12
16.32 Panel Relays .................................................................................................................................. 16-13
16.32.1 Control Relays............................................................................................................................. 16-13
16.32.2 Analog or Digital Switching Relays .............................................................................................. 16-13
16.32.3 Time Delay Relays ....................................................................................................................... 16-13
16.35 Control Panel Accessories .............................................................................................................. 16-14
16.35.1 Terminal Blocks .......................................................................................................................... 16-14
16.35.2 Nameplates ................................................................................................................................ 16-14
16.50 PANELBOARDS ....................................................................................................................................... 16-15
16.55 Switches and Protective Devices ..................................................................................................... 16-15
16.55.1 Common Work for Switches and Protective Devices ..................................................................... 16-15
16.55.13 Fuses ........................................................................................................................................ 16-16
16.55.16 Molded Case Circuit Breakers .................................................................................................... 16-16
16.60 CONDUCTORS ........................................................................................................................................ 16-17
16.61 Low Voltage Wire and Cable .......................................................................................................... 16-17
16.63 Signal Cable ................................................................................................................................... 16-19
16.70 RACEWAYS, BOXES, AND FITTINGS .............................................................................................................. 16-20
16.71 Raceways ...................................................................................................................................... 16-20
16.72 Boxes and Enclosures ..................................................................................................................... 16-24
16.72.2 Outlet and Junction Boxes ........................................................................................................... 16-24
16.72.3 Watertight Enclosures................................................................................................................. 16-25
16.90 POWER GENERATION .............................................................................................................................. 16-25
16.91 Engine Generator .......................................................................................................................... 16-25
16.91.2 Diesel Engine Generator Set ........................................................................................................ 16-25
Table of Contents
vi
6/24/2025 3:09 PM \\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\Table of Contents.docx
16.92 Transfer Switches .......................................................................................................................... 16-38
16.92.2 Automatic Transfer Switch .......................................................................................................... 16-38
16.95 Testing .......................................................................................................................................... 16-40
16.95.1 Common Work for Testing .......................................................................................................... 16-40
16.95.3 Conductor Test Report ................................................................................................................ 16-42
16.95.4 Ground Electrode Resistance Test Report .................................................................................... 16-43
DIVISION 17 AUTOMATIC CONTROL ................................................................................................................. 17-1
17.00 GENERAL ................................................................................................................................................ 17-1
17.05 Common Work for Automatic Control .............................................................................................. 17-1
17.06 Control System Integrator ................................................................................................................ 17-6
17.07 Control System Programmer (Control System Programmer Contracted Directly by Owner) ............... 17-9
17.08 System Description ........................................................................................................................ 17-10
17.10 PANELS ................................................................................................................................................ 17-11
17.12 Equipment Panels .......................................................................................................................... 17-11
17.20.3 Terminal Blocks .......................................................................................................................... 17-13
17.21 Power Supply and Protection ......................................................................................................... 17-13
17.21.2 Normal Power Supply.................................................................................................................. 17-13
17.21.3 Backup Power Supply .................................................................................................................. 17-14
17.21.4 RTU Uninterruptible Power Supply .............................................................................................. 17-14
17.21.5 Line Protection Units – Low Current............................................................................................. 17-15
17.21.6 Line Protection Units – High Current ............................................................................................ 17-15
17.22 Wire and Cable .............................................................................................................................. 17-16
17.22.2 Wiring ........................................................................................................................................ 17-16
17.22.3 Cables......................................................................................................................................... 17-16
17.24 Switches and Relays ....................................................................................................................... 17-16
17.24.2 Selector Switch ........................................................................................................................... 17-16
17.24.3 Pushbuttons ............................................................................................................................... 17-17
17.24.4 Panel Relays ............................................................................................................................... 17-17
17.25 Indicating Lights and Readouts ...................................................................................................... 17-19
17.25.2 Pilot Lights .................................................................................................................................. 17-19
17.30 INTELLIGENT CONTROL UNITS .................................................................................................................... 17-19
17.31.2 Programmable Logic Controller (PLC) System .............................................................................. 17-19
17.33 Network Equipment and Computers............................................................................................... 17-22
17.33.1 Industrial Network Equipment..................................................................................................... 17-22
17.40 REMOTE COMMUNICATION DEVICES ........................................................................................................... 17-23
17.41 Radio Systems ............................................................................................................................... 17-23
17.90 TESTING, STARTUP, AND TRAINING ............................................................................................................. 17-24
17.90.1 Common Work for Testing, Startup, and Training ........................................................................ 17-24
17.91 Tests and Inspections ..................................................................................................................... 17-25
17.92 Startup .......................................................................................................................................... 17-28
17.93 Training ......................................................................................................................................... 17-29
17.94 Documentation .............................................................................................................................. 17-29
17.94.2 Operations and Maintenance Manuals ....................................................................................... 17-29
Table of Contents
vii
6/24/2025 3:09 PM \\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\Table of Contents.docx
DIVISION 18 MEASUREMENT AND PAYMENT ................................................................................................... 18-1
18.0 GENERAL .................................................................................................................................................. 18-1
Bid Item 1 – Mobilization, Demobilization, Site Preparation, and Cleanup .................................................. 18-1
Bid Item 2 – Excavation Safety and Shoring ............................................................................................... 18-1
Bid Item 3 – Temporary Sedimentation and Erosion Control ....................................................................... 18-2
Bid Item 4 – Slurry Seal Surface Treatment Improvements ......................................................................... 18-2
Bid Item 5 – Kensington Crest Lift Station Contractor Designed Shoring System .......................................... 18-2
Bid Item 6 – Kensington Crest Lift Station Site ............................................................................................ 18-3
Bid Item 7 – Kensington Crest Lift Station Structural .................................................................................. 18-3
Bid Item 8 – Kensington Crest Lift Station Electrical .................................................................................... 18-3
Bid Item 9 – Wedgewood Lift Station Site .................................................................................................. 18-4
Bid Item 10 – Wedgewood Lift Station Electrical ........................................................................................ 18-4
Bid Item 11 – Shy Creek Lift Station Electrical ............................................................................................. 18-4
Bid Item 12 – Stonegate Lift Station Site .................................................................................................... 18-5
Bid Item 13 – Stonegate Lift Station Electrical ............................................................................................ 18-5
Bid Item 14 – Operations and Maintenance (O&M) Manuals and On-site Owner Training .......................... 18-5
Bid Item 15 – Minor Change ...................................................................................................................... 18-5
Bid Item 16 – Prepare Construction Records............................................................................................... 18-6
1-1
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\1 General.docx 6/24/25 2:55 PM
© 2025 RH2 Engineering, Inc.
Division 1
General
1.10 GENERAL
Sections in these specifications titled “Common Work for . . .” shall apply to all following
subsections whether directly referenced or not.
Sections in these specifications titled “Related Sections” shall be read as integral to the
specification as if they were fully detailed within. All work and materials described in such
sections shall be provided and performed by the Contractor.
1.11.00 Summary of Work
The Phase 4 Lift Station (LS) and Force Main (FM) Improvements consist of various civil,
mechanical, structural, and electrical improvements on multiple lift stations:
• This Phase 4 project includes the following sites: Kensington Crest LS, Wedgewood, LS,
Shy Creek LS and Stonegate LS.
• The civil improvements include, but are not limited to, the following: installation of
bollards, buried conduit and drain piping, site grading, slurry seal surface treatment
improvements, and surface restoration.
• The mechanical improvements include, but are not limited to, the following: abandonment
of existing and installation of new vent piping.
• The structural improvements include, but are not limited to, the following: installation of
a cast-in place retaining wall and slab with a contractor designed shoring system, and
interior structural modifications to an existing vault .
• The electrical improvements include, but are not limited to, the following: installation of
generators, power distribution equipment, conductors, and modifying and replacing
existing control panels.
1.11.02 Reuse of Documents
Contractor and any Subcontractor or Supplier shall not:
1. Have or acquire any title to or ownership rights in any of the Drawings, Specifications, or
other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or
its consultants, including electronic media editions; or
2. The prohibitions of this Paragraph will survive final payment, or termination of the
Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract
Documents for record purposes.
1.11.03 Electronic Data
1. Unless otherwise stated in the Supplementary Conditions, the data furnished by Owner to
Contractor, or by Contractor to Owner, that may be relied upon are limited to the printed
copies (also known as hard copies). Files in electronic media format of text, data, graphics,
or other types are furnished only for the convenience of the receiving party. Any
conclusion or information obtained or derived from such electronic files will be at the
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 1
1-2
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\1 General.docx 6/24/25 2:55 PM
© 2025 RH2 Engineering, Inc.
user’s sole risk. If there is a discrepancy between the electronic files and the hard copies,
the hard copies govern.
2. Because data stored in electronic media format can deteriorate or be modified
inadvertently or otherwise without authorization of the data’s creator, the party receiving
electronic files agrees that it will perform acceptance tests or procedures within 30 days,
after which the receiving party shall be deemed to have accepted the data thus transferred.
Any errors detected within the 30-day acceptance period will be corrected by the
transferring party.
3. When transferring documents in electronic media format, the transferring party makes no
representations as to long term compatibility, usability, or readability of documents
resulting from the use of software application packages, operating systems, or com puter
hardware differing from those used by the data’s creator.
4. The Computer Aided Design (CAD) files will be made available to the Contractor upon
request. No level of accuracy is implied or should be assumed unless the Engineer
expressly states a level of accuracy. CAD files by nature include extraneous information
used to develop the drawings but are not part of the final design. Any use of CAD files is
solely at the Contractor’s risk and neither the Engineer nor the Owner take responsibility
for interpretations by the Contractor, missing information, or inaccurate i nformation.
1.13 Permits and Licenses
The Owner will pay all costs for (unless stated otherwise) and secure the following permits:
• Kensington Crest Lift Station
o Building Permit(s)
▪ Wall and Generator Pad
o Above Ground Commercial Tank Installation
• Wedgewood Lift Station
o Building Permit
▪ Generator Pad
o Above Ground Commercial Tank Installation
The Contractor shall acquire and pay all costs for all other necessary permits which may
include:
• Electrical Permit
• Disposal Permit
A copy of permits the Owner has acquired are available at the Owner’s office for examination
by bidders. Conform to the requirements of these permits and all other permits issued for this
project. Permits the Owner will acquire after the bid opening will be made available when
received by the Owner.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 1
1-3
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\1 General.docx 6/24/25 2:55 PM
© 2025 RH2 Engineering, Inc.
1.20 PRICE AND PAYMENT PROCEDURES
1.25.00 Substitution Procedures
Any product or construction method that , in the opinion of the Owner, does not meet these
specifications will be considered a substitution. Substitutions must be approved prior to
incorporation into the project. The Owner has the right to reject any request for substitution.
Incomplete requests will not be reviewed.
Requests shall include an explanation of why the request is being made along with drawings,
details, specifications, and samples sufficient to allow the Owner to evaluate the proposed
substitute. Requests shall include any change necessary in construction methods with a detailed
description and related drawings of the proposed methods. Provide an itemized comparison
of each proposed substitution with the specified product or method. If the Contractor believes
there are no variations from the bid documents, include a statement to that fact in the request
for substitution.
In making a request for a substitution, the Contractor represents that they have investigated
the proposed product or method and has determined that it provides equal or superior form
and function to the product specified. The Contractor shall coordinate incorporation of
accepted substitutions into the work, making changes that may be required for the work to be
completed.
The Contractor waives all claims for additional costs and time related to substitutions. The
Owner reserves the right to charge the Contractor for the Owner’s time required for
incorporating the substitution into the work which may include but not be limited to
observation, requests for information, and commissioning.
No guarantee is made that product model numbers included in the specifications or on the
plans are current at the time of bidding. The bidder shall provide pricing in their proposal for
current versions of discontinued models. If the bidder is uncertain of the correct replacement
model, or feels there is a price discrepancy, the bidder shall request a substitution following
the requirements of section 1.25.13.10 Substitutions Prior to Bid Opening. Requests for price
increases after award will not be accepted.
1.25.13.10 Substitutions Prior to Bid Opening
Before opening bids, the Owner may consider written requests from product suppliers or
prime bidders for substitutions. All requests for substitution must be received by Owner a
minimum of 7 working days prior to bid opening. Approval of substitutions will be only by
addendum. The bidder shall include in their proposal all costs for any modifications required
to adopt the substitute.
1.25.13.15 Substitutions After Contract Execution
After contract execution, the Owner will consider requests for a substitution of products or
methods in place of those specified. Submit electronically, or two hard copies of each request
for a substitution. Submit requests early enough for the Owner to review the request without
affecting the schedule. The Owner will review with reasonable promptness and will provide a
response within 12 working days after receipt of all information required for the review, unless
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 1
1-4
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\1 General.docx 6/24/25 2:55 PM
© 2025 RH2 Engineering, Inc.
the complexity of the proposed substitution requires, in the Owner’s sole opinion, additional
review time.
If the Owner approves a request for substitution, and the Contractor subsequently requests
an alternate substitution for the same or similar work, the Owner reserves the right to charge
the Contractor for the costs required to review the alternate substitution.
1.30 ADMINISTRATIVE
1.31 Project Management and Coordination
1.31.01 Contractor’s Responsibility
The work included in this contract is shown on the contract plans and described in these
project specifications. All work incidental and necessary to the completion of the work
described and shown shall be performed by the Contractor. In submitting a bid for this project,
the Bidder warrants that they are an expert in this and related work, that they understand the
process and functions shown, and that various work and processes not shown but necessary
for the successful operation of this project will be provided by the Contractor.
The General (or Prime) Contractor is fully responsible for providing the subcontractors and
suppliers with all relevant portions of the plans and specifications necessary to bid and
construct the improvements.
Damage to existing utilities or property shall be repaired or replaced by the Contractor at the
discretion of the Owner.
The Contractor and each of the Subcontractors are responsible for coordinating the required
inspections. There are specific requirements for inspection responsibilities and the advance
notice that must be given to minimize construction delays. It is the Contractor’s responsibility
to be familiar with these requirements, include the coordination necessary in this estimate of
project costs and schedule, and to comply with the requirements during construction. Failure
to follow proper inspection and notification procedures may result in on-site work stoppages
and removal or demolition of unapproved structures or systems, all at the Contractor’s
expense. See Starting and Adjusting section for details.
Do not start work on this project or on any public or private right -of-way or easement until
clearance is given by the Owner. It will be the responsibility of the Contractor to comply with
the requirements of any permit for the project. Do not hinder private property access without
a 24-hour notice to the private property owner, and do not hinder access for more than an
8-hour period. Do not disrupt emergency aid access to private property.
The Contractor is solely responsible for all elements of site safety. Inspections performed by
the Owner are only to monitor and record that project plans and specifications are being
complied with and construction is consistent with the design intent.
The Contractor is responsible for managing, coordinating, and overseeing its subcontractors,
suppliers, manufacturers’ representatives, or any other persons performing Work. The
Contractor shall designate and have a competent person, familiar with the project and work
being performed, on site at all times when work is being performed..
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 1
1-5
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\1 General.docx 6/24/25 2:55 PM
© 2025 RH2 Engineering, Inc.
1.31.19 Progress Meetings
The Contractor shall schedule and hold regular on-site progress meetings at least every two
weeks and at other times as requested by the Owner or as required by progress of the work.
The Contractor, Owner, and all Subcontractors active on the site must attend each meeting.
Contractor to provide an agenda covering the following items at a minimum, as applicable.
1. Review minutes of previous meetings.
2. Review of work progress.
3. Field observations, problems, and decisions.
4. Identification of problems that impede planned schedule.
5. Review of submittals schedule and status of submittals.
6. Review of off-site fabrication and delivery schedules.
7. Maintenance of progress schedule.
8. Corrective measures to regain projected schedules.
9. Planned progress during succeeding work period.
10. Coordination of projected progress.
11. Discussion of upcoming required inspections/approvals.
12. Maintenance of quality and work standards.
13. Effect of proposed changes on progress schedule and coordination.
14. Safety issues relating to work.
15. Other business relating to work.
1.32.13 Scheduling of Work
Where the plans or specifications mention notification periods in hours or days, these time
periods are assumed to be working days unless specifically stated otherwise. For example, a
requirement of 48-hours notification for work desired to be performed at 1:00 pm Monday
requires notification be provided no later than 1:00 pm the preceding Thursday.
1.32.16 Construction Progress Schedule
Contractor is responsible for providing an up to date construction schedule with each monthly
pay estimate and at other times as requested by the Owner or as required by progress of the
work. If the current schedule is still in-line with the previous schedule, the Contractor shall
inform the Owner with each pay estimate. Non-working day requests shall also be submitted
by the Contractor with each monthly pay estimate. Owner may delay monthly progress
payments if Contractor fails to submit updated schedule and non-working day requests.
1.32.29 Periodic Work Observation
The Owner may elect to have a Consultant representative on site to monitor, observe and
record construction progress. The Contractor maintains complete responsibility to verify
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 1
1-6
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\1 General.docx 6/24/25 2:55 PM
© 2025 RH2 Engineering, Inc.
construction is meeting the design intent and is being constructed in accordance with the plans
and specifications. It is not the responsibility of the Consultant to address means and methods
issues on site or to direct safety issues on site. The Consultant does not have the authority to
stop the work.
1.33 Submittals
1.33.23 Shop Drawings, Product Data, and Samples
Submittals are required for all items installed on this contract. Address submittals to:
RH2 Engineering, Inc.
22722 29th Dr. SE, Suite 210
Bothell, WA 98021
Attn: Marine Behr
Email: mbehr@rh2.com
Submittals may be provided in electronic format (preferred) or hard copy. Owner reserves the
right to require the Contractor to provide hard -copy submittals at no additional cost to the
Owner. When hard-copy submittals are provided, submit six (6) copies; one set will be
returned to the Contractor after review.
Electronic submittal via email is acceptable, however the Contractor shall follow up with the
Owner to verify that the submittal was received. The Owner assumes no responsibility for
emails that do not make it to the recipient. In the case of electronic submittals, only one copy
will be returned to the Contractor, either electronically or hard copy at the Owner’s discretion.
Submittal data shall contain sufficient information on each item to determine if it complies
with the contract requirements. Submittal cutsheets and datasheets shall be annotated by the
Contractor to clearly indicate the equipment and materials that will be provided, including any
options or additive items. No generic cutsheets or datasheets will be accepted.
Items installed in the work that have not been approved through the submittal process shall
be removed and an approved product shall be furnished, all at the Contractor’s expense.
Shop drawing review will be limited to general design requirements only and shall not relieve
the Contractor from responsibility for errors or omissions, or responsibility for consequences
due to deviations from the contract documents. No changes may be made in any submittal
after it has been reviewed except with written notice and approval from the Owner.
Shop drawings shall be submitted on 8½-inch by 11-inch, 11-inch by 17-inch, or 22-inch by
34-inch sheets and shall contain the following information:
• Project Name as it appears on the Document Cover.
• Prime Contractor and Applicable Subcontractor.
• RH2 Engineering.
• Owner’s Name (City of Renton).
• Applicable Specification and Drawings Reference.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 1
1-7
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\1 General.docx 6/24/25 2:55 PM
© 2025 RH2 Engineering, Inc.
• A stamp or statement that the Contractor has checked the equipment for conformance
with the contract requirements, coordination with other work on the job, and dimensional
suitability.
• A place for the Engineer to respond. (Engineer may elect to respond using the Engineer’s
standard forms.)
Submittals that do not comply with these requirements may be returned to the Contractor for
re-submittal. The Contractor shall revise and resubmit as necessary. Acceptable submittals will
be reviewed as promptly as possible and transmitted to the Contractor not later than
12 working days after receipt by the Engineer. Delays caused by the need for re-submittal shall
not be a basis for an extension of contract time or delay damages.
Shop drawings and submittals shall contain the following information:
1. Drawings, dimensions, and weights.
2. Catalog information.
3. Model number, including descriptions for option and accessory codes.
4. Manufacturer’s specifications.
5. Special handling instructions.
6. Maintenance requirements.
7. Wiring and control diagrams.
8. List of contract exceptions.
For integrated or package systems (see also 1.61.31), the components, shop drawings,
instructions, and other elements may be submitted and reviewed individually. But the initial
submittal must include the complete proposed system, and the final submittal must also be
for the complete system clearly indicating all changes made during the submittal process.
The Contractor warrants that they have determined and verified all field measurements, field
construction criteria, materials, catalog numbers, and similar data, and have checked and
coordinated each submittal with the requirements of the work and of the contract documents.
The Owner will pay the costs and provide review services for a first and second review of each
submittal item. Additional reviews shall be paid by Contractor by deducting up to $200 for
each hour of review time from the next scheduled payment.
For follow-up submittals, the Engineer will review only those items noted for revision in the
preceding review. If the Contractor has modified the submittal in any other way, such
modifications must be clearly identified both on a cover transmittal and wit hin the submittal
itself.
The Contractor is responsible for identifying the shop drawings and submittals required for
this project. Specific submittal requirements may be listed in each section of these
specifications. Contractor shall keep a complete and up to date copy of all submittals and
review responses at the job site readily available to the Owner for inspection.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 1
1-8
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\1 General.docx 6/24/25 2:55 PM
© 2025 RH2 Engineering, Inc.
1.40 QUALITY REQUIREMENTS
1.42.19 Reference Standards
Work under this contract shall be performed in accordance with applicable sections of the
current Standard Specifications for Road, Bridge and Municipal Construction, Washington
and Washington State Department of Transportation, hereafter referred to as the Standard
Specifications.
Certain other referenced standards used in this specification are from the latest editions of:
• City of Renton Special Provisions
• City of Renton Construction Administrative Code
• City of Renton Amendments, Additions and Deletions to the International Fire Code
• City of Renton Amendments to the International Building Code
• IBC International Building Code
• UPC Uniform Plumbing Code
• IMC International Mechanical Code
• IFC International Fire Code
• NEC National Electrical Code
• AWWA American Water Works Association
• ANSI American National Standards Institute
• ASA American Standards Association
• ASTM American Society for Testing and Materials
• WSEC Washington State Energy Code
1.43.20 Warranty
The Contractor shall warrant all work and products for a period of one (1) year following the
warranty start date except for those components and listed warrantees below.
The warranty start date is the Final Acceptance Date of the project.
Warranties in addition to this warranty are listed in the following sections:
Division 2.90.1 Landscaping
Division 16.91.2 Engine Generator
Division 17.05 and 17.90.1 Telemetry systems
1.45.16 Field Quality Control Procedures
Unless otherwise noted on the plans or within these specifications, provide 48-hour notice to
the Owner and appropriate reviewing agency for all inspections required. 48-hour notice is
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 1
1-9
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\1 General.docx 6/24/25 2:55 PM
© 2025 RH2 Engineering, Inc.
defined as two complete working day notice. Time is not counted on weekends and holidays
(inspections required on a Monday or the day after a holiday shall be scheduled a minimum of
48 hours in advance not including the holiday hours or weekend hours.)
Contractor shall schedule and arrange for the following inspections and tests with the
appropriate reviewing agency and testing company.
• Special Inspections as required per IBC Division 17 and as noted on the drawings
• Any additional inspections required by the Building Department, or other approval agency
• Soils and crushed rock compaction
• Asphalt materials and compaction
• Pressure testing
1.50 TEMPORARY FACILITIES AND CONTROLS
1.51 Temporary Utilities
Provide all necessary water for construction-related fire protection and utilities required by
this contract, or by laws and regulations. Sanitary facilities adequate for all workers shall
comply with all codes and regulations.
At the close of this contract, the Contractor shall pay all utility bills that are outstanding,
remove all temporary electrical, sanitary, gas, telephone and water facilities, and any other
temporary service equipment that may remain. In addition, the Contractor shall arrange for
the transfer of electrical and water accounts to the Owner’s name.
The Contractor shall make all arrangements for the required construction power. Power is
available at some locations on the construction site. The Contractor is responsible for
reviewing what is available and providing what is required.
The Contractor shall make arrangements for and provide all necessary facilities for the
necessary water supply for construction at their own expense unless otherwise provided.
1.52.00 Construction Facilities
Construct and locate all field offices, all necessary gates and barricades, fences, handrails, guard
rails, and securities required by this contract, or by laws and regulations. Provide shelters and
dry facilities for the workers as required. Provide all guards, marks, shields, protective clothing,
rain gear, and other equipment required by law, ordinance, labor contracts, Occupational
Safety and Health Administration (OSHA) regulations, and other regulations for the
maintenance of health and safety. Provide first aid kits and equipment as required by law.
1.54 Construction Aids
The Contractor or product manufacturer may include work, materials, or components to aid
in shipping, storage, installation, or other work for their convenience. Such items shall be
removed prior to final project acceptance if they may interfere with the operation or
maintenance of permanent work. Some examples include, but are not limited to:
• Lifting eyes: Remove only if a safety concern, obstruction, or directed by Owner.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 1
1-10
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\1 General.docx 6/24/25 2:55 PM
© 2025 RH2 Engineering, Inc.
• Picking holes: Plug holes of buried and exterior items, or if safety concern.
• Intermediate or shipping bracing: Remove and dispose.
• Protective shipping adhesives, coatings, or covers: Remove and clean residue.
1.55.26 Traffic Control
Any traffic control activities required during construction shall be consistent with the Uniform
Traffic Control Manual, latest edition and applicable local codes. The Contractor shall limit
delay of traffic to 5 minutes.
If flaggers are used, orientation meetings per WAC 296-155-305 of the Standard Specifications
shall be held each time a new flagger is introduced to the site or if site conditions change
significantly. The Contractor is responsible for scheduling such meetings.
See Section 1-10, Temporary Traffic Control, of the Special Provisions of the Contract.
1.70 EXECUTION AND CLOSEOUT REQUIREMENTS
1.71 Examination and Preparation
1.71.23.16 Construction Surveying
The Contractor is responsible for surveying and staking and shall stake out the locations of
the permanent easements, temporary easements, rights-of-way, and all major facilities shown
on the Plans and establish bench marks at locations designated by the Owner. The Contractor
shall protect all stakes and marks in their original conditions. If stakes and markings are
destroyed or defaced before their use is ended, the cost of replacing them will be at the
Contractor’s expense. All stakes, points, and marks, shall be administered and approved by a
registered professional land surveyor licensed in the State of Washington. Provide approved
and stamped survey notes, and control points to the Owner for as -built purposes.
Contractor to survey the station line(s) and install pins or offset stakes every 50 feet within
areas that will not be disturbed by construction. For utility work, 5-foot and 10-foot offset
stakes must be provided for major components including, but not limited to: tees, valves,
manholes, catch basins, changes in angle 45-degrees or more, and vaults larger than 4-foot
square.
Replace all damaged survey monuments in accordance with WAC 332-120. Do not remove
monuments until obtaining a permit from the WA Dept. of Natural Resources per WAC 332-
120-050. Provide a copy of the application, permit, and re -monumentation report to the
Owner.
The Contractor shall comply with Section 1-11, Renton Surveying Standards, of the Special
Provisions of the Contract.
1.74 Cleaning and Waste Management
1.74.13 Progress Cleaning
If an area of the project will be left idle, or minimal work performed for more than two weeks,
the Contractor shall clean up the area prior to moving. In this context, clean -up means:
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 1
1-11
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\1 General.docx 6/24/25 2:55 PM
© 2025 RH2 Engineering, Inc.
stockpiles and materials shall be removed so as not to be obstructions or hazards; surfaces
graded smooth as to their purpose; traffic control systems removed , and traffic restored to the
satisfaction of the local road agency.
1.74.23 Final Cleaning
All areas impacted by the work shall be restored to at least original condition, unless specifically
identified otherwise in the plans or specifications. All costs are incidental.
Clean up debris and unused material and remove from the site and any buildings. If vehicle
traffic causes ruts, repair asphalt (new or existing) in paved areas. In non-traffic areas back
track with dozer or excavator and repair to final surface condition including necessary
hydroseed, mulch, and landscaping. Eliminate weeds within the construction area prior to
project closeout.
If the contract includes projects on multiple sites, and the Contractor intends to work
sequentially to each site, the Contractor shall clean up the current site prior to moving onto
the next. Cleanup means: stockpiles and materials shall be removed so as not to be
obstructions or hazards; surfaces graded smooth as to their purpose; traffic control systems
removed and traffic restored to the satisfaction of the local road agency.
Buildings shall be broom clean and all foreign damage or markings removed or repaired.
Equipment shall be washed clean using appropriate methods.
Unpainted and uncoated exposed concrete structures shall be cleaned to a consistent bare
concrete surface finish. Remove extraneous substances such as efflorescence, leakage residue,
and excess repair materials.
Remove existing equipment or materials identified in the contract documents or that interfere
with the work. Notify the Owner 48-hours ahead of disposing of all such existing equipment
or materials. Owner has first right of salvage. Owner shall be provided with the opportunity
to remove and retain any equipment from existing telemetry panels. The Contractor is
responsible for disposing of all un-salvaged materials.
Should the Owner identify salvageable items of their property prior to removal, the Contractor
shall protect said items from damage during the work, and will be responsible for reimbursing
the Owner should the Contractor damage the items.
1.75 Starting and Adjusting
1.75.16 Startup Procedures
1.75.16.10 Startup
See the Automatic Control section for control system startup.
Startup shall consist of a simulated operation of all equipment and controls. The purpose of
startup shall be to check that all equipment will function under operating conditions, that all
interlocking controls and sequences are properly set, and that the facility will function as an
operating unit.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 1
1-12
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\1 General.docx 6/24/25 2:55 PM
© 2025 RH2 Engineering, Inc.
Startup shall not occur on a Saturday, Sunday, Monday, Friday, on an Owner recognized
holiday, or the day before or after an Owner recognized holiday unless approved in advance
by the Owner.
Technically qualified product representatives shall be present for the startup phase. All
representatives shall be trained, qualified, and have experience in troubleshooting and fixing
field issues. The startup shall continue until it is demonstrated that all functions, controls, and
equipment are functioning correctly.
Authorized manufacturer’s representatives shall be provided for the following items:
• Generator
1.75.16.12 Startup and Testing Coordination
The Contractor shall conduct all testing and startup. Testing and startup shall not be a cause
for claims for delay by the Contractor and all expenses for testing and startup shall be
incidental to this contract.
The placing of all improvements in service shall consist of three parts: “testing”, “startup”,
and “operation”. The Contractor shall only conduct testing and startup for one system per
day. Not less than 30 calendar days before the anticipated time for beginning testing, the
Contractor shall notify and submit to the Owner for approval, a complete plan for the
following:
1. Schedules for tests:
A. Telemetry Panel Factory Demonstration Test (at panel shop)
B. Control system
C. Emergency power system
2. Detailed schedule of procedures for startup .
3. Complete schedule of events to be accomplished during testing.
4. An outline of work remaining under the contract that will be carried out concurrently with
the operation phases.
Failure to provide proper notification to the Owner may lead to liquidated damages if
schedule cannot be maintained . If rescheduling is required because components are not
ready for testing , the notification requirements are reset as needed to provide 15 calendar
days advance notice to reserve the Owner Representatives’ time. The Contractor shall
arrange for all materials, supplies, and labor necessary to efficiently complete the testing,
startup, and operation. Measuring devices must be functional, accurate, legible, and scaled
appropriately for the test. The Owner has the right to reject or require verification for any
measuring device the Owner suspects in its accuracy.
At a minimum, the Contractor shall provide:
• Air compressor
• Voltmeter
• Amp meter.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 1
1-13
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\1 General.docx 6/24/25 2:55 PM
© 2025 RH2 Engineering, Inc.
• Load Bank (generator testing)
• Sound Level (dB) measuring device (generator testing)
1.75.16.20 Testing
The Contractor may periodically request preliminary testing for items that must be covered or
tested before other work can proceed. In these cases, do not cover up or test the work without
timely notice to the Owner of its readiness for testing. Should any work be covered up without
notice, approval, or consent, it must, if required by the Owner, be uncovered for examination
at the Contractor’s expense. All necessary equipment shall be set up and the work given a
preliminary test so that defects may be discovered and repaired prior to calling out the Owner
to witness the test.
Final testing consists of individual tests and checks made on equipment intended to provide
proof of performance, operation, and control in the presence of the Owner. Assure proper
alignment, size, condition, capability, strength, adjustment, lubrication, pressure, hydraulic test,
leakage test, and all other tests deemed necessary by the Owner to determine that all materials
and equipment are of specified quality, properly situated, anchored, and i n all respects ready
for use. Any certificates required in these specifications by the manufacturer’s representatives
shall be supplied to the Owner prior to startup.
All piping shall be tested as required by specifications and applicable codes. Tests on individual
items of equipment shall be as necessary to show proper system operation. During testing, the
Contractor shall correct any defective work discovered. Startup shall not begin until all tests
required by these specifications have been completed and approved by the Owner.
Not less than five working days before the anticipated time for beginning the testing, the
Contractor shall provide a list of representatives that will be attending the testing. The Owner
may request additional representatives at no additional cost if said representatives are identified
in these specifications.
Qualified product representatives to be on site for the following equipment , at a minimum:
• Generator
• Telemetry Panels
Additional representatives required may be identified elsewhere in these specifications.
1.75.16.22 Scheduling of Owner Review for Testing
See Division 1.75.16.12 for scheduling and notification requirements.
The Contractor shall provide notification two working days and two working hours (to
confirm readiness) of the scheduled test(s) to the Owner confirming that the Contractor has
successfully completed all preliminary testing and that all equipment, tools, materials, labor,
subcontractors, manufacturer’s representatives, and all other items required for witnessed
testing are available and fully functional. Failure to provide advance notification and
confirmation or meet any of the testing requirements will constitute a failed test in accordance
with the section Inspection and Tests of the General Conditions.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 1
1-14
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\1 General.docx 6/24/25 2:55 PM
© 2025 RH2 Engineering, Inc.
A detailed testing schedule shall be provided by the Contractor and updated as needed to be
at least 48 hours ahead of actual testing. If testing requires downtime in order to perform
repairs due to failed test, the Contractor shall pay the Owner in the amount of $200 per hour
per Owner Representative on site (minimum of $400 per scheduled visit) for downtime lasting
longer than 1-hour required to complete repairs to verify the complete construction is ready
for startup and operation. This amount will be deducted from the appropriate bid item that
relates to the finished construction and documented by the Owner at their discretion. The
Contractor must have all systems pre-tested prior to calling the Owner for formal testing.
Schedule shall include control system testing starting on Mondays or Tuesdays so that the
remainder of the week can be used to identify the stability of the control system for the
SCADA system, or pump station. Control system testing shall not start on a Thursday, Friday,
or the day before an Owner recognized holiday.
The Contractor is required to have all systems pre -tested to their satisfaction prior
to calling the Owner for formal testing.
1.75.16.40 Electrical and Control Systems Testing
See also the applicable electrical sections for electrical system testing.
See also the applicable automation sections for automatic control system testing.
The following is a list of components that shall be tested prior to project completion. This list
is intended as a general guide and is not necessarily complete:
• Local control
• Automatic control
1.78 Closeout Submittals
1.78.23 Operation and Maintenance Data
Failure to provide acceptable final documentation including operation and maintenance
(O&M) manuals and as-built drawings will result in non-payment of the appropriate bid item
in the schedule of prices.
See also the Automatic Controls section for additional requirements for automatic control
systems manuals. Detailed requirements for specific equipment and systems may also be
included in their respective specification sections.
Remove and preserve all tags and instructions that come packaged with or attached to
equipment. Deliver all such documents to the Owner bound in a three-ring binder or with the
O&M Manual. Insert documents in sleeves if they cannot be punched. Scan all such
documents to Adobe PDF format and provide with the O&M Manual.
Prior to the receipt of payment for more than 90 percent of the work, deliver to the Owner
acceptable manufacturer’s instructions covering equipment and systems O&M procedures, for
coatings furnished under this contract , and any additional items indicated by the Owner.
At a minimum, provide O&M information for the following:
• Generators
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 1
1-15
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\1 General.docx 6/24/25 2:55 PM
© 2025 RH2 Engineering, Inc.
• Transfer switch
• Telemetry
• Controls
• Electrical systems
The operating and maintenance instructions shall include, as a minimum, the following data
for each coating and equipment item:
Products
A. Identification including brand name, model number , and serial numbers.
B. Date of manufacture and date of installation on job site.
C. Complete as-built elementary wiring and one-line diagrams.
D. Complete parts list, by generic title and identification number, complete with exploded
views of each assembly.
Maintenance
A. Recommended spare parts.
B. Lubrication schedule including the applicable lubricant designation available from the
Standard Oil Company of California.
C. Recommended preventive maintenance procedures and schedules. Schedule shall be
provided for daily, weekly, monthly, quarterly, semi-annually and annually maintenance.
D. Disassembly and re-assembly instructions including parts identification and a complete
parts breakdown for all equipment.
E. Weights of individual components of each item of eq uipment weighing over 50 pounds.
F. Name, location, and telephone number of the nearest suppliers and spare parts
warehouses.
G. All manufacturers’ warranties. Include name, address, and telephone number of the
manufacturer’s representative to be contacted for warranty, parts, or service information.
H. Cleaning, repair, and maintenance instructions for each coating system.
I. Provide USB flash drive or DVDs utilized in the manufacturer’s instruction program.
Operation
A. Recommended trouble-shooting and startup procedures.
B. Recommended step-by-step operating procedures.
C. Emergency operation modes, if applicable.
D. Normal shutdown procedures.
E. Long term shutdown (mothballing) procedures.
F. Equipment specifications and guaranteed performance data.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 1
1-16
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\1 General.docx 6/24/25 2:55 PM
© 2025 RH2 Engineering, Inc.
G. General manuals which describe several items not in the contract will not be accepted
unless all references to irrelevant equipment are neatly eradicated or blocked out.
All operations and maintenance manuals shall be in PDF electronic file format. The PDF files
shall be based upon the following types of sources: original PDF files from the manufacturers
and / or PDF files created directly from other electronic file formats such as .doc, .docx, .xls,
.xlsx, or .dwg but not image formats such as .jpg or .TIF. The use of image formats may be
approved, but on a case by case basis. In general, scanning hardcopies into PDF files is not
acceptable. Doing so may be approved, but o n a case by case basis.
Use standard page sizes which are:
• 8½ inches by 11 inches
• 11 inches by 17 inches
• 22 inches by 34 inches
Manuals shall be assembled and indexed so that information on each coating and piece of
equipment can be readily found.
The Contractor shall secure and deliver to the Owner all equipment warranties and other
warranties and guarantees required for all equipment and processes. Delivery shall be done at
one time covering all major and minor equipment warranties. Copies of the warranties shall
be included in each O&M Manual.
See Division 1.43.20 for details regarding required warranties for specific components.
1.78.39 Project Record Documents
Prior to receiving final payment for the work, delive r a complete set of “As-Constructed”
records (also called as-built, or record plans) to the Owner. The Owner has sole discretion to
determine if the records provided are legibly and accurately presented and may request
revisions, which shall be provided by the Contractor at no additional cost. Records shall be
made as follows or as approved by the Owner :
• Yellow markings or highlights = deleted items
• Red markings = new or modified items
Provide “as-constructed” information on all items and work shown on the plans showing
details of the finished product including dimensions, locations, outlines, changes,
manufacturers, etc. The information must be in sufficient detail to allow the Owner’s
personnel to locate, maintain, and operate the finished product and its various components.
The Contractor shall comply with Section 1-05.4(2), Contractor Provided As-Built
Information, of the Special Provisions of the Contract.
See also electrical plan requirements in Division 16.05.
1.79 Demonstration and Training
1.79.10 Training
See the Automatic Control section for automatic control systems training.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 1
1-17
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\1 General.docx 6/24/25 2:55 PM
© 2025 RH2 Engineering, Inc.
At the time that the facility is ready to be put into operation, the Contractor is to conduct an
operation and maintenance training meeting with the Owner to explain in detail the operation
and maintenance requirements of each of the facility’s components. The training meeting shall
not occur on the same days as a startup.
Operation of the facility shall commence immediately after completion of testing, startup, and
training and after satisfactory repairs and adjustments have been made.
1.80 PERFORMANCE REQUIREMENTS
1.81 Facility Performance Requirements
1.81.30 Seismic Restraint and Anchorage
Contractor shall furnish seismic restraint for all equipment, piping, conduit, and other
mechanical and electrical components. Seismic restraint shall be designed to meet IBC (ASCE
7 Chapter 13 – “Seismic Design Requirements for Nonstructural Components”) code
requirements. The following design values shall be used in calculating seismic forces:
Ip = 1.5 Sds = 1.15g Seismic Design Category = D
A complete seismic restraint system shall be provided including struts, straps, bolts, nuts,
washers, etc. as required for secure attachment to foundations, pads, ceilings, floors, and/or
walls.
Contractor shall submit either of the following in accordance with ASC E 7, 13.2.1 for all
components:
1. Project-specific design and documentation prepared and submitted by a registered design
professional.
2. Submittal of the manufacturer’s certification that the component is seismically qualified
by:
a. Analysis
b. Testing in accordance with the alternative set forth in ASCE 7, Section 13.2.5.
c. Experience data in accordance with the alternative set forth in ASCE 7, Section 13.2.6.
Special Certifications are required for the following systems for Seismic Design Categories C,
D, E, and F. Systems shall be certified in accordance with ASCE 7, 13.2.2.
1. Mechanical and electrical equipment that must remain operable following the design
earthquake. All mechanical and electrical equipment installed under this project falls under
this category.
2. Components with hazardous contents.
All materials and fabrication shall be as required in these specifications. Contractor shall
submit this information to the Owner for review prior to fabrication and installation.
Install seismic restraints when called for in the contract or recommended by the product
manufacturer. Install in accordance with the manufacturer’s requirements as applicable.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 1
1-18
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\1 General.docx 6/24/25 2:55 PM
© 2025 RH2 Engineering, Inc.
Seismic restraint systems shall be installed so as not to interfere with normal operations and
maintenance of the equipment and other components as shown on the plans. Interference
with normal operations and maintenance shall be as determined by the Owner. Drilled -in
anchors for non-rotating equipment shall be Concrete Anchors unless otherwise specified.
1.81.45 Location Designations
The following location designations shall be used except where otherwise noted on the plans:
Dry Locations: Indoor continually dry areas including office, laboratory, blower, and
electrical rooms.
Wet Locations: All locations exposed to the weather, whether under a roof or not, or within
channels, basins or tanks.
Damp Locations: Process areas; areas containing pumps, valves, and major piping; all spaces
wholly or partially underground, or having a wall or ceiling forming part of a channel or tank,
unless otherwise designated on the Plans. Any areas which do not fall within the def initions
for dry, wet, or corrosive shall be considered damp.
Corrosive Locations: Areas where chlorine gas under pressure, sulfuric acid, or liquid
polymer are stored or processed, sewer wetwells and sewer manholes.
Immersed or Submerged Locations: Areas which are periodically, or continuously
submerged in, or contain a liquid.
2-1
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\2 Sitework.docx 6/24/25 2:56 PM
© 2025 RH2 Engineering, Inc.
Division 2
Sitework
2.00 GENERAL
Sections in these specifications titled “Common Work for . . .” shall apply to all following
subsections whether directly referenced or not.
2.05 Common Work for Exterior Improvements
This division covers the work for providing materials and performing all sitework as described
in these specifications and as shown on the Plans.
Part 1 - General
Submittals
Submittal information shall be provided to the Owner for the following items:
• Erosion and Sedimentation Control Plan
• Erosion Control Fence Fabric
• Erosion Control Mat
• Dewatering Plan
• Shoring Plan and Calculations
• General Fill
• Pipe Bedding
• Trench Backfill
• Gravel Backfill for Drains
• Crushed Surfacing
• Paving
• Slurry Seal Surface Treatment
• Mulch
Other items listed in this section or required by the Owner.
2.08 Special Inspections for Earth Work
Part 3 – Execution
Field Quality Control
Special inspections including visual, probing of subgrade, and compaction effort (nuclear
densometer or probe) are required for the following locations:
• Trench backfill crossing roads and parking areas (visual, probe and nuclear densometer
testing)
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 2
2-2
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\2 Sitework.docx 6/24/25 2:56 PM
© 2025 RH2 Engineering, Inc.
• Road and parking area fill and native subgrade (visual, probe, and nuclear densometer
testing if found necessary by the Owner)
• Crushed surfacing under roads, parking areas, and structures (visual, probe, and nuclear
densometer testing)
• Native (and fill if any) subgrade of vaults, footings, foundations, and floors (visual and
probe)
Areas where fill (either native or non -native) is being placed shall be tested for compaction
compliance by a special inspector. The Owner will pay for the initial testing. If tests indicate
failure of compaction requirements, the Contractor shall pay for subsequent tests until tests
indicate compliance with the specifications. Areas of native undisturbed subgrade shall be
visually inspected by the Owner prior to placement of any material overtop . Contractor shall
coordinate with the Owner a minimum of 24 hours prior to inspection being needed.
The Contractor shall fully cooperate with the special inspector, including providing safe access
to the testing areas. No extra compensation will be provided for cooperation with and
facilitation of inspections.
Utility Trench Testing
Testing will occur at the following locations at a minimum:
• One test within 30 feet of start.
• One test every 300 feet or at road intersections, whichever comes first.
• One test whenever soil conditions change, per the direction of the Owner.
The Contractor shall schedule with Owner for visual and probe review of earthwork activity.
Contractor shall schedule with Owner and special inspection agency for nuclear densometer
testing. Deliver test results to the Owner and to the roadway jurisdiction if different than the
Owner.
2.10 SITE PREPARATION
2.10.2 Clearing and Grubbing
Part 3 - Execution
Construction
Clearing and grubbing shall be performed by the Contractor to remove and dispose of
unwanted debris, vegetative matter, and other items noted on the Plans within the
construction limits and shall conform to Section 2-01 of the Standard Specifications.
Protect trees and tree roots, structures and foundations, utilities, fences, and all other existing
improvements not being removed regardless if shown to be protected on the Plans.
Remove and relocate permanent improvements that are within the construction limits, such
as mailboxes and traffic signs. Locate mailboxes to preserve mail service during construction.
Return facilities to original location , or plan location, at completion of local work.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 2
2-3
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\2 Sitework.docx 6/24/25 2:56 PM
© 2025 RH2 Engineering, Inc.
Do not remove organic material including plants, grasses, trees , and native topsoil unless
directed on the Plans. Where the Contractor is allowed to clear areas to facilitate construction
but is not required to, restore any areas disturbed by construction to existing or better
condition including matching surface restoration with seed , sod, or plantings as shown in
adjacent areas required to be modified by the Plans. Restoration shall be completed at no
additional cost to the Owner.
2.10.4 Dewatering
Part 1 - General
Part 3 - Execution
Installation/Construction
Dewatering systems must be positioned away from all building and utility construction so as
to not become a part of the permanent facility.
Furnish, install, and operate all necessary machinery, appliances, and equipment to meet these
water control requirements. De-water and dispose of the water so as not to cause injury to
property or a nuisance to the public. Maintain sufficient pumping equipment and machinery
in good working condition for all ordinary emergencies, including power outages, and have
competent personnel available at all times to operate the equipment. The dewatering system
shall not be shut down between shifts, on holidays, weekends, or during work stoppages.
Field Quality Control
The quality of all water discharged from the site shall meet all State and local requirements.
Employ all means necessary to remove suspended solids, oils, trash, and other deleterious
materials from water prior to discharging.
Control groundwater and surface water to prevent the softening of the bottom of excavations,
or formation of quick conditions or boils during excavation. Lower ground water to 1 feet
below the base of the excavation. The Owner will determine if soil conditions are unsuitable
for supporting the improvements. The Contractor will determine soil conditions are unsuitable
for performing work, placing materials, and proceeding with construction activities. When the
dewatering system does not meet the specified requirements, and as a consequence there is a
loosening or disturbance of the foundation soils, instability for the slopes, or damage to the
foundation or structures occur, the Contractor shall at its own expense, supply all materials,
labor, and equipment, and perform all work required for the restoration of foundation soil,
slopes, or structure to the satisfaction of the Owner.
Restoration
Remove and backfill dewatering wells in accordance with applicable Federal and State
regulations.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 2
2-4
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\2 Sitework.docx 6/24/25 2:56 PM
© 2025 RH2 Engineering, Inc.
2.11 Earthwork Materials
2.11.1 Common Work for Earthwork Materials
Part 1 - General
Acceptance at Site
Owner will review the site near the end of each pay period to determine the equivalent
percentage of earthwork completed compared to the total earthwork lump sum price .
Contractor will be paid based on the Owners judgement of percentage completed.
Part 2 - Products
Source Quality Control
All imported fill material shall be free of hydrocarbons (e.g. gasoline, diesel, oil, etc.),
pesticides, herbicides, hazardous volatile organic compounds (VOCs) and synthetic organic
chemicals (SOCs). Provide certification to the Owner that the fill is free of these chemicals.
All imported material shall be free of recycled materials.
2.11.2 General Fill
Part 1 – General
Summary
All fill not specifically defined as another type shall be “General Fill”.
References
Section 9-03.14(3) Common Borrow of the Standard Specifications.
Part 2 – Products
Components
General fill shall be soil free of organics, debris, and other deleterious materials , with no
individual particles having a maximum dimension larger than 5 inches. The moisture content
of the material and weather conditions at the time of placement will be used to determine the
suitability of native materials for backfill as general fill.
Part 3 – Execution
Installation/Construction
Compact general fill in uniform layers not exceeding 12 inches in loose thickness and to at
least 90 percent maximum dry density based on the ASTM D-1557 (modified) test procedure.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 2
2-5
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\2 Sitework.docx 6/24/25 2:56 PM
© 2025 RH2 Engineering, Inc.
2.11.3 Structural Fill
Part 1 – General
Summary
All fill placed below and against building components, building structures, vaults, manholes,
handholes, slabs, sidewalks, and drives shall be “Structural Fill” unless other fill materials are
specifically shown on the Plans. The structural fill material has been selected to support the
weight of the structure in combination with the existing native material and to prevent adverse
movement during an earthquake. Take particular care to maintain the integrity of the design
by using structural fill where shown .
References
Where free draining material for structural fill is required as indicated on the Plans or needed
to maintain compaction in adverse weather conditions, it shall conform with Section 9-
03.14(1), “Gravel Borrow” of the Standard Specifications.
Part 2 – Products
Components
When structural fill will be used around pipes, 100-percent of the material shall pass a 1-inch
sieve.
Structural fill shall be soil free of organics, debris, and other deleterious materials. The Owner
will determine if native on-site materials are suitable for use as structural fill.
Part 3 – Execution
Installation/Construction
The moisture content of the material and weather conditions at the time of placement will be
used to determine the suitability of native materials for backfill as structural fill. Structural fill
shall bear on firm base and be placed in uniform layers not exceeding 12 inches in loose
thickness. The backfill area must be free of standing water and the subgrade soils must be
stable. Each layer of structural fill shall be compacted to at least 9 5 percent of its maximum
dry density based on the ASTM D-1557 (modified) test procedure.
2.11.4 Pipe Bedding
Part 1 – General
Summary
Fill placed below and around buried utilities. The bedding material has been selected to
support the weight of the utility by distributing the load so that the completed utility and
backfill system does not weigh more than the native material. The grain size has been selected
so that the bedding will not migrate into the bottom of the trench. Take care to maintain the
integrity of the utility design by using the appropriate pipe bedding material where shown.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 2
2-6
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\2 Sitework.docx 6/24/25 2:56 PM
© 2025 RH2 Engineering, Inc.
References
Pipe bedding used around restrained joint pipe must be crushed surfacing or sand. Rounded
gravels and pea gravel are not acceptable. Silty sands may be used with the Owner’s approval
but may require additional length of restrained joint pipe.
For ductile iron, steel, or concrete pipe larger than 4-inch diameter: Bedding material shall
conform with Section 9-03.12(3) “Gravel Backfill for Pipe Zone Bedding” of the Standard
Specifications except all shall pass a 1-inch sieve.
For PVC and HDPE water piping regardless of diameter: Bedding shall conform with Section
9-03.13 “Backfill for Sand Drains” of the Standard Specifications or as approved by the
Owner.
For PVC sewer and storm piping, CPEP regardless of diameter, conduit, service lines, and all
other piping 4-inch in diameter or less: Bedding shall conform with Section
9-03.13 “Backfill for Sand Drains” of the Standard Specifications or as approved by the
Owner.
Part 3 – Execution
Installation/Construction
Bedding material shall surround the pipe and conduits to the limits shown on the Plans and
provide uniform support along the entire length. Excavate bell holes to prevent concentrated
loading at joints or bridging of the pipe. All bedding material shall bear on firm subgrade and
be compacted to firm and unyielding condition.
2.11.5 Trench Backfill
Part 1 – General
Summary
All fill placed above the pipe bedding in a trench shall be “Trench Backfill”. The trench backfill
material has been selected to distribute surface loads over the utility. The grain size has been
selected so that the trench backfill will not migrate into the pipe bedding or trench walls. Take
particular care to maintain the integrity of the utility design by using the appropriate trench
backfill material where shown.
References
Trench backfill shall consist of materials conforming to Section 9-03.19 “Bank Run Gravel
for Trench Backfill” of the Standard Specifications or as approved by the Owner.
Part 3 – Execution
Installation/Construction
Trench backfill shall follow the requirements of WSDOT 7-09.3(10) and 7-09.3(11).
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 2
2-7
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\2 Sitework.docx 6/24/25 2:56 PM
© 2025 RH2 Engineering, Inc.
2.11.6 Gravel Backfill for Drains
Part 1 – General
Summary
All fill placed around drain pipes in a trench shall be “Gravel Backfill for Drains” to provide
drainage for stormwater runoff.
References
Gravel backfill for drains shall conform with Section 9-03.12(4) of the Standard Specifications.
2.11.7 Gravel Base Course
Part 1 – General
Summary
All fill placed directly under and against paving, foundations, and structures shall be “Gravel
Base Course” unless otherwise called out on the Plans.
References
Aggregate for gravel base course under structures, and foundations shall conform to Section
9-03.10 Aggregate for Gravel Base or 9-03.9(3) Crushed Surfacing Base Course of the
Standard Specifications.
Aggregate for gravel base course under roadways, paved areas, sidewalks, and for gravel areas
shall conform to Section 9-03.9(3) Crushed Surfacing Base Course of the Standard
Specifications.
2.11.8 Gravel Top Course
Part 1 – General
Summary
Gravel travelled surfaces shown on the Plans shall be “Gravel Top Course”. Gravel top course
may also be required directly under paving by the road jurisdiction or if shown on the plans.
References
Aggregate for gravel top course shall conform to Section 9 -03.9(3) Crushed Surfacing Top
Course and Keystone of the Standard Specifications.
2.11.20 Geotextile Fabric
Part 1 – General
Delivery, Storage, and Handling
Ship, store, place, overlap, and secure fabric based on manufacturer requirements.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 2
2-8
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\2 Sitework.docx 6/24/25 2:56 PM
© 2025 RH2 Engineering, Inc.
Part 2 – Products
Materials
Choose geotextile fabric to meet the requirements based on place and purpose of use.
Geotextile fabric called out on the Plans to separate drain rock or French drains from
surrounding soils shall be equal to Tencate Mirafi 140N.
Geotextile fabric called out for separation of soils shall be equal to Tencate Mirafi 140N.
Geotextile fabric placed between quarry spalls and fill to separate soil fines shall be equal to
Tencate Mirafi 160N.
Geotextile fabric called out to drain behind a wall without the use of drain rock shall be equal
to Tencate Mirafi G100W.
Geotextile fabric for embankment stabilization shall be equal to Mirafi Miramat TM8.
Geotextile fabric placed below crushed rock in road subgrade shall be equal to Tencate Mirafi
500X
Other locations may require a specialized geotextile fabric and if so shall either be identified
in the Plans or geotechnical report.
2.12 Road Surfacing
2.12.2 Cement Concrete Pavement
Part 1 – General
References
Cement concrete pavement, sidewalks, curb and gutter shall meet the requirements of
Division 3. Construction shall comply with Section 5-05 of the Standard Specifications.
Part 3 – Execution
Examination
Evidence of pavement damage such as surface cracking, ponding, or other variations in surface
consistency shall be investigated by the Contractor and reported to the Engineer.
Construction
Pavement areas damaged by construction activities shall be removed and reconstructed at the
Contractor’s expense to the road agency’s standards.
Adjust manhole covers, valve covers, survey markers, and other existing surface features to
the finished grade of the new surfacing in conformance with the local road agency standards.
Otherwise, set as follows:
• Storm sewer grates: 0.10 foot below finished grade.
• Valve boxes, manhole covers, survey markers: 0.00 to 0.01 foot below finished grade.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 2
2-9
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\2 Sitework.docx 6/24/25 2:56 PM
© 2025 RH2 Engineering, Inc.
2.12.3 Hot Mix Asphalt (HMA) / Asphalt Concrete Pavement
(ACP)
Part 1 – General
Definitions
The Plans and specifications may call out Hot Mix Asphalt (HMA) or Asphalt Concrete
Pavement (ACP). The terms are synonymous.
References
HMA used for road paving and patching shall comply with Section 5-04 of the Standard
Specifications. All HMA shown on the Plans shall be Commercial HMA unless otherwise
noted. Furnish, place, spread, and compact to the thickness shown on the Plans.
2.12.10 Pavement Marking/Striping
Part 1 – General
References
Install pavement marking in accordance with 8-22 of the Standard Specifications and any
Owner standards more stringent than the Standard Specifications.
Part 3 – Execution
Repair/Restoration
Replace pavement marking damaged or removed during construction . Cost is incidental to the
contract unless a pay item is provided.
Installation/Construction
Provide markings on all new pavement per the local traffic agency’s requirements.
Pavement marking shall match existing marking at the site unless noted otherwise on the Plans
or within these specifications. The Owner or Owner’s representative reserves the right to
reference preconstruction photographs and video inspection to confirm that pavement
markings are replaced to preconstruction condition .
2.12.20 Slurry Seal Surface Treatment
Part 1 – General
Performance Requirements
Emulsion Type (ASTM D-2937 modified): Anionic SS1-H Asphalt Emulsion
Pound per gallon (ASTM D-244): 10.5 min.
Residue by evaporation (ASTM D -2939): 60% min.
Wet Track Abrasion (ASTM D -3910 & ISSA-A105-T100): 4.3 gm. per sq. ft
Viscosity (Brookfield Viscosity): 7000
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 2
2-10
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\2 Sitework.docx 6/24/25 2:56 PM
© 2025 RH2 Engineering, Inc.
Odor: None
Flammability (ASTM-MNL#9): Non-flammable
Resistance to water (ASTM D-2939): Passes
Cured Film Flexibility at 32F (ASTM -2939): Passes
Storage (ASTM D-2939): Passes
Cone Penetration at 77F (ASTM D -217): Passes
Color: Dark Black
Part 2 - Products
Materials
Slurry Seal shall be SealMaster Resurfacer XLR8 or equal. Product shall be highly wear-
resistant, provide enhanced traction and durability throughout the application area.
Part 3 - Execution
Installation/Construction Sequencing and Coordination
Install slurry seal surface treatment at locations shown on the plans and in strict conformance
to manufacturer’s recommendations. Crack sealing ahead of installing slurry seal surface
treatment shall be in accordance with manufacturer’s recommendations and with section 5-
04.3(4)A of City of Renton ’s Special Provisions.
The Contractor shall provide notification, schedule and duration of the installation to the
Owner on the Wednesday of the week before slurry seal surface treatment. Coordinate
installation and construction with Owner.
2.13 Tree and Shrub Preservation
Part 1 - General
Warranty
Trees or shrubs to be protected that become damaged or die within one year of acceptance
shall be remedied or replaced by the Contractor at the discretion of the Owner with plants of
the same species and size.
Part 3 – Execution
Installation/Construction
Individual trees and areas shown to remain shall be protected by high visibility construction
fence.
Install fencing before site preparation, grading and clearing and grubbing operations. Under
no circumstances shall the Contractor, for convenience, or ease of construction, or any other
reason not approved by the Owner, remove existing trees that are not designated to be
removed.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 2
2-11
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\2 Sitework.docx 6/24/25 2:56 PM
© 2025 RH2 Engineering, Inc.
No work may commence until protective fencing is in place and approved by Owner’s
Representative. Prior to installation, stake the location of protection fencing for approval by
the Owner. Location stakes or marking shall be placed not greater than 20 (twenty) feet on
center.
Fencing shall be constructed and located to protect vegetation from physical or chemical
damage, flame, smoke, heat, and damage to, or compaction of roots .
Construction access, vehicle or equipment parking, material storage or material disposal will
not be allowed within drip lines of existing trees to remain .
Excavate within drip line of trees only where shown. Where trenching for utilities is required
within drip line, tunnel under or around roots by methods that do not tear or compromise the
health of the roots. Do not cut main lateral roots or tap roots.
Where pruning is shown on the plans, or allowed by the Owner, cut branches with sharp and
clean pruning instruments and do not break or chop . Prune flush with trunk surface.
Field Quality Control
The Contractor shall notify the Owner prior to cutting roots over 4 inches in diameter. Treat
cut roots over 1-inch in diameter and cut branches 2-inch and larger with asphaltic pruning
paint.
2.13.3 Selective Tree and Shrub Removal
Part 3 – Execution
Installation/Construction
Trees and shrubs which are to be removed as indicated on Plans shall be removed completely
including roots, stumps, branches, and stems, or as directed by Owner unless shown otherwise
on the Plans.
2.20 EARTH MOVING
2.23 Excavation
Part 1 – General
Summary
Excavate as necessary to construct the improvements shown.
Part 2 – Products
Materials
All excavated material below the organic layer can be re-used as backfill if it is properly
protected from water saturation , meets the specification for the backfill purpose, and is
approved by the Owner. Approval of material as backfill will be made the moment before
placement of the material as backfill. Weather conditions may make previously approved
material unsuitable for backfill requiring the material to be removed from the project site.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 2
2-12
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\2 Sitework.docx 6/24/25 2:56 PM
© 2025 RH2 Engineering, Inc.
Excavated material that is not used as backfill shall be disposed off-site. All permits for the
disposal of excavated material shall be obtained by the Contractor. A copy of all permits and
the locations of each disposal site shall be submitted to the Owner.
Part 3 – Execution
Installation/Construction
Excavation includes the digging, scraping, and removing existing native material, abandoned
or interfering utilities, abandoned or interfering structures , and any other obstacles necessary
for the construction of the improvements. Excavation includes utility excavation, structural
excavation, and grading excavation.
Perform utility excavation to the depths necessary to complete the utility work shown.
Perform structural excavation to the limits shown and established by the Owner. Extend the
base of the excavation laterally a minimum of 1-foot beyond the structure unless specified
otherwise on Plans.
Excavated material may be stockpiled within the construction limits. Temporary stockpiling
of excavated material will not be permitted outside the construction limits at any time.
Examination
The Owner will evaluate the base of the excavation to determine if it is suitable for backfilling.
The Owner will evaluate the stability of the base of excavation by determining if all significant
organic soils or other unsuitable materials have been removed.
Construction
Perform excavation required by the Owner that is beyond the depth shown, per the direction
of the Owner. The Contractor will be reimbursed for additional excavation as specified in
Division 18, “Measurement and Payment” or by Minor Change if not specified.
2.25 Temporary Erosion and Sedimentation Control
2.25.3 Temporary Erosion and Sedimentation Control (No
SWPPP)
Part 1 – General
Quality Assurance
The Temporary Erosion and Sedimentation Control (TESC) plans shown on the construction
Plans are the minimum requirements for the anticipated site conditions . The Contractor shall
add additional TESC facilities or processes as necessary to ensure that erosion and
sedimentation problems do not occur . The Contractor shall inspect the TESC facilities daily
and maintain the systems as necessary to prevent off-site damage.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 2
2-13
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\2 Sitework.docx 6/24/25 2:56 PM
© 2025 RH2 Engineering, Inc.
Part 2 – Products
Materials
Straw or mulch shall be applied to exposed surfaces to minimize erosion and filter surface
water runoff. Where straw or mulch is required for erosion control, apply to a minimum
thickness of 2-inches. Straw shall not include Reed Canary grass.
Part 3 – Execution
Installation/Construction
All TESC systems including; fencing, earth berms, grasses, straw, mulch, culverts, drain pipe,
outfalls, and other items required by for this project, must be installed prior to any clearing,
grubbing, excavation, grading work, or other work that could result in off-site stormwater or
material flows. TESC systems must remain in place throughout the duration of the
construction activities. The systems may be relocated to complete construction activities if
their location impedes the associated work. If the systems are relocated to complete any work,
they must be reinstalled to protect the construction and surrounding areas prior to
commencing work on other portions of the project.
Install systems such as mulch, plastic sheeting and hydroseed as soon as clearing, grading and
excavation are complete if sites are 1-acre or less. For sites larger than 1-acre, complete
temporary and/or final surface restoration as clearing, grading and excavation progresses so
that no more than ½-acre is exposed at any one time. Take care and diligence to minimize
erosion exposure and provide TESC measures as shown on the Plans and required by
construction practice.
Install stabilized construction entrances and wash pads at the beginning of construction
activities and maintain for the duration of the project . Keep wash pads clean to prevent the
transport of sediment onto adjoining roads.
Install earth berms as necessary to prevent surface water migration into excavations or off the
project site. Route surface water intercepted by earth berms to an approved stormwater
conveyance system. Ensure that the concentration of surface water at the earth berm does not
erode the adjoining or downstream properties. Remove sediment deposited against the earth
berm so surface water can flow freely. Do not remove the earth berm before the stabilization
of the surface downhill from the berm.
2.25.4 Temporary Storm Water Pollution Control (No SWPPP)
Part 3 – Execution
Field Quality Control
The Contractor shall be responsible for meeting all construction stormwater discharge water
quality requirements including State of Washington (WAC 173-220-020, Construction
Stormwater Permit requirements and local requirements regardless of weather conditions.
If the project is fined by the permitting authority, that fine shall be paid by the Contractor at
no additional cost to the Owner.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 2
2-14
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\2 Sitework.docx 6/24/25 2:56 PM
© 2025 RH2 Engineering, Inc.
2.30 SITE IMPROVEMENTS
2.31 Fencing and Gates
2.31.1 Common Work for Fencing
Part 1 – General
Related Sections
• Division 1.52.20 Locks and Keys
• Division 3 Concrete
• Division 10.14.23 Signage
Part 3 – Execution
Preparation
Clear the area along the fence path, remove surface irregularities and grade earth smooth and
continuous prior to fence installation.
2.31.2 Temporary Construction Security Fence
Part 1 – General
Related Sections
• Division 10.14.23 Signage
Part 2 – Products
Materials
Provide warning signage at the site entrance for the duration of the project. Sign(s) to be no
smaller than 2-feet square with language of (or similar) “Construction Site, No Trespassing”.
Chain link shall be 13-gauge minimum. Top and bottom wire shall be used for fencing with
posts directly driven into the ground. Top and bottom rail shall be used for modular fencing
using concrete block bases.
Provide padlocks for all gates and least two keys to the Owner.
Part 3 – Execution
Installation/Construction
Provide a 6-feet tall temporary construction fence surrounding the construction site. Space
fence posts at a maximum of 12 feet on center . Maintain fence during construction and secure
fence after each workday. Install posts securely directly into the ground or set in temporary
concrete base blocks. Attach chain link securely to the fence posts. The construction fence
may be used in combination with the permanent fence provided that the fence is continuous
around the site perimeter.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 2
2-15
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\2 Sitework.docx 6/24/25 2:56 PM
© 2025 RH2 Engineering, Inc.
Clearing limit identification fencing shall not be considered a Temporary Construction
Security Fence.
2.50 EXCAVATION SUPPORT AND PROTECTION
2.51 Contractor Designed Shoring
Part 1 - General
Summary
Where shoring, sheet piling, sheeting, bracing, lagging, or other supports are necessary to
prevent cave-ins or damage to existing structures, it is the responsibility of the Contractor to
design, furnish, place, maintain, and remove supports in accordance with applicable laws,
codes, and safety requirements. 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 Owner’s representative.
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.
References
Chapter 296-155 of WAC, “Safety Standards for Construction Work, Part N, Exc avation,
Trenching, and Shoring”.
OSHA
Washington Industrial Safety and Health Act, Chapter 49.17 RCW
Quality Assurance
Where the Contractor is required to provide the shoring design, it shall be prepared by a
competent person as defined by WAC 296-155-650. Before beginning any excavation that is
governed by the shoring requirements, the Contractor shall submit their stamped shoring plan
and calculations to the Owner for approval. The stamp must be present on all Plans and
calculations, and all submittals must be approved by the Owner prior to starting work.
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.
Part 3 - Execution
Installation/Construction
Design, planning, installation, and removal of sheeting, shoring, sheet piling, lagging, and
bracing shall maintain the undisturbed state of soil below and adjacent to excavation.
Evaluate and mitigate vibration and settlement effects on the surrounding structures, utilities
and properties. Protect surrounding utilities, structures, and other improvements from damage
due to disturbance of surrounding soils as a result of excavation and shoring operations.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 2
2-16
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\2 Sitework.docx 6/24/25 2:56 PM
© 2025 RH2 Engineering, Inc.
Unless otherwise approved by the Owner’s representative, the Contractor is required to install
monitoring instrumentation to monitor the settlement and vibration of the existing structures
around the excavation area. For occupied structures, the maximum allowable vibration is 0.5
inches per second. For other concrete structures, the maximum allowabl e vibration is 1.0
inches per second. The general locations of the instrumentation are as follows: at the
condominium’s footing across the street from the excavation, and at the MCC’s footing at the
lift station site. Designer and shoring contractors shall recommend additional monitoring sites
as needed. The Contractor shall perform continuous vibration monitoring during construction
operations when driving sheet piles or installing other shoring components that are anticipated
to create ground vibrations. Provide a 3-component seismograph capable of measuring
particle velocity data in three mutually perpendicular directions. The Contractor must
continuously monitor ground vibration of work operations to ensure compliance with the
limitations herein. A record of all vibration measurements and locations of the instrument(s)
shall be retained.
When work is complete, the Contractor shall remove structural shoring to at least 4 feet below
final grade.
2.60 CONTAMINATED & WASTE MATERIALS HANDLING
2.60.2 Waste Material Control
Part 1 – General
Quality Assurance
Adhere to all requirements of federal, state, and local statutes and regulations dealing with
pollution. Permit no public nuisances.
Use only dump sites that are approved by the regulatory agency having jurisdiction, and
present proof of approval upon request.
Part 3 – Execution
Installation/Construction
The Contractor shall take precautions to warn, protect, and prevent the public from all hazards
that exist on site due to demolition or construction operations. Surround stockpiled debris
with yellow warning tape attached to lath, stakes, poles, or fencing to warn the public of any
potential hazard.
Use water sprinkling, temporary enclosures, or other methods to limit dust and dirt from rising
and scattering in the air. Collect and clean surface water runoff that is contaminated with site
debris, silt, or other material that adversely affects water quality prior to discharge . On-site
collection ponds may not be used to keep silt laden water from entering the storm water
collection system.
Do not use water to control dust when its use may create hazardous or objectionable
conditions such as ice formation, flooding, or pollution.
Minimize the amount of dust and other airborne particles caused by any demolition,
excavation, stockpiling, or removal activities. Implement dust control measures prior to the
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 2
2-17
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\2 Sitework.docx 6/24/25 2:56 PM
© 2025 RH2 Engineering, Inc.
beginning of work activities. Exposed soil may be wetted with water or covered to minimize
dust creation. Water runoff from the wetting procedure shall be accumulated and cleaned prior
to disposal. Remove water runoff accumulation from the site prior to project completion.
Cleaning
Keep the construction area clean and orderly. Upon completion of the work, leave buildings
broom clean and all parts of the work clean and free of rubbish and excess material of any
kind. Leave fixtures, equipment, walls, and floors clean and free of stains, paint , roofing
splashes, or other marks or defects. Upon completion, restore site and all work or equipment
and material storage areas to their original conditions . Remove all miscellaneous unused
material resulting from work and dispose of it in a mann er satisfactory to the Owner. The site,
through the progress of construction, shall be kept as clean as possible and in a neat condition.
2.61 Contaminated Materials
2.61.2 Toxic Spill or Release Contact Requirements
Part 3 - Execution
Field Quality Control
During construction, if there is any toxic substance spill or release discharged into the
environment, report the location, quantity, date and time of the spill or release to Washington
State Emergency Management at 1 (800) 258-5990 and the Owner’s representative. Spills shall
be monitored, contained, and cleaned up to applicable codes at the Contractor’s expense.
2.90 LANDSCAPING
2.90.1 Common Work for Landscaping
Part 1 – General
Submittals
In addition to Division 2.05, provide the following information.
• Composition of compost.
• Written maintenance instructions recommending proper procedures for maintenance of
plant materials.
• Top Soil - Submit the data for topsoil to be used as determined by an approved testing
lab. Data shall include percentage of organic content as determined by incineration
process and recommendations on type and quality of additives required to establish
satisfactory pH factor, organic content, and supply of nutrients to bring the soil to a
satisfactory level for planting.
• Nursery Material Plant Lists with quantities and sizes (pot volume and/or tree height)
• Planting schedule, indicating approximate planting date.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 2
2-18
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\2 Sitework.docx 6/24/25 2:56 PM
© 2025 RH2 Engineering, Inc.
Delivery, Storage, and Handling
Deliver fertilizers in original, unopened and undamaged containers that list weight, analysis .
and name of manufacturer. Store in such a manner as to prevent wetting and deterioration .
Take all precautions customary in good trade practice in preparing plants for transplanting .
Spray deciduous plants in foliage with an approved “Anti-Desiccant” immediately after
digging to prevent dehydration . Dig, pack, transport, and handle plants with care to ensure
protection against injury. If plants cannot be planted immediately upon delivery, properly
protect them with soil, wet peat moss, or in a manner acceptable to the Owner . Water plantings
as necessary to keep them alive and in healthy condition . Provide dry, loose topsoil for planting
bed mixes.
Project/Site Conditions
Prevent damage to existing features, pavement, utility lines, areas to receive planting and other
features remaining as part of final landscaping and/or site improvements.
Quality Assurance
The Contractor, with the approval of the Owner will select a qualified testing laboratory to
test and inspect operations under this Section at the Contractor’s expense. Notify testing
laboratory of times for inspections.
Notify Owner if any undesirable conditions are met during construction so that supplemental
recommendations can be made.
Comply with sizing and grading stan dards of the latest edition of “American Standard for
Nursery Stock.” A plant shall be dimensioned as it stands in its natural position.
Warranty
Warrant trees, shrubs and ground cover for the period as stated in the Warranty section of
Division 1 against defects including death and unsatisfactory growth, except for defects
resulting from negligence by Owner, abuse or damage by others or unusual phenomena or
incidents beyond the Contractor’s control.
Replace, in size and kind and in accordance with the Plans and Specifications, all plants that
are dead or, as determined by the Owner, in an unhealthy or unsightly condition, or have lost
their natural shape due to dead branches or other causes due to the Contractor's negligence.
Such replacement(s) will be at Contractor’s expense.
Warranty shall not include damage or loss of trees, plants, or ground covers caused by fires,
unusual floods, freezing rains, lightning storms, sustained winds over 75 miles per hour, or
other catastrophic “Acts of God”. Winter kill caused by extreme cold and severe winter
conditions not typical of planting area, unanticipated acts of vandalism or negligence on the
part of the Owner and damage caused by wildlife, shall not be covered under this warranty.
Maintenance
The plant establishment period is 365 days.
Maintenance of landscaping installed as part of this contract is fully the responsibility of the
Contractor during the plant establishment period.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 2
2-19
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\2 Sitework.docx 6/24/25 2:56 PM
© 2025 RH2 Engineering, Inc.
During the plant establishment period, it shall be the Contractor’s responsibility to ensure the
continued growth of all plant materials. This care shall include, but not be limited to, the
following: labor and materials necessary for removal of foreign materials, weeds, dead or
rejected plant materials and lawn; the replacement of all unsatisfactory plant materials planted
under this Contract in kind and size; and fertilizing to maintain a healthy growing condition
and visually pleasing site.
Water trees, plants, and groundcover within the first 24 hours of initial planting, and in
sufficient amounts thereafter to keep plant materials in a healthy growing condition.
Provide maintenance reports to Owner’s Authorized Representative monthly, indicating
procedures, fertilizing, defective material, etc.
Part 2 – Products
Materials
A complete list of plants, including a schedule of sizes, quantities and other requirements is
shown on the Plans. If quantity discrepancies or material omissions occur in the plant materials
list, the planting Plans shall govern.
All plants shall be nursery grown under climatic conditions similar to those in the project locale
for a minimum of 2 years or transplanted from on -site. All potted plants shall be grown in the
containers in which they are sold for a minimum of one year.
Stock furnished shall be at least the minimum size indicated . Larger stock is acceptable, at no
additional cost, providing that the larger plants will not be cut back to size indicated . Provide
plants indicated by two measuremen ts so that only a maximum of 25 percent are of the
minimum size indicated and 75 percent are of the maximum size indicated.
Part 3 – Execution
Examination
Examine proposed planting areas and conditions of installation . Do not start planting work
until unsatisfactory conditions are corrected and approved by the Owner’s Authorized
Representative.
Notify Owner’s Authorized Representative at least 7 working days prior to installation of plant
material.
The Owner will make final inspection to determine acceptance of planted areas, upon
Contractor’s request. Provide notification at least 10 working days before requested inspection
date. Planted areas will be accepted, provided all requirements, including maintenance, have
been complied with and plant materials are alive and in a healthy, vigorous condition after
final acceptance of the project.
Upon one year after Substantial Completion, the Owner will assume plant maintenance .
Repair/Restoration
Replace all dead plant materials within thirty (30) days of discovery .
Re-set settled plants to proper grade and position. Restore planting saucer and adjacent
material and remove dead material.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 2
2-20
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\2 Sitework.docx 6/24/25 2:56 PM
© 2025 RH2 Engineering, Inc.
Tighten and repair guy wires and stakes as required.
Correct defective work as soon as possible after deficiencies become apparent and weather
and season permit.
Field Quality Control
Provide plant material record Plans legibly recording actual construction indicating horizontal
and vertical locations, referenced to permanent surface improvements . Identify field changes
of dimension and detail any changes.
Cleaning
During landscape work, keep adjacent areas clean and work area in an orderly condition.
Perform cleaning during installation of the work and upon completion of the work. Remove
from site all excess materials, soil, debris, and equipment as instructed by Owner. Repair
damage resulting from planting operations.
Remove temporary irrigation systems when no longer needed and approval by the Owner.
2.90.2 Landscape Grading
Part 3 – Execution
Installation/Construction
Perform fine grading within Contract limits, including adjacent transition areas, to new
elevations, levels, profiles and contours indicated. Provide subgrade surfaces parallel to
finished surface grades, unless specified otherwise. Provide uniform levels and slopes between
new elevations and existing grades. All fills required to achieve subgrades shall be compacted
per requirements of the fill type as noted above . For landscaping areas, all fill shall be
compacted between 80 to 85 percent of modified proctor (ASTM D-1557) unless noted
otherwise on the Plans.
Perform grading, within branch spread of existing trees scheduled to remain, by hand methods
to elevations indicated. Cut roots cleanly to depth 3 inches below proposed finish grade. Treat
cut roots over 1-inch in diameter with asphaltic pruning paint.
2.90.3 Soil Amendments
2.90.3.3 Mulch
Part 2 – Products
Materials
Mulch shall consist of on-site plants removed during site clearing operations shredded by a
mechanical wood chipper that produces chips no larger than 2 inches in length and 1/4-inch
in thickness.
Mulch shall be placed to a uniform th ickness of 2 inches in thickness unless otherwise shown
on the Plans.
3-1
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\3 Concrete.docx 6/24/25 2:57 PM
© 2025 RH2 Engineering, Inc.
Division 3
Concrete
3.00 GENERAL
Sections in these specifications titled “Common Work for . . .” apply to all following
subsections whether directly referenced or not.
3.05 Common Work for Concrete
Part 1 - General
This division covers that work necessary for furnishing and installing all concrete as
described in these specifications and as shown on the Plans.
References
Materials shall conform to the following standards:
• Cement - ASTM C150
• Coarse aggregate - ASTM C33
• Fine aggregate - ASTM C33
• Admixtures - ASTM C494
• Air-entraining admixtures – ASTM C260
• Fly Ash – ASTM C618
• Admixture and products in contact with potable water – NSF 61
Submittals
Submittal information shall be provided to the Owner for the following items:
• Concrete form liner
• Concrete or grout curing compounds and/or other curing methods
• Concrete mix design including aggregate gradation and substantiating strength data
• Admixture Data
• Special placement procedures for hot or cold weather
• Construction Joint Plan
• Concrete anchors
• Concrete anchor installer certification per ACI/CRSI Adhesive Anchor Installer
Certification Program.
• Schedule of surface finishes
• Rebar mill certifications
• Rebar placement shop drawings
• Grouts
• Method of plugging through-bolt holes
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 3
3-2
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\3 Concrete.docx 6/24/25 2:57 PM
© 2025 RH2 Engineering, Inc.
Concrete mix designs shall be submitted to the engineer for approval a minimum of two
weeks prior to placing any concrete. The mix design shall include the amounts of cement,
fine and coarse aggregate, water and admixtures, as well as the water cement ratio, slump,
concrete yield, aggregate gradation, and substantiating strength data in accordance with ACI
318, Chapter 5. A batch plant inspection may be required, the cost of which shall be paid by
the Contractor. Review of mix submittals by the engineer of record indicates only that
information presented conforms generally with contract documents . Contractor or supplier
maintains full responsibility for specified performance.
Part 2 - Products
Components
Nominal maximum size for aggregates is the smallest standard sieve opening through which
the entire amount of aggregate is permitted to pass. Provide intermediate aggregate grades as
required to achieve a well-graded mix.
All concrete surfaces exposed to weather or standing water shall be air entrained . Total air
content shall be in accordance with IBC requirements unless specified otherwise herein . Air
shall be measured at the truck, unless otherwise agreed to.
Water used in concrete shall be potable.
Fly ash may be substituted for up to 15 percent of the required cement, except where noted.
Any products that will be applied to the surface of the concrete and will be in contact with
potable water must carry NSF 61 certification . Any concrete admixtures used in potable
water storage structures must also carry NSF 61 certification.
Mixes
Concrete shall be mixed, conveyed, and proportioned in accordance with IBC section 1905.
The concrete mix shall include the amount of cement, fine and coarse aggregate, including
aggregate gradations, water, and admixtures as well as water cement ratio, slump, concrete
yield, and sustaining strength data in accordance with these specifications, the requirements
of the International Building Code Section 1905, and the requirements of ACI 318 .
Finishes
Coat all aluminum in contact with concrete as specified in Division 9.
Part 3 - Execution
Inspection
See Statement of Special Inspections on the Drawings for special inspection requirements.
Provide two (2) full working day notice to Owner prior to needing the required inspections.
Also comply with local building department and permit requirements for inspection and
notification.
The Contractor shall repair, replace or modify, as appropriate, any items noted in the Special
Inspector’s inspection or the building department inspection.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 3
3-3
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\3 Concrete.docx 6/24/25 2:57 PM
© 2025 RH2 Engineering, Inc.
Testing
Concrete strength tests shall be performed per section 1905.6 of the IBC and per the
requirements noted herein. The Owner will provide and pay all costs of concrete testing .
The Engineer shall be furnished with copies of all inspection reports and test results.
Cylinders used for concrete strength tests shall be 6 by 12. Four by 8 cylinders may be used
for mixes with maximum aggregates less than 1-inch, however the testing lab must apply a
0.94 multiplier to the compressive strength test results unless data acceptable to the Engineer
is presented that would justify a higher multiplier. All mixes utilizing aggregates over 1 inch
shall be tested using 6 by 12 cylinders.
When 4 by 8 cylinders are utilized AASHTO T23 requirements shall be followed, and the
retainer used with neoprene pads when testing for compressive strength shall be constructed
according to ASTM C1231.
The Contractor will coordinate all concrete testing with the testing agency. Costs will be paid
by the Owner.
Give the Owner and testing agency 48-hour notice prior to concrete placement. If
Contractor fails to provide the required notice, the Owner may elect to cancel the affected
concrete placement. Contractor shall be responsible for costs and delays due to improper
notification.
If the Contractor schedules a concrete placement and does not notify the Owner and testing
agency of a cancellation within 24 hours of the scheduled placement, the Contractor shall
pay the testing agency costs for an unnecessary trip. If the Contractor fails to provide the
testing agency with adequate notification and testing agency cannot attend concrete
placement, Contractor shall reschedule placement. Contractor shall be responsible for all
associated delays.
The Contractor shall provide all assistance and cooperation necessary to testing personnel to
obtain the required concrete tests. Contractor and Owner will have access to testing results
as soon as they are available.
The testing agency shall take a minimum of four samples for every 50 yards of concrete
placed (and a minimum of four per pour); one for a 7-day test, two for 28-day tests, and one
for backup testing in case the other two samples do not meet design strength . Additional
samples may be taken to verify strength prior to form removal at the Contractor’s expense.
3.06 Maintenance of Concrete
3.06.30.71 Resurfacing of Cast-in-Place Concrete
Part 1 - General
This division covers that work necessary for repairing spalled and damaged concrete. Repair
any areas with deterioration exceeding ¼-inch, where rebar is exposed or where directed by
the Owner.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 3
3-4
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\3 Concrete.docx 6/24/25 2:57 PM
© 2025 RH2 Engineering, Inc.
Part 2 - Products
Materials
CONCRETE REPAIR MATERIAL: SikaTop 111 PLUS or equal cement-based repair
mortar. Mortar shall be ANSI/NSF Standard 61 approved if in contact with potable water
and contain a corrosion inhibitor. See Manufacturer’s Literature for primer and auxiliary
products appropriate for use with the repair material.
Siloxane / Silane sealer shall be Tnemec / Chemprobe Prime-A-Pell 633 or Prime-A-Pell
H20.
Part 3 - Execution
Preparation
The Contractor shall be familiar with the product and methods and be prepared to discuss
the repair procedure at the Preconstruction Meeting.
High pressure power-wash the exposed structure to remove all loose, delaminated concrete
to sound concrete.
Surface Preparation: Remove loose, delaminated concrete to sound concrete. Where
corrosion of the reinforcement exists, continue bulk removal along the reinforcing steel and
adjacent areas with evidence of corrosion -induced damage Under-cut all exposed reinforcing
steel by a minimum of ¾-inch. The shape of the prepared cavity should be square or
rectangular in shape. The edges of the patches shall be saw-cut perpendicular to the surface
to a minimum depth of ½-inch. Repair area shall be a minimum of ½-inch deep throughout.
Use abrasive blasting to remove residual dust, debris, fractured concrete, and contaminants
that prevent proper bonding. Following abrasive blasting, blow out repair areas with oil -free
compressed air. The final surface texture should be rough with minimum ⅛-inch amplitude.
Treatment of exposed reinforcement: All signs of corrosion should be removed from
exposed reinforcing steel by an abrasive blasting, wire wheel or needle scaler. If the cross -
sectional area of the reinforcing steel has been significantly reduced, the engineer should be
consulted. Prime reinforcing as recommended by the repair material manufacturer.
Installation
Surface Saturation: Saturate surface with potable water. The base concrete shall be in a
saturated surface dry (SSD) condition prior to application of repair material to prevent a
rapid loss of moisture from the repair material and into the substrate.
Mixing and Application of Repair Material: Mixing and application shall be in strict
accordance with the manufacturer’s instructions. Apply the material with adequate pressure
before the bond coat dries. Thoroughly consolidate the repair material into the corners of
the patch and around any exposed reinforcement in the repair zone. If a second lift is
required, thoroughly roughen the surface of the first lift by scoring the soft mortar to
achieve an aggressive finish, similar in profile to the prepared concrete substrate. If the
second lift will not be immediately applied, keep the first lift moist until application of the
second lift. Finish to match existing surface. Where curing compounds are allowed, cure
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 3
3-5
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\3 Concrete.docx 6/24/25 2:57 PM
© 2025 RH2 Engineering, Inc.
using curing compound. Where curing compounds are not allowed, use approved alternative
means of wet curing.
Apply silane sealer as specified to exposed surfaces and edges of roof slab.
3.10 FORMING AND ACCESSORIES
3.11 Formwork
3.11.13 Structural Cast in Place Forming
Part 1 – General
The Contractor shall submit a construction joint plan to the Engineer for review prior to
formwork and rebar installation if altered from that shown on the Plans. Modifications to
the construction joints shall be submitte d to the Engineer no less than 7 working days prior
to placing the forms and rebar.
Part 2 – Products
Materials
Unless otherwise directed, coat contact surface of forms with colorless, non -staining, mineral
oil that is free from kerosene, or other approved suitable material, to permit satisfactory
removal of forms without concrete damage . Form-release agent for interior of potable water
storage structures shall be National Sanitation Foundation Standard (NSF) No. 61 approved
for use in direct contact with potable water.
Form construction for surfaces covered with backfill shall be made of steel, plywood, or
dressed, matched lumber. Form construction for exposed surfaces shall be made of new
plywood or steel without surface markings.
Form ties for use in liquid containment structures shall be standard plastic cone snap-ties
with ¾-inch diameter neoprene waterstop washer or removable taper ties. Use Greenstreak
X-plugs with removable taper ties or equal. Contractor shall submit to the Engineer form
ties to be used for review prior to installation.
Part 3 - Execution
Installation/Construction
Concrete forms shall be sufficiently tight to prevent leakage of concrete or mortar and shall
be properly braced or tied together to maintain desired position and shape until removed.
Conduits, pipes and sleeves of any material not harmful to concrete and within the
limitations of ACI 318, Section 6.3 are permitted to be embedded in concrete with approval
of the Engineer. Provide a ¾-inch chamfer or radius at all exposed corners and edges, unless
specifically stated otherwise on the Plans.
Forms shall remain in place until the concrete has developed sufficient strength to withstand
imposed loads without damage or deflection . Wall and slab forms shall remain in place for a
minimum of 24 hours after completion of the pour. Forms for beams and suspended slabs
shall remain in place for a minimum of 14 days AND until concrete has developed 28-day
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 3
3-6
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\3 Concrete.docx 6/24/25 2:57 PM
© 2025 RH2 Engineering, Inc.
design strength, unless approved by the Engineer. The Contractor shall coordinate with the
testing lab to verify concrete strength prior to form removal.
Do not allow water to flow through areas where forms are to be placed. During form
construction and prior to placement of concrete, keep footings and floor slab areas free of
standing water.
Field Quality Control
Variations from plumb, specified grade, conspicuous lines, and walls shall not exceed plus or
minus ¼-inch in any 10-foot length, and shall not exceed one inch over the entire length .
Variations from dimensions shall not exceed plus or minus ½-inch. Closer tolerances shall
be achieved by the Contractor as necessary to accommodate equipment and other
permanent materials.
3.11.16 Concrete Form Liner
Part 1 – General
Storage and Handling
Store liners in closed shipping crates until needed on work site; protect from sunlight, dirt,
and debris.
Part 2 - Products
Materials
Form liner shall be as noted on the plans and manufactured by Sika Greenstreak or equal.
Provide all form liners from a single manufacturer. Approved form liner shall have a
maximum intrusion into the concrete section shown of 0.5”.
Form Release: As recommended by the Form Manufacturer for this application. Work form
release into all areas of form liner, especially pattern recesses.
Part 3 - Execution
Installation/Construction
Install form liners at locations shown on the plans and in strict conformance to
manufacturer’s recommendations.
3.15 Concrete Accessories
3.15.02 Premolded Joint Filler
Part 1 – General
References
Premolded joint filler for expansion or through joint applications shall con form to the
specifications for “Preformed Expansion Joint Fillers for Concrete Paving and Structural
Construction”, AASHTO M 213, except the requirement for water absorption is not
applicable.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 3
3-7
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\3 Concrete.docx 6/24/25 2:57 PM
© 2025 RH2 Engineering, Inc.
Part 2 – Products
Materials
The thickness and width of premolded joint filler shall be as indicated on the Plans . Where
no premolded filler thickness is indicated, the thickness shall be ¾-inch.
3.15.03 Expansion Joints
Part 2 - Products
Materials
Expansion Joint Dowels shall be epoxy-coated plain steel bars of the dimensions as shown
on the Plans and shall meet the requirements of Section 9-07.5 of the Standard
Specifications.
Joint Sealant shall be MasterSeal CR 195 by as manufactured by Master Builders Technology
and as provided by Degussa Construction Chemicals, or equal. Color to match concrete.
Surface preparation and prime for water immersion shall be as recommended by the
manufacturer. Provide backer rod as recommended by the sealant manufacturer.
The ends of the dowel bars embedded in the expansion side of the joint shall be coated with
a parting compound such as grease, or other approved parting compound prior to concrete
placement.
3.15.05 Pipe Penetrations through Concrete
Part 1 - General
Summary
Water holding structures and structures buried and subject to groundwater contact: As
shown on the Plans.
Structures not holding water or unburied structures: Unless identified on the Plans, all pipes
larger than two inches passing through poured -in-place concrete floors and walls shall be
isolated from the concrete.
Part 2 - Products
Materials
Provide a Link-Seal system (or approved equal).
Part 3 - Execution
Examination
Wrapping must be inspected and approved by Engineer prior to concrete pour . Gaps, tears,
or looseness in wrapping will be cause for rejection.
Installation
Install Link-Seal per manufacturers instruction either within a cast -in-place sleeve or core
drill a clean hole.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 3
3-8
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\3 Concrete.docx 6/24/25 2:57 PM
© 2025 RH2 Engineering, Inc.
3.15.19 Concrete Anchors
Part 1 - General
Quality Assurance
Installation of adhesive anchors shall be performed by personnel certified in accordance with
the ACI/CRSI Adhesive Anchor Installer Certification Program. In lieu of certification the
installer shall attend on-site training held by the adhesive manufacturer prior to the
installation of adhesive anchors.
Part 2 - Products
Materials
Concrete Anchors shall be Hilti HIT 500-V3, or Simpson AT-3G.
Threaded rod shall be stainless steel except in dry locations.
Part 3 - Execution
Installation
Install in accordance with Manufacturer’s recommendations. Special Inspection in
accordance with IBC, Section 17, must be provided. Provide a minimum of 48 hours’ notice
to Engineer prior to starting installation. Concrete anchors shall not be used to resist tension
or fatigue loading without Owner’s evaluation and approval.
Use threaded rod or reinforcing bar as shown on the drawing, and meeting Manufacturer’s
recommendations. Provide minimum embedment as shown. Holes shall be drilled with
carbide-tipped drill bit. Holes shall be cleaned of dust and debris. Adhesive shall be inserted
with a mixing nozzle.
3.20 REINFORCING
3.21 Reinforcement Bars
3.21.11 Plain Steel Reinforcement Bars
Part 1 - General
References
ACI – American Concrete Institute- latest edition
CRSI Manual of Standard Practice – latest edition
Part 2 - Products
Materials
Grade – ASTM A706, Grade 60
ASTM A615, Grade 60 shall be permitted if:
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 3
3-9
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\3 Concrete.docx 6/24/25 2:57 PM
© 2025 RH2 Engineering, Inc.
(a) The actual yield strength based on mill tests does not exceed fy by more than
18,000 psi; and,
(b) The ratio of actual tensile strength to the actual yield strength is not less than 1.25.
Detailing - ACI 318 and ACI 315
Lap requirements - See schedule on Plans or as required by ACI 318
Tie wire - 16 gauge minimum
Bar supports shall conform to “Bar Support Specification” CRSI Manual of Standard
Practice, MSP-1-80. Provide Class 1, plastic protected bar supports. Use pre-cast concrete
blocks to support bars off ground. Bar supports in water holding and buried structures shall
be non-metallic.
Bar supports for the bottom rebar mat of suspended slabs or beams in water holding
structures must be point supports (chairs or dobbies), not continuous.
Part 3 - Execution
Installation
Reinforcing steel shall be detailed in accordance with ACI 315 and 318 and as shown on the
Plans. Lap all reinforcements in accordance with “the reinforcing splice and development
length schedule”. Provide corner bars at all wall and footing intersections. Bend wire bar ties
away from formwork to provide the same concrete clearance as shown on the Plans to the
bars.
Welding of reinforcing steel shall not be performed unless specifically approved by the
Engineer. If approved, Contractor will arrange and pay for all required Special Inspections
associated with welding of reinforcing steel.
Field Quality Control
Reinforcing steel shall be free of rust and loose scale at time of concrete placement. Bars
with kinks, improper bends, or reduced cross-section due to any cause will not be used. Bars
shall not be field bent. Bars may not be tack-welded or otherwise heated.
If, within the project warranty period, rust spots appear on the concrete due to failure to
achieve proper clearance on the rebar or wire ties, the Contractor shall grind out and patch
the areas using a method satisfactory to the engineer.
3.30 CAST-IN-PLACE CONCRETE
3.30.05 Common Work for Cast in Place Concrete
Part 1 - General
Scheduling
Contractor shall schedule and attend a Concrete Placement meeting at least one week prior
to placing concrete. The following shall attend:
• Owner
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 3
3-10
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\3 Concrete.docx 6/24/25 2:57 PM
© 2025 RH2 Engineering, Inc.
• Engineer
• Contractor
• Testing Laboratory Representative
• Concrete Supplier
The following shall be discussed at the meeting:
• Safety (Contractor’s sole responsibility)
• Batching and Delivery, Adjustments to Mix; Site Dosing
• Placement Rates and Anticipated Schedule of Placing and Finishing
• Site Layout –Holding Area; Pump Truck Location; Truck Wash -out Area; Parking area
• Equipment – Pumps and Appurtenances; Vibrators; Spare Equipment
• Concrete Testing Procedures
• Curing
Delivery
Concrete shall be transported in a truck mixer to the jobsite and discharged within 1.5 hours
after cement has been added to water or aggregates. Rejected concrete will be at Contractor’s
expense.
Part 2 - Products
Components
If allowed, curing materials shall conform to ASTM C171 and liquid membrane-forming
compounds shall conform to ASTM C309. When concrete is to be coated or stained, use
self-dissipating form release and curing compounds.
Part 3 - Execution
Preparation
Do not place concrete during rain, sleet, or snow until water and freezing protection is
provided.
Position embedded items accurately, and support against displacement or movement during
placement.
Fill voids in sleeves, insets, anchor slots, etc., temporarily with readily removable materials to
prevent entry of concrete into voids.
Before beginning placement of concrete, remove hardened concrete and foreign materials
from inner surface of mixing and conveying equipment. Before depositing concrete, remove
debris from space to be occupied by the concrete. Secure reinforcement in position to
prevent movement during concrete placement.
At construction joints, thoroughly clean surface of existing concrete to remove laitance.
Roughen existing concrete surface to expose aggregate uniformly and apply approved
bonding agent to existing concrete in accordance with manufacturer's recommendations .
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 3
3-11
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\3 Concrete.docx 6/24/25 2:57 PM
© 2025 RH2 Engineering, Inc.
Prior to placing fresh concrete, dampen joint and coat with grout mixture in accordance with
ACI 301, Section 8.5.
Installation
Placement shall be in accordance with IBC, Section 1905.
Place no concrete when air temperature is below or expected to be below 40 degrees during
the 28-day curing period unless a low temperature concrete mix has been approved by the
Owner. Provide adequate equipment for heating materials and protecting concrete during
freezing or near freezing weather. Keep materials, reinforcement, forms, and ground in
contact with concrete free from frost at time of placement. Heat mixing water as required.
Use no materials containing ice.
Place no concrete when air temperature exceeds or is expected to exceed 85 degrees during
the 28-day curing period unless a high temperature placement plan has been approved, and
unless adequate precautions are taken to protect work. Cool ingredients prior to mixing.
Flake ice or crushed ice of a size that will melt completely during mixing may be substituted
for all or part of water. Cool forms and reinforcing prior to placing concrete.
Handle concrete from mixer, ready-mixed truck, or from transporting vehicle to place of
final deposit by methods which prevent separation or loss of ingredients. Under no
circumstances shall concrete that has partially hardened be deposited.
Place concrete in maximum lifts of 3 feet. Deposit concrete continuously so that no concrete
will be deposited on concrete which has hardened sufficiently to cause formation of seams
and planes of weakness within the section. If a section cannot be placed continuously, locate
and reinforce construction joints at points as provided for in the Plans or as approved by the
Owner. Maximum concrete drop shall be 5 feet.
Consolidate concrete by vibration, supplemented by hand spading, rodding, forking, or
tamping. Thoroughly work concrete around reinforcement, around embedded items, and
into corners of forms to eliminate air or rock pockets which may cause honeycombing,
pitting, or planes of weakness. Insert and withdraw internal vibrators at points approximately
18 inches in each direction and extend into the lower concrete lifts. At each insertion, the
duration shall be sufficient to consolidate the concrete; but not sufficient to cause
segregation. Do not use vibrators to transport concrete within forms. Consolidate slabs by
utilizing vibrating screeds, roller pipe screeds, internal vibrators, or other approved methods.
Have a spare vibrator available at jobsite during concrete placing operations.
After removal of forms, cut out and patch defects in concrete surfaces. Remove form tie
cones. Cut or snap off form ties to a depth of ¾-inch. Chip out rock pockets, holes from
form tie removal, and other defects to solid concrete. Repair defects in accordance with
3.01.30.71.
Curing
See section 3.39.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 3
3-12
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\3 Concrete.docx 6/24/25 2:57 PM
© 2025 RH2 Engineering, Inc.
3.31 Structural Concrete
Part 1 - General
Summary
All concrete shown in the contract documents including below-grade structures, retaining
wall, and all other concrete items not specifically called out otherwise. Not to be used for
mass concrete or liquid containment. Hydraulic Concrete may be substituted.
Performance Requirements
28-day compressive strength – 4,500 psi minimum
Slump - Without plasticizers; 4 inches for floor and roof slabs, 7 inches for walls. With
plasticizers, maximum 9 inches or as desired for placement. Use water reducers as required
to achieve slump.
Part 2 - Products
Mixes
Water/cement ratio - 0.40 maximum
Nominal maximum aggregate size – ¾-inch (AASHTO Grading No. 67)
Entrained air ratio – 3.5 percent minimum to 6.5 percent maximum
3.31.30 Thrust Blocks, Driveways, Curb, Gutter, Sidewalks,
Equipment Pads, and Fence Posts
Part 1 - General
Summary
All concrete for non-structural applications including thrust blocks, driveways, sidewalks,
equipment pads, and fence post foundations. Hydraulic or Structural Concrete may be
substituted.
Performance Requirements
28-day compressive strength – 4,500 psi minimum
Part 2 - Products
Mixes
Water/cement ratio - 0.45 maximum
Nominal maximum aggregate size – ¾-inch (AASHTO Grading No. 67)
Entrained air ratio – 3.5 percent minimum to 6.5 percent maximum
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 3
3-13
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\3 Concrete.docx 6/24/25 2:57 PM
© 2025 RH2 Engineering, Inc.
3.31.34 Retaining Walls
Part 1 - General
Summary
As required for structural concrete.
3.34 Low Density Concrete
3.34.13 Controlled Low Strength Material (CLSM)
Part 1 - General
Summary
CLSM is also referred to as controlled density fill or CDF.
Submittals
Submit mix design to the Owner for approval.
Performance Requirements
Mix to be flowable, non-segregating, excavatable, and conform to the following:
• Mix to contain no fly ash or chlorides when in contact with ferrous metal pipe such as
welded steel pipe, ductile iron pipe or cast iron pipe.
• Maximum Compressive Strength: 150 psi.
• Minimum 28-Day Compressive Strength: 50 psi.
• Flowability: 8 inch +/- 1 inch spread diameter using a three (3) inch diameter by six (6)
inch long cylinder per ASTM D 6103 – Standard Test Method for Flow Consistency of
CLSM.
Part 3 - Execution
Installation
Where buoyancy and/or hydrostatic pressure is a concern, the Owner may require the
CLSM be placed in lifts, with each lift allowed to harden before placement of the next lift.
Protection
Protect CLSM for at least 24 hours after placement or as necessary to prevent displacement
by construction activities or traffic. CLSM placing may be started if weather conditions are
favorable, when the temperature is a minimum of 34 degrees Fahrenheit and rising. At the
time of placement, CLSM must have a temperature of at least 40 degrees Fahrenheit. Placing
shall stop when the temperature is 38 degrees Fahrenheit or less and falling. CLSM shall not
be placed on frozen ground.
Cure CLSM for the following minimum durations prior to placement of any material directly
over the CLSM. If traffic must be restored prior to the duration stated, or the open
excavation must be closed for safety, span the excavation with temporary plating appropriate
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 3
3-14
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\3 Concrete.docx 6/24/25 2:57 PM
© 2025 RH2 Engineering, Inc.
for the anticipated loading. Cold weather may require more time. Curing accelerators may be
used to reduce these times if approved by the Owner.
• Pipe encasement: 4 hours.
• Non-traffic: 24 hours.
• Vehicular traffic under 5,000 lbs per axle: 48 hours
• Vehicular traffic over 5,000 lbs per axle: 72 hours
• Permanent structures: 7 days.
3.35 Concrete Finishing
3.35.05 Common Work for Surface Finishing
Part 2 - Products
Finishes
Each concrete area that requires finishing shall conform to one of the following
requirements:
• Retaining Wall Interior - Form Liner as noted on the plans
• Retaining Wall Exterior – Sacked Wall
• Equipment Pads - Sacked Wall
• Sidewalks – Light Brushed
Part 3 - Execution
Preparation
Do not place concrete which requires finishing until the materials, tools, and labor necessary
for finishing the wet concrete are on the job and acceptable to the Owner. If rainfall is
possible, tent the work area prior to the pour and maintain protection until the concrete is
cured sufficiently to resist damage.
3.35.56 Light Brush Finish
Part 2 – Products
Finish
When concrete has appropriately set, finish with light soft broom finish . Brush
perpendicular to slab slope.
Part 3 - Execution
Construction
Consolidate, strike off, and level concrete; but do not work further until ready for floating.
Begin floating when water sheen has disappeared and surface has stiffened sufficiently to
permit floating operations. Consolidate surface with power -driven floats. Hand floating may
be used if area is small or inaccessible to power units.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 3
3-15
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\3 Concrete.docx 6/24/25 2:57 PM
© 2025 RH2 Engineering, Inc.
Field Quality Control
Check surface planeness during or after first floating. Cut down high spots and fill low spots
to produce surface with tolerance of ¼-inch in 10 feet in any direction. Re-float to a
uniform, smooth, sweat finish concrete.
3.35.58 Sacked Wall Finish
Part 1 – General
References
Provide sacked finish in accordance with Section 6-02.3(14) of Standard Specifications.
3.39 Concrete Curing
Part 2 - Products
Materials
Curing compounds are not recommended on surfaces that will receive coatings. In areas to
be coated, alternatives to curin g compounds shall be used, such as wet sacking and covering
with plastic. If approved, self-dissipating curing compounds may be used in areas to be
coated. If curing compounds are approved and used, the surface must be prepared per the
coating manufacturer’s instructions which may include blasting to remove the curing
compound. All costs to be included in the contractor’s bid price, there will be no additional
compensation.
Part 3 - Execution
Installation
All concrete for structures, sidewalks, drives, curbs, shotcrete (see section 3.37), and where
directed by the Owner, shall be water-cured in accordance with ACI 308.1 unless approved
in advance by the Owner. If allowed, curing compound shall be applied immediately after
finishing or form removal. When plastic or burlap covers are used to augment or protect
curing, extend sheeting beyond the edges of the concrete and secure against wind lift.
Inspect and adjust curing systems daily, including over weekends and holidays.
Concrete structures that require differential backfill as shown on the Plans or as required for
construction shall cure for a minimum of the following prior to placing backfill:
• Backfill equal or greater than 24 inches: 7 days AND 28-day strength requirements.
• Backfill between 6 and 24 inches: 3 days AND 80-percent of the 28-day strength
requirements.
Where approved, all exposed surfaces of mass concrete structures shall be cured using an
approved curing compound. Curing compound shall be sprayed on the concrete surface in a
uniform manner and according to the manufacturer’s recommendations immediately after
the concrete has reached sufficient strength to support a person’s weight without creating a
visible footprint.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 3
3-16
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\3 Concrete.docx 6/24/25 2:57 PM
© 2025 RH2 Engineering, Inc.
3.60 GROUTING
3.62 Non-Shrink Grouting
3.62.13 Non-Metallic Non-Shrink Grout
Part 1 - General
Summary
Use Precision Non-Shrink Grout for grouting all equipment base plates, pipe supports, and
base plates for metalwork. Precision Non-Shrink grout may also be used for all other non-
shrink grouting operations. General Purpose Non-Shrink grout may be used for any
applications other than those noted for Precision Non -shrink Grout. Non-shrink grout shall
be used to seal all new pipe and conduit penetrations (watertight) into and out of all concrete
and CMU block walled structures.
Storage and Handling
Stockpile grout to prevent contamination from foreign materials and store admixtures to
prevent contamination or damage from excess temperature change
Part 2 - Products
Materials
Precision Non-Shrink Grout:
Provide a high-precision, fluid, non-shrink, quartz or non-catalyzed metallic aggregate
grouting material. Provide a ready-to-use grout that hardens free from bleeding, settlement,
or drying shrinkage when mixed, placed and cured at any consistency – fluid, flowable,
plastic or damp-pack.
Provide precision, non-shrink natural aggregate grout that when cured produces the
following properties:
A. Compressive Strength at fluid consistency (ASTM C109-Modified): 3500 psi (24 MPa) at
1 day, 7500 psi (52 MPa) at 28 days.
B. Passes ASTM C1107 as a grade B grout when tested as temperature minimum and
maximums of 45 degrees Fahrenheit to 90 degrees Fahrenheit (8 degrees Celsius to
32 degrees Celsius) at a working time of 30 minutes. Grout must be tested at a fluid
consistency per ASTM C939 and remain fluid at temperature range minimum and
maximums for the 30-minute working time. All materials including water must be mixed
and tested at temperature minimum/maximums.
C. Modulus of Elasticity at 28 days at fluid consistency (ASTM C469): 3.0 x 106 psi
(20.7 GPa) minimum, 3.9 x 106 (27.0 GPa) maximum.
D. Coefficient of Thermal Expansion for fluid consistency (ASTM C531): 7.5 x 10-6/
degrees Fahrenheit maximum (13.5 x 10-6/ degrees Celsius).
E. Flexural strength at 28 days for fluid consistency (ASTM C78): 1300 psi (7.9 MPa).
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 3
3-17
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\3 Concrete.docx 6/24/25 2:57 PM
© 2025 RH2 Engineering, Inc.
F. Resistance to rapid freezing – thawing (ASTM C666, Procedure A): 300 cycles- min
RDF 90 percent.
G. Split tensile strength at 28 days at fluid consistency (ASTM C496): 450 psi (3.1 MPa).
H. Pass 24-hour grout test under stated temperature, time and fluidity constraints . See MBT
Protection and Repair 24-hour Grout Form.
Precision non-shrink grout shall be MasterFlow 928 or 885 Grout or approved equal.
General Purpose Non-Shrink Grout:
General Purpose Non-shrink grout shall meet the compressive strength and nonshrink
requirements of CRD-C 621, Grades B and C; Corp of Engineers Specification for
Non-shrink grout; and ASTM C1107, Grades B and C. General Purpose Non-shrink grout
shall be MasterFlow 713, Dayton Superior 1107 Advantage, or approved equal.
Where curing compounds are allowed, p rovide curing compounds as recommended by the
grout manufacturer.
Water to be used in mixing the grout shall be potable.
Mixes
Comply with grout manufacturer’s recommendations for mixing procedures.
Adjust water temperature to keep mixed grout temperature in the range of 45 degrees
Fahrenheit (7 degrees Celsius) and 90 degrees Fahrenheit (32 degrees Celsius)
minimum/maximum.
Use cold or iced water to extend working time in hot weather or in large placements.
Use warm water in cold conditions to achieve minimum as mixed temperatures.
Part 3 - Installation
Preparation
Mechanically remove unsound concrete within the limits of the grout placement.
Remove at least ¼-inch (6mm) of existing concrete facing and continue removal as required
to expose sound aggregate.
Thoroughly clean the roughened surface of dirt, loose chips, and dust . Maintain substrate in
a saturated condition for 24 hours prior to grouting. Surface should be saturated surface dry
at time of grouting.
Clean baseplates and other metal surfaces to be grouted to obtain maximum adhesion .
Remove loose rust and scale by grinding or sanding.
Comply with grout manufacturer’s recommendations for form construction. Construct
forms to be liquid tight.
Installation
Place grout mixture into prepared areas from one side to the other . Avoid placing grout
from opposite sides in order to prevent voids. Work material firmly into the bottom and
sides to assure good bond and to eliminate voids.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 3
3-18
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\3 Concrete.docx 6/24/25 2:57 PM
© 2025 RH2 Engineering, Inc.
Ensure that foundation and baseplate are within maximum/minimum placement
temperatures. Shade foundation from summer sunlight under hot conditions. Warm
foundation when foundation temperature is below 45 degrees Fahrenheit (7 degrees Celsius).
Wet cure exposed shoulders for 48 hours followed by two coats of curing compound for
best results. The minimal requirement is to wet cure until grout has reached final set,
followed by two coats of curing compounds.
4-1
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\4 Masonry.docx 6/24/25 2:58 PM
© 2025 RH2 Engineering, Inc.
Division 4
Masonry (Not Used)
5-1
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\5 Metals.docx 6/24/25 2:58 PM
© 2025 RH2 Engineering, Inc.
Division 5
Metals
5.00 GENERAL
This division covers that work necessary for furnishing and installing metalwork as described
in these specifications and as shown on the Plans.
Sections in these specifications titled “Common Work for . . . apply to all following subsections
whether directly referenced or not.
5.05 Common Work for Metals
Part 1 - General
Related Sections
• Division 1.81.45 Location Designations
• Division 9.90.00 Common Work for Painting and Coating
• Division 1.81.30 Seismic Restraint
Submittals
Submittal information shall be provided to the Owner for the following items:
• Shop Drawings showing details of Fabricated Metalwork including connections and
welding
• Calculations and plans stamped by a professional engineer licensed in the State of
Washington for all Contractor- or Manufacturer-designed components or assemblies.
• Hand rail and guardrail
• Welder certifications if not welded in a registered/approved fabrication shop . For ASME
Section IX certifications, and if requested by the Owner, provide a continuity log if the
last certification was 6 months prior to the work being performed.
Inspections
Unless otherwise noted on the Plans, specifications, or building department requirements,
special inspections related to metal fabrications, placement and welding shall be subject to 48-
hour notice to the Engineer prior to the inspection time. 48-hour notice is defined in Division
1, Contractor Responsibility.
Any Field welding shown on the Plans will require special inspections in accordance with
section 1704.3 of the IBC and AISC 360.
Quality Assurance
Only prequalified welds (as defined by AWS) shall be used.
Fabricator shall be registered and approved by American Institute of Steel Construction
(AISC) to perform shop fabrication without special inspection. Submit certificate of
compliance to the Owner at the completion of fabrication. Owner will forward this to the
Building Official.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 5
5-2
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\5 Metals.docx 6/24/25 2:58 PM
© 2025 RH2 Engineering, Inc.
If fabricator is not registered and approved, or the certificate of compliance is not received,
the Contractor shall reimburse the Owner for all Special Inspections required by the IBC on
shop fabricated items. The Contractor shall also reimburse the Owner for all Special
Inspections required by the IBC for field welding not specifically shown on the Plans.
Contractor shall alert Owner at least 30 calendar days in advance if such Special Inspections
will be required in order to procure the services of a tes ting lab.
Special Inspection by the Owner does not relieve the Contractor of responsibility of
performing his own inspections and testing to ensure that all items are properly constructed.
Part 2 - Products
Materials
Structural Steel
Structural steel shall conform to the following requirements:
Plates, shapes, angles, rods - ASTM A36 and A992, Fy 36 ksi
Special shapes, plates - ASTM A572, Fy 50 ksi
Pipe Columns - ASTM A53, Grade B Type E or S, Fy 35 ksi (see Division 15.22 for
steel pipe carrying fluids).
Structural Tubing - ASTM A500, Grade B, Fy 46 ksi
Stainless Steel
Stainless steel shall be type 304 (non-welded) or type 304L (welded) or as called out.
Plates - ASTM A240
Fasteners - ASTM F593
Extruded Structural Shapes - ASTM A276
Pipe - ASTM A240 or higher grade or as called out.
See Section 15.22.4 for information on pipe used for mechanical applications.
All stainless steel shall have a standard mill finish where concealed or No. 4 finish where
exposed and shall be cleaned of all foreign matter before delivery to the job site.
Aluminum
Plates - ASTM B209, Type 6061-T6
Extruded Shapes - ASTM B308, Type 6061-T6
Pipe - ASTM B210 Type 6061
Architectural Applications - ASTM B210, Type 6063
Aluminum materials in contact with concrete or other metals or other masonry materials
shall have surfaces coated per Division 9.
Galvanized Steel
Base metal shall be as specified for Mild Steel.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 5
5-3
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\5 Metals.docx 6/24/25 2:58 PM
© 2025 RH2 Engineering, Inc.
Hot-dip galvanized after fabrication in accordance with ASTM A 924/A 924M.
Finishes: For pieces that will NOT be painted, galvanize with zinc coating in accordance
with ASTM A 653/A 653M. For pieces that WILL be painted, galvanneal with
zinc/10 percent iron coating in accordance with ASTM A 653/A 653M .
Manufactured Units
Design of Contractor- or Manufacturer-designed components or assemblies shall meet the
specific component requirements as provided here-in, as well as all applicable state and federal
codes. Design shall include gravity loads and seismic loads in accordance with ASCE 7-10
Chapter 13 “Seismic Design Requirements for Nonstructural Components”. Design criteria
shall be as provided herein for components, and as provided on the Plans.
Contractor-designed components and assemblies shall be shop welded and field bolted if
possible. Field welding will NOT be allowed unless specifically shown, or there is no
reasonable alternative.
Finishes
All steel fabrications shall be surface prepped, shop primed and field coated in accordance
with Division 9. Shop priming shall be protected as required to prevent damage to the coating
during shipping. Hold back shop priming from areas to be field welded.
Isolate and coat dissimilar metals to prevent galvanic corrosion.
Non-exposed structural steel: Mill finish or as shown on Plans
Exposed structural steel (damp or wet locations): Division 9
Aluminum: Division 9
Galvanized steel: Division 9
Stainless steel: Uncoated
Part 3 - Execution
Fabrication
All welding shall be in accordance with AISC and American Welding Society (AWS) standards
and shall be performed by AISC and/or AWS certified welders using electrodes to match base
material. Only prequalified welds (as defined by AWS) shall be used. Welding inspection shall
be performed in accordance with the applicable AWS provisions and Chapter 17 of the IBC.
Shop welding requiring inspection or testing per IBC Chapter 17 must be tested by an
independent testing laboratory certified by AWS and approved by the owner at the
Contractor’s expense. Field welding, where required or allowed, will be inspected by a
representative of the owner at the owner’s expense . This does not relieve the Contractor of
responsibility of performing his own inspections and testing to ensure that all items are
properly constructed.
All shop welds shall be ground smooth.
Any shop paint on metal surfaces adjacent to joints to be field welded shall be wire brushed
to remove the paint film prior to welding.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 5
5-4
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\5 Metals.docx 6/24/25 2:58 PM
© 2025 RH2 Engineering, Inc.
Where steel items to be welded are galvanized, galvanizing must first be removed by grinding
with a silicon carbide wheel, by grit blasting or by sand blasting.
Any cutting or grinding equipment used on stainless steel must be new or only previously used
on other stainless-steel material.
All stainless-steel shop welds shall be pickled after welding to remove heat damage and
contaminants. Field welds must be passivated using an Engineer approved product (Citrisurf
2210 or equal). If the metal will be in contact with potable water, pickling and passivation
products must be citric acid based and thoroughly removed, or use a product approved by
USDA or NSF.
Installation
Fabrications shall be installed as shown on the approved shop drawings. All members shall be
accurately located and erected plumb and level.
Metal fabrications shall be installed or erected as based on the American Institute of Steel
Construction (AISC) “Specification for the Design, Fabrication, and Erection of Structural
Steel for Buildings”, latest edition, plus all referenced code requirements.
Temporary bracing, such as temporary guys, braces, false -work, cribbing, or other elements,
shall be provided by the Contractor in accordance with the requirements of the “Code of
Standard Practice”, wherever necessary to accommodate all loads to which the structure may
be subjected, including construction loads. Such bracing shall be left in place as long as may
be required for safety. As erection progresses, the work shall be securely bolted or welded to
compensate for all loads during construction.
No permanent bolting or welding shall be performed until the structure has been properly
aligned.
5.05.23 Bolts and Other Connectors For Structural Elements
Part 2 - Products
Materials
Bolts and other connectors not specifically called out otherwise shall be in accordance with
the following.
Under no circumstances shall the fasteners be of lesser strength or higher corros ion potential
than the materials being connected.
Connection bolts, nuts and washers for all materials in wet, damp or corrosive locations shall
be Stainless Steel, alloy 304 in raw domestic or treated domestic water , alloy 316 in treatment
process and sewage applications, and alloy 317 for acidic transport. Bolts and nuts shall meet
ASTM F593B (bolts ¼-inch to 1½-inch in diameter with 30 ksi yield) and F594B (nuts). Use
Nitronic 60 bolts and nuts for strong chlorine environments.
Steel and cast-iron fabrications: Connection bolts for dry locations shall be ASTM A307
galvanized or zinc plated bolts.
Structural Plastic Fabrications: Connection bolts shall be ASTM A307 galvanized in dry
applications and Stainless Steel in wet, damp or corrosive locations.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 5
5-5
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\5 Metals.docx 6/24/25 2:58 PM
© 2025 RH2 Engineering, Inc.
Aluminum Fabrications: Connection bolts shall be ASTM A307 galvanized . Aluminum
fasteners may be allowed where high strength is not needed (e.g. mounting expanded metal
screens, or louver fins), confirm with Engineer prior to use. Steel screws must be galvanized,
or zinc plated. 300 Series stainless steel fasteners allowed only with the use of isolating washers.
Stainless steel fabrications: Fasteners to match same stainless series as structure (e.g. 300 series
fasteners with 300 series structure)
Bolts installed into hardened concrete shall be Concrete Anchors per section 3.15.19.
Bolts and studs shall be long enough that at least two threads extend beyond the face of the
tightened nut.
For pump anchor bolts, see Division 11.
For mechanical pipe (non-structural) connections, see Division 15.21, “Common Work for
Pipe and Fittings”.
Part 3 - Execution
Installation
All materials to be joined together shall be connected as shown on the Plans, specifications,
as recommended by the manufacturer, or as required by standard industry practices if not
otherwise specified.
Dissimilar metals:
In damp locations, isolate dissimilar metals using nylon isolation sleeves and washers,
Cooper B-Line Nylon Headed Sleeve Kit or equal.
For wet locations: avoid dissimilar metals unless specifically approved or shown. Use
similar metals with welded connections. If approved or shown, use galvanized mild steel
bolts installed into prepped and coated holes with additional field coating over the top of
bolt.
5.50 METAL FABRICATIONS
5.51 METAL STAIRS
5.51.05 Common Work for Stairs and Ladders
Part 1 - General
Design Requirements
Stair treads shall be prefabricated units that bolt on to stair side rails. Stair treads shall meet all
ASCE 7, IBC, and OSHA Section 1910.24 requirements.
Ladders shall meet the requirements set forth in the IBC, ASCE 7, OSHA 1910.27 and WAC
296-876.
Safety cages, platforms, and fall prevention devices shall be provided as shown on the Plans.
They shall comply with WAC Section 296-876-60065 through 296-876-60080.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 5
5-6
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\5 Metals.docx 6/24/25 2:58 PM
© 2025 RH2 Engineering, Inc.
Ladders shall extend the full distance from base landing to top access plus extension. Ladders
that are short shall be field extended by method approved by the Engineer or replaced with
proper length ladder.
Part 2 - Products
Materials
Stairs and ladders shall be complete with accessories as indicated on the Plans and as necessary
for a secure installation.
Fabrication
Ladders shall be shop assembled, pre-drilled and prepared for field attachment of standoff
clips, or as otherwise shown.
5.52 METAL RAILINGS
5.52.05 Common Work for Railings
Part 1 - General
References
Handrail and Guardrail systems shall be designed to meet the requirements of the IBC, ASCE
7, OSHA, and shall comply with Section 296-24-750 of the Washington Administrative Code.
Performance Requirements
Handrails and guardrails shall be designed to withstand a 200 lbs. concentrated load applied
in any direction at any point to the top rail. Handrails and guardrails shall also be designed to
withstand a load of 50 lbs./foot applied horizontally to the top rail. The two loads will not be
applied simultaneously. The completed handrail installation shall prevent the passage of a
sphere not more than 4-inch in diameter in areas with public access or, in areas not open to
the public, shall have at least a midrail and top rail with 19-inches maximum vertical space
between.
Part 2 - Products
Components
Handrail and guardrail systems shall be supplied and installed complete with posts, rails, toe -
boards, connectors, plugs, end caps, bolts, nuts and washers, and other accessories as required
for a complete installation. Post spacing shall be a maximum of 5 feet, 0 inches on horizontal
runs and 4 feet, 0 inches on inclined runs, or as shown on the Plans. Post locations shall be
no greater than 24 inches nor less than 9 inches from horizontal or vertical change in handrail
direction.
Posts shall not interrupt the continuation of the top rail at any point along the railing, including
corners and end terminations. The top surface of handrail or guardrail shall be smooth and
shall not be interrupted by a projecting fitting. (OSHA 1910.29(b), WAC 296-24-75011(1))
Toe-board is required where shown on the Plans, and where there is a danger of tools,
materials, or equipment falling and striking employees below and shall conform to OSHA
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 5
5-7
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\5 Metals.docx 6/24/25 2:58 PM
© 2025 RH2 Engineering, Inc.
standards. Toe-board shall be a minimum of 3.5-inches tall. Toe-board shall begin ¼-inch
above the walking surface where the walking surface is a solid surface to allow for drainage
(not required for grating walking surface).
Handrail shall be base mounted to concrete unless specifically shown otherwise on the Plans.
Finishes
Steel rail systems shall be hot dip galvanized.
5.53 METAL GRATINGS
5.53.05 Common Work for Gratings
Part 1 - General
Design Requirements
Grating shall be selected for a ¼-inch maximum deflection under a uniform live load of
100 psf or a point live load of 500 pounds at any point on the grating (whichever is more
critical), unless otherwise shown on the Plans. Thickness shall be as needed to meet these
requirements unless otherwise shown on the Plans.
Panels shall be sized such that any single grating piece shall not weigh more than 50 pounds.
The horizontal clearance between the grating and grating supports shall not be less than
¼-inch nor greater than ½-inch. Contractor shall field measure grating supports as required
to achieve required fit. Shop drawings shall be based on field dimensions as appropriate.
Part 2 - Products
Materials
Unless shown otherwise, materials used for supporting members shall match the materials
used for the grating except all embedded grating supports shall be stainless steel, and grating
supports for FRP grating may be stainless steel.
Attachment between grating and supporting members below grating shall be made with a
minimum of four clips per panel. All mechanical grating clips shall be manufactured of Type
316SS (stainless steel).
Fabrication
Grating shall be fabricated in such a manner that field cutting and drilling is not required.
Panels shall be fabricated and installed in strict accordance with the manufacturer’s
recommendations.
Part 3 - Execution
Installation
Cut notches around pipes, conduits and other penetrations in such a way that panel
removal/installation will not impinge on said objects. The horizontal clearance around grating
panels shall not be less than 1/8-inch nor greater than 3/8-inch. File and de-burr cut edges.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 5
5-8
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\5 Metals.docx 6/24/25 2:58 PM
© 2025 RH2 Engineering, Inc.
Contractor shall field measure grating supports as required to achieve required fit. Shop
drawings shall be based on field dimensions as appropriate.
5.53.13 Bar Gratings
Part 2 - Products
Materials
Steel grating shall be welded rectangular bar grating, maximum 4-inch by 13/16-inch bar spacing
unless otherwise noted on the Plans. Grating shall have a minimum bearing bar thickness of
3/16-inch. All edges of metal grating shall be banded with 3/16-inch banding matching the depth
of the grating. Depth of bars shall be as shown, or as required for loads and spans.
Aluminum grating shall be swaged grating, maximum 4-inch by 13/16-inch bar spacing, unless
otherwise noted on the Plans. Grating shall have a minimum bearing bar thickness of
3/16-inch. All edges of metal grating shall be banded with 3/16-inch banding matching the depth
of the grating. Depth of bars shall be as shown, or as required for loads and spans.
6-1
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\6 Wood Plastics and Composites.docx 6/24/25 2:59 PM
© 2025 RH2 Engineering, Inc.
Division 6
Wood, Plastics, and Composites (Not Used)
7-1
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\7 Thermal and Moisture Protection.docx 6/24/25 2:59 PM
© 2025 RH2 Engineering, Inc.
Division 7
Thermal and Moisture Protection (Not Used)
8-1
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\8 Openings.docx 6/24/25 2:59 PM
© 2025 RH2 Engineering, Inc.
Division 8
Openings
8.00 GENERAL
Sections in these specifications titled “Common Work for . . .” apply to all following subsections
whether directly referenced or not.
8.05 Common Work for Openings
Part 1 - General
Summary
This division covers furnishing all labor, materials, and equipment necessary for providing all
interior and exterior doors, frames, and windows.
Related Sections
• Division 5.05.23 Bolts and Other Connectors
Submittals
Submittal information shall be provided to the Owner for the following items:
• Hatches
8.30 SPECIALTY DOORS
8.31 Access Doors and Panels
8.31.20 Vault Hatches
Part 1 - General
Summary
Access hatches shall be of the dimensions and type shown on the project Plans.
Related Sections
1.52.20 Locks and Keys
Performance Requirements
Access doors located in sidewalks or off regularly traveled path areas shall be rated for H-20
(AASHTO) loading.
Submittals
Provide manufacturer’s statement of load rating.
For aluminum frames to be cast in concrete, provide submittal for frame coating.
Locate gutter drain outlet location and routing of drain line to its intended location.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 8
8-2
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\8 Openings.docx 6/24/25 2:59 PM
© 2025 RH2 Engineering, Inc.
Finishes
Aluminum hatch frames shall be protectively coated prior to casting in concrete to prevent
the accelerated corrosion that occurs when aluminum is in contact with concrete.
Warranty
Manufacturer shall guarantee against defects in material or workmanship for a period of five
years.
Part 2 - Products
Manufacturers
Hatches shall be equal to USF Fabrications, Bilco, Halliday or LW Products.
Components
Access hatches shall have aluminum diamond plate door leaf (or leaves), stainless steel spring
lift, neoprene weather seal, stainless steel hardware, self-latching stainless-steel slam lock, and
recessed padlock hasp with cover. An unkeyed internal lever shall open the latch to prevent
accidental entrapment. Any drainage provision provided by the hatch or frame shall be routed
to the vault or building sump or drain system using Sch 40 PVC anchored to the walls and
ceiling unless shown otherwise on the plans.
Frame shall be channel style with a full anchor flange around the perimeter and shall allow for
controlled water drainage away from the opening.
Compression spring operator lift system enclosed in telescopic tubes, expansion spring, or
torsion springs shall be provided for smooth, easy and controlled door operation throughout
the entire arc of opening and closing. Operation shall not be affected by temperature. The
door shall automatically lock in the vertical position by means of a heavy steel hold -open arm
with release handle.
Access hatches in areas that receive regular vehicle traffic shall be provided with welded clips
and hold down bolts to secure the hatch to the frame.
Part 3 - Execution
Installation
Installation shall be in accordance with manufacturer’s instructions.
Hatch gutter drain shall be connected to 2.5-inch or larger Schedule 40 PVC pipe and routed
to daylight or storm drain unless shown otherwise on the plans.
Field Quality Control
Frame shall be installed square and true without binding of door throughout the full arc of
travel. Mis-operation of door shall be corrected by the Contractor.
9-1
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\9 Finishes.docx 6/24/25 3:00 PM
© 2025 RH2 Engineering, Inc.
Division 9
Finishes
9.00 GENERAL
This division covers work necessary for providing all materials, equipment, and labor to coat
all items in accordance with these specifications.
Sections in these specifications titled “Common Work for . . .” apply to all following subsections
whether directly referenced or not.
9.90 PAINTING AND COATING
9.90.05 Common Work for Painting and Coating
Part 1 – General
Scope
The work specified in this Section covers the furnishing and installation of protective coating,
complete in place. Shop coating and/or factory applied finishes on manufactured or fabricated
items may be specified elsewhere. Regardless of the number of coats previously applied, at
least two coats of paint shall be applied in the field to all coated surfaces unless otherwise
specified herein.
Definitions
Applicator: When used to describe work, the applicator is the party who is qualified for and
performs the coating work. When used to describe contract requirements, the Contractor has
responsibility as the applicator unless specifically stated otherwise. C ontract requirements
include but are not limited to submittals, warranties, insurance, etc.
Submittals
• Products: Before beginning any painting or coating, submit a list of coatings and
manufacturers for review by the Owner. Do not provide an indiscriminate collection of
data sheets. Include the application each coating is intended for, any surface preparation,
number of coats, method of application, and coating thickness. If submitted products are
manufactured by a company other than the specified reference standard, provide complete
comparison to specified projects including application procedures, coverage rates, an d
verification that product is appropriate for intended use. Provide information that
demonstrates the submitted products are equal to the performance standards of products
manufactured by Tnemec Corporation, which is the reference standard.
• Colors: Provide color choices with physical cards prepared by the coating manufacturer.
Electronic (PDF, jpg, etc.) charts, and charts made from office printers or copiers are not
acceptable. If the Owner elects to make preliminary selection from an electr onic or printed
chart, the Contractor must provide physical samples of the colors selected for the Owner’s
approval.
• For exterior coatings, the Contractor must provide physical samples for the Owner’s
approval of the Owner’s color choice(s) using the actual coatings to be applied. Samples
must be no smaller than 6-inches by 6-inches.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 9
9-2
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\9 Finishes.docx 6/24/25 3:00 PM
© 2025 RH2 Engineering, Inc.
• Safety Data Sheets (SDS): Provide an SDS for every materials including solvents.
• Schedule: Provide a schedule of coating operations and inspection timing.
Performance Requirements
All finishes potentially in contact with potable water shall be National Sanitation Foundation
(NSF) 61 or 600 certified for contact with potable water . Certification from the NSF or UL
shall be supplied in writing at the time of the submittal process for Finishes . Verify the
submitted coatings’ current NSF requirements, restrictions, and applicability to the coated
items. Verify finishes used on the project are compliant with primary and secondary standards
of the Safe Drinking Water Act. Any violation shall be remedied at the Contractor’s expense.
The completed coating shall produce a minimum dry film thickness in accordance with the
specifications as determined by the microtest thickness gauge or comparable instrument . In
areas where this thickness is not developed, sufficient additional coats shall be applied to
produce it.
Quality Assurance
The Contractor is responsible for compatibility of all shop and field applied paint products
including the use of primer, intermediate , and top coats by different manufacturers if
applicable. For any Contractor initiated substitutions, the Contractor shall verify complete
compatibility between coatings provided for the project . If coatings are not compatible per
manufacturer’s review it is the Contractor’s responsibility to remove incompatible coatings
fully and replace with compatible coating systems.
Paint used in the first field coat over shop painted or previously painted surfaces shall cause
no wrinkling, lifting, or other damage to the underlying paint.
The Contractor is responsible for obtaining written documentation from equipment/material
manufacturers regarding the date at which shop prime coatings are applied and shall strictly
adhere to the coating manufacturer’s recommendations for recoat time inte rvals. The
Contractor shall submit to the Owner such documentation upon request.
Storage and Handling
Bring all materials to the job site in the original sealed and labeled containers of the paint
manufacturer. Materials are subject to inspection by the Owner. Store paint supplies as
recommended by the manufacturer and as approved by the Owner.
Extra Materials
For any products that have a shelf life longer than one year, provide one unbroken gallon
container of each type and color of paint and each type of solvent and thinner used, as
requested by the Owner. Dispose of all extra materials not desired by the Owner.
Waste Products
Collect, contain, transport, and dispose all waste products generated for this project. Cleaning
and disposal shall comply with all federal, state, and local pollution control laws . Provide
acceptable containers for collection and disposal of waste m aterials, debris, and rubbish.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 9
9-3
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\9 Finishes.docx 6/24/25 3:00 PM
© 2025 RH2 Engineering, Inc.
Cleaning and disposal shall comply with all federal, state, and local pollution control laws .
Provide appropriate containers for collection and disposal of waste, debris, and rubbish .
Part 2 – Products
Manufacturers
The following coating system manufacturers are approved subject to compliance with the
Specifications contained herein:
1. Polyester
2. Tnemec Company
3. Sherwin Williams
4. RainGuard
5. Or Equal
The specified coating establishes the type and quality of the coating desired. Other
manufacturers’ products will be accepted provided sufficient information is submitted to allow
the Owner to determine that the coatings proposed are equivalent to those na med. Proposed
coating shall be submitted for review in accordance with Division 1. Requests for review of
equivalency will not be accepted from anyone except the Contractor.
Substitutions of the coatings of other manufacturers will be considered only if equivalent
systems of coatings can be provided and only if a record of satisfactory experience with the
system in equivalent applications is available. Offers for substitutions will not be considered
which decrease film thickness, solids by volume or the number of coats to be applied, or which
propose a change from the generic type of coating specified herein. All substitutions shall
include complete test reports to prove compliance with specified performance criteria.
Part 3 – Execution
Preparation
Take any measures necessary to prevent over-spray of structures and/or components in the
field from both preparation and coating work. Should over-spray occur, the Contractor is
responsible for all costs associated with any damage resulting from over-spray.
Installers
Contractor is responsible for quality assurance including the retention of a coating applicator
with experience necessary to complete the work as specified. Applicator’s personnel shall be
adequately trained for application of specified coatings. Applicator must prove adequate
experience with the coatings specified for this project.
Examination
The Owner shall inspect and approve all surface preparations prior to application of any
coating. Provide 24-hour notice prior to surface inspection needs.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 9
9-4
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\9 Finishes.docx 6/24/25 3:00 PM
© 2025 RH2 Engineering, Inc.
Preparation
Prepare surfaces in accordance with the recommendations of the manufacturer of the coating
to be applied to the surface, or the surface preparation requirements of these specifications,
whichever are stricter. In general, all surface preparation shall meet Structural Steel Painting
Council (SSPC) Surfacing Preparation (SP) guidelines, the National Association of Corrosion
Engineers (NACE), and/or the Association for Materials Protection and Performance
(AMPP) (formerly NACE/SSPC) as noted herein unless more strictly described by coating
manufacturer.
Apply coatings only during weather meeting the coating manufacturer ’s recommendations.
Air and surface temperatures, humidity, and all other environmental conditions shall be within
limits prescribed by the manufacturer for the coating being applied, and work areas shall be
reasonably free of airborne dust at the time of application and while coating is drying.
Materials shall be mixed, thinned, and applied according to the manufacturer’s printed
instructions. Dry Film Thickness (DFT) shall be as stated herein or applied based on coverage
rates of square feet per gallon (sq. ft./gal).
Installation/Construction
Apply paint in strict accordance with manufacturer’s printed instructions except that coating
thickness specified herein shall govern . Finished coating on all items shall be clean,
undamaged, and of uniform thickness and color.
Coat in a manner satisfactory to the Owner . The DFT listed in these specifications must be
met, regardless of the applied film thickness or number of coats.
Observe all safety precautions stated in the manufacturer’s printed instructions. Provide
adequate ventilation and lighting at all times.
The manufacturer’s recommended drying time shall be construed to mean “under normal
conditions”. Where conditions are other than normal because of weather, confined spaces,
or other reason, longer drying times may be necessary. The manufacturer’s recommen dation
for recoating time intervals shall be strictly adhered to.
Field Quality Control
The prime Contractor shall be completely responsible for coating quality . The Contractor shall
provide both wet and dry film gauges and make such available to the Owner when requested.
If coating inspector finds anomalies and/or defects, the Contractor shall re-prep and recoat
those areas per the coating manufacturer’s instructions.
Acceptance of the completed coatings shall be based on the proper application and proper
preparation of the coated surfaces, and a finished product that meets minimum thickness and
does not contain runs, drips, surface irregularities, overspray, color variations, scratches,
pinholes, holidays, and other surface signs that detract from the overall performance and/or
appearance of the finished project.
If, in the Owner’s sole opinion, the finished color of exterior coatings does not match that of
the submitted and approved colors, the Contractor will recoat as necessary to achieve the
approved color at no additional cost to the Owner.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 9
9-5
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\9 Finishes.docx 6/24/25 3:00 PM
© 2025 RH2 Engineering, Inc.
Inspection
For metals exposed to exterior atmospheric conditions, first coat of paint or primer must be
placed within four hours of passing inspection. Bare steel must be reblasted and reinspected
if not successfully coated within this four-hour time frame, at the Contractor’s expense.
Use the Pictorial Surface Preparation Standards for Painting Steel Surfaces (VIS -1) by the Steel
Structures Painting Council (SSPC) as a visual standard for inspection of surface preparation
of metal surfaces. Test-Tex Tape may also be used to verify surface profile.
Inspect each coat prior to application of the next coat. Areas found to contain runs, overspray,
roughness, streaks, laps, sags, or other signs of improper application shall be repaired or
recoated in accordance with the manufacturer’s recommendations. Finish coats shall be
uniform in color and sheen. Surface preparations and coatings not inspected and approved by
the Owner will be uncovered for inspection and approval at no additional cost to the Owner.
Repair/Restoration
The Contractor is responsible for all costs associated with any damage that occurs as a result
of over-spray.
Scratched, chipped, or otherwise damaged coatings, including factory coatings, shall be
repaired before final acceptance will be given.
Cleaning
If any cleaning of equipment at the site is performed with solvents, such work shall be done
over leak-proof linings. Preparation or coating materials may not be disposed of onsite.
9.90.13 Unpainted Items
Part 1 – General
Summary
Do not coat the following items unless specifically directed otherwise in these specifications
or on the Plans.
• Aluminum, plastic, or stainless-steel items.
• Brass and copper pipe, valves, and fittings for plumbing fixtures.
• Nameplates, labels, or identification tags.
• Sensors, switches, transmitters.
Field painting is not required for equipment listed below if they come with a factory finish
epoxy, polyurethane, or powder coat. Items supplied with only a factory prime coat must be
field coated.
• Electrical panels
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 9
9-6
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\9 Finishes.docx 6/24/25 3:00 PM
© 2025 RH2 Engineering, Inc.
9.91.13.02 System 1: Powder Coating for Steel Handrail and
Other Architectural Features
Part 1 – General
Summary
This Section applies to the guardrail and stair rail at Kensington Crest Lift Station.
Performance Requirements
The powder-coat shall have the following properties:
1. Adhesion: No less than 100 percent (cross hatch/tape adhesion test per
ASTM D3359-97).
2. Color/Gloss Change: None below 80 percent over-bake (test per ASTM D2454-79).
3. Hardness: No less than 1H minimum (pencil hardness test per ASTM D3363-00).
4. Resistance to Impact: No less than 160-inch lb. direct and inverted. (ASTM D2794)
5. Resistance to Bending: No visible cracking (¼-inch bending test per ASTM 522).
6. Resistance to Salt Spray: No more than ⅛-inch scribe creep in 1000+ hours (salt spray
test per ASTM B117-73).
7. Resistance to Humidity: No visible red rust under 1,000+ hours (humidity test per
ASTM D2247-68).
8. Degree of Gloss: No less than 60 percent (specular gloss test per ASTM D523-80).
Part 2 – Products
1. Polyester System
a. Primer: 3M Scotchkote fusion bonded epoxy (2 to 4 Mil DFT)
b. Finish Coat: Valmont polyester powder coating with UV stabilizers (2 to 4 Mil
DFT)
Part 3 – Execution
Construction
Cure in an oven at temperatures required by the powder coating manufacturer.
Preparation
Sandblast all parts and treat with iron phosphate and seal with non-chromic process.
Field Quality Control
Finished coating shall be smooth to the touch with no visible lumps, bumps, or cracks.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 9
9-7
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\9 Finishes.docx 6/24/25 3:00 PM
© 2025 RH2 Engineering, Inc.
9.97.23.11 System 2: Anti-Graffiti Coating on Concrete
Retaining Wall Exterior at Kensington Crest Lift Station
Part 1 - General
Summary
This Section applies to the vertical concrete portion of the retaining wall at Kensington Crest
Lift Station. This coating system is intended to aid in the removal of graffiti and shall be applied
to the exterior surface of the above grade vertical concrete retaining wall, including the interior
and exterior walls.
Part 2 – Products
Materials
1. Tnemec
a. First Coat: Tex-Cote RainStopper 1750 W (dilute per manufacturer’s
recommendations depending on substrate)
b. Second Coat: Tex-Cote Graffiti Gard IV in low luster clear. Apply per
manufacturer’s recommendations.
2. Sherwin Williams
a. Anti-Graffiti Coating 1K
i. Concrete: One coat 150-200 sq.ft./gallon.
3. RainGuard
a. First Coat: Micro-Seal
i. Concrete: 125-150 sq.ft./gallon.
b. Second Coat: VandlGuard (200-300 sq. ft./gallon depending on substrate)
Part 3 – Execution
Preparation
Surface must be clean, dry, and in sound condition. Remove all oil, dust, grease, dirt, loose
rust, and other foreign material to ensure adequate adhesion . Refer to SSPC-SP13/NACE 6,
or ICRI 03732, CSP 1-3. Concrete and mortar must be cured at least 28 days at 75 degrees
Fahrenheit (24 degrees Celsius). Remove all loose mortar and foreign material. Surface must
be free of laitance, concrete dust, dirt, form release agents, moisture curing membranes, loose
cement and hardeners. Fill bug holes, air pockets and other voids with Cement-Plex 875 or
equal. Weathered masonry and soft or porous cement board must be brush blasted or power
tool cleaned to remove loosely adhering contamination and to get to a hard, firm surface.
Laitance must be removed.
10-1
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\10 Specialties.docx 6/24/25 3:01 PM
© 2025 RH2 Engineering, Inc.
Division 10
Specialties
10.00 GENERAL
This division covers that work necessary for fabricating and installing all furnishings and
accessories as described in these specifications and as shown on the Plans.
Sections in these specifications titled “Common Work for . . .” apply to all following
subsections whether directly referenced or not.
10.05 Common Work for Specialties
Part 1 - General
Submittals
Submittal information shall be provided to the Owner for the following items:
• Equipment Signs
10.06.10 Schedules for Signage
Part 2 - Products
Materials
Unless otherwise specified, text shall be white on a background color shown below.
Purpose Plate Color
General Black
Electrical Black
Waste Water Green
Part 3 - Execution
Installation
Install signs/markers directly on the devices in a location that does not interfere with the
device operation or maintenance. If the device is too small or otherwise impractical to
mount marker, locate marker as close as possible to the device on an adjacent surface.
10.10 INFORMATION SPECIALTIES
10.14.23 Panel Signage
Part 2 - Products
Materials
Equipment Signage
1. Equipment signs shall be plastic-laminated 1-inch high, by required length, by
⅛-inch thick, with ½-inch high letters in N-2 Standard Gothic characters.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 10
10-2
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\10 Specialties.docx 6/24/25 3:01 PM
© 2025 RH2 Engineering, Inc.
Construction Fence Perimeter Signage
1. Signs shall be made of polyethylene and be ⅛-inch thick minimum. Sign shall have a
white background with construction orange print. Font shall be readable from
100 feet.
2. During construction, if construction site is to be partially or completely enclosed,
signs stating “Construction Area, Keep Out” shall be placed so that at any location
around the construction site within 100 feet of a sign can be read from that distance.
Upon removal of temporary construction fencing, remove signs from fencing and
deliver to Owner.
Electrical and Control Equipment
1. All components provided under this specification, both field - and panel-mounted,
shall be provided with permanently-mounted nametags. The Engineer shall have
complete control over the hardware to be labeled and the labeling provided . Provide
labels as directed.
2. Provide a name tag for each piece of equipment and for each circuit and/or control
device associated with the equipment.
3. Provide a nameplate for each control center unit door.
4. Electrical equipment name plates and service legends shall be phenolic-engraved,
rigid, laminated plastic type with adhesive back. Letter height shall be 5/16-inch unless
specified otherwise on the Plans. Labeling shall clearly identify the associate
component. Color shall be black background with white letters.
5. Warning nameplates shall be provided on all panels and equipment which contain
multiple power sources which may have energized circuits with the main
disconnecting means in the off position . Lettering shall be white on red background.
6. Tags shall be securely attached. Adhesive backed tags shall also have at least two
brass screws for positive fastening.
7. Provide engraved nameplates indicating load served, voltage, and phase for every
circuit breaker, panel board, switchboard, motor control center, motor starter,
disconnect switch, and fused switch.
10.40 SAFETY SPECIALTIES
10.45 Facility Fall Protection
10.45.14 Ladder Extension Post
Part 2 - Products
Manufactured Products
Ladder-mounted extension post with 1½-inch square or round post riser. Aluminum,
stainless steel, or powder coated steel. Post to extend no less than 42-inches.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 10
10-3
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\10 Specialties.docx 6/24/25 3:01 PM
© 2025 RH2 Engineering, Inc.
Post must be spring assisted and automatically lock in the extended position with a lever to
release. Posts that turn to lock are not acceptable. Bilco, Babcock -Davis model BSP, or
approved equal.
Part 3 - Execution
Installation
Install per the manufacturer’s instructions, and in a location approved by the Owner.
11-1
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\11 Equipment.docx 6/24/25 3:01 PM
© 2025 RH2 Engineering, Inc.
Division 11
Equipment (Not Used)
12-1
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\12 Furnishings.docx 6/24/25 3:01 PM
© 2025 RH2 Engineering, Inc.
Division 12
Furnishings (Not Used)
13-1
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\13 Special Construction.docx 6/24/25 3:01 PM
© 2025 RH2 Engineering, Inc.
Division 13
Special Construction (Not Used)
14-1
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\14 Conveying Systems.docx 6/24/25 3:01 PM
© 2025 RH2 Engineering, Inc.
Division 14
Conveying Systems (Not Used)
15-1
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\15 Mechanical.docx 6/24/25 3:02 PM
© 2025 RH2 Engineering, Inc.
Division 15
Mechanical
15.00 GENERAL
This division covers the work necessary for furnishing and installing mechanical
appurtenances and accessories as described in these Specifications and shown on the Plans.
Sections in these specifications titled “Common Work for . . .” shall apply to all following
subsections whether directly referenced or not.
15.05 Common Work for Mechanical
Part 1 - General
Summary
Provide the necessary piping, plumbing, fittings, and appurtenances to make all piping systems
complete, tested, and ready for operation as specified herein and as shown on the Plans. Some
fittings that are necessary for the complete piping system installation and operation may not
have been shown. Provide fittings, pipe, and appurtenances necessary, whether shown on the
Plans or not, to make all piping systems complete, tested, and ready for operation.
Some pipe supports, thrust blocking, and tie rods are not shown on the Plans. Provide pipe
supports, thrust blocking, and tie rods for pipes as required by accepted design criteria to
support and restrain the loads encountered.
Related Sections
• Division 1.81.30 Seismic Restraint and Anchorage
Submittals
Submittal information shall be provided to the Owner for the following items:
• PVC pipe and fittings
• Underdrain pipe
• Other mechanical components listed in this division or required by the Engineer
Part 2 – Products
Materials
All valves, meters, hydrants, specialties, appurtenances, and other such mechanical and
plumbing components that are of similar purpose shall be of a single manufacturer and model
line. Do not “mix and match” unless specifically stated otherwise or allowed by the Engineer.
The intention of this requirement is to maintain consistency across all components installed
on the project for function, maintenance , aesthetics, and details of installation.
Part 3 - Execution
Field Quality Control
Pressure gauges used for testing and commissioning shall be in good working order and scaled
appropriately for the test. Scale range shall not exceed 200% of the test pressure. For example,
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 15
15-2
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\15 Mechanical.docx 6/24/25 3:02 PM
© 2025 RH2 Engineering, Inc.
for a 250 psi test, the gauge scale shall not exceed 500 psi. The Owner has the right to reject
any gauges that are suspect in their accuracy.
If any components that have been approved by the Owner are not rated for the specified
system test pressure, remove or isolate those components during pressure testing in a method
acceptable to the Owner. Said components must still be pressure tested in th eir permanent
configuration at their individual test pressure rating.
15.10 BURIED PIPE INSTALLATION
Part 1 – General
Site Conditions
Existing soils are unclassified except where specifically identified on the Plans or specification.
Part 3 - Execution
Preparation
Pothole ahead of pipe-laying a sufficient distance at located utility crossings and where noted
on the plans to allow room to make vertical adjustments as necessary to avoid existing utilities .
Should the Contractor fail to pothole identified utility crossings, any subsequent adjustments
necessary shall not be cause for cost or time claim. If the area potholed is in a travelled area
and will be reopened to traffic more than one day in advance of pipelaying through the zone,
the hole shall be patched with hot or cold mix, the cost of which shall be incidental.
Provide the results of potholing to the Owner no less than two working days in advance of
utility installation. Provide a written record of size, materials, and locations for found utilities
to an accuracy of 0.5 foot horizontal and 0.1 foot vertical. Failure to record locations clearly
and legibly will result in non-payment.
Installation
Install pipes to the depth shown on the trench detail, unless superseded by depth shown on
the profile. Unless specified otherwise, install pipe to the following tolerances:
• Pressure pipes: 0.5 feet horizontal, 0.2 feet vertical. Regardless of vertical tolerance, do not
create new high points not otherwise shown on the plans.
• Gravity pipes: 0.5 feet horizontal, 0.03 feet vertical. Regardless of vertical tolerance, do
not lay pipe with reverse slope.
All non-metallic pipe, including service and air valve lines, shall include a tracer wire taped
every 5 feet to the top of the pipe. Loop tracer wire to the surface in accessible locations such
as valve boxes, meter vaults, or other surface access. If no access is available for more than
1,500 feet, provide a valve box specifically for the tracer wire. Wire shall be solid UF, 12AWG
minimum for 2,000 foot runs and less, or 10AWG for runs longer than 2,000 feet.
Keep openings in pipe closed during the progress of work. Install plugs to prevent water and
debris from entering pipe. No payment will be made to clean pipes.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 15
15-3
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\15 Mechanical.docx 6/24/25 3:02 PM
© 2025 RH2 Engineering, Inc.
15.11 Open Trench Pipe Installation
15.11.50 Trench Patching
Part 1 - General
Scheduling and Sequencing
The Contractor shall be required to patch all trenches installed within the existing pavement
with Commercial Hot Mix Asphalt to the depth as shown in the Plans. Trench patches shall
be installed no later than the second Friday following excavation for trenches parallel to the
road, and no later than two days following excavation for trenches crossing the road and across
intersections.
On trenches parallel to the roadway, provide and maintain crushed surfacing base course to a
smooth and level grade with the existing pavement until final patching is complete .
On trenches crossing the roadway or intersections, provide and maintain asphalt hot or cold
mix until final patching is complete.
Maintenance
Crushed surfacing used for temporary patching shall be inspected and repaired continuously,
including over weekends and other non-working periods. Temporary patching, regardless of
material used, shall be incidental to the project cost . No additional payment will be made.
Part 3 - Execution
Field Quality Control
Pavement patching that must be removed and replaced due to any failed testing will not
warrant additional payment.
15.18 Buried Piping Inspection and Testing
15.18.02 Buried Pressure Pipe Inspection and Testing
Part 3 - Execution
Preparation
Provide all required personnel and equipment and complete all tests required to demonstrate
the integrity of the finished installation for the approval of the Owner and all agencies having
jurisdiction.
Backfill the pipeline trench sufficiently to prevent movement of the pipe under pressure. All
thrust blocks shall be in place and sufficiently cured to reach design strength before testing .
Furnish, install, and remove temporary blocking where permanent blocking is not required
and remove it after testing.
All pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and other
equipment necessary for performing the test shall be furnished and operated by the
Contractor. Gauges used in the test may be required to be certified for accuracy at a laboratory
by the Owner. Gauge range shall not exceed 200-percent of the test pressure.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 15
15-4
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\15 Mechanical.docx 6/24/25 3:02 PM
© 2025 RH2 Engineering, Inc.
15.20 PIPE AND FITTINGS
15.21 Common Work for Pipe and Fittings
Part 2 - Products
Components
Under no circumstance shall the fasteners be of lesser strength or higher corrosive potential
than the materials being connected. If dissimilar metals are adjacent (for example: stainless
steel flange connecting to ductile iron flange) a dielectric insulation kit shall be used.
Fasteners for pipe and fittings: Per AWWA standards unless otherwise specified . All relevant
subsections of AWWA C100, C200, and C500. All bolts and studs shall be long enough so
that no less than two threads extend beyond the face of the nut. Non-submerged flange bolts
to be ASTM A307 Grade A, zinc plated.
Finishes
For conditions other than submerged, all nuts and bolts shall be zinc plated , and suitable for
above and below grade locations as required. Where above grade/exposed piping is specially
coated, the connecting nuts and bolts shall be coated using the same system unless directed
otherwise by the Owner.
Part 3 - Execution
Construction
All piping and related equipment to be joined shall be connected as shown on the Plans,
specifications, as recommended by the manufacturer or as required by standard industry
practices if not otherwise specified.
15.23 Non-Metal Pipe and Fittings
15.23.11 Underdrain Pipe
Part 1 - General
Design Requirements
Underdrain (or footing drain) pipe shall be perforated and may be one of the materials in the
following list, at the option of the Contractor. If no filter fabric around the gravel sump is
shown on the Plans, the pipe shall be provided with a full-length filter sock. Perforated
underdrain pipe shall meet the following requirements:
• Corrugated aluminum alloy - AASHTO designation M-197;
• PVC plastic - ASTM D-1785, Schedule 40;
• Corrugated high-density polyethylene dual wall, AASHTO designation M-252. Equal to
ADS N-12 dual wall perforated corrugated HDPE pipe.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 15
15-5
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\15 Mechanical.docx 6/24/25 3:02 PM
© 2025 RH2 Engineering, Inc.
If pipe materials above cannot be obtained with perforations from the manufacturer, the
Contractor or supplier shall perforate the pipe with 1/16-inch by 1-inch slots, or ½-inch diameter
holes located at 2:00 and 10:00 at 4-inch spacing.
Provide and install fittings if pipe cannot be bent around curved structures without kinking or
collapsing.
Part 3 - Execution
Construction
Lay perforated pipe with perforations down, with bedding and backfill as indicated on the
Plans. Use care in placing gravel backfill material to prevent its contamination . Compact
backfill as identified on the Plans.
15.23.12 PVC Pipe for Drain, Waste, and Vent (DWV)
Part 2 – Products
Design Requirements
Polyvinyl chloride for drain waste and vent (PVC-DWV) material for pipe fittings and
couplings shall conform to ASTM D-1784, Type 1, Grade 1, with 2,000 psi design stress. Pipe
shall be Schedule 40 or 80 in accordance with ASTM D-1785 and D2665 as shown on the
Plans. Pipe shall be dual labeled.
Cellular core PVC is not allowed.
Part 3 - Execution
Installation
Pipe bedding shall be clean granular material with no organics and no rocks larger than
½-inch for angular rock or ¾-inch for round-rock.
16-1
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
Division 16
Electrical
16.00 GENERAL
The Contractor shall provide all labor, material, tools, equipment and services required to
complete the furnishing, installation, wiring, connection, calibration, adjustment, testing and
operation of all electrical equipment, devices and components as indicated and implied by the
plans and specifications.
Sections in these specifications titled “Common Work for . . .” shall apply to all following sections
whether directly referenced or not.
The Contractor shall reference Division 1.25 regarding substitutes and “or-equals”.
16.05 Common Work for Electrical
Part 1 - General
Summary
Plans are diagrammatic and indicate general arrangements of systems and equipment, except
when specifically, dimensioned or detailed. The intention of the plans is to show size, capacity,
approximated location, direction and general relationship of one work phase to another, but
not exact detail or arrangement.
Regulatory Requirements
The Contractor shall coordinate and provide all permits, licenses, approvals, inspections by
the authority having jurisdiction and other arrangements for work on this project and all fees
shall be paid for by the Contractor. The Contractor shall include these fees in the bid price.
Related Sections
See the following sections for items that may be provided and/or installed with other electrical
equipment.
• Division 10.14 Signs for electrical equipment
• Division 17.50 Sensors and controls
Codes and Standards
Provide all electrical work in accordance with latest edition of National Electrical Code,
National Electrical Safety Code, Washington State Electrical Code, and local ordinances. If
any conflict occurs between government adopted code rules and these specifications, the
codes are to govern. All electrical products shall bear a label from a certified testing laboratory
recognized by the State of Washington. Recognized labels in the State of Washington are UL,
ETL, and CSA-US.
Definitions
Dry Locations: All those indoor areas which do not fall within the definitions below for wet,
damp, or corrosive locations and which are not otherwise designated on the Plans.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-2
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
Wet Locations: All locations exposed to the weather, whether under a roof or not, unless
otherwise designated on the Plans.
Damp Locations: All spaces wholly or partially underground, or having a wall or ceiling
forming part of a channel or tank unless otherwise designated on the Plans.
The words “plans” and “drawings” are used interchangeably in this specification and in all
cases shall be interpreted to mean “Plans”.
The word “provide” shall be interpreted to mean furnish and install.
Design Requirements
Unless otherwise noted, provide enclosures as follows:
1. Class 1, Division 1 and 2 Locations: NEMA Type 7
2. Indoors Unclassified Locations: NEMA Type 12
3. Outdoors and/or Wet Locations: NEMA Type 4X
Submittals
Provide submittals of each item specified in this division to engineer for approval in
accordance with Division 1 of these specifications. Submittals for motor control centers,
motor control panels, control panels, instrumentation panels, and pump control panels shall
include at a minimum: a wiring diagram or connection schematic, and an interconnection
diagram.
Wiring Diagram or Connection Schematic
1. Include all devices in a system and show their physical relationship to each other including
terminals and interconnecting wiring in assembly. This diagram shall be in a form showing
interconnecting wiring only by terminal designations (wireless diagram).
Interconnection Diagram
1. Show all external connections between terminals of equipment and outside points, such
as motors and auxiliary devices. Show references to all connection diagrams which
interface to the interconnection diagrams. Interconnection diagrams shall be of the
continuous line type. Show bundled wires on a single line with the direction of entry/exit
of the individual wires clearly shown . Identify all devices and equipment. Show terminal
blocks as actually installed and identified in the equipment complete with individual
terminal identification. All jumpers, shielding and grounding termination details not shown
on the equipment connection diagrams shall be shown on the interconnection diagrams .
Show spare wires and cables.
Provide submittal information for the following items:
1. Circuit Breakers
2. Conduit and Fittings
3. Outlet and Junction Boxes
4. Electrical Handholes and Vaults
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-3
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
5. Wire and Cables
6. Automatic Transfer Switch
7. Engine Generator Set
8. EG Fuel Tank
9. Generator Receptacle
10. Other Electrical Components listed in this Division and/or required by the Engineer.
Project Conditions
Contractor shall keep all power shutdown periods to a minimum . Carry out shutdowns only
after a shutdown schedule has been submitted and approved by both the Owner and the
Engineer.
Construction Power
See Division 1.51
Part 2 - Products
Source Quality Control
Provide adequate space and fit for the electrical installation, including, but not limited to,
determination of access-ways and doorways, shipping sections, wall and floor space, and space
occupied by mechanical equipment. Provide electrical equipment that fits in the areas shown
on the Plans. All equipment shall be readily accessible for maintenance, shall have electrical
clearances in accordance with National Electric Code (NEC) and shall be installed in locations
which will provide adequate cooling.
Do not use equipment exceeding dimensions indicated or equipment or arrangements that
reduce required clearances or exceed specified maximum dimensions unless approved by the
Owner.
Identification of Listed Products
Electrical equipment and materials shall be listed for the purpose for which they are to be
used, by an independent testing laboratory . When a product is not available with a testing
laboratory listing for the purpose for which it is to serve, the inspection authority may require
the product to undergo a special inspection at the manufacturer’s place of assembly. All costs
and expenses incurred for such inspections shall be included in the original contract price.
Materials
Use equipment, materials and wiring methods suitable for the types of locations in which they
will be located, as defined in Definitions above.
All materials and equipment specified herein shall, within the scope of UL Examination
Services, be approved by the Underwriter’s Laboratories for the purpose for which they are
used and shall bear the UL label.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-4
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
Components
Fasteners for securing equipment to walls, floors, and the like shall be either hot-dip galvanized
after fabrication or stainless steel. Provide stainless steel fasteners in corrosive locations. When
fastening to existing walls, floors, and the like, provide capsule anchors, not expansion shields.
Size capsule anchors to meet load requirements. Minimum size capsule anchor bolt is ⅜-inch.
Fasteners for securing to walls, floors, and the like shall meet the requirements of Division
5.05.23.
Accessories
Wire Identification
1. Identify each wire or cable at each termination and in each pull-box using numbered and
lettered wire markers. All electrically common conductors shall have the same number.
Each electrically different conductor shall be uniquely numbered. Identify panelboard
circuits using the panelboard identification and circuit numb er. Identify motor control
circuits using the equipment identification number assigned to the control unit by the
motor control center manufacturer and the motor control unit terminal number. Identify
other circuits as approved by the Engineer. Identify each wire or cable in each pull -box
with plastic sleeves having permanent markings. Conductors between terminals of
different numbers shall have both terminal numbers shown at each conductor end. The
terminal number closest to the end of the wire shall be the same as the terminal number.
Finishes
Refer to each electrical equipment section of these specifications for painting requirements of
equipment enclosures.
Part 3 - Execution
Installation
General
1. Complete the wiring, connection, adjustment, calibration, testing and operation of
mechanical equipment having electrical motors and/or built -in or furnished electrical
components in accordance with electrical code, UL listing requirements and
manufacturer’s instructions. Install electrical components that are furnished with
mechanical equipment.
2. Provide the size, type and rating of motor control devices, equipment and wiring necessary
to match the ratings of motors furnished with mechanical equipment.
3. Complete the procurement, installation, wiring, connection, calibration, adjustment,
testing and operation of all electrical devices, components accessories and equipment
which is not shown or specified but which is nonetheless required to make the systems
shown and specified properly functional.
Workmanship
1. Assign a qualified representative who shall supervise the electrical construction work from
beginning to completion and final acceptance.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-5
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
2. Provide all labor using qualified craftsmen, who have had experience on similar projects.
3. Ensure that all equipment and materials fit properly in their installations.
Field Services
1. Provide field services of qualified technicians to supervise and check out the installation
of the equipment, to supervise and check out interconnecting wiring, to conduct start -up
and operation of the equipment, and to correct any problems which occur dur ing testing
and start-up.
Installing Equipment
1. Provide the required inserts, bolts and anchors, and securely attach all equipment and
materials to their supports.
2. Install all floor-mounted equipment on 3½-inch high reinforced concrete pads.
3. Install all equipment and junction boxes to permit easy access for normal maintenance.
Cutting, Drilling, and Welding
1. Provide any cutting, drilling, and welding that is required for the electrical construction
work.
2. Structural members shall not be cut or drilled, except when approved by the Engineer.
Use a core drill wherever it is necessary to drill through concrete or masonry . Perform
patch work with the same materials as the surrounding area and finish to match.
Metal Panels
1. Mount all metal panels, which are mounted on, or abutting concrete walls in damp
locations or any outside walls ¼-inch from the wall and paint the back side of the panels
with a high build epoxy primer with the exception of stainless-steel panels. Film thickness
shall be 10 Mils minimum.
Seismic Requirements
1. See Division 1.81.30
Load Balance
1. Balance electrical load between phases as nearly as possible on panelboards, motor control
centers, and other equipment where balancing is required.
2. When loads must be reconnected to different circuits to balance phase loads, maintain
accurate record of changes made, and provide circuit directory that lists final circuit
arrangement.
Field Quality Control
Minor Deviations
1. The electrical plans are diagrammatic in nature and the location of devices, fixtures , and
equipment is approximate unless dimensioned. Based on this, the right is reserved by the
owner to provide for minor adjustments and deviations from the locations shown on the
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-6
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
Plans without any extra cost. Deviations from the Plans and/or specifications required by
code shall also be done, subsequent to Owner’s approval, without extra cost.
2. Plans indicate the general location and number of the electrical equipment items . When
raceway, boxes, and ground connections are shown, they are shown diagrammatically only
and indicate the general character and approximate location . Layout does not necessarily
show the total number of raceways or boxes for the circuits required. Furnish, install, and
place in satisfactory condition all raceways, boxes, conductors, and connections, and all of
the materials required for the electrical systems shown or noted in the contract documents
complete, fully operational, and fully tested upon the completion of the project.
Project Record Plans
1. A set of Plans shall be maintained at the job site showing any deviations in the electrical
systems from the original design. A set of electrical Plans, marked in red to indicate the
routing of concealed conduit runs and any deviations from the original design, shall be
submitted to the Owner for review prior to final acceptance.
2. After testing and acceptance of the project the Contractor shall furnish in the O&M
manuals an accurate connection schematic and interconnection diagram for every service
entrance panel, pump control panel, motor control center, and instrumentation panel
provided this project.
Cleanup and Equipment Protection
Equipment Protection
1. Always exercise care after installation of equipment, motor control centers, control panels,
etc., to keep out foreign matter, dust debris, and moisture . Use protective sheet metal
covers, canvas, heat lamps, etc., as needed to ensure equipment protection.
Cleaning Equipment
1. Thoroughly clean all soiled surfaces of installed equipment and materials upon completion
of the project. Clean out and vacuum all construction debris from the bottom of all
equipment enclosures.
Painting
1. Repaint any electrical equipment or materials scratched or marred in shipment or
installation, using paint furnished by the equipment manufacturer.
Final Cleanup
1. Upon completion of the electrical work, remove all surplus materials, rubbish, and debris
that accumulated during the construction work. Leave the entire area neat, clean and
acceptable to the Owner.
2. Lamps and fluorescent tubes shall be cleaned, and defective units replaced at the time of
final acceptance.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-7
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
16.10 ELECTRICAL SITE WORK
16.10.1 Common Work for Electrical Site Work
Part 1 – General
Summary
The work included in this section consists of furnishing and installing conduit, fittings,
handholes, pull vaults, warning tape, cables, wires, and related items, complete as specified
herein and as indicated on the Plans for a complete and functional underground electrical
system. Special vaults, grounding, trench backfill requirements may be specified with the
particular equipment or electrical system involved.
Related Sections
Wire and cable per Section 16.60.
Raceways and conduit per Section 16.70.
Design Requirements
Materials and equipment shall conform to the respective specifications and standards; and to
be the specifications herein. Electrical rating shall be as indicated on Plans.
Part 3 – Execution
Construction
Provide all excavation, trenching, backfill, and surface restoration required for the electrical
work.
Excavate to depths as required by Code, particular installation, or as shown on the Plans.
Trench width and length as required by the installation or as shown. Trench bottom shall be
free of debris and graded smooth. Where trench bottom is rock or rocky or contain s debris
larger than 1 inch or material with sharp edges, over excavate 3 inches and fill with 3 inches
of sand. Separation between new electrical utilities and o ther utilities shall be 12 inches
horizontal and 6 inches vertical minimum, except gas line separation shall be 12 inches both
vertical and horizontal. Cross concrete or asphalt only after surface material has been saw cut
to required width and removed.
Backfill around raceways shall be 3-inches of pea gravel or sand for systems of 600 volt or
less. Provide red marker tape over raceways below grade. Place backfill material to obtain a
minimum degree of compaction of 95 percent of maximum density at optimum moisture
content. Moisten backfill material as required to obtain proper compaction. Do not use broken
pavement, concrete, sod, roots or debris for backfill.
16.10.2 Underground Marking Tape (Detectable Type)
Part 2 – Products
Manufacturers
Tape shall be Brady “Detectable Identoline – Buried Underground Tape”, or equal.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-8
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
Materials
Underground marking tape shall be for location and early warning protection of buried power
and communication lines. Tape shall be detectable by a pipe/cable locator or metal detector
from above the undisturbed ground. Tape shall be nominally 2 inches wide with a type B721
aluminum foil core laminated between two layers of 5 Mil thickness polyester plastic. The
plastic color shall be red for electrical lines and orange for telephone lines.
Part 3 – Execution
Installation
Unless noted otherwise on Plans, install approved underground marking tape 12 inches above
and directly over the conduit or raceway in all trenches.
16.10.3 Handholes and Pull Boxes
Part 2 – Products
Manufacturers
Handholes and Pull boxes shall be Oldcastle or approved equal unless specified otherwise on
the Plans.
Materials
Provide handholes of reinforced precast concrete, or injection molded composite plastic
material. Handholes shall include a base, a body, extensions and a cover. Provide handholes
with a perimeter of 10 feet or more (e.g., 3 feet by 2 feet) with both pulling irons and cable
racks. All hardware shall be stainless steel, or hot-dip galvanized after fabrication; cable racking
and hardware, however, shall be non-metallic and corrosion resistant. If no handhole size is
shown on the Plans, size units per NEC or provide 12 inches by 24 inches by 18 inches deep,
whichever is larger.
All handholes located in areas subject to vehicular traffic or where identified on Plans shall be
ASSHTO, H-20 rated in accordance with ASTM C857.
The lids to all pull boxes and vaults shall be permanently marked for its intended use, “signal”
for all signal and instrumentation handholes and “electrical” for all power handholes. Letter
shall be a minimum of 3-inches high.
Part 3 – Execution
Installation
Conduits entering handholes shall have grounding bushings installed and the conduit ends
shall be sealed with Permagum sealing compound. Where conduits enter through sides of
handholes, the penetration shall be made watertight . Use a core drill wherever it is necessary
to drill through concrete. Perform patch work with the same materials as the surrounding area
and finish to match.
Pull boxes shall be provided at least every 150 feet on long straight runs. Spacing shall be
reduced by 50 feet for each 90-degree bend.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-9
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
Install handholes flush with finished grade in all paved areas, roadways and walkways. All
handhole edges shall be flush with final surface.
16.15 Grounding and Bonding for Electrical Systems
Part 1 - General
References
Service and equipment grounding shall be per Article 250 of the NEC.
Performance Requirements
Verify that a low-resistance ground path is provided for all circuits so an accidental contact to
ground of any live conductor will instantly trip the circuit.
Part 2 - Products
Components
The grounding systems shall consist of the ground rods, grounding conductors, ground bus,
ground fittings and clamps, and bonding conductors to water piping and structural steel as
shown on the Plans.
System components shall be as allowed in the NEC unless specified otherwise below :
1. Ground Rods: Ground rods shall be cone pointed copper clad Grade 40 HS steel rods
conforming to ASTM B228. The welded copper encased steel rod shall have a
conductivity of not less than 27 percent of pure copper.
2. Ground Conductors: Buried conductors shall be medium-hard drawn bare copper;
other conductors shall be soft drawn copper . Sizes over No. 6 AWG shall be stranded.
Coat all ground connections except the exothermic welds with electrical joint
compound, non-petroleum type, UL listed for copper and aluminum applications.
3. Ground Rod Boxes: Boxes shall be a 9-inch diameter precast concrete unit with
hot-dip galvanized traffic cover. Boxes shall be 12-inches deep minimum. Covers shall
be embossed with the wording “Ground Rod”.
Part 3 - Execution
General Grounding Installation
When available a UFER ground per latest edition of NEC shall be provided as the primary
means to ground the electrical system.
Ground electrical service neutral at service entrance equipment to supplementary grounding
electrodes.
Ground each separately derived system neutral to nearest effectively grounded building
structural steel member or separate grounding electrode.
Provide a ground rod box for each ground rod to permit ready access to facilitate testing.
Provide a ground wire in every conduit carrying a circuit of over 110 volts to ground.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-10
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
Make embedded or buried ground connections, taps and splices with exothermic welds . Coat
ground connections.
Bond metallic water piping at its entrance into each building.
Vault and Handhole Grounding
Exposed noncurrent-carrying metal parts of equipment, conductor supports or racks,
conduits, and other metal appurtenances, including any metal cover and its supporting ring,
shall be bonded together and connected to a common ground . The size of the grounding
means shall be as prescribed in the NEC. Where the grounding means is exposed, the
grounding conductor shall be not smaller than #8 AWG copper.
Ground Connections
Above grade ground connections shall be exothermic weld, mechanical, or compression -type
connectors; or brazing.
Below grade ground connections shall be exothermic weld.
Install all ground connections is strict accordance with connector manufacturer’s
recommendations and methods.
Testing
Following completion of the grounding electrode system, if installed, measure ground
resistance at each ground rod using the three-rod method. Submit results to engineer prior to
final acceptance by the Owner.
Perform testing per NETA Standard ATS paragraph 7.13. Testing methods shall conform to
NETA Standard ATS using the three-electrode method for large systems. Conduct tests only
after a period of not less than 48 hours of dry weather.
Furnish to the Engineer a test report with recorded data of each ground rod location. See
Division 16.95.4.
16.20 UTILITY SERVICE
16.21.6 Manual Transfer Switch
Part 1 - General
Design
Switch shall be heavy duty safety switch, double throw type, non-fused manually operated,
NEMA 3R enclosure, 600-volt, 3 phase, 100 ampere (Kensington Crest)/150 ampere
(Wedgewood) rated.
Part 2 – Products
Manufacturers
Materials, equipment, and accessories specified in this section for the manual transfer switch
shall be products of:
• Eaton (Cutler Hammer)
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-11
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
• General Electric
• Schneider Electric (Square D)
• Siemens
• Or approved equal
Part 3 - Execution
Ground Electrode System
The grounded conductor and ground bus shall be connected to the grounding electrode
system, via the grounding electrode conductor as indicated on system one-line diagram.
The system shall be as indicated in Article 250-66 of the NEC.
See Division 16.15 for additional grounding requirements and specifications.
Underground Secondary Service
Install in accordance with Plans and Division 16.10.
16.30 BASIC PANEL EQUIPMENT AND DEVICES
16.31 Operating and Indicating Devices
Part 1 - General
Operating and indicating devices minimum rating shall be NEMA 13. Operator devices
mounted in outdoor panels, corrosive areas or where exposed to moisture shall be NEMA
4X.
16.31.4 Indicating Lights
Manufacturers
Heavy-Duty, Watertight, and Corrosion-Resistant Type:
• Eaton/Cutler-Hammer, Type E34
• Square D Co., Type SK
• Allen Bradley, Type 800H
• General Electric Co., Type CR 104P
Manufactured Units
Indicating lights shall be NEMA type 4/4X/13, corrosion resistant, water-tight, oil-tight, full
voltage, push-to-test, high visibility 28 chips LED type. Pilot lights shall be rated for the proper
operating voltage. Appropriate lens caps shall be provided as shown on Plans.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-12
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
16.31.5 Selector Switch
Manufacturers
Heavy-Duty, Watertight, and Corrosion-Resistant Type:
• Eaton/Cutler-Hammer, Type E34
• Square D Co., Type SK
• Allen Bradley, Type 800H
• General Electric Co., Type CR 104P
Manufactured Units
Selector switches shall be NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type
selector switches with contacts rated for 10 amperes continuous at proper operating voltage .
Operators shall be black knob type. Units shall have the number of positions and contact
arrangements and spring return function (if any) as shown on Plans. Units shall be single-hole
mounting, accommodating panel thicknesses from 1/16-inch minimums to ¼-inch maximum.
16.31.6 Pushbuttons
Manufacturers
Heavy-Duty, Watertight, and Corrosion-Resistant Type:
• Eaton/Cutler-Hammer, Type E34
• Square D Co., Type SK
• Allen Bradley, Type 800H
• General Electric Co., Type CR 104P
Manufactured Units
Pushbuttons shall be NEMA type 4/4X/13, corrosion -resistant/watertight/oil-tight, type
push buttons with momentary contacts rated for 10-ampere continuous at proper operating
voltage. Button color shall be as specified in control panels and shall have a full guard .
Pushbutton contact arrangements shall be as shown on Plans. Size of pushbuttons as indicated
on the Plans.
Special Functions
Pushbutton for “emergency stop” applications shall have maintained contacts and red
mushroom head operators.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-13
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
16.32 Panel Relays
Part 1 – General
General
Relays shall be provided as necessary to perform switching functions required of control
panels and other control circuits as shown on the Plans and described in the technical
specifications. Appropriate relay type and associated contacts shall be selected based on the
application from the control wiring diagrams or the functional description. Where timing
relays and control relays require additional contacts, provide auxiliary control relays properly
sized for the application.
All contacts and relays shall be NEMA rated and UL recognized.
The electrical life expectancy for the relay shall be over 500,000 operations at 120V AC, 10
amp; (over 200,000 operations at 120V AC, 10 amp for SPDT, 3PDT, and 4PDT). The
mechanical life expectancy for the relay shall be over 50,000,000 operations.
16.32.1 Control Relays
Manufacturers
• Square D Class 8501, Type K or R
• Allen Bradley 700 Type HA or HB
• IDEC RH Series; or equal
Manufactured Units
Relays for general purpose use shall be DPDT or 3PDT, 10-amp contacts with the appropriate
coil voltage for the application. Relays shall be plug-in type with matching socket. All relays
shall have LED indicators to signal when the coil is energized. Relay coils shall be rated for
continuous duty.
16.32.2 Analog or Digital Switching Relays
Manufacturers
• Carlo Gavazzi Type RM1E; or equal.
Manufactured Units
Signal circuit switching shall be accomplished with analog signal switching relays and shall be
provided to switch either 4 to 20 MA DC or 1 to 4V DC signals . Units shall have
double-throw dry circuits in a break-before-make configuration rated for 15VA minimum. All
units shall have LED indicators to signal when the coil is energized . Units shall be sealed to
prevent entry of contamination in the form of dust, dirt or moisture.
16.32.3 Time Delay Relays
Manufacturers
• Allen-Bradley 700 Type HR
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-14
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
• IDEC GE1, RTE or GT3 Series; or equal
Manufactured Units
Time delay relays shall be multi-function, multi-range with plug-in base, pin style terminations
timing and timed out LED indicators, and calibrated scales. Relays shall have minimum 0.5
seconds to 60 minutes, 8 selectable timing ranges, 5-amp contacts. Select coil voltage for the
application. Units shall be sealed to prevent entry of contamination in the form of dust, dirt ,
or moisture.
Appropriate relay shall be selected based on application from the control wiring diagrams.
Minimum accuracy (plus or minus) shall be as follows:
1. Repeat accuracy – ½ percent.
2. Timing change over full voltage range – ½ percent change over full temperature
range.
3. Scale tolerance – 5-percent.
16.35 Control Panel Accessories
16.35.1 Terminal Blocks
Part 2 – Products
Manufactured Units
Terminal blocks shall be one-piece, molded, plastic blocks with screw-type terminals and
barriers rated for 600 volts. Terminals shall be double-sided and supplied with removable
covers to prevent accidental contact with live circuits. Terminals shall have permanent, legible
identification, clearly visible with the protection cover removed.
Part 3 – Execution
Installation
All wires between panel-mounted equipment and other equipment shall be terminated at
terminal blocks. Switches shall be terminated at the terminal blocks with crimp -type,
pre-insulated, ring-tongue lugs. Lugs shall be of the appropriate size for their terminal block
screws and for the number and size of the wires terminated. All wires shall be labeled with the
circuit number and common function.
16.35.2 Nameplates
Part 2 – Products
Manufactured Units
Standard nameplates shall be made of 1/16-inch thick machine engraved laminated phenolic
having black letters not less than 3/16-inch high on white background. One-inch high lettering
shall be used for the large nameplates required for the control panels and motor control
centers.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-15
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
Part 3 – Execution
Installation
Nameplates shall be provided on all electrical devices including but not limited control
stations, junction boxes, panels, instruments, switches, indicating lights, meters, and all
electrical equipment enclosures. Data shall be as shown on the Plans and reviewed via the
submittal process. Nameplates shall have name, number and/or function as is applicable for
clear identification.
Provide one large nameplate for each motor control center and/or control panel identifying
the equipment as indicated on the Plans.
Nameplates on steel panels shall be secured with stainless steel drive screws. Where it is
proposed that nameplates will be secured with pressure sensitive tape or bonding cement, the
process and samples shall be submitted to the Engineer for acceptance.
Nameplates shall be provided for identifying all operator interface (lights, switches, etc.) and
other devices that are located outside or inside the panels.
Nameplates shall be provided for identifying all relays and devices that are located inside the
panels.
Special Functions
Provide warning nameplates on all panels and equipment, which contain multiple power
sources. Lettering shall be white on red background.
16.50 PANELBOARDS
16.55 Switches and Protective Devices
16.55.1 Common Work for Switches and Protective Devices
Part 1 - General
Design Requirements
Overcurrent devices shall be NEMA rated.
Extra Materials
Provide one fuse for each ungrounded conductor and a minimum of one spare fuse per phase
of each ampacity and voltage used on the project. Deliver fuses to Owner at the completion
of the project.
Part 3 – Execution
Installation
Overcurrent protection devices and safety switches shall be centered 60 inches above the
finished floor unless noted otherwise on the Plans.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-16
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
16.55.13 Fuses
Part 1 - General
Design Requirements
Fuses shall be of the type and amperage indicated on the Plans . The voltage rating shall be
appropriate for the application indicated. The fuse types indicated on the Plans imply a certain
set of fuse characteristics. No substitutions of fuse types will be allowed without Engineer
approval.
Part 2 - Products
Manufacturers
Fuses shall be:
• Bussman,
• Gould Shawmut
• Littlefuse
• Reliance
• Or Equal
Materials
Fuses in motor circuits which are indicated but not sized, shall be provided with
Manufacturer’s recommended size based on the actual motor installed . In-line or integrally-
mounted fuse clips shall be provided on all control power or low-voltage transformers.
16.55.16 Molded Case Circuit Breakers
Part 1 - General
Design Requirements
Breakers shall have the interrupting rating and trip rating indicated on the Plans. All breakers
shall be calibrated for operation in an ambient temperature of 40 degrees Celsius.
Part 2 - Products
Manufactured Units
Molded case circuit breakers shall be quick-make and quick-break type with wiping type
contacts. Each breaker shall be provided with arc chutes and individual trip mechanisms on
each pole consisting of both thermal and magnetic trip elements. Two and three pole breakers
shall be common trip. Molded case circuit breakers shall be trip-free. Each breaker shall have
trip indication independent of the “ON” or “OFF” positions.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-17
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
16.60 CONDUCTORS
16.61 Low Voltage Wire and Cable
Part 1 - General
Design Requirements
This section is for power and control conductors for 600 volts or less.
All conductors shall be copper. Wire or cable not shown on the Plans or specified, but
required, shall be of the type and size required for the application and in conformance with
the applicable code.
Part 2 - Products
Materials
Conductors
1. Solid and stranded copper wire shall be 600-volt Type THW, THWN, or THHW, Class B
stranding, sizes #14 AWG, #12 AWG, and #10 AWG only. Use of THHN insulation
shall not be allowed. Aluminum conductors shall not be allowed.
2. Stranded copper wire shall be 600-volt Type XHHW, Class B stranding, sizes #8 AWG
and larger. Aluminum conductors shall not be allowed.
Splices
1. For Lighting Systems and Power Outlets: Wire nuts shall be twist -on type insulated
connectors utilizing an outer insulating cover and a means for connecting and holding the
conductors firmly.
2. All Equipment: Crimp type connectors shall be insulated type, suitable for the size and
material of the wires and the number of wires to be spliced and for use with either solid
or stranded conductors.
3. Division 16 Equipment and Power Conductors: Bolted pressure connectors shall be
suitable for the size and material of the conductors to be spliced.
4. All Equipment: Epoxy splice kits shall include epoxy resin, hardener, mold, and shall be
suitable for use in wet and hazardous locations.
Terminations
1. Crimp type terminals shall be self-insulating sleeve type, with ring or rectangular type
tongue, suitable for the size and material of the wire to be terminated, and for use with
either solid or stranded conductors.
2. Terminal lugs shall be split bolt or bolted split sleeve type in which the bolt or set screw
does not bear directly on the conductor.
3. Wire Markers shall be plastic sleeve type. Wire numbers shall be permanently imprinted
on the markers.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-18
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
Finishes
Color Coding: Provide color coding for all circuit conductors. Insulation color shall be white
for neutrals and green for grounding conductors. An isolated ground conductor shall be
identified with an orange tracer in the green body. Ungrounded conductor colors shall be as
follows:
1. 120/208 Volt, 3 Phase: Red, black and blue.
2. 277/480 Volt, 3 Phase: Yellow, brown and orange.
3. 120/240 Volt, 1 Phase: Red and black.
Part 3 – Execution
Location (Installment) Schedule
Provide the following conductors for the following applications :
1. Use stranded copper conductors for all power and control circuits unless noted
otherwise on plans or below. Size as noted on the Plans.
2. Contractor may use solid copper conductors for lighting and receptacle circuits using
screw-type terminals. Size as noted on the Plans.
3. Size #14 AWG wire or smaller shall not be allowed on power circuits.
Installation
Conductor Splices
1. Splices: Install all conductors without splices unless necessary for installation, as
determined by the Engineer. Splices when permitted shall be completed using an approved
splice kit intended for the type o f conductor and the application. The splice shall be in
accordance with the splice kit manufacturer’s instructions.
2. Underground Splices: All underground outdoor splices when approved by Engineer shall
be completed in an accessible pullbox or handhole using an approved watertight epoxy
resin splice kit rated for the application up to 600 volts. Splices will not be allowed to be
direct buried.
Conductor Identification
1. Except for interior lighting and receptacle circuits, identify each wire or cable at each
termination and in each pullbox, junction box, handhole, and manhole using numbered
and lettered wire markers. All electrically common conductors shall have the same number.
Each electrically different conductor shall be uniquely numbered. Identify panelboard
circuits using the panelboard identification and circuit number. Identify motor control
circuits using the equipment identification number assigned to the control unit by the
motor control center manufacturer and the motor control unit terminal number . Identify
other circuits as shown in the circuit schedule as favorably by the Engineer.
2. Conductors between terminals of different numbers shall have both terminal numbers
shown at each conductor end. The terminal number closest to the end of the wire shall be
the same as the terminal number.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-19
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
Testing
Insulation Resistance Tests: For all circuits 150 volts to ground or more and for all motor
circuits over ½ horsepower, test cables per NETA Paragraph 7.3.1. The insulation resistance
shall be 20 megohms or more. Submit results to Engineer for review.
16.63 Signal Cable
Part 2 - Products
Materials
Twisted Shielded Pairs (TSP)
1. Cable shall conform to IEEE 383, UL 13, and UL 83 and shall be type PLTC cable suitable
for direct burial. Each TSP shall consist of two #16 AWG, 7-strand copper conductors
per ASTM B8 with 15 Mils PVC insulation and individual conductor jacket of nylon .
Conductors shall be twisted with 2-inch or shorter lay, with 100 percent foil shielding and
tinned copper drain wires. The cable shall have an overall PVC jacket with a thickness of
35 Mils. The insulation system shall be rated at 90 degrees Celsius and for operation at 600
volts.
Cat 5E Ethernet Cable
1. The Ethernet cable shall be shielded 600V UL rated. The use of a 300V rated cable is not
acceptable. All Ethernet cable terminating outside of a telemetry panel shall be grounded
at the telemetry panel only.
2. Ethernet cables shall be industrial type Ethernet cable and UL listed for installation in the
Motor Control Center. Ethernet cables shall be Allen -Bradley Ethernet Cable with metal
In-cabinet RJ45 Connectors, no substitutions.
Special Cables
1. Use only coaxial cable recommended for specific applications such as radio antenna
systems and computer networks as required by the manufacture or system supplier.
2. Special cables such as triaxial (coax), twin-axial, and low capacitance computer grade cables
shall be supplied where shown on the Plans or as required by the manufacturer or suppler.
Deviations must be favorably reviewed by the Engineer.
Part 3 - Execution
Installation
Cable Installation
1. Cables shall be continuous from initiation to termination without splices .
2. Cable shielding shall be grounded at one end of the cable only. Bonding shall be to a single
ground point only. Bonding from cable to cable in multiple run installations shall not be
permitted.
3. Install instrumentation cables in separate raceway systems with voltages not to exceed 30
volts DC.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-20
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
Conductor Identification
1. Except for interior lighting and receptacle circuits, identify each wire or cable at each
termination and in each pullbox, junction box, handhole, and manhole using numbered
and lettered wire markers. All electrically common conductors shall have the same number.
Each electrically different conductor shall be uniquely numbered. Identify panelboard
circuits using the panelboard identification and circuit number. Identify motor control
circuits using the equipment identification number assigned to the control unit by the
motor control center manufacturer and the motor control unit terminal number. Identify
other circuits as shown in the circuit schedule as determined by the Engineer.
2. Conductors between terminals of different numbers shall have both terminal numbers
shown at each conductor end. The terminal number closest to the end of the wire shall be
the same as the terminal number.
Testing
Insulation Resistance Tests: Perform insulation resistance on all circuits . Make these tests
before any equipment has been connected . Test the insulation with a 500 Vdc insulation
resistance tester with a scale reading 100 mega ohms. The insulation resistance shall be 20
mega ohms or more. Submit results to Engineer for review.
16.70 RACEWAYS , BOXES , AND FITTINGS
16.71 Raceways
Part 1 – General
Design Requirements
Conduit sizes not noted on Plan s shall be in accordance with NEC requirements for the
quantities and sizes of wire installed therein.
Grounding of the raceway, junction boxes, fittings and any other boxes is the responsibility of
the Contractor. Ground conductors, bushings, connections, clamps and other materials as
needed to ground the raceway system is the responsibility of the Contractor. All raceways shall
be grounded in accordance with the NEC.
Part 2 – Products
Components
Conduit and Fittings
1. Galvanized Rigid Steel (GRS): Rigid conduit shall be steel, hot dipped galvanized inside
and out. The GRS must meet USA Standards Institute C80-1 Underwriters Laboratories
Standard UL6 and carry a UL label. Use cast threaded hub fittings and junction boxes for
all rigid conduit except in locations not permitted by the NEC.
2. PVC Coated Rigid Steel Conduit (PVC-GRS): PVC coated conduit shall meet the GRS
standard above plus have a 40 Mil PVC factory applied PVC coating.
3. Nonmetallic Conduit: Nonmetallic Conduit shall be rigid PVC, Schedule 40 (PVC-40) or
80 (PVC-80). PVC conduit installed above grade shall be Schedule 80 extra heavy wall
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-21
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
90 degree Celsius. UL listed for aboveground use and UV resistant. Conduit shall be gray
in color. Fittings shall be of the same material as the raceway and installed with solvent
per the Manufacturer’s instructions. Conduit, fittings, and solvent shall all be
manufactured by the same Manufacturer.
Conduit and Cable Supports
1. Conduit Supports: Hot dipped galvanized framing channel shall be used to support groups
of conduit. Individual conduit supports shall be one-hole galvanized malleable iron pipe
straps used with galvanized clamp backs and nesting backs where required. Condu it
support for PVC or PVC coated rigid steel shall be one-hole PVC or epoxy coated clamps
or PVC conduit wall hangers.
2. Ceiling Hangers: Ceiling hangers shall be adjustable galvanized carbon steel rod hangers .
Unless otherwise specified, hanger rods shall be ½-inch all-thread rod and shall meet
ASTM A193. Hanger rods in corrosive areas and those exposed to weather or moisture
shall be stainless steel.
Wireways
1. General: Wireways shall consist of prefabricated channel-shaped, lay-in trough with
hinged convers, associated fittings and supports. Straight section shall not be longer than
5 feet. Use 45-degree elbow and tees at all transition points. Cross-sectional dimensions
shall be as indicated on the Plans. Fittings shall consist of elbows, tees, crosses and
closing plates as required. Wireways shall be designed for continuous grounding.
2. Finish: Rust inhibiting primer and manufacturers standard paint inside and out except of
stainless-steel type.
3. Standards: UL 870, NEMA 520
4. Watertight (NEMA 4X rated) Wireway
a) 14-gauge Type 304 or 316 stainless steel bodies and covers without knockouts and
10-gauge stainless steel flanges.
b) Cover: Fully gasketed and held in place with captive clamp type latches.
c) Flanges: Fully gasketed and bolted.
5. Dust-tight (NEMA 12 rated) Wireway
a) 14-gauge steel bodies and covers without knockouts and 10-gauge steel flanges.
b) Cover: Fully gasketed and held in place with captive clamp type latches.
c) Flanges: Fully gasketed and bolted.
Conduit Sealants
1. Moisture Barrier Types: Sealant shall be a non -toxic, non-shrink, non-hardening, putty
type hand applied material providing an effective barrier under submerged conditions.
2. Fire Retardant Types: Fire stop material shall be a reusable, non -toxic, asbestos-free,
expanding, putty type material with a 3-hour rating in accordance with UL 1479. Provide
products indicated by the manufacturer to be suitable for the type and size of penetration.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-22
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
Part 3 - Installation
Raceway Applications
Galvanized Rigid Steel (GRS) conduit shall be used in all locations unless noted otherwise
below or on the Plans.
ABOVE GRADE CONDUITS (non-corrosive areas) shall be:
1. GRS for power and control wiring.
2. GRS for instrumentation and telecommunications wiring.
ABOVE GRADE CONDUITS (wet or corrosive areas, NFPA 70 hazardous areas) shall be:
1. PVC-GRS for power and control wiring.
2. PVC-GRS for instrumentation and telecommunications wiring.
CONCEALED ABOVE GRADE CONDUITS shall be:
1. GRS for all wire and cable types in wood stud frame walls.
2. PVC-40 for power and control wiring in concrete block or brick walls.
3. PVC-40 for instrumentation and telecommunications wiring in CMU or brick
walls.
BELOW GRADE CONDUITS IN DIRECT EARTH (not under slabs-on-grade) shall be:
1. PVC-40 for power and control wiring.
a) Sweeps and risers for transition of PVC from below grade to above grade shall
be PVC-GRS.
2. PVC-GRS for instrumentation and telecommunications wiring.
UNDER SLABS-ON -GRADE CONDUIT shall be:
1. PVC-40 for power and control wiring
a) Sweeps and risers for transition of PVC from below grade to above grade shall
be PVC-GRS.
2. PVC-GRS for instrumentation and telecommunications wiring.
CONCRETE-ENCASED CONDUITS shall be:
1. PVC-40 for power and control wiring
a) Sweeps and risers for transition of PVC from below grade to above grade shall
be PVC-GRS.
2. PVC-40 for instrumentation and telecommunications wiring.
a) Sweeps and risers for transition of PVC from concrete -encasement to above
grade shall be PVC-GRS.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-23
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
Installation
All conduits shall be concealed in the floor, walls, ceiling slab, or beneath the floor slab. Surface
mounted conduit will not be accepted unless noted otherwise on the construction Plans.
Size of Raceways:
1. Raceway sizes as shown on the Plans, if not shown on the Plans, then size in accordance
with NFPA 70.
2. Unless specifically indicated otherwise, the minimum raceway size shall be:
a) Conduit: ¾-inch
b) Wireway: 4-inch by 4-inch
All raceways shall contain a separate grounding conductor.
Spare conduits shall contain one 3/16-inch diameter nylon pull rope.
Conduit routing is shown diagrammatic on the Plans. Contractor is responsible for routing
the conduits in a neat manner, parallel and perpendicular to walls and ceilings.
Location of conduit ends are shown approximately. Contractor is responsible for ending
conduits in location that will not conflict with electrical equipment. Route conduit ends to
facilitate ease of equipment maintenance. Conduits extending from the floor to a device shall
be located as close as possible to avoid creating a hazard.
Conduit shall not be routed on exterior of structures except as specifically indicated on the
Plans.
Where water cannot drain to openings, provide drain fittings in the low spots of the conduit
run.
Securely fasten raceways at intervals and locations required by NEC, or the type of raceway
employed.
Provide all required openings in walls, floors and ceilings for conduit penetration.
1. Do not install one (1) inch and larger raceways in or through structural members (beams,
slabs, etc.) unless approved by Engineer.
2. New Construction: Avoid cutting openings, where possible, by setting sleeves or frames
in masonry and concrete, and by requesting openings in advance.
3. Existing Construction: Core drill openings in masonry and concrete. Avoid structural
members and rebar.
Conduit encasement or embedment in the earth shall be separated from the earth by at least
3-inches of concrete unless otherwise shown on the Plans. Plastic conduit spacers shall be
located five feet on centers. The spacers shall be secured to the conduits by wire ties. The
conduits shall be watertight.
Analog signal conduits shall be separated from power or control conduits. The separation shall
be a minimum of 12-inches for metallic conduits and 24-inches for nonmetallic conduits.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-24
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
Install explosion-proof seal-offs in hazardous areas shown on the Plans and as required by the
NEC.
Plastic raceway joints shall be solvent cemented in accordance with recommendations of
raceway manufacturer.
All conduit openings not encased in a panel shall be sealed with duct seal.
Wireway Installation
1. Straight sections and fittings shall be solidly bolted together to be mechanically rigid and
electrically continuous. Dead ends shall be closed. Unused conduit openings shall be
plugged.
2. Wireways shall be supported every 5 feet minimum.
16.72 Boxes and Enclosures
16.72.2 Outlet and Junction Boxes
Part 1 – General
Design Requirements
In corrosive areas, all junction boxes shall be NEMA 4X.
Outlet boxes and switch boxes shall be designed for mounting flush wiring devices .
Outlet boxes shall not be less than 4-inch square and 1½-inch deep. Ceiling boxes shall
withstand a vertical force of 200 pounds for five minutes. Wall boxes shall withstand a vertical
downward force of 50 pounds for five minutes.
Part 2 – Products
Materials
Use cast boxes with threaded hubs for all rigid and intermediate conduits. Steel boxes may be
used with rigid and intermediate conduits where cast boxes are not allowed by the NEC. All
boxes shall be of proper size to accommodate devices, connectors, and n umber of wires
present in the box. Boxes shall be readily accessible.
Cast box bodies and cover shall be cast or malleable iron with a minimum wall thickness of
⅛-inch at every point, and not less than ¼-inch at tapped holes for rigid conduit. Bosses are
not acceptable. Mounting lugs shall be provided at the back or bottom corners of the body .
Covers shall be secured to the box body with No. 6 or larger brass or bronze flathead screws .
Boxes shall be provided with neoprene cover gaskets. Outlet boxes shall be of the FS types .
Boxes shall conform to FS W-C-586C and UL 514.
Sheet metal boxes shall conform to UL 50, with a hot-dipped galvanized finish conforming to
ASTM A123. Boxes and box extension rings shall be provided with knockouts. Boxes shall be
formed in one piece from carbon-steel sheets.
Non-metallic boxes shall be hot-compressed fiberglass, one-piece, molded with reinforcing of
polyester material, with a minimum wall thickness of ⅛-inch.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-25
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
Finishes
Where only cast aluminum is available for certain types of fixture boxes, an epoxy finish shall
be provided.
16.72.3 Watertight Enclosures
Part 2 – Products
Manufacturers
The watertight enclosure shall be equal to Hoffman.
Materials
Watertight enclosures for vault electrical outlets shall be molded from fiberglass reinforced
polyester material. A hinged cover shall be gasketed and opened with quick release latches.
The conduit penetrations shall be sealed watertight.
Part 3 – Execution
Installation
An epoxy plug shall be installed in the conduit to prevent the migration of water into the
conduit. The enclosure shall be NEMA rated and installed per all applicable codes.
16.90 POWER GENERATION
16.91 Engine Generator
16.91.2 Diesel Engine Generator Set
Part 1 - General
Definitions
Operational Bandwidth: The total variation from the lowest to highest value of a parameter
over a range of conditions indicated, expressed as a percentage of the nominal value of the
parameter.
Standby Rating: Power output rating equal to the power the generator set delivers
continuously under normally varying load factors for the duration of the power outage.
Local Availability: A manufacturer’s authorized dealer with a service department that is within
100 miles of the project installation site.
Design Criteria
Provide two self-contained, exterior rated standby engine generator systems to automatically
operate the load criteria listed in the rating section of these specifications during prime power
failure conditions.
Insulate, enclose, or guard exposed parts subject to high -operating temperatures or energized
electrically, and moving parts which are of such nature or so located as to be a hazard to
operating personnel. Safety devices and safety measures shall not impair the proper
functioning of any part of the set.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-26
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
Parts which require adjustment or servicing (not repair or replacement) to permit operation of
the sets shall be arranged to provide optimum ease of servicing. Adjustment, repair, and
replacement of parts, assemblies, and accessories shall be possible with minimum drainage and
minimum disturbance of set. Maintenance shall be possible by use of common tools.
Design, construct, and install complete engine generator set to be free from objectionable
vibration in any mode. Freedom from torsional vibration shall be demonstrated during factory
test performed on the set provided, and proof of torsional acceptability shall be provided by
the manufacturer.
Performance Criteria
The engine generator set provided shall not have a standby rating less than 60 kW (Kensington
Crest)/125 kW (Wedgewood) at 0.8 PF with fan. Rating of diesel engine-generator sets shall
be based on operation of set when equipped with all necessary operating accessories such as
radiator, fan, air cleaners, lubricating oil pump, fuel injection pump, jacket water pump, and
governor charging generator.
Generators shall meet the following requirements:
1. Standby rating – 60 Kilowatt (Kensington Crest)/125 Kilowatt (Wedgewood)
2. Voltage – 277/480 volts
3. Phase – 3-phase
4. Frequency – 60 Hertz
5. Insulation – Class H
6. Wiring – 12 lead reconnectable
7. Ambient Temperature – 115 degrees Fahrenheit (max), -20 degrees Fahrenheit (min)
Allowable temperature rise in the generator shall not exceed 257 degrees F ahrenheit over
115 degrees Fahrenheit ambient temperature.
The alternator shall produce a clean AC voltage waveform, with not more than 5 percent total
harmonic distortion at full linear load, when measured from line to n eutral, and with not more
than 3 percent in any single harmonic, and no 3rd order harmonics or their multiples.
Telephone influence factor shall be less than 40.
The generator sets shall accept a single step load of 100 percent of rated load at 0.8 power
factor and recover to rated speed and voltage as required in NFPA 110.
Voltage regulation shall be plus or minus 0.5 percent for any constant load between no load
and rated load. Random voltage variation with any steady load from no load to full load shall
not exceed plus or minus 0.5 percent.
Frequency regulation shall be isochronous from steady state no load to steady state rated load .
Random frequency variation with any steady load from no load to full load shall not exceed
plus or minus 0.5 percent.
The generator sets shall be certified by the engine manufacturer to be suitable for use at the
installed locations and rating and shall meet all applicable exhaust emission requirements at
the time of commissioning.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-27
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
The generators specified for this project were sized using Cummins PowerSuite software. Due
to variations by generator manufacturers and the software used by manufacturers for
determining the size of a generator, it is the Contractor’s and generator supplier’s responsibility
to verify the size of the generator to ensure that the generator will perform as specified. All
sizing reports shall be submitted by the Contractor and approved by the Owner prior to
equipment order. If the supplier/Contractor prepared sizing report requires a larger generator
than what is specified, the larger generator shall be provided at no additional cost to the
Owner. Refer to the table below for load step information and the Plans for electrical load
details.
Kensington Crest Lift Station Loads
Load Step Load Description
1. Transformer (5 kVA, single-phase)
2. Pump 1
3. Pump 2
Wedgewood Lift Station Loads
Load Step Load Description
1. Transformer (5 kVA, single-phase)
2. Pump 1
3. Pump 2
Submittals
The following information shall be furnished:
1. Evaluation of engine generator size based in starting requirements. Provide
calculations verifying transient voltage dip will not exceed 15 percent with sudden
application of rated load.
2. Plan of diesel generator set offered showing interconnecting wiring diagrams; all wiring
in unit and on Plans shall be number coded.
3. Literature describing the diesel engine generator set.
4. Literature describing auxiliary equipment to be furnished.
The following shall be furnished in tabular form:
1. Engine make
2. Number of cylinders
3. Bore (in inches)
4. Stroke (in inches)
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-28
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
5. Generator make and type
6. Generator electrical rating, kVA
7. Cubic inch displacement Fuel oil consumption
8. Exciter and type
9. Horsepower at rated load
10. Enclosure size, exterior dimensions
Provide factory test results. See Source Quality Control below.
1. Provide field test results. See Site Test requirements under Part 3 of this specification.
2. Provide two (2) hardcopies and one (1) PDF electronic format of manufacturer's operating
and maintenance instructions for each piece of equipment. Information shall be complete
and in suitable form for ready use by Owner's operations staff. Catalog cuts and
information regarding spare parts shall be included. Operat ing manuals and instructions
shall be assembled in hardback binders.
Project Conditions
Interruption of existing electrical service: Do not interrupt electrical service to facilities
occupied by the Owner or others unless permitted under the following conditions and then
only after arranging to provide temporary electrical service according to requirements
indicated:
1. Notify Owner no fewer than two working days in advance of proposed interruption
of electrical service.
2. Do not proceed with interruption of electrical service without Owner’s written
permission.
3. Engine generator system shall withstand the following environmental conditions
without mechanical or electrical damage or degradation of performance capability:
a. Minimum Temperature: 0 degrees Fahrenheit
b. Maximum Temperature: 115 degrees Fahrenheit.
c. Relative Humidity: 0-95 percent
d. Altitude: Sea level to 1200 feet
Coordination
Coordinate size and location of concrete bases for package engine generator set and fuel tanks.
Cast anchor-bolt inserts into concrete bases. Concrete, reinforcement and formwork
requirements are specified with concrete.
Coordinate size and location of roof curbs, equipment supports, roof penetrations and wall
penetrations for exhaust systems.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-29
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
Quality Assurance
The engine generator set shall be supplied by a manufacturer who has been regularly engaged
in the production of engine-generators sets and associated controls for a minimum of twenty
years, thereby identifying one source of supply and responsibility. The packaged engine
generator set, and auxiliary components shall be provided through one source from a single
manufacturer.
The manufacturer shall provide factory-trained service and parts support through a factory
authorized dealer/supplier that is regularly doing business in the area of installation. The
factory authorized dealer/supplier shall maintain a service center capab le of providing training,
parts, and emergency services within 50 miles of the project site.
Warranty
The electrical standby system, including the engine generator set, exerciser and transfer switch,
shall be guaranteed for two years or 1,500 hours operation from date of start-up service and
acceptance, whichever occurs first.
Extra Materials
A set of specialty tools necessary for routine maintenance of the equipment shall be furnished.
The following spare parts shall be furnished:
3 - Sets of fuel filter elements and gaskets
3 - Lubricating oil filter elements and gaskets
3 - Air cleaner filter elements
2 - Complete sets of V-belts including fan and alternator drive belts
Part 2 – Products
Manufacturers
Subject to compliance with these specifications, the following manufacturers are approved for
bidding:
• Cummins
• Caterpillar
• MTU
Ensure engine generator and accessories are provided by the above-named manufacturer and
its authorized dealer. Ensure local availability of service and replacement parts.
Manufactured Units
The general design of the engine generator furnished shall be manufacturer's standard, except
where it differs from the requirements of these specifications. Engine shall, as a minimum, be
in accordance with requirements of this specification and may be ma nufacturer’s standard
commercial product with added features needed to comply with these requirements .
Additional or better features which are not specifically prohibited by this specification, but
which are a part of the manufacturer ’s standard commercial products, shall be included in the
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-30
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
engine generator being furnished. A standard commercial product is a product which has been
or will be sold on the commercial market through advertisements or manufacturer ’s catalogs,
or brochures, and represents the latest production model.
Components
Generator
1. Generator shall be a revolving field, 4-pole brushless connection to the alternator.
Generator rotor shall have been dynamically balanced and aligned with the engine and
connected to the engine using a flexible disc coupling.
Voltage Regulator
1. Engine-generator unit shall have a steady state voltage regulator. Generator set shall be
capable of recovering to a minimum of 90 percent of rated no load voltage following the
application of the specified kVA load at near zero power factor applied to the generator
set. Maximum voltage dip on application of this load, considering both alternator
performance and engine speed changes shall not exceed 15 percent.
2. Supply generator with a voltage level control to provide an adjustable output voltage of
plus/minus five percent. Mount voltage control device on engine control panel.
Electric Starting System
1. Engine shall be equipped with electric starting system of sufficient capacity to crank engine
at a speed which will allow for full diesel start of the engine. Arrange starting pinion to
disengage automatically when diesel engine starts.
2. Furnish storage batteries with rack having sufficient capacity for cranking engine for at
least 30 seconds at firing speed in ambient temperatures specified and with capacity for
starting diesel engine a minimum of three times in immediate succession. Batt eries and
rack shall be easily removable without disassembly of engine components.
Cooling System
1. Cooling system shall consist of frame-mounted radiator with engine water pump fan
assembly and fan guard. Radiator capacity shall be adequate using engine fan cooling to
maintain safe operation at 115-degree Fahrenheit ambient temperature.
2. Provide an engine thermostat to regulate engine water temperature as recommended by
the manufacturer. Included in the cooling loop shall be a high -coolant temperature device
to shut down engine through the engine control panel when engine temperature is
excessive.
3. Provide cooling system water heaters suitable for operation on a 120-volt, 60 Hz current
to maintain engine water temperature at 120 degrees Fahrenheit at an ambient temperature
of 50 degrees Fahrenheit. Heaters shall be Kim jacket heaters or approved equal. Provide
thermostatically controlled heaters. The coolant heater shall be UL 499 listed and labeled .
Fill engine cooling system with a mixture of water, anti-freeze, and corrosion inhibitor to
provide freezing protection at an ambient temperature of -20 degrees Fahrenheit.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-31
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
Air Cleaners
1. Engine shall be provided with one or more dry-type air cleaners of sufficient capacity to
effectively protect working parts of the engine from dust, grit, and ash.
Governor System
1. An electronic governor system shall provide automatic isochronous frequency regulation .
The control system shall actively control the fuel rate and excitation as appropriate to the
state of the generator set. Fuel rate shall be regulated as a function of starting, accelerating
to start disconnect speed, accelerating to rated speed. The govern ing system shall include
a programmable warm up at idle and cool down at idle function.
Lubrication
1. Engine shall have gear-type lubricating oil pump for supplying oil under pressure to main
bearings, crank pin bearings, pistons, piston pins, timing gears, camshaft bearings, and
valve rocker mechanism.
2. Provide effective lubricating oil filter and locate and connect it so that lubricating oil is
continuously filtered and cleaned. Filters shall be accessible, easily removed and cleaned,
and equipped with spring-loaded bypass valve as insurance against stoppage of lubricating
oil circulation in event the filters become clogged.
3. Engine shall have suitable lubricating oil cooler, either air -cooled or water-cooled, and
provisions for draining oil by piping or other means to the outside of engine housing.
Frame
1. Engine shall be factory-assembled and aligned on a heavy-duty steel base with integral fuel
tank. Batteries shall be housed in an acid-resistant box, which shall be mounted on engine
frame and adjacent to the engine. Location of battery housing shall not i nterfere with
maintenance and inspection of the engine. Construct the frame to ensure proper alignment
of all rotating parts and to prevent vibration build -up. Base shall permit skidding in any
direction during installation and shall be provided with suitable holes for foundation bolts
and vibration isolators. Provide vibration isolators, spring/pad type, quantity as
recommended by the generator set manufacturer. Isolators shall include seismic restraints
if required by the site location.
2. Set shall have provision for conveniently attaching hoisting slings as well as for fork lift
pick-up.
Sound-Attenuated Enclosure
1. The engine/generator system shall be provided with an exterior rated, sound-attenuated
enclosure to reduce noise emissions, protect the system from excessive dirt, dust, ash,
weather and vandalism. All access doors shall be lockable. The housing shall be factory
installed and allow easy access to the engine-generator and the control panel. The control
panel shall be mounted on the end of the enclosure, opposite the radiator end. Enclosure
doors shall not be wider than 36-inch each to allow for convenient access to the enclosure
interior.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-32
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
2. The enclosure shall provide a sound level at full load no greater than 75 dB(A). This sound
level shall represent the average measurement taken at eight points located equidistant,
23 feet from the center of the engine generator at full load.
3. The enclosure shall comply with the requirements of the NEC for all wiring materials and
component spacing. The total assembly of generator set, enclosure, and sub -base fuel tank
(when used) shall be designed to be lifted into place using spreader bars. Housing shall
provide ample airflow for generator set operation at rated load in an ambient temperature
of 100 degrees Fahrenheit. The housing shall have hinged access doors as required to
maintain easy access for all operating and service functions. Enclosu re roof shall be
cambered to prevent rainwater accumulation. Openings shall be screened to limit access
of rodents into the enclosure. All electrical power and control interconnections shall be
made within the perimeter of the enclosure.
4. Enclosure shall be constructed of minimum 12-gauge steel for framework and 14-gauge
steel for panels. All hardware and hinges shall be stainless steel.
5. A factory-mounted exhaust silencer shall be installed inside the enclosure. The exhaust
shall exit the enclosure through a rain collar and terminate with a rain cap. Exhaust
connections to the generator set shall be through seamless flexible connections.
6. The enclosure shall include the following maintenance provisions:
a) Flexible coolant and lubricating oil drain lines, that extend to the exterior of the
enclosure, with internal drain valves.
b) External radiator fill provision.
Exhaust System
1. Muffler shall be rated as necessary to comply with City of Renton noise emission
standards, and shall be furnished with the engine. The muffler and engine combination
shall be sized to meet the power supply rating.
2. All exhaust piping and fittings shall be stainless steel. Provide stainless steel supports as
necessary for a secure rigid pipe system.
3. Exhaust system for the diesel engine shall conform to codes set forth in the NFPA,
Volume 4, Section 211, and shall comply with recommendations for exhaust systems as
specified by the diesel engine manufacturer.
4. Pitch horizontal runs of exhaust pipe downward, away from engine. Completely support
the exhaust system so no weight or stress is applied to engine exhaust manifold or
turbocharger.
5. Provide a condensate drain for the muffler through a petcock.
6. The entire exhaust system shall be wrapped in an insulation blanket rated to withstand a
minimum temperature of 1,200 degrees Fahrenheit. The exterior blanket shall be protected
with a 0.016 aluminum jacket with weatherproof end cap.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-33
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
Fuel System
1. Engine shall operate on automotive diesel fuel complying with the limiting requirements
of ASTM grade low sulfur Diesel Fuel #2 and the requirements of the engine
manufacturer. Diesel engines requiring a premium fuel will not be considered.
2. Injection pumps and injection valves shall be a type not requiring adjustment in service
and shall be capable of quick replacement by ordinary mechanics without special diesel
experience.
3. Fuel injection pumps shall be positive action, constant -stroke pumps, actuated by
cam-driven gears from engine camshaft.
4. Fuel lines between injection pumps and valves shall be of heavy seamless tubing and, to
eliminate irregularity of fuel injection shall be the same length for all cylinders.
5. Equip fuel system with racor-type, water-removing fuel filter, having replaceable elements
which may be easily removed from their housing for replacing, without breaking any fuel
line connections or disturbing fuel pumps or any other part of engine. Locate all fuel filters
in one accessible housing, ahead of injection pumps so that fuel will have been thoroughly
filtered before it reaches the pump. No screen or filter requiring cleaning or replacement
will be used in the injection pump or injection valve assemblies.
6. Provide integral fuel tank mounted between the structural steel skids for engine fuel
supply. The tank, as installed shall meet all local and regional requirements for above
ground tanks. All tanks shall be dual-walled, and meet the requirements of UL 142,
minimum (or as shown on the Plans). The tank shall be sized to allow 24 hours of
continuous full load operation using the following criteria:
a) 12 hours of exercising supply before low fuel alarm
b) 12 hours of operation after a low-low fuel alarm
7. Tank shall be especially constructed for mounting in this location by the engine generator
manufacturer. Provide tank with the following:
a) Fuel level gauge
b) Drain
c) Fill pipe and vent
d) Leak detection provisions, wired to the generator set control for local and remote
alarm indication.
e) High- and low-level float switches to indicate fuel level. Wire switches to generator
control for local and remote indication of fuel level.
f) Integral lifting provisions.
g) Slope tanks to the engine pick-up tube 5 percent minimum. Provide a panel mounted
fuel level gauge.
8. Provide fuel feed line valve at engine. Provide fuel return line that is not valved. Mount
return line in the top of the tank to prevent fuel siphon into the engine. All fuel lines shall
have flexible sections between tank and engine to absorb vibration.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-34
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
9. Install fuel storage system according to diesel engine manufacturer ’s recommendations
and conform to the NFPA Code and Uniform Building Code.
Fuel
1. Fill fuel tank completely full at completion of construction.
Control Panel and Alarm System
1. The Engine control panel shall be integrally mounted to the engine generator assembly on
the generator at the opposite end of the radiator. It shall be enclosed in a NEMA 4
enclosure.
2. The control shall have automatic remote start capability from a panel-mounted, 3-position
(Stop, Run, and Remote) switch.
3. The generator set shall be provided with alarm and status indicating lamps to indicate
non-automatic generator status, and existing alarm and shutdown conditions. The lamps
shall be high-intensity LED type.
4. Alarm panel shall have a reset push button for acknowledging alarm conditions and
latching indicating lights for each alarm point to display to operation personnel the reason
for engine shutdown. Label lights as shown below.
5. The generator set control shall indicate the existence of the following alarm and shutdown
conditions on a digital display panel:
a. Alarms
i. Low oil pressure warning
ii. Oil pressure sender failure
iii. Low coolant temperature
iv. High coolant temperature warning
v. Low coolant level
vi. Engine temperature sender failure
vii. Low DC voltage
viii. High DC voltage
ix. Weak battery
x. Low fuel warning
xi. Overload
xii. Battery Charger Malfunction
xiii. Overcurrent
xiv. Under Frequency
b. Shutdown Alarms
i. Low oil pressure
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-35
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
ii. Low-Low Fuel
iii. High coolant temperature
iv. Fail to crank
v. Overcrank
vi. Overspeed
vii. High AC voltage
viii. Low AC voltage
ix. Under frequency
x. Over current
xi. Short circuit
xii. Emergency stop
c. Engine control panel shall include the following:
i. Oil pressure gauge (psi)
ii. Emergency Stop Pushbutton
iii. Coolant temperature gauge (F)
iv. Operating hour meter (hrs)
v. Hand-off Auto Selector switch (HOA)
vi. AC Frequency meter (hertz)
vii. AC Volt meter (0-600v)
viii. AC Current Meter (Amps)
ix. Load Meter (kW)
d. Alarm Contacts to Telemetry
Provide auxiliary dry contacts for activating remote alarms to the telemetry panel on
activation of any of the following conditions:
i. Low Fuel
ii. Generator warning
iii. Generator run
iv. Generator failure (shutdown)
Generator failure alarm shall be activated when any shutdown conditions exists .
Generator trouble shall be activated when any alarm conditions exists.
Switch Gear
1. Generator switch gear with exciter circuit breaker with manual reset and a line circuit
breaker with manual reset. Circuit breaker shall be set mounted and wired, UL listed,
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-36
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
molded case thermal-magnetic type, rated as shown on Plans. Mount breakers in engine
control panel. Field circuit breakers shall not be acceptable for generator overcurrent
protection. Generator instrumentation shall include a panel-type ammeter with phase
selector switch, a panel-type voltmeter with selector switch, and frequency meter mounted
on engine control panel.
Battery Charger
1. Battery charger within the generator enclosure. The battery charger shall be current-
limited, automatic-equalizing and float-charging type. The unit shall comply with UL508
and include the following features:
2. Operation: Equalizing-charging rate of 5A is initiated automatically after battery has lost
charge until an adjustable equalizing voltage is achieved at battery terminals. Unit then
automatically switches to a lower float-charging mode and continues operating is that
mode until battery is discharged again.
3. Automatic Temperature Compensation: Adjusts floats and equalizes voltages for
variations in ambient temperature to prevent overcharging at high temperatures and
undercharging at low temperatures.
4. Automatic Voltage Regulation: Maintains output voltage constant regardless of input
voltage variations up to plus or minus 10 percent.
5. Ammeter and Voltmeter: Flush mounted in door of battery charger. Meters shall indicate
charging rates.
6. Safety Features: Include sensing of abnormally low battery voltages arranged to close
contacts providing low battery voltage indication on control and monitoring panel . Also
include sensing of high battery voltage and loss of AC input or DC output of battery
charger. Either of these conditions closes contacts that provide a battery charger
malfunction indication at the monitoring panel.
Finishes
Prime and paint diesel engine set and accessories in conformity with manufacturer ’s standard
practice.
Color of diesel engine set enclosure shall be of manufacturer’s standard color, unless noted
otherwise on Plans.
Manufacturer shall ship with the unit a quart of touch -up paint for each of the finishes.
All sheet metal exposed to the exterior (generator enclosure) shall be primed for corrosion
protection and finish painted with the manufactur er’s standard color using a two-step
electrocoating paint process, or equal meeting the performance requirements specified below.
All surfaces of all metal parts shall be primed and painted. The painting process shall result in
a coating that meets the following requirements:
1. Primer thickness, 0.5-2.0 Mils. Top coat thickness, 0.8-1.2 Mils.
2. Gloss, per ASTM D523-89, 80-percent plus or minus 5-percent. Gloss retention after
one year shall exceed 50 percent.
3. Crosshatch adhesion, per ASTM D3359-93, 4B-5B.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-37
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
4. Impact resistance, per ASTM D2794-93, 120-160 inch-pounds.
5. Salt Spray, per ASTM B117-90, 1000+ hours.
6. Humidity, per ASTM D2247-92, 1000+ hours.
7. Water Soak, per ASTM D2247-92, 1000+ hours.
Painting of hoses, clamps, wiring harnesses, and other non-metallic service parts shall not be
acceptable. Fasteners used shall be corrosion resistant and designed to minimize marring of
the painted surface when removed for normal installation or service work.
Source Quality Control
Engine generator unit shall be tested at manufacturer’s plant at full load before shipment. Test
shall consist of a steady load run of at least 4 hours duration at 100 percent full rated load .
Complete test reports shall be made which show the engine fuel consumption, kilowatt output,
voltage, frequency, amperage, engine temperature, lube oil pressure, and load transfer results .
Five (5) copies of the certified test reports shall be supplied to Owner prior to shipment .
Owner and/or their representative shall be given opportunity to witness the tests by the
manufacturer.
Part 3 - Execution
Installation
Install engine in conformity with the Plans and manufacturer’s instructions and under
manufacturer’s direct supervision.
Install ancillary circuits for battery charger, engine heaters, etc. in conformance with the Plans.
Site Test
Contractor shall provide sufficient fuel for engine generator on -site testing; following
completion of testing Contractor shall fill engine generator fuel tank full prior to project
acceptance. Supplier shall be responsible for calibration, startup, and initial performance to
meet the specifications herein. Supplier shall provide a trained, qualified representative to
check installation and connection, perform field tests as indicated, and certi fy to Owner its
performance does meet the specifications.
Upon completion of unit installation, carry out running tests. Operate engine for a period of
not less than 2 hours at full rated load. A load bank shall be provided by the Contractor for
performing the 2-hour load test. Following load testing, five loss-of-power tests must be
performed to verify proper operation of ATS and generator with power being supplied to
motor(s) and pump(s). Engine generator shall be tested to verify that the transient voltage dip
will not exceed 15 percent of rated voltage when th e largest single step of the rated load is
applied. Test shall demonstrate the ability of the engine generator to carry the specified loads .
Upon completion of the tests, final adjustments shall be made to equipment by a qualified
representative of the engine manufacturer. Fuel and oil filters shall be replaced, belt drive
tensions checked, and the proper operation of all equipment demonstrated to Owner’s
representative. Owner’s representative shall be instructed in the maintenance and operation
of equipment. Five (5) copies of these test results shall be provided to Owner and included
with the operation and instruction manual.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-38
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
16.92 Transfer Switches
16.92.2 Automatic Transfer Switch
Part 1 - General
Design Criteria
The transfer switch shall be NEMA 12 rated and equipped with three poles for normal and
emergency service of 480 volts, 60 hertz, 3-phase.
The transfer switch shall be mechanically and electrically held and rated to 480 volts for all
classes of load and continuous inductive duty.
The transfer switch shall conform to UL 1008 provisions for Withstand Current Ratings and
Closing Ratings. The transfer switch shall be rated at a minimum Withstand Rating of
42,000 Amps.
The switch shall be capable of enduring 6,000 cycles of complete opening and closing at rated
current and voltage at a rate of 6 cycles per minute without failure.
The switch shall be double throw inherently interlocked mechanically and electrically to
prevent supplying the load from both sources simultaneously. The operating current shall be
obtained from the source to which the load is to be transferred. The transf er mechanism shall
be of the double break design with solid silver cadmium surface contacts and individual heat
resistant arc chambers.
Arc barriers and magnetic blowout coils will also be acceptable if single break contacts are
used. The contacts shall be capable of carrying 20 times the continuous rating for interrupting
current.
All contacts, coils, etc. shall be readily accessible for replacement from front of panel without
major disassembly of associated parts.
Part 2 – Products
Manufactured Units
The automatic transfer switch shall be supplied by the Manufacturer of Engine generator
system.
Components
The transfer switch shall include the following accessories:
Undervoltage Sensor
1. Adjustable solid-state low voltage sensing relays (pick up 85 to 98 percent of normal
voltage set at 98 percent; drop out 75 to 100 percent set of 90 percent of pickup setting).
Provide for each phase on both utility and backup power sources.
Time Delay Start and Stop on Drop Out
1. Solid state adjustable time delay on start (0 to 15 seconds). Set start delay for 15 seconds.
Timer will send start signal to gen set CP, where louver timer will allow 15 second delay
for louvers to open prior to starting gen set.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-39
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
Time Delay Stop
1. Solid state adjustable time delay (0 to 10 minutes) to allow generator cooldown after
normal power is restored and retransfer occurs. Set at 5 minutes.
Time Delay Transfer and Retransfer
1. Solid state time delay relay adjustable 2 to 120 seconds for transfer to emergency and 0 to
30 minutes for retransfer to normal. Set at 5 minutes for retransfer to normal. Set at
3 seconds for transfer to emergency.
With or Without Load Selector Switch
1. Switch to select exercise with or without station load.
Normal-Test Switch
1. Switch such that in the “Normal” mode the transfer switch will operate automatically and
in the “Test” mode the generator will start for test purposes. This switch shall work in
conjunction with the “With” or “Without” load switch.
Exerciser Clock
1. Provide solid state exerciser clock to set the day, time, and duration of generator set
exercise/test period. Provide “With” or “Without” load selector switch for the exercise
period. The exerciser clock shall have the capability to program two separate exercises.
Programmed Transition
1. The load transfer control shall be capable of remaining in the neutral position for an
adjustable time of 0.5 to 60 seconds when transferring from on-line power source to the
other to allow residual voltages to decay before application of the source. Set at 60 seconds.
a) Position lights for normal and emergency po sitions indication and for normal and
emergency power available.
b) Switch position indication limit switches for normal and generator positions.
c) Provide dry contacts wired to terminal strip for ATS.
Power Meters
1. Provide an AC Voltmeter, an Ammeter, and a Frequency meter; 2.5-inch, analog,
2-percent accuracy. Provide a phase selector switch to read L -L voltage and current of
both power sources.
Operator Interface Display
1. Provide operator interface display that allows operators to adjust all settings and see all
values.
Control Board
1. Provide current generation hardware and firmware for the control board.
Provide manual override switch to bypass the control system and transfer load from source to
source when control is disabled.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-40
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
16.95 Testing
16.95.1 Common Work for Testing
Part 1 - General
Submittals
Test reports shall be submitted to the Engineer prior to final acceptance in accordance with
Division 1.33 of these specifications.
Scheduling and Coordination
The Contractor shall inform the Engineer in advance of testing in accordance with the
requirements listed in Division 1 of these specifications.
Prior to scheduling the testing, the Contractor shall have satisfied themselves that the project
area is properly cleaned up; all patching and painting deemed necessary properly completed;
and all systems, equipment and controls are functioning as intended.
Part 2 - Products
Source Quality Control
Submit reports of factory tests and adjustments performed by equipment manufacturers to
the Engineer prior to field testing and adjustment of equipment. These reports shall identify
the equipment and show dates, results of test, measured values and final a djustment settings.
Provide factory tests and adjustments for equipment where factory tests are specified in the
equipment specifications. The Engineer may inspect the fabricated equipment at the factory
before shipment to job site. Provide the Engineer with sufficient prior notice so that an
inspection can be arranged at the factory.
Part 3 – Execution
Site Testing
Test all circuits for continuity, freedom from ground, and proper operation during progress
of the work.
Insulation Resistance, Continuity, and Rotation: Perform routine insulation resistance,
continuity and rotation tests for all distribution and utilization equipment prior and in addition
to tests performed by the testing laboratory specified herein.
Electric Motors: Perform voltage, current and resistance tests on all motors ½ horsepower
and larger installed this project. Insulation resistance readings shall be taken with a 500-volt
megger for 30 seconds with the circuit conductors connected to the motor. Verify that an
overload condition does not exist.
Conduct special test as required for service and/or system ground.
Arc Flash Study, Protection Device Coordination, and Short Circuit Analysis
The contractor shall provide the services of a recognized independent testing laboratory or
coordination analysis consultant for the proper system coordination of the protective devices
furnished on this project. Submit the name and the qualifications of the laboratory or
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-41
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
consultant for review by the Engineer; qualifications must include professional registration of
proposed personnel as electrical engineers.
The protective device on the line side closest to the fault or abnormal conditions shall isolate
the problem portion of the system and minimize damage in that portion. The rest of the system
shall be maintained in normal service. The coordination shall be in conformance with the
recommendations of latest IEEE Standard 242.
Provide an Arc Flash Hazard Study for the electrical distribution system shown on the Plans .
The intent of the Arc Flash Hazard Study is to determine hazards that exist at each major piece
of electrical equipment shown on the one-line diagrams. This includes switchgear,
switchboards, panelboards, motor control centers, generators, transfer switches, and
transformers. The study will include creation of Arc Flash Hazard Warning Labels listing all
items as required in NFPA 70E-2018. These labels serve as a guide to assist technicians and
others in the selection of proper Personal Protective Equipment when working around
exposed and energized conductors. The electrical contractor will install the labels . The arc
flash hazard study shall consider all operating scenarios during normal conditions alternate
operations, emergency power conditions, and any other operations, which could result in
maximum arc flash hazard. The label shall list the maximum incident al energy calculated and
the scenario number and description on the label.
Submit the analysis that shall include arc flash, impedance, and short circuit calculations, list
of any assumptions made and the analysis, the recommended settings of the protective devices,
and the system time/current characteristic curves. The submittal shall be completed and
submitted in conjunction with the circuit breaker submittal to allow time for review and
re-submittal, if necessary, before the implementation of final settings and adjustments by the
testing laboratory. All information gathering of the existing system is the sole responsibility of
the agency performing the arc flash analysis and/or their representative.
Field Quality Control
General
1. Conduct final test in the presence of Owner and/or their authorized representative .
Contractor shall provide all testing instrumentation and labor required to demonstrate
satisfactory operation of systems, equipment and controls.
Operational Tests
1. Operational test all circuits to demonstrate that the circuits and equipment have been
properly installed, adjusted and are ready for full-time service. Demonstrate the proper
functioning of circuits in all modes of operation, and including alarm condition s, and
demonstrate satisfactory interfacing with the data acquisition and alarm systems.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-42
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
16.95.3 Conductor Test Report
Conductor Test Report Page 1 of 1
PROJECT: OWNER:
Contractor Co. Name:
Tested by:
Phone Number:
Test Date:
Race-
way
V C Operating Load Voltage Insulation Resistance - OHMS
Label
(1)
(2)
(3)
VAB
VCB
VCA
VAN
VBN
VCN
A-B
B-C
C-A
A-G
B-G
C-G
A
B
C
D
E
F
G
1. Refer to raceway and wire schedule and one-line diagram for description of feeder
identified by label shown on this report
2. Visual Inspection – Check when completed
3. Continuity Test – Check when completed
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 16
16-43
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\16 Electrical.docx 6/24/25 3:04 PM
© 2025 RH2 Engineering, Inc.
16.95.4 Ground Electrode Resistance Test Report
Ground Electrode Resistance Test Report
PROJECT: OWNER:
Contractor Co. Name:
Tested by:
Phone Number:
Test Date:
Test Meter Type:
Test Distance-D:
Soil Conditions:
Measured Resistance:
DESCRIPTION OF TEST PROCEDURE, CONDITIONS, RESULTS :
17-1
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
Division 17
Automatic Control
17.00 GENERAL
This division covers all work necessary for furnishing, installing, adjusting, testing,
documenting, and starting-up the Instrumentation and Control (I&C) and Telemetry System.
Programmable logic controller (PLC) shall provide local, automatic control of on-site pumps.
Computer-based telemetry system will provide remote control, alarm presentation, and data
logging activities at the Owner's headquarters location .
Sections in these specifications titled “Common Work for . . .” shall apply to all following related
subsections whether directly referenced or not.
These specifications are an integral part of the contract documents for the I&C and Telemetry
portion of this contract. The written descriptions of system performance contained herein are
given to assist the Contractor in interpreting the contract plans but are not intended to be
all-inclusive. The Contractor shall be aware that all automatic control systems do not require
the same components and accessories for complete system operation . Therefore, these
specifications do not include all accessories and appurtenances required for a complete system.
The Contractor shall, however, provide all accessories and appurtenances to result in a
completely operational system as required to meet the functional requirements of these
documents. Where specific equipment specifications are given, they are used to represent the
level of quality required by these documents.
17.05 Common Work for Automatic Control
Part 1 - General
Summary
The work under this division covers construction specifically described in these specifications .
Project Plans will be provided for this project. All work incidental and necessary to the
completion of the project described herein shall be completed under the bid item listed in the
bid proposal, and no other compensation will be allowed. The work generally consists of the
following:
• Detailed system layout and design for the particular equipment bid in accordance with
these functional specifications.
• Furnishing of I&C equipment including delivery, storage, software, programming,
installation, testing, startup, and documentation.
• Providing operator maintenance manuals for all equipment and devices provided by this
Contract.
• Providing system training to the operators of the proposed equipment.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-2
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
Related Sections
• Division 16 Electrical
References
The project Plans are based on Instrument Society of America (ISA) standards numbers S5.1,
S5.2, S5.3, and S5.4. The Contractor is encouraged to be familiar with these standards since
the project plans do not contain wiring or ladder diagrams, but are based on the functional
requirements of the ISA format.
All equipment and materials shall conform to the latest revised editions of applicable standards
published by the following organizations:
• American National Standards Institute (ANSI).
• Institute of Electrical and Electronic Engineers (IEEE).
• National Electrical Manufacturers Association (NEMA).
• Underwriters' Laboratories (U/L).
• Instrument Society of America (ISA)
All equipment and materials, and the design, construction, installation, and application thereof
shall comply with all applicable provisions of the National Electrical Code (NEC), the
Occupational Safety and Health Act (OSHA), and any applicable Federal, S tate, and local
ordinances, rules and regulations. All materials and equipment specified herein shall be within
the scope of Underwriter’s Laboratory (UL) examination services, be approved by the UL for
the purpose for which they are used and shall bear th e UL label.
All control panels shall bear a label by UL or by an approved testing authority for the
completed assembled panel.
Definitions
Contractor: The Contractor, as distinct from the Control System Integrator, shall install panels
and other materials furnished by the Control System Integrator and provide all materials and
work necessary and thereby, satisfy all requirements that are with in the scope of this section.
Control System Integrator: A single company subcontracted by the Contractor, who shall
design and furnish the system, provide the instrum ent panels; provide the PLCs, RTU, startup,
training services, and other instrument components.
Control System Programmer: A single firm, pre -selected and contracted by the Owner, who
shall furnish all programming, startup and training services related to programming. The
Control System Programmer shall be Control Systems Northwest (Bothell, WA).
Submittals
All submittals shall be complete, neat, orderly and indexed . Partial submittals will not be
accepted. Submittal information shall be provided to the Owner for the following items:
• Telemetry Panels
• Operation and Maintenance Manuals per Division 1.79.2 and Division 17.94
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-3
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
• Full size nameplate wording schedules, in lettering style proposed for use.
In addition to the requirements of Division 1.33, the Contractor shall develop and submit the
following information provided by the Control System Integrator.
Hardware Submittals
Before any components are fabricated, and/or integrated into assemblies, or shipped to the
site, the Contractor shall prepare a complete hardware submittal. The Engineer shall require
five (5) sets, including fully detailed shop drawing, catalog cuts, wiring connections , and such
other descriptive matter and documentation as may be required to fully describe the equipment
and to demonstrate its conformity to these Specifications. The decision of the Engineer, upon
the acceptability of any submittal, shall be final. Catalog information shall be submitted for all
components and equipment, regardless of whether or not it is of the same manufacture as that
listed in the Specifications.
System Plan Submittals
Following approval of the hardware submittal, the Control System Integrator shall prepare
complete system interconnect wiring diagrams and panel layout plans for approval.
Plans
The Control System Integrator shall develop all shop drawings required for design, fabrication,
assembly and installation of the control system. Shop drawings shall include all plans required
in manufacture of specialized components and for assembly and in stallation of them.
Plans shall be prepared with a CAD program capable of exporting to AutoCAD format, and
printed on 11-inch by 17-inch media. Plans shall have borders and title blocks identifying the
project system, revisions to the plans, and type of plan. Each revision of a plan shall carry a
date and brief description of the revisions. Diagrams shall carry a date and brief description of
the revisions. Diagrams shall carry a uniform and coordinated set of wire numbers and
terminal block numbers in compliance with panel wo rk wiring. Additionally, one set of
electronic .DWG files shall be provided to the Owner.
Elementary Diagrams
The Contractor shall provide elementary diagrams for all discrete loops. Loop diagrams shall
be prepared in compliance with ISA S5.4 and shall be provided for all analog loops.
Elementary diagrams and loop diagrams shall show circuits and devices of a system. These
diagrams shall be arranged to emphasize device elements and their functions as an aid to
understanding the operation of a system and maintaining or troubleshooting that system.
Elementary and loop diagrams shall also show wire numbers, wire color codes, signal
polarities, and terminal block numbers.
Panel Fabrication and Arrangements Plans
The Contractor shall provide arrangement plans of all panel front- and internal-mounted
instruments, switches, devices, and equipment indicated. All panel mounting details shall be
shown. Outer dimensions of all panels shall be included on the plan. Deviations from
approved arrangements require approval prior to installation.
Arrangement plans shall be drawn to scale using standard Architectural or Engineering scales.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-4
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
Site Conditions
Specified instrumentation and control equipment shall be modified, if necessary, to make it
suitable for operation in the ambient conditions specified in Division 16.
Warranty
In addition to any other warranties required by the specifications, the entire PLC system will
be warranted against defects in materials, workmanship , and software functions for a period
of one (1) calendar year following the successful completion of the Functional Acceptance
Test (FAT). The Contractor or designated service organization will be available on 24-hour
notice to correct any system problems without charge to the Owner during the warranty
period. In addition, the Contractor will provide four 2-day site visits during the warranty period
to perform inspection and calibration of the equipment or other work at the request of the
Owner.
Extra Materials
The Contractor shall supply sufficient spare parts, components, and assemblies to replace any
defective or malfunctioning control component provided in this system. Control components
are considered any device or combination of devices without which normal automatic control
as outlined in this specification cannot be accomplished, and includes:
1. Two (2) spares of each part, component, or assembly, if more than ten (10) of those
components are normally in use in the system.
2. One (1) box of each fuse type provided on this project. If ten (10) or more of a fuse
type is provided for the project, then two (2) spare boxes shall be provided.
3. One (1) spare circuit breaker of each rating type provided on this project.
4. One (1) spare relay of each rating type provided on this project.
Spare part components shall be packaged for ease of field installation by non-trained
personnel, so that no soldering or special skills are required for installation . All spare parts
shall be delivered in a hinged plastic box that is purposefully made for this contract. The box
shall have a parts list permanently attached to the inside lid which lists all parts and refers to
them by numbered code visible on the outside of the package . Fragile components shall be
adequately protected with cut foam. Electronic components shall be wrapped in ultra-violet
inhibiting file. The exterior of the box shall be labeled “Telemetry Spare Parts – Wastewater
Department.” Provide the box with lifting handles.
Part 2 – Products
Components
These Specifications list major instruments required to provide the process instrumentation
system. All instrument functions specified on this list shall be provided by the Control System
Integrator. Any additional instruments required to complete the instrument loops because of
certain characteristics of the particular equipment selected by the Control System Integrator
shall be provided. Such additional instruments shall be provided and included in the original
contract price even though not specified in the instrument index or on the Plans.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-5
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
The following systems utilize automatic control:
• Pump controls
• Engine generator set controls
Accessories
Provide all accessories required to furnish a complete control system that meets the
requirements of the Plans and Specifications.
Source Quality Control
Material shall be new, free from defects, and of the quality specified . All equipment and
materials utilized in the system shall be the products of Manufacturers with at least five (5)
years of experience in the manufacture of similar equipment . Similar items in the system shall
be the products of the same Manufacturer . All equipment shall be of industrial grade and of
standard construction, shall be capable of long, reliable, trouble-free service, and shall be
specifically intended for control and monitoring of operation of motor-driven pumps and
equipment. All equipment shall be of modular design to facilitate interchangeability of parts
and to assure ease of servicing.
Part 3 - Execution
Installers
Installation shall be performed by the workers who are skilled and experienced in the
installation of I&C and Telemetry systems.
Installation
Installation and testing procedures shall be as specified in these and subsequent sections of
this division.
The control system shall be installed in accordance with the installation plans and instructions
prepared by the Control System Integrator .
Installation shall include all elements and components of control system and all conduit and
interconnecting wiring between all elements, components, sensors , and valve operators.
Equipment shall be located so that it is readily accessible for operation and maintenance.
Field Equipment
Equipment shall be provided as specified on the Plans such that ports and adjustments are
accessible for in-place testing and calibration. Where possible, equipment shall be located
between 48 inches and 60 inches, unless specified otherwise on the Plans, above the floor or
a permanent work platform. Instrumentation equipment shall be mounted for unobstructed
access, but mounting shall not ob struct walkways. Equipment shall be mounted where shock
or vibration will not impair its operation . Support systems shall not be attached to handrails,
process piping or mechanical equipment except for measuring elements and valve positioners .
Instruments and cabinets supported directly by concrete or concrete block walls shall be
spaced out not less than ⅝-inch by framing channel between instrument and wall.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-6
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
Steel used for support of equipment shall be hot-dip galvanized after fabrication. Support
systems including panels shall be designed in accordance with the Seismic Restraint and
Anchorage section of Division 1.81 of these specifications and to prevent deformation greater
than ⅛-inch under the attached equipment load and an external load of 200 pounds in any
direction.
Electrical Power Connection
Electric power wiring and equipment shall be in compliance with Division 16 . Power
disconnect switches shall be provided within sight of equipment and shall be labeled to
indicate opened and closed positions and specific equipment served . “Within sight of” is
defined as having a clear unobstructed view from the equipment served and within 50 feet of
the equipment served. Disconnect switches shall be mounted between 36 inches and 72 inches
above the floor or permanent work platform . Where equipment location is such that the above
requirements cannot be met by a single disconnect switch, two switches, one at the equipment
and one at the work platform, shall be provided.
Signal Connection
Electrical signal connections to equipment shall be made on terminal blocks or by locking plug
and receptacle assemblies. Jacketed flexible conduit shall be used between equipment and rigid
raceway systems except that flexible cable assemblies may be used where plug and receptacle
assemblies are provided and the installation is not subject to mechanical damage in normal
use. The length of flexible conduit or cord assemblies shall not exceed 2 feet . Flexible cable,
receptacle and plug assemblies shall be used only where specified.
17.06 Control System Integrator
Part 1 - General
Division of Responsibility
All instrumentation and industrial electronic systems shall be provided under the supervision
of a single Control System Integrator, chosen by the Contractor, which is regularly engaged in
the design and installation of such systems of similar scope and complexit y. The Control
Systems Integrator shall be enjoined by the Contractor as a Subcontractor. The assignment of
specific responsibilities herein to the Control System Integrator shall not, in any way and under
any conditions, diminish the Contractor's full and complete responsibility for all work
performed and all materials installed under the contract. The contract between the Contractor
and the Control System Integrator shall specifically require that the Control System Integrator
conform to and meet all requirements specified in the contract documents.
The assignment of a Control System Integrator that is an equipment supplier shall not be
acceptable.
Control System Integrator’s Responsibility
The Control System Integrator shall be solely and completely responsible for the final design
and assembly of the entire control system . Responsibilities include:
• Provision of, and the detailed design of, custom control panels and the motor control
center. The plans show general layout of the control panels. The Integrator shall provide
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-7
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
detailed scaled design of all components on and in the control panels and determine
specific requirements.
• The design of all interconnecting wiring of control equipment including remote control
panels, packaged equipment panels, mechanical equipment with control components,
etc.
• Testing of the control panels in the Control System Integrator’s shop.
• Coordinate with the Contractor for specific requirements and locations of raceway
penetrations and field wiring in control panels.
• The Control System Integrator shall supply the Contractor with all necessary detailed
installation plans and/or written instruction for installation of all control components
and sensing devices for proper system operation .
• Coordinate with the Control System Programmer who has been selected by the Owner
and are under separate contract with the Owner, to allow in -shop testing of the
programming of all control devices and to execute the functions listed in the control
strategies.
• Develop an assembly and testing schedule, with the Control System Programmer to
allow for testing of all new programs in the Control System Integrator’s shop.
• Provide installation assistance.
• Provide Startup and Training Services.
General and Electrical Contractor’s Responsibilities
The General and Electrical Contractor shall be responsible for the following equipment and
services:
• Review of the Control System Integrator’s submittals and wiring diagrams for
coordination with space requirements, raceway requirements of field wiring, etc.
• Supply the Integrator with submittals of equipment related to the control system that the
Integrator must include in their submittals and integrate . Such as motors, packaged
control panels that the Integrator does not build, etc.
• Installation of the control panels provided by the Control System Integrator.
• Installation of the interconnecting wiring in accordance with these documents and the
Control System Integrators wiring diagrams.
• Installation of I&C and Telemetry System components in accordance with these
documents and plans or instructions of the Control System Integrator.
Part 3 – Execution
Installers
The Control System shall be designed, constructed, programmed and commis sioned by full
time employees with a minimum of 5 years of experience (minimum of 1 year with Integrator).
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-8
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
Integrators List
The Control System Integrator shall be selected by the Contractor from the following
acceptable companies (Alphabetical Listing):
• Control Systems Northwest – Bothell, Washington
• Quality Control Corporation (QCC) – Lynnwood, Washington
• S&B Inc. (Stead & Associates) – Bellevue, Washington
• Systems Interface Inc. – Mukilteo, Washington
• Taurus Power and Controls, Inc. – Kent, Washington
• Technical Systems, Inc. – Lynnwood, Washington
Alternative Integrators
Alternate Control System Integrators not listed above shall be considered for acceptability by
the Owner based on following qualifications:
1. The Control System Integrator shall be an instrument and control system manufacturing
company.
2. The Control System Integrator’s manufacturing and assembly facility shall be located
within a 100-mile drive from Renton, WA.
3. The Control System Integrator shall be specialized in the design, assembly, testing,
installation and service of municipal water and wastewater control and communication
systems in the Pacific Northwest for at least five years.
4. The Control System Integrator shall employ technicians and engineers with documented
experience in the design, assembly, testing, installation, operation, calibration,
trouble-shooting, service and repair of control, and communication systems for municipal
water and wastewater utilities.
5. The Control System Integrator shall have completed the design, assembly, testing and
installation of control systems that include the instruments and devices cited on the Plans
by specific manufacturer's name.
An alternate Control System Integrator selected by the Contractor shall be subject to the
approval by the Owner. Prior to placement of purchase orders for services and equipment,
the Contractor shall provide the following information about the selected alternate Control
System Integrator for review by the Owner:
1. Description of ownership and organization of Integrator.
2. Resumes of principals and/or key employees who will be working directly in the
engineering, assembly, testing and commissioning of the system for this project.
3. Description of expertise in design, assembly, testing and installation of control systems for
municipal utility facilities.
4. Description of municipal control systems designed, assembled and installed in the last 5
years. Description shall include:
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-9
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
• Names of employees involved in each system.
• Detailed description and plans of each system.
• Cost of each system.
• Names and telephone numbers of persons involved in operation and maintenance of
each system.
• Description of the service capabilities normally provided by the company including
resumes of employees assigned to field service and listing of service equipment.
• Additional information that may assist the Owner in ascertaining the company's
general ability to perform the work. The acceptability of the Integrator will be
determined solely by the Owner.
Approval of Personnel and Alternatives
The Contractor and the selected Control System Integrator shall anticipate that the Owner
may withhold approval of the selected Integrator or employee if, in the opinion of the Owner,
the Control System Integrator or employee does not have the experience, capability or an
acceptable performance and execution record of similar projects in the past.
Neither the Contractor or Control System Integrator or employee not approved by the Owner,
shall be entitled to an extension of time or to any claim for damages because of extra and
unanticipated costs, hindrances, delays or complications caused by or resulting from the
Owner not approving any Control System Integrator or employee for whatever reason.
17.07 Control System Programmer (Control System
Programmer Contracted Directly by Owner)
Part 1 - General
Division of Responsibility
The Control System Programmer shall be selected and contracted for the control system
programming by the Owner. The Control System Programmer Contracted by the Owner is
Control Systems Northwest, who may be contacted at (425) 951-5358. It is the responsibility
of the Control System Programmer to provide PLC programming that will accomplish control
of the proposed and modified systems as described in the Specifications and Plans.
Control System Programmer’s Responsibility :
The Control System Programmer Responsibilities include:
• Develop a testing schedule to allow for testing of all new telemetry panel programs.
• Notify the Control System Integrator of all components needed to test equipment
panels.
• Software testing of the control panels in the Control System Integrator’s shop.
• Programming of the PLC, operator interface, and HMI Computer System.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-10
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
• Provide required software startup, troubleshooting, and commissioning services needed
to complete implementation of programs.
17.08 System Description
Part 1 – General
Summary
The I&C and Telemetry system functions required are specified on the Plans and in
subsequent sections of this Division.
Design and Performance Requirements
The system shall be designed to provide the control capabilities and functions indicated and
implied by the Plans and these Specifications and to provide trouble-free operation with
minimum maintenance. The system shall readily enable manual operation of any and all
functions in the event of failure of any one component.
The control system shall be designed and assembled by the Control System Integrator to
provide:
• Control of motor driven pumps, equipment, and processes.
• Monitoring of operation of motor driven pumps, equipment, and processes.
• Indication of operating status of motor driven pumps, equipment, and processes.
• Monitoring and indication of pressures, temperatures, levels, and flows, as indicated and
implied by the Plans and Specifications.
• The capabilities indicated and implied by the Plans and Specifications.
The I&C and Telemetry System shall be designed and assembled by the Control System
Integrator to be an integrated system composed completely of components which are
specifically designed and used for and in conjunction with control and operation of
motor-driven pumps and process control equipment. The Control System Integrator shall
supply all interfacing equipment, appurtenances and accessories and all such devices that may
be required for proper interfacing as part of the control system.
Project Conditions
RTU sites included in this project are:
1. Shy Creek Lift Station
2. Stonegate Lift Station
Part 2 – Products
Manufacturers
The telemetry components of the RTU shall be manufactured by Allen-Bradley to be
consistent with the Owner’s existing system.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-11
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
Components
The I&C and Telemetry System shall include the instruments, control devices, Remote
Telemetry Unit, Human Machine Interface, input and output devices, sensors, interfacing
devices, cabinets, enclosures and other components indicated and implied by the Plans and
Specifications.
The following is a list of the RTUs to be provided by the Control System Integrator:
• Shy Creek Lift Station
• Stonegate Lift Station
Part 3 – Execution
Preparation
The Control System Integrator shall be responsible for the coordination and integration of
control system with the motor control and other related equipment. The Control System
Integrator shall communicate directly with the Manufacturer(s) and Supplier(s) of all related
equipment to determine all details of the equipment, which may influence or affect the control
system. The Control System Integrator shall determine all requirements for and shall cause
integration of the control system into a unified operat ing system. The Control System
Integrator shall define all requirements for all interfacing equipment and shall supply all
appurtenances, accessories and all such devices, which may be required for proper interfacing
as part of the control system.
The Control System Integrator shall be responsible to obtain submittal information on
equipment supplied by other disciplines and to integrate them into the control system to form
a complete working package as outlined by the contract documents.
Installation
The system shall be completely assembled in the shop by the Control System Integrator . All
components and equipment shall be prewired to the maximum extent possible.
All Process Control shall be done within the control panels unless specifically listed on the
Plans as other.
17.10 PANELS
17.12 Equipment Panels
Part 1 – General
References
Panels shall meet the requirements of UL-913 for sewer systems. All panels shall bear the
appropriate label. The provider of the panels shall be a UL-508A certified facility. All field
modifications shall be in conformance with UL-913.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-12
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
Design Requirements
Control equipment panels shall be enclosures conforming to the requirements of the National
Electrical Manufacturers Association (NEMA) and shall be NEMA 12 for indoor use and
NEMA 4X Stainless Steel for outdoor use.
Part 2 – Products
Components
• Enclosure shall be constructed of steel (indoor) or stainless steel (outdoor).
• Minimal metal thickness shall be 14-gauge.
• All doors shall be rubber-gasketed with continuous hinge and key locking latch
mechanism.
• Wherever practical, enclosures shall be a manufactured item.
• All doors shall be provided with quick-release latches to secure cover.
• Panels shall be sized to adequately dissipate heat generated by equipment mounted in or
on the panel.
• Enclosure shall include a backpan.
• Enclosure shall be finished in ANSI 61 gray polyester powder coating inside and out
over phosphatized surfaces.
• The enclosure shall be oversized to accommodate future racks and auxiliary devices as
required.
• All outdoor enclosures shall be provided with a control panel heater and ventilation fan
and filter with built-in thermostat to provide adequate climate control.
Fabrication
Panels should be completely fabricated, and instruments installed and wired in the
manufacturer's factory (where possible). All wiring shall be completed and tested prior to
shipment. All external connections shall be by way of numbered terminal blocks. Panel cutouts
for instruments and devices shall be cut, punched or drilled and smoothly finished with
rounded edges.
17.20 Panel Components
Part 1 - General
Design Requirements
All components shall be suitable for installation inside the I&C and Telemetry system panel
enclosure.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-13
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
17.20.3 Terminal Blocks
Part 1 - General
Design Requirements
Terminal blocks shall be one-piece molded plastic blocks with screw-type terminals and
barriers rated for 600 volts. Terminals shall be double-sided and supplied with removable
covers to prevent accidental contact with live circuits. Terminals shall have permanent, legible
identification, and be clearly visible with the protective cover removed.
Fusible terminal blocks shall be provided with a LED blown fuse indicator for each terminal.
Part 3 - Execution
Installation
All wires between panel-mounted equipment and other equipment shall be terminated at
terminal blocks. Switches shall be terminated at the terminal blocks with crimp -type,
pre-insulated, ring-tongue lugs. Lugs shall be of the appropriate size for their terminal block
screws and for the number and size of the wires terminated.
17.21 Power Supply and Protection
17.21.2 Normal Power Supply
Part 1 - General
Design Requirements
All equipment panels shall be provided with 120-volt, 60-Hz power. Make provisions for
conduit entry and provide a terminal block for termination of the circuit wires. All electronic
control panel components shall require a 120 VAC -24 VDC power supply. DC power supply
shall be sized to provide at least 50 percent more current than the peak current demands of
the control panel. DC power supply shall have UPS backup power capabilities as identified in
Section 17.21.3. Protection equipment shall consist of circuit breakers and fuses to protect
electrical circuits from short circuits and overloads.
Part 2 – Products
Manufacturers
DC power supplies shall be Puls Inc., Sola Inc., Allen-Bradley, or approved equal.
Fuses shall be Bussmann Manufacturing Model ABC or MDA rated for Branch circuit, or
approved equal.
Circuit Breakers shall be Allen-Bradley rated for Branch circuit, or approved equal.
Part 3 – Execution
Construction
Branch circuits shall be individually fused with an indication of fuse opening. All fuse holders
for the panel shall be grouped on a single sub -panel. They shall be so situated that when the
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-14
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
panel door is opened there is a clear view of the indicators and clear access for replacement of
the fuses.
Provide DC power supplies as required to power instruments requiring external DC power of
the appropriate voltages, with sufficient voltage regulation and ripple control to assure that
the instruments being supplied can operate within their required tolerances. The power
supplies at all RTUs shall include batteries for a backup power supply and charging equipment.
17.21.3 Backup Power Supply
Part 1 - General
Design Requirements
All equipment panels shall have an Uninterruptable DC Power Module that interfaces with
the Normal DC Power Supply. The Uninterruptable DC Power Module shall be capable of
powering the control panel equipment after normal power failure. Transfer shall be a non-
mechanical, non-interruptible, smooth transfer to battery backup.
Remote equipment batteries shall be sealed lead-acid batteries of sufficient ampere hour
capacity to meet the above requirements.
Performance Requirements
The master console shall display power failure, and also a low battery condition alarm for the
new equipment. A power failure alarm shall occur in the format currently used by the system .
A low battery condition alarm shall cause the alarm indicator to flash but will not sound the
audible alarm. The indicating light shall go off when the alarm condition is clear.
Part 3 – Execution
Installation
Batteries, battery chargers, and necessary wiring shall be installed to meet the above
specifications.
17.21.4 RTU Uninterruptible Power Supply
Part 1 - General
Design Requirements
The RTU power supply shall be connected to a UPS unit for power protection in the event of
a utility power failure. The UPS shall be a smart on-line UPS.
The UPS VA rating shall be a minimum of 1,000 VA.
Part 2 - Products
Manufacturers
The UPS shall be an APC Smart On-Line series, Minuteman CPE series, Tripp-Lite
SmartOnline series, or equal.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-15
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
17.21.5 Line Protection Units – Low Current
Part 1 - General
Design Requirements
The line protection unit shall isolate and protect the I&C electronics from current and voltage
surges in the transmission lines. Each protection unit shall have:
• An isolation transformer with a minimum of 1,500 volts AC isolation, primary to
secondary, and a minimum saturation current of 100 milliamps (ma) S.C. or as required
to protect the I&C equipment from damage.
• Separate line-side and equipment-side terminal blocks.
• Two clip-mounted, replaceable gas discharge tubes rated at 90 volts striking voltage and
5,000 ampere peak pulse current capacity and suitable ground strap.
Part 2 - Products
Manufactured Units
The line protection unit shall be a complete unit, mounted on a separate chassis, and be field
replaceable without soldering. The chassis shall be a ¼-inch thick plate.
17.21.6 Line Protection Units – High Current
Part 1 - General
Design Requirements
The line protection unit shall isolate and protect the I&C electronics from current and voltage
surges in the transmission lines. Each protection unit shall have:
• A minimum continuous operating current rating of 30 amps or larger as required to
protect the telemetry equipment from damage.
• A minimum peak surge current rating of 80 KA.
• Separate line-side and equipment-side terminal blocks.
• LED indicator for circuit diagnostics.
• A response time less than or equal to 1 nanosecond.
The line protection unit shall be a complete unit available as a surface mount or DIN rail.
Part 2 - Products
Manufacturers
The line protector shall be an Allen-Bradley Model 4983-DC120-20 or equal.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-16
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
17.22 Wire and Cable
17.22.2 Wiring
Part 1 - General
References
All electrical wiring shall be in accordance with the NEC.
Design Requirements
Wires shall be 600-volt class, PVC insulated, stranded copper and shall be the sizes required
for the current to be carried but not less than No. 14 A WG conductor size.
Wires for signal circuits shall be twisted shielded pairs not smaller than No. 18 A WG.
Part 3 – Execution
Installation
All power wiring shall be supported on a sheet metal raceway or enclosed in a plastic wiring
duct. Wiring for signal circuits shall be separated at least 6 inches from any power wiring.
17.22.3 Cables
Part 1 - General
Design Requirements
Cables and connectors shall be industry standard, shielded, and shall be provided to connect
all peripherals and equipment.
17.24 Switches and Relays
17.24.2 Selector Switch
Part 2 – Products
Manufacturers
Heavy-Duty, Watertight, and Corrosion-Resistant Type: Eaton/Cutler-Hammer, Type E34; Square
D Co., Type SK; Allen Bradley, Type 800H; General Electric Co., Type CR 104P.
Manufactured Units
Selector switches shall be NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type
selector switches with contacts rated for 10 amperes continuous at proper operating voltage .
Operators shall be black knob type. Units shall have the number of positions and contact
arrangements and spring return function (if any) as shown on Plans. Units shall be single-hole
mounting, accommodating panel thicknesses from 1/16-inch minimums to ¼-inch maximum.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-17
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
17.24.3 Pushbuttons
Part 2 – Products
Manufacturers
Heavy-Duty, Watertight, and Corrosion-Resistant Type: Eaton/Cutler-Hammer, Type E34; Square
D Co., Type SK; Allen Bradley, Type 800H; General Electric Co., Type CR 104P.
Manufactured Units
Pushbuttons shall be NEMA type 4/4X/13, corrosion -resistant/watertight/oil-tight, type
push buttons with momentary contacts rated for 10-ampere continuous at proper operating
voltage. Button color shall be as specified in control panels and shall have a full guard .
Pushbutton contact arrangements shall be as shown on Plans. Size of pushbuttons as indicated
on the Plans.
Special Functions
Pushbutton for “Emergency Help” applications shall have maintained contacts and red
mushroom head operators.
17.24.4 Panel Relays
Part 1 – General
Design Criteria
Relays shall be provided as necessary to perform switching functions required of control
panels and other control circuits as shown on the Plans and described in the technical
specifications. Appropriate relay type and associated contacts shall be selected based on the
application from the control wiring diagrams or the functional description . Where timing
relays and control relays require additional contacts, provide auxiliary control relays properly
sized for the application.
All contacts and relays shall be NEMA rated and UL recognized.
The electrical life expectancy for the relay shall be over 500,000 operations at 120V AC,
10 amps; (over 200,000 operations at 120V AC, 10 amp for SPDT, 3PDT, and 4PDT). The
mechanical life expectancy for the relay shall be over 50,000,000 operations.
Part 2 – Products
Manufacturers
Control Relays
Square D Class 8501, Type K or R; Allen Bradley 700 Type HA or HB; IDEC RH Series; or
equal.
Time Delay and Timing Relays
Allen Bradley 700 Type HR; IDEC GE1, RTE or GT3 Series; or equal.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-18
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
Manufactured Units
Control Relays
Relays for general purpose use shall be DPDT or 3PDT, 10 amp contacts with the appropriate
coil voltage for the application . Relays shall be plug-in type with matching socket. All relays
shall have LED indicators to signal when the coil is energized . Relay coils shall be rated for
continuous duty.
Time Delay Relays
Time delay relays shall be multi-function, multi-range with plug-in base, pin style terminations
timing and timed out LED indicators, and calibrated scales . Relays shall have minimum
0.5 seconds to 60 minutes, 8 selectable timing ranges, 5 amp contacts. Select coil voltage for
the application. Units shall be sealed to prevent entry of contamination in the form of dust,
dirt, or moisture.
Appropriate relay shall be selected based on application from the control wiring diagrams.
Minimum accuracy (plus or minus) shall be as follows:
1. Repeat accuracy – ½ percent.
2. Timing change over full voltage range – ½ percent change over full temperature
range.
3. Scale tolerance – 5-percent.
Timing Relays
Timing relays shall be machine tool industrial relay with solid -state timer and external
adjustment dial. Range shall be 0 to 120 seconds unless indicated otherwise on the Plans. Relay
shall include an LED indictor and instantaneous and time -delay contacts rated at 10 amps,
meeting NEMA A600 designation . Timing relays shall be “on delay” or “off delay” as
indicated on the Plans. Units shall be sealed to prevent entry of contamination in the form of
dust, dirt, or moisture.
Appropriate relay shall be selected based on application from the control wiring diagrams.
Minimum accuracy (plus or minus) shall be as follows:
1. Repeat accuracy – ½ percent.
2. Timing change over full voltage range – ½ percent change over full temperature
range.
3. Scale tolerance – 5 percent.
Part 3 – Execution
Installation
Provide adjustable time relays on all alarm and shut down circuits to prevent nuisance tripping
of other alarm points. Time delay relays for these functions may not be shown on the Plans;
however, provide as required on all circuits.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-19
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
Provide additional form C contacts over and above the number indicated on the Plans for all
relays provided.
120 VAC relays shall not be interchangeable with other voltages to prevent a hazardous
interchange of relay voltages.
Provide DIN mounted or panel mounted type depending on application.
17.25 Indicating Lights and Readouts
17.25.2 Pilot Lights
Part 2 – Products
Manufacturers
Heavy-Duty, Oil-Tight Type: Eaton/Cutler-Hammer, Type 12350T; Square D Co., Type K; Allen
Bradley, Type 800T; General Electric Co., Type CR 104P.
Heavy-Duty, Watertight, and Corrosion-Resistant Type: Eaton/Cutler-Hammer, Type E34; Square
D Co., Type SK; Allen Bradley, Type 800H; General Electric Co., Type CR 104P.
Manufactured Units
Indicating lights shall be NEMA type 4/4X/13, corrosion resistant, water-tight, oil-tight, full
voltage, push-to-test, high visibility 28 chips LED type. Pilot lights shall be rated for the proper
operating voltage. Appropriate lens caps shall be provided as shown on Plans.
17.30 INTELLIGENT CONTROL UNITS
17.31.2 Programmable Logic Controller (PLC) System
Part 1 - General
Summary
Work involved in this contract includes providing new PLC equipment and programming to
provide the functions shown on the Plans and described herein.
Performance and Design Requirements
• The PLC system modifications shall accomplish the control requirements of the loop
descriptions, Plans, and Specifications.
• The design application and installation of the PLCs shall conform to NEMA ICS 1.1.
• PLC programming shall be documented.
• All PLC control system components shall be capable of meeting or exceeding
electromagnetic interference tests per ANSI/IEEE C37.90.2.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-20
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
Part 2 – Products
Manufacturers
PLC components added to this Contract shall be Allen-Bradley. No substitution.
Refer to project Telemetry Panel plans for specific Allen -Bradley component numbers and
quantities.
Components
Input/Output (I/O) Modules
a) Provide plug-in modular-type I/O racks with cables to connect to all other required
PLC system components.
b) Provide I/O system with:
1. I/O solid state boards with status lights indicating I/O status and board failure.
2. Electric isolation between logic and field device.
3. Interchangeable boards for similar I/O type to allow substitution of operating
boards for failed units by the operator.
4. Capability of withstanding low energy common mode transient to 1500 V
without failure.
5. Incorporate noise suppression design.
6. Capable of meeting or exceeding surge-withstand capability tests, per
ANSI/IEEE C37.90.1.
7. Capable of meeting or exceeding electrical noise tests, NEMA ICS1-109.60-
109.66.
c) Discrete I/O modules:
1. Interface to ON/OFF devices.
2. I/O status indicator on module front.
3. Voltage rating to match circuit voltage.
4. Output module current rating:
a. Match maximum circuit current draw.
b. Minimum 1.5 A/point for 120 V AC applications.
5. Isolated modules for applications where one module interfaces with devices
utilizing different sources of power.
6. Individually fused outputs with blown fuse indication.
d) Analog I/O modules:
1. Input modules to accept signals indicated on Plans or Specifications.
2. 12-bit minimum resolution.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-21
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
3. I/O chassis supplied power for powering connected field devices.
4. Isolated (differential) inputs and outputs.
5. User configurable for desired fault-response state.
6. Provide output signals as indicated on Plans and Specifications.
7. Individual D/A converter for each output module.
8. Individual A/D converter for each input module.
Data Highway Communications
1. All PLC controllers shall be capable of EtherNet/IP communications. Any additional
industrial protocols shall be provided through protocol converters.
PLC Peripheral Devices
1. PLC Peripheral Devices
Graphical Operator Interface
a. The data entry and display module shall consist of a 6.5-inch color screen display.
b. The unit shall be capable of reading PLC data table register values and pre-defined
messages and writing into PLC memory to modify register values.
c. The readout module will be used as a local operator interface device for entering
operational parameters and reading out process data including display of all alarms
by tag number.
d. A complete index of parameters and corresponding memory locations and a
complete cross reference of alarms will be permanently attached to each PLC
enclosure.
e. The unit will be self-contained, 24 VDC powered and rated minimum NEMA 12
suitable for panel mounting.
f. Communications will be direct with the Ethernet Switch via shielded CAT 5E
Ethernet Cable.
g. The touch screen panel shall be an Allen -Bradley PanelView Plus 7 Standard
Terminal, 6.5-inch Color Display, Part Number 2711P-T7C21D8S, No
Substitutions.
Part 3 - Execution
Installers
Control System Integrator and programmers shall have had experience in design, installation,
and start-up of at least three similar installations using the proposed hardware and software.
Installation
Provide a completely integrated distributed programmable controller system capable of analog
and sequential control, data acquisition and display, alarm annunciation and communications
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-22
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
using the PLC system. I/O cards and memory shall be added as necessary to complete work
shown on the Plans and described in the specifications.
The system shall provide true distributed control wherein each PLC is an intelligent
stand-alone controller programmed for the specific functions required at its respective
location. Certain information in the form of control commands, interlocks and data will be
passed directly between the PLCs for use in executing the local control programs .
Input/Output Connection Requirements
1. Make connections to I/O subsystem by terminating all field wiring on terminal blocks
within the I/O enclosure.
2. Prewire I/O modules to terminal blocks.
3. Provide terminal blocks with continuous marking strip.
4. Size terminals to accommodate all active data base points and spares.
5. Provide terminals for individual termination of each signal shield.
6. Field wiring shall not be disturbed when removing or replacing an I/O module.
PLC Installment
1. Component placement:
a. Mount all components according to manufacturer's instructions.
b. Locate incoming line devices (isolation or constant voltage transformers, local power
disconnects, surge suppressors, etc.) so as to keep power wire runs within an enclosure
as short as possible.
c. If items such as magnetic starters, contactors, relays and other electromagnetic devices
are located within the same enclosure as the PLC system components, provide at least
6 inches of separation between the magnetic area and the control area.
d. Oversize enclosure to accommodate future racks and auxiliary devices as required.
2. Provide enclosure with a single quick disconnect of incoming power . Mount disconnect
switch or breaker on enclosure exterior and label.
3. Enclosures shall comply with these specifications.
4. Enclosures shall be equipped with H2S inhibitor(s) suitable for the enclosed volume.
17.33 Network Equipment and Computers
17.33.1 Industrial Network Equipment
Part 1 – General
Design Requirements
All specified “industrial network equipment” shall comply with the following minimum
specifications:
1. Rated for a 5-30VDC power supply.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-23
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
2. UL listed.
3. Designed for an industrial environment.
4. Operating temperature of -40 degrees Fahrenheit to 176 degrees Fahrenheit.
5. IP66 rated water and dust resistant.
6. Control network device shall be capable of remote monitoring using OPC protocol.
7. All devices on fiber backbone shall have a minimum of two sets of transmit/receive
ports.
8. Twisted pair network speed shall be a minimum of 100Base -TX.
9. Fiber optic network speed shall be a minimum of 100Base -FX.
These requirements do not apply to non -industrial network equipment.
Part 2 - Products
Control Network Equipment
Data highway communications shall be accomplished on a control network consisting of
nodes, one at each PLC or computer workstation and a physical link layer consisting of cables
and all interfacing hardware. Control Network equipment shall consist of the following
devices.
Unmanaged Ethernet Switch
N-Tron 308TX Ethernet Switches, quantity as shown on Plans. No Substitutions.
Part 3 – Execution
Installation
All network equipment in Control Panels shall be installed as per Plans, specifications and
product installation instructions. All components shall be suitable for installation in the
environment where installed. All devices shall be installed as specified by the manufacturer .
All devices shall be installed to be field serviceable without taking the facility out of service .
Device displays shall be positioned to be easily read when viewing directly into control panels.
17.40 REMOTE COMMUNICATION DEVICES
17.41 Radio Systems
Part 1 – General
Performance Requirements
Provide components as necessary to re-use existing radios.
Part 2 – Products
Radio Communication Equipment
1. CalAmp GT-NFF-AL PolyPhaser. Refer to plans for quantities.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-24
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
2. 18-inch Pigtail cable between the CalAmp VIPER SC radio and the PolyPhaser P/N
250-0697-103. This is an RG400 TNC to N-Male cables. Refer to plans for
quantities.
3. CalAmp 250-5099-005 DIN rail mounting kit, Viper-SC. Refer to plans for
quantities.
Part 3 – Execution
Installation
All radio equipment shall be installed as per Plans, specifications, and product installation
instructions. All devices shall be installed as specified by the Manufacturer.
17.90 TESTING , STARTUP, AND TRAINING
17.90.1 Common Work for Testing, Startup, and Training
Part 1 – General
Summary
Total system hardware start-up is the responsibility of the Control System Integrator .
Maintenance
The Control System Integrator shall be solely and completely responsible for all hardware
maintenance of the system from time of start -up to the date of acceptance, by formal action
of the Owner, of all work under the contract. The Control System Integrator shall perform all
such work required or considered to be required by the Owner to cause and maintain proper
operation of the system and to properly maintain the system.
Warranty
The Contractor shall cause the Control System Integrator to make any and all repairs,
replacements, modifications and adjustments required to eliminate any and all defects in
design, materials and workmanship which are disclosed within the one year guarant ee period.
The Control System Integrator shall begin all repairs, replacements, modifications and
adjustments within twenty-four (24) hours of notification by telephone by the Owner and shall
complete such repairs, replacements, modifications and adjustments within forty-eight (48)
hours of notification. Should the Control System Integrator fail to begin the work within
24 hours or complete the work within 48 hours, the Owner may proceed to undertake or
complete the work. In such event, the Contractor and his surety shall be liable for all costs
incurred by the Owner.
Part 3 – Execution
Field Quality Control
Equipment Manufacturer’s Support
1. The Control System Integrator shall pay for services of equipment manufacturer's field
service representative(s) to:
a. Inspect equipment covered by these Specifications.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-25
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
b. Supervise adjustments and installation checks.
c. Conduct start-up of equipment and perform operational checks.
d. Provide Owner with a written statement that manufacturer's equipment has been
installed properly, started up and is ready for operation by Owner's personnel.
Repairs
The Control System Integrator shall correct all deficiencies and defects and make any and all
repairs, replacements, modifications, and adjustments as malfunctions or failures occur.
The Contractor and the Control System Integrator shall anticipate that the Owner may delay
acceptance of all work under the contract if, in the judgment of the Owner, malfunctions or
failures in operation of the control system repeatedly occur after start-up. Both the Contractor
and the Control System Integrator shall not be entitled to an extension of time or to any claim
for damages because of hindrances, delays or complications caused by or resulting from delay
by the Owner in accepting the work because of malfunctions or failures in operation of the
control system.
17.91 Tests and Inspections
Part 1 - General
Summary
Materials, equipment, and construction included under this specification shall be inspected in
accordance with the specifications. Testing shall be performed by the Control System
Integrator in accordance with Division 16 and subsequent sections of this division. Testing
shall be required to determine if installed equipment and system(s) will operate in the manner
in which they are intended to operate. The decision of the Owner upon the acceptability of
the test procedures and conformance shall be final. The work will not be accepted until all
testing has been satisfactorily performed.
Scheduling
The Contractor shall prepare factory and field test procedures to demonstrate conformance
of the complete system to this specification . The Contractor shall submit the detailed test
procedures within four weeks after the notice to proceed for the Engineer’s review and
approval.
The Contractor shall furnish all labor, materials, tools, equipment, instruments and services
necessary to perform all specific functional testing of all installed equipment and systems at
no additional cost.
The Control System Integrator and Contractor shall notify the Owner and Engineer (Control
System Programmer) of the factory testing date 30 calendar days before testing.
The Contractor and Control System Integrator shall include in the schedule 10 consecutive
working days as part of the factory testing for the Control System Programmer to test the
control system software with the hardware supplied by the Control System Integrator at the
Control System Integrator’s shop.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-26
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
The Control System Integrator and Contractor shall submit to the Engineer (Control System
Programmer) a detailed field testing schedule identifying each day that both the Control
System Integrator and Control System Programmer will need to be on site for f ield testing of
equipment. A preliminary schedule shall be submitted to the Engineer for review 60 calendar
days before testing. A final schedule shall be submitted to the Engineer for review 30 calendar
days before testing.
The Contractor and Control System Integrator shall include in the construction schedule
10 consecutive working days between the completion of field testing and the startup phase for
the Control System Programmer to perform field software testing. Startup shall not proceed
until the software field testing is complete .
Part 2 – Products
Factory Testing
All factory testing of control panels and computer systems shall be performed at the Control
System Integrator’s shop.
The completed control system shall be tested in the shop by the Control System Integrator
and the Control System Programmer. All motor control centers and VFD’s supplied by the
Control System Integrator shall be interconnected with the control system and p owered with
rated incoming voltage. Testing shall be conducted in two phases. The initial hardware testing
shall include, but not be limited to, operation of all input and output (I/O) points, control
devices and motor controllers. The subsequent testing shall include, but not be limited to,
testing of RTU programming and Operator Interface provided by the Control System
Programmer.
The initial hardware testing of the control system shall include the following:
1. The entire assembled panels shall be meggered and tested to be free from grounds and
shorts.
2. Energize each discrete input and output and simulating each analog input and output
using a loop simulator and calibrator. Circuits not energized shall be tested for
continuity. Discrete input signals shall be tested in both the “on” and “off” state .
Analog signals shall be tested at a minimum of three values (4 mA, 12 mA, and 20 mA).
The test results shall be documented by the Control System Integrator in checklist
format. The final test results shall be signed by both the Engineer and Control System
Integrator prior to shipment of equipment to the job site.
3. Provide signal generators, multimeters, and other test equipment as required to verify
proper operation of the assembled panels.
4. The Control System Integrator shall interconnect the control panels with the motor
control centers and VFD’s for both hardware and software testing phases . Control
panels shall initially be hardware tested in one group . Similarly, the motor control
centers and VFD’s shall be hardware tested in another group . After both groups of
hardware are confirmed to be operating correctly, the Control System Integrator shall
interconnect the equipment with Ethernet cables and analog and discrete wiring as
shown on the Plans. The equipment shall remain connected for the remainder of the
factory testing period.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-27
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
5. Correct, replace, or repair control panel and motor control center wiring, and/or
components until testing demonstrates proper operation . Control panels and motor
control centers shall not be shipped to the job site until testing has demonstrated
complete operation of the panels.
6. Provide updated and complete as-built drawings for the control panels and motor
control centers at the time of final factory testing. The Engineer shall review the
drawings against the panel construction at the time of final factory testing . Drawings
which do not reflect the actual construction of the panel shall be revised and reviewed
again by the Engineer. As-built drawings that require revisions shall be submitted to
the Engineer for review prior to shipment of equipment to the job site . This review
process shall be repeated as necessary so that as-built drawings reflect the actual
construction of the panels and motor control centers at the time of shipment . Panels
and motor control centers shall not be shipped to the job site until the as -built
drawings are updated, complete, and reflect the actual as-shipped status of the
equipment.
Upon completion of the initial hardware testing, Control System Programmer shall conduct
software testing for final inspection by the Owner. The Control System Integrator shall
provide for time, equipment and support in their shop for Control System Progra mmer to
completely demonstrate the functions of the entire control system. All control functions and
all status and alarm monitoring and indication shall be demonstrated under simulated
operating conditions. Simulating equipment shall be provided and wired into the control
system for this testing. Testing shall be continued for the time period required by the Owner
to observe and verify any revisions and as described above in the scheduling portion of this
specification.
Part 3 – Execution
Field Quality Control
Following installation by the Contractor, the Control System Integrator will verify the
correctness of the interconnecting wiring and energize all control equipment in the field . Each
point at the controller(s) shall be checked for proper functional operation through
communication with the central computer.
Field Tests
The Control System Integrator in conjunction with the Contractor shall conduct field tests of
all panels, motor control centers, VFD’s, and instrumentation in the presence of the Engineer
after installation of the equipment at the site. Testing shall be conducted by physically actuating
signaling devices, installing temporary jumpers, or artificially imposing signals on the field
wiring. This shall be done to establish proper operation of the field devices, the integrity of
the field wiring, and the proper connection of field devices to the panels. The Contractor and
Control System Integrator shall coordinate with the Engineer to provide for as complete
testing of the control system as is practical prior to placing the equipment on line for actual
control and monitoring. The Contractor and Control System Integrator shall make corrections
or repairs to the wiring and/or devices as necessary to provide proper operation of the system.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-28
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
After the initial testing is complete, commissioning shall be accomplished by the Control
Systems Integrator, Control System Programmer, and Contractor, with the Owner and
Engineer present. Commissioning shall include operation and verification of all control
components and features of the entire control system . Each function shall be demonstrated
to the satisfaction of the Owner.
Repairs
Should any part of the system fail during the test, the test shall be rescheduled and repeated
to the satisfaction of the Owner after repairs.
17.92 Startup
Part 1 – General
Summary
All testing, startup and operation shall not be cause for claims for delay by the Contractor, and
all expenses accruing therefrom shall be deemed to be incidental to this contract . The
Contractor shall make arrangement for all materials, supplies and labor necessary to efficiently
complete the testing, startup and operation.
Startup shall consist of testing, by a simulated operation, all operational equipment and
controls. The purpose of these tests shall be to check that all equipment will function under
operating conditions, that all interlocking controls and sequences are properly set, and that the
facility will function as an operating unit .
Scheduling
Factory representatives of all major units shall be present for the startup phase . The test shall
continue until it is demonstrated that all functions of controls and machinery are correct.
Part 3 - Execution
Field Quality Control
When the installation of the Control System is substantially complete, the Contractor shall
commence with calibration and field testing. Testing shall determine that all system
components connect up correctly to each other so that the system works as designed . Refer
to section 17.91 for field testing requirements.
All components of the control system shall be calibrated by the Control System Integrator
after completion of installation . Each component shall be adjusted to be within the
Manufacturer's required range and for the specific application .
Components that cannot be properly calibrated or that are found to exceed the Manufacturer's
specified range or accuracy shall be removed and replaced at no additional cost to the Owner.
The control system shall be placed into operation by the Control Systems Integrator and
Control System Programmer.
The Control System Integrator shall calibrate all instruments, indicators, recorders, loops, etc.
and shall provide a five-point calibration test results sheet for each calibrated instrument
supplied by the Control System Integrator . The five-point calibration shall include one point
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-29
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
at: Minimum input range value, Maximum input range value, Midrange input value, no other
point less than 25 percent of span to any other point. Test forms shall identify each instrument
tested, input conditions vs. output signal results in tabulated form, and shall be submitted to
the Engineer prior to final commissioning.
Repairs
All deficiencies observed during the start -up will be corrected by the Contractor.
17.93 Training
Part 1 – General
Submittals
Submit index of all training offered by PLC system equipment manufacturers including
operation and maintenance.
The Control System Integrator shall prepare and assemble specific instruction materials for
each training session and shall supply such materials to the Owner at least 2 weeks prior to the
time of the training.
The Control System Programmer will provide additional training that is separate from this
contract.
Part 3 – Execution
Hands-On Training
The Control System Integrator shall conduct specifically organized training sessions in
operation and maintenance of the control system for personnel employed by the Owner . The
training sessions shall be conducted to educate and train the personnel in maintenance and
operation of all components of the control system. Training shall include, but not be limited
to, the following:
1. Preventative maintenance procedures
2. Trouble-shooting
3. Calibration
4. Testing
5. Replacement of components
At least two separate training sessions, each at least 4 hours in duration, shall be conducted at
the facilities after start-up of the system.
17.94 Documentation
17.94.2 Operations and Maintenance Manuals
Part 1 – General
Summary
Two types of operation and maintenance manuals (O&M) will be required for the contract:
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-30
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
1. General manuals for use by the Owner’s staff for daily operation, maintenance and
troubleshooting.
2. Technical manuals for use by trained electronics technicians for technical and “board
level” maintenance and repair.
Submittals
Prior to the receipt of payment for more than 50 percent of the work, the Contractor shall
deliver to the Owner five sets of acceptable manufacturer's operating and maintenance
instructions covering each piece of mechanical and electrical equipment, or equ ipment
assembly, furnished under this contract . Each set of instructions shall be bound into multiple
volumes; each volume to be complete with an index and bound in a suitable hard -cover binder.
Manuals shall be assembled and indexed so that information on each piece of equipment can
be readily found. Any additional operating and maintenance instructions from the Control
Systems Programmer will be submitted separately.
Quality Assurance
Manuals shall be purposefully made for this installation, and general manuals which are vague
or have limited applicability will not be accepted . The manuals shall be written in a non-
technical format suitable for reading by water system operators with no previous automatic
control equipment experience. The decision of the Owner on the acceptability of the manual
shall be final.
Part 2 – Products
Materials
The Control System Integrator shall prepare and assemble detailed operation and maintenance
manuals in accordance with the project general requirements. The manuals shall include, but
not be limited to, the following:
1. Name, location and phone number of nearest supplier and spare part warehouse.
2. Step by step operating procedures.
3. Narrative of overall system performance and operation.
4. Listing of all equipment setpoints.
5. Preventative maintenance procedures
6. Trouble-shooting of master and remote equipment.
7. Calibration
8. Testing
9. Replacement of components
10. System schematics/shop drawings
11. As-built elementary and one-line diagrams
12. Catalog data and complete parts list for all equipment and control devices
13. Listing of recommended spare parts.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 17
17-31
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\17 Automatic Control.docx 6/24/25 3:05 PM
© 2025 RH2 Engineering, Inc.
14. Listing of recommended maintenance tools and equipment.
15. Warranties.
16. Disassembly and reassembly instructions.
All plans shall be provided on hard copy and in electronic form on disk. Electronic drawing
files shall be provided in AutoCAD .DWG format with all “xrefs” bound. If “xrefs” are not
bound, all “xref”.DWG files shall be provided unlinked with instructions to reestablish the
links. Files shall be in AutoCAD 2010 or later format.
18-1
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\18 Measurement and Payment.docx 6/24/25 3:06 PM
© 2025 RH2 Engineering, Inc.
Division 18
Measurement and Payment
18.0 GENERAL
It is the intention of these specifications that performance of work under bid items shall
result in complete construction, in proper operating condition, of improvements identified
in these written specifications and accompanying plans. Work and material not specifically
listed herein but required according to the plans and specifications and general practice shall
be included in Contractor’s bid price in the most closely applicable bid item.
If a minimum bid amount has been established for any item and the bidder’s entry is less
than the minimum specified amount, the Owner will unilaterally revise the price to the
minimum specified amount and recalculate the total. The recalculated total will be used by
the Owner for award purposes and to fix the contract price amount and the amount of the
contract bond.
If a maximum or fixed bid amount has been established for any item and the bidder’s entry
exceeds the maximum or fixed specified amount, the Owner will reduce the bid item price to
the maximum or fixed specified amount and relocate the offsetting amounts to bid items of
the Owner’s choosing.
Bid Item 1 – Mobilization, Demobilization, Site Preparation,
and Cleanup
Measurement for Mobilization, Demobilization , Site Preparation, and Cleanup shall be lump
sum.
When 5 percent of the total original contract amount is earned from other contract items,
excluding amounts paid for submittals and materials on hand, 50 percent of the amount bid
for mobilization, or 5 percent of the total contract amount, whichever is the least shall be
paid.
No more than 50 percent of the bid amount for this item will be paid before final payment
request. This bid amount may not be more than 10 percent of value of total contract.
The lump sum price covers complete cost of furnishing, installing and testing, complete and
in-place, all work and materials necessary to: move and organize equipment and personnel
onto the job site; secure job site; traffic control for deliveries; provide and maintain
necessary support facilities; obtain all necessary permits and licenses; prepare site for
construction operations; maintain site and surrounding areas during construction; provide
system testing, move all personnel and equipment off site after contract completion; cleanup
site prior to final acceptance; and accomplish all other items of work not specifically listed in
other divisions.
Bid Item 2 – Excavation Safety and Shoring
Measurement for Excavation Safety and Shoring shall be per the lump sum bid price and
based upon the percentage of total work completed at time of measurement.
Payment for Excavation Safety and Shoring shall be full compensation for all material,
equipment, tools, labor and all else necessary for and incidental to provide safety and shoring
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 18
18-2
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\18 Measurement and Payment.docx 6/24/25 3:06 PM
© 2025 RH2 Engineering, Inc.
work as shown in the plans, detailed in the contract specifications, or as required by
governing safety codes.
Price includes design of the shoring system as required by applicable codes and standards,
whether shown on the plans or not. This bid item does not include the Contractor Designed
Shoring System required for the Kensington Crest Lift Station structural improvements , as
outlined in Bid Item 5.
Bid Item 3 – Temporary Sedimentation and Erosion Control
Measurement for Temporary Sedimentation and Erosion Control shall be per the lump sum
bid price and based upon the percentage of total work completed at time of measurement.
Payment for Temporary Sedimentation and Erosion Control shall be full compensation for
all material, equipment, tools, labor and all else necessary for and incidental to provide all
temporary erosion and sedimentation control relating to construction of improvements as
shown in the plans, and detailed in the contract specifications, including but not limited to:
silt fence, straw wattles, temporary trenching, temporary hydroseeding and mulching, plastic
sheeting, construction sedimentation control, catch basin inserts, control of water,
dewatering, restoration of damage caused by storm events and all other work necessary for a
complete installation, operation and maintenance of all temporary sedimentation and erosion
control.
Bid Item 4 – Slurry Seal Surface Treatment Improvements
Measurement for Slurry Seal Surface Treatment Improvements shall be per the lump sum
bid price and based upon the percentage complete at time of measurement.
Payment for Slurry Seal Surface Treatment Improvements shall be full compensation for all
material, equipment, tools, labor and all else necessary and incidental for the completion of
the slurry seal surface treatment at Kensington Crest, Wedgewood, Shy Creek and Stonegate
Lift Stations as shown on the plans and detailed in the contract specifications including but
not limited to: preparation and cleaning of the surface and cracks, furnishing and sealing the
cracks of the surface, and furnishing and placing the emulsified asphalt slurry seal.
Bid Item 5 – Kensington Crest Lift Station Contractor Designed
Shoring System
Measurement for Kensington Crest Lift Station Contractor Designed Shoring System shall
be per the lump sum bid price and based upon the percentage complete at time of
measurement.
Payment for Kensington Crest Lift Station Contractor Designed Shoring System shall be full
compensation for all material, equipment, tools, labor and all else necessary for and
incidental to provide safety and shoring for the structural improvements at Kensington Crest
Lift Station as shown on the plans, and detailed in the contract specifications, or as required
by governing safety codes. Price shown shall cover the complete cost of temporary shoring
system design and approval to meet the requirements as identified in these specifications,
construction and maintenance of the temporary shoring system, and the settlement and
vibration measurement and monitoring of the adjacent structures and buildings. This bid
item shall include the following, but is not limited to:
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 18
18-3
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\18 Measurement and Payment.docx 6/24/25 3:06 PM
© 2025 RH2 Engineering, Inc.
• Preparation of the temporary shoring design and submittal with drawings and
calculations stamped by a professional engineer (no more than 10-percent of the
lump sum amount will be paid after the approval of the temporary shoring design)
• Providing all the material and equipment necessary to provide adequate temporary
shoring during the construction of the retaining wall,
• Maintaining all the shoring equipment during construction,
• Providing all equipment and services to monitor settlement and vibration for
structures around the site, and
• Replacing, protecting and/or maintaining utilities.
Price includes the design of the shoring system as required by applicable codes and
standards, whether shown on the plans or not. This bid item does not include the cost of the
retaining wall excavation.
Bid Item 6 – Kensington Crest Lift Station Site
Measurement for Kensington Crest Lift Station Site shall be per the lump sum bid price and
based upon the percentage complete at time of measurement.
Payment for Kensington Crest Lift Station Site shall be full compensation for all material,
equipment, tools, labor and all else necessary and incidental for the completion of the
Kensington Crest Lift Station site work as shown on the plans and detailed in the contract
specifications including but not limited to clearing and grubbing, retaining wall excavation,
sawcutting, trench excavation, removal of existing asphalt, concrete curb and gutter, and
native materials, removal of unsuitable materials, disposal of excess materials, temporary
construction fencing, geotextile fabric, bedding, backfill, compaction, conduit, warning tape,
drain pipe, bollards, coring of existing concrete structure, mulching, surface restoration and
all other work necessary for the proposed site work at Kensington Crest.
Bid Item 7 – Kensington Crest Lift Station Structural
Measurement for Kensington Crest Lift Station Structural shall be per the lump sum bid
price and based upon the percentage complete at time of measurement.
Payment for Kensington Crest Lift Station Structural shall be full compensation for all
material, equipment, tools, labor and all else necessary and incidental for the completion of
the Kensington Crest Lift Station structural work as shown on the plans and detailed in the
contract specifications including but not limited to cast -in place concrete for the retaining
wall, stairs, landings; concrete form liner, repair, patching and coatings; rebar, handrail and
guardrail, miscellaneous metal work, concrete pad for generator, and all other work
necessary for the proposed structural work at Kensington Crest.
Bid Item 8 – Kensington Crest Lift Station Electrical
Measurement for Kensington Crest Lift Station Electrical shall be per the lump sum bid
price and based upon the percentage complete at time of measurement.
Payment for Kensington Crest Lift Station Electrical shall be full compensation for all
material, equipment, tools, labor and all else necessary and incidental for the completion of
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 18
18-4
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\18 Measurement and Payment.docx 6/24/25 3:06 PM
© 2025 RH2 Engineering, Inc.
the Kensington Crest Lift Station electrical and automatic control system improvements as
shown on the plans and detailed in the contract specifications including but not limited to
mounting the emergency generator, automatic transfer switch, pulling wiring, and all other
work necessary for the electrical improvements.
Bid Item 9 – Wedgewood Lift Station Site
Measurement for Wedgewood Lift Station Site shall be per the lump sum bid price and
based upon the percentage complete at time of measurement.
Payment for Wedgewood Lift Station Site shall be full compensation for all material,
equipment, tools, labor and all else necessary and incidental for the completion of the
Wedgewood Lift Station site work as shown on the plans and detailed in the contract
specifications including but not limited to sawcutting, removal of existing asphalt, concrete
and native materials, trench excavation, removal of unsuitable materials, disposal of excess
materials, temporary construction fencing, existing wet well vent piping abandonment,
bedding, backfill, compaction, conduit, warning tape, wet well vent piping, relocation of wet
well vent piping and signs, coring of existing concrete structure, bollards, concrete pad for
generator, surface restoration and all other work necessary for the proposed site work at
Wedgewood Lift Station. This bid item does not include the cost for the slurry seal surface
treatment improvements at Wedgewood Lift Station.
Bid Item 10 – Wedgewood Lift Station Electrical
Measurement for Wedgewood Lift Station Electrical shall be per the lump sum bid price and
based upon the percentage complete at time of measurement.
Payment for Wedgewood Lift Station Electrical shall be full compensation for all material,
equipment, tools, labor and all else necessary and incidental for the completion of the
Wedgewood Lift Station electrical and automatic control system improvements as shown on
the plans and detailed in the contract specifications including but not limited to the
mounting the emergency generator, automatic transfer switch, pulling wiring, and all other
work necessary for the electrical improvements.
Bid Item 11 – Shy Creek Lift Station Electrical
Measurement for Shy Creek Lift Station Electrical shall be per the lump sum bid price and
based upon the percentage complete at time of measurement.
Payment for Shy Creek Lift Station Electrical shall be full compensation for all material,
equipment, tools, labor and all else necessary and incidental for the completion of the Shy
Creek Lift Station electrical and automatic control system improvements as shown on the
plans and detailed in the contract specifications including but not limited to removal and
disposal of old equipment, building and installing new automatic control system, and
operation testing.
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 18
18-5
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\18 Measurement and Payment.docx 6/24/25 3:06 PM
© 2025 RH2 Engineering, Inc.
Bid Item 12 – Stonegate Lift Station Site
Measurement for Stonegate Lift Station Site shall be per the lump sum bid price and based
upon the percentage complete at time of measurement.
Payment for Stonegate Lift Station Site shall be full compensation for all material,
equipment, tools, labor and all else necessary and incidental for the completion of the
Stonegate Lift Station site work as shown on the plans and detailed in the contract
specifications including but not limited to sawcutting, removal of existing asphalt, removal
of unsuitable materials, disposal of excess materials, backfill, compaction, surface restoration,
concrete, rebar, temporary support system, concrete anchors, grating, pipe supports, ladder,
and all other work necessary for the proposed site work at Stonegate. This bid item does not
include the cost for the slurry seal surface treatment improvements at Stonegate Lift Station.
Bid Item 13 – Stonegate Lift Station Electrical
Measurement for Stonegate Lift Station Electrical shall be per the lump sum bid price and
based upon the percentage complete at time of measurement.
Payment for Stonegate Lift Station Electrical shall be full compensation for all material,
equipment, tools, labor and all else necessary and incidental for the completion of the
Stonegate Lift Station electrical and automatic control system improvements as shown on
the plans and detailed in the contract specifications including but not limited to removal and
disposal of old equipment, building and installing new automatic control system, and
operation testing.
Bid Item 14 – Operations and Maintenance (O&M) Manuals
and On-site Owner Training
Measurement for Operations and Maintenance (O&M) Manuals and On -site Owner
Training shall be per the lump sum bid price and based upon the percentage complete at
time of measurement.
Payment shall be lump sum. Partial payment of up to 20 percent ($1,000) of the total bid
item cost is allowed prior to initial owner training. Final 80 percent ($4,000) of payment shall
not be paid until O&M Manuals are determined complete by the Owner and Engineer and
the Owner are satisfied that all training has been accomplished to operate the improvements.
Cost for this bid item shall be $5,000.
Payment shall cover the complete cost of providing all labor and materials necessary to
provide three (3) copies of the Operations and Maintenance Manuals as described in the
specifications and train the Owner’s personnel on site with manufacturer certified
representatives for the following items: Power and Telemetry equipment as shown on the
Plans and detailed in the contract specifications.
Bid Item 15 – Minor Change
Measurement for Minor Changes shall be per Force Account bid price.
Payments or credits for changes amounting to $60,000 or less may be made under the Bid
item “Minor Change”. At the discretion of the City, this procedure for Minor Changes may
City of Renton Summer 2025
Lift Station and Force Main Improvements – Phase 4 Division 18
18-6
\\corp.rh2.com\projects\Project\Data\REN\117-037\Specs\PH 4\Technical\18 Measurement and Payment.docx 6/24/25 3:06 PM
© 2025 RH2 Engineering, Inc.
be used in lieu of the more formal procedure as outlined in Section 1 -04.4, Changes, in the
Washington State Department of Standards and Specifications Manual.
The Contractor will be provided a copy of the completed order for Minor Change. The
agreement for the Minor Change will be documented by signature of the Contractor. If the
Contractor is in disagreement with anything required by the order for Minor Change, the
Contractor may protest the order as provided in Section 1-04.5, Procedure and Protest by
the Contractor, in the Washington State Department of Standards and Specifications
Manual.
Payments or credits will be determined in accordance with Section 1-09.4, Equitable
Adjustment, in the Washington State Department of Standards and Specifications Manual.
For the purpose of providing a common Proposal for all Bidders, the Contracting Agency
has entered an amount for “Minor Change” in the Proposal to become a part of the Bid by
the Contractor.
Bid Item 16 – Prepare Construction Records
Measurement for Prepare construction Records shall be per the lump sum bid price and
based upon the acceptance of the construction records.
Payment for Prepare Construction Records shall be full compensation for all material,
equipment, tools, labor and all else necessary and incidental to cover the complete cost of
providing all mark-up plans necessary for the Owner to create accurate construction records
as detailed in the specifications. The work includes providing records of all structural,
mechanical and electrical equipment for maintenance purposes. The price for this work will
be $5,000. Failure to comply with the as-constructed requirements and furnish acceptable
construction records will result in the deletion of this bid item by change order. Payment for
this work will not be made prior to the final payment.
STANDARD PLANS
Standard Plans List:
210 Downspout Storm Drain, Under Sidewalk
Appendix
Appendix List:
Easements (Kensington Lift Station)
Oblique view Kensington wall
Instrument Number: 20250502000303 Document:EAS Rec: $310.50 Page-1 of 8
Record Date:5/2/2025 10:25 AM
Electronically Recorded King County, WA EXCISE TAX NOT REQUIRED BY HOLLY FERGUSON, DEPUTY
After recording return document to:
City of Renton
City Clerk's Office
1055 South Grady Way
Renton, WA 98057
Grantor(s): Shadow Hawk II Condominium Owners Association
Grantee(s): City of Renton, a Washington municipal corporation
Abbreviated Legal Description: POR. NW1/4-SEC. 210-23N-5E-KING CO
Full Parcel Legal Description: Exhibit "A" of document
Temporary Construction Easement Legal Description: Exhibit "B" of document
Assessor's Tax Parcel Number: 770159-0000
TEMPORARY CONSTRUCTION EASEMENT
Kensington Lift Station Improvements Project
This Temporary Construction Easement (the "Construction Easement"), is made and
entered into as of the last signature date set forth below, by and between Shadow Hawk
Il Condominium Owners Association,, a Washington nonprofit corporation ("Grantor"),
and the City of Renton, a Washington municipal corporation ("City" or "Grantee"), its
successors and assigns.
For Good and Valuable Consideration, sufficiency and receipt of which are hereby
acknowledged, Grantor, as the owner of that certain real property, known as King County
Parcel Number 770159-0000, legally described on Exhibit "A" - Entire Parcel ("Property"),
attached hereto and incorporated by this reference, does hereby grant to the City, a 2520
square foot temporary easement for construction and access purposes in, on, over,
through and across that portion of the Property described on Exhibit "B" ("Easement Area")
and depicted on Exhibit "C", which are attached hereto and incorporated by this reference,
for the purpose of constructing improvements for the Kensington Lift Station; protecting
existing public and private improvements in the immediate vicinity of the Project area;
access; and repairing, restoring and/or reestablishing any improvements disturbed while
undertaking the Project activities described above.
The temporary rights granted in this Construction Easement shall be effective upon
execution by the parties. Grantee and/or its contractors shall provide forty-eight (48) hours
Page 1 of (8) Pages Parcel No. 770159-0000
Instrument Number: 20250502000303 Document:EAS Rec: $310.50 Page-2 of 8
Record Date:5/2/2025 10:25 AM King County, WA
TEMPORARY CONSTRUCTION EASEMENT
notice to the Grantor of its intent to commence construction. The temporary rights granted
to the Grantee shall automatically terminate and be null and void (i) One year after the
commencement of construction or (ii) upon restoration of any existing improvements
disturbed by the Grantee within the Easement Area, whichever is later, but in no event
later than December 31, 2027.
The Grantee agrees to hold harmless, indemnify and defend the Grantor from and
against any and all claims, losses or liability, for injuries, sickness or death of persons,
including employees of the Grantee, or damage to property, arising out of the exercise of
Grantee's rights under this Construction Easement or any willful misconduct or negligent
act, error, or omission of the Grantee, its officers, agents, contractors, subcontractors,
licensees, or employees, in connection with the Grantee's activities authorized by this
Construction Easement, provided, however, that:
a) The Grantee's obligations to indemnify, defend and hold harmless shall not
extend to injuries, sickness, death or damage caused by or resulting from
the sole willful misconduct or sole negligence of the Grantor; and
b)The Grantee's obligations to indemnify, defend and hold harmless for
injuries, sickness, death or damage caused by or resulting from the
concurrent negligence or willful misconduct of the Grantee and the Grantor,
or of the Grantee and a third party other than an officer, agent, contractor
or employee of the Grantee, shall apply only to the extent of the negligence
or willful misconduct of the Grantee (including an officer, agent, contractor
or employee of the Grantee).
Grantee shall, at its sole cost and upon completion of the work within the Easement
Area, fully restore the surface and subsurface of the Easement Area and any public or
private improvements disturbed by or destroyed during the execution of the work, as
nearly as practicable, to the conditions as of the effective date of this easement.
It is the intention of the parties that this document be strictly limited to and for the
purposes expressed.
This Construction Easement and covenants herein shall be recorded with the King
County Recorder, shall run with the land described herein, and shall be binding upon the
parties, their successors, heirs and assigns.
Page 2 of (8) Pages Parcel No. 770159-0000
Instrument Number: 20250502000303 Document:EAS Rec: $310.50 Page-3 of 8
Record Date:5/2/2025 10:25 AM King County, WA
TEMPORARY CONSTRUCTION EASEMENT
Grantor covenants that it is the lawful owner of the above-described property and
has authority to convey such easement.
Any lawsuit or legal action brought by any party to enforce or interpret this
Construction Easement or any of its terms or covenants shall be brought in the King County
Superior Court for the State of Washington at the Maleng Regional Justice Center in Kent,
King County, Washington, or its replacement or successor
It is understood and agreed that delivery of this Construction Easement is hereby
tendered and that the terms and obligations hereof shall not become binding upon the City
of Renton, unless and until accepted and approved hereon in writing by the City of Renton.
Dated:April4 20.25
Grantor:
Shadow Hawk II Condominium Owners Association
By
Namel CayMone
Tts HOA PRessdot
By
Pramgy Courtrey Estepp
e Seistary
Page 3 of (8) Pages Parcel No. 770159-0000
Instrument Number: 20250502000303 Document:EAS Rec: $310.50 Page-4 of 8
Record Date:5/2/2025 10:25 AM King County, WA
TEMPORARY CONSTRUCTION EASEMENT
STATE OF fslashngtert
COUNTY OF King
certify that
SS.
know or have satisfactory evidencethatCarieisthepersonwhoappearedbeforeme, and said
person acknowledged that they signed this instrument, and on oath stated that they were
authorized to execute the instrument and acknowledged it asthePresident_ of Shadow Hawk to be the
free and voluntary act of such party for the uses and purposes mentioned in the instrument.
DNTD A S ened Aptil eirsO2025
OTARL
PUBL
C
O
T
A
T
E
SEAL)
STAT OF Llasbingten
COUNTY OF King
55.
SafnudapKotlorNotaryPublic
SAPANDCEPKAHLONPrintedName
Residing at Renton, WA
My appointment expires 12/05/2027
certify thatI know or have satisfactory evidencethatCouitnoyElameSteppElameSteppisthepersonwhoappearedbeforeme, and said
person acknowledged that they signed this instrument, and on oath stated that they were
authorized tp execute the instrument, and açknowledged it as
theSocretaryofhadaeHaaktobethe
free and voluntary a of such party for the uses and purposes mentioned in the instrument.
th
DATED this4 day of Apeil
SEAL)
105/5
OTARL
G
Page 4 of (8) Pages
2025.
efnucdenfssde ahonNotaryPublic
SAPANDGEP KAHLOW
Printed Name
Residing at Renton, WA
My appointment expires 12/05 /2027
Parcel No. 770159-0000
Instrument Number: 20250502000303 Document:EAS Rec: $310.50 Page-5 of 8
Record Date:5/2/2025 10:25 AM King County, WA
TEMPORARY CONSTRUCTION EASEMENT
Accepted and Approved
City of Renton
ahtlll
Public Works Administrator
Martin Pastucha
Date MA 1, 2025
Page 5 of (8) Pages Parcel No. 770159-0000
Instrument Number: 20250502000303 Document:EAS Rec: $310.50 Page-6 of 8
Record Date:5/2/2025 10:25 AM King County, WA
EXHIBIT A
ENCUMBERED PARCEL LEGAL DESCRIPTION
SHADOW HAWK II CONDOMINIUM, PHASE 8, RECORDED UNDER KING COUNTY AUDITOR'S
FILE NUMBER 20041116001269.
ALSO DESCRIBED AS LOT 2 OF KENSINGTON CREST SHORT PLAT LUA-01-064-SHPL,
RECORDED UNDER KING COUNTY AUDITOR'S FILE NUMBER 20011212900014.
PORTION OF NW 1/4, SEC. 21, TWP. 23N., RGE. SE., W.M.
CITY OF RENTON, KING COUNTY, WASHINGTON
JOB NUMBER:22-171DATE:10-18-2024SCALENSURVAYOREZIN
TECHNICIAN:JM
DRAWING:22171L.DWGTRACTID:
PARTYCHIEF:
FIELDBOOKS:
SAM
15241 NE 90th Street,
Suite 100
Redmond, WA 98052
Office: 425-823-5700
emall: Info@sam.blz
0094
PROJECT:
SHEET
1 OF 3
Page 6 of (8) Pages Parcel No. 770159-0000
Instrument Number: 20250502000303 Document:EAS Rec: $310.50 Page-7 of 8
Record Date:5/2/2025 10:25 AM King County, WA
EXHIBIT B
TEMPORARY CONSTRUCTION EASEMENT LEGAL DESCRIPTION
THAT PORTION OF LOT 2 OF KENSINGTON CREST SHORT PLAT LUA-01-064-SHPL,
RECORDED UNDER KING COUNTY AUDITOR'S FILE NUMBER 20011212900014, DESCRIBED
AS FOLLOWS:
COMMENCING AT THE NORTHEAST CORNER OF SAID LOT 2;
THENCE NORTH 89°00'30" WEST, ALONG THE NORTH LINE THEREOF, 246.06 FEET;
THENCE SOUTH 04*29'47" EAST 99.96 FEET TO THE POINT OF BEGINNING;
THENCE CONTINUING SOUTH 04°29'47" EAST 29.63 FEE;
THENCE NORTH 85*33'29" EAST 5.50 FEET TO THE WESTERLY EDGE OF AN EASEMENT
RECORDED UNDER AUDITOR'S FILE NUMBER 20021011001747;
THENCE SOUTH 12'27'17" EAST, ALONG SAID WESTERLY EDGE 21.02 FEET:
THENCE SOUTH 87°20'59" WEST 56.54 FEET:
THENCE NORTH 04-29'47" WEST 48.63 FEET;
THENCE NORTH 85°29'25" EAST, 48.11 FEET TO THE POINT OF BEGINNING:
CONTAINING AN AREA OF 2.520 S.F. MORE OR LESS
0094
GIST
JOB NUMBER:22-171DATE:10-18-2024SCALE:N-ASURVEYOR:ZLNTECHNICIAN:JM
DRAWING:22171.DWGTRACTID:
PARTYCHIEFFIELDBOOKS:
SAM
15241 NE 90th Street.
Sulte 100
Redmond, WA 98052
Office: 425-823-5700
emall: Info@sam.blz
PROJECT:
SHEET
2 OF 3
Page 7 of (8) Pages Parcel No. 770159-000
Instrument Number: 20250502000303 Document:EAS Rec: $310.50 Page-8 of 8
Record Date:5/2/2025 10:25 AM King County, WA
EXHIBIT C
TEMPORARY CONSTRUCTION EASEMENT DEPICTION
N85*29'25"E 48.11'
N04°29'47"W
48.63'
S87'20'59"W 56.54'
TPN: 1623059078 0 60 120'
GRAPHIC SCALE
S0
4
2
9
4
7
E
9
9
9
6
N89*00'30"W 246.06'(CITY OF RENTON
N89*59'05E (PLAT)
POINT OF COMMENCEMENT
NE CORNER LOT 2
DATUM)
POINT OF BEGINNING
S04°29'47°E 29.63'
N85*33'29"E 5.50'
S12'27'17"E 21.02'
SHADOW HAWK II
CONDO, PH. 8
REC. NO.
20041116001269
LOT 2 KENSINGTON
CREST SHORT PLAT
REC. NO.
20011212900014)
TPN: 7701590000
EASEMENT PER REC.
NO. 20021011001747
48094
JOB NUMBER:22-171DATE:10-18-2024SCALE:N-A
SURVEYOR:ZINTECHNICIAN:JM
DRAWING: 22171.DWG
TRACT ID:
PARTYCHIEF:
FIELDBOOKS!
SA/A
15241 NE 90th Street,
Sulte 100
Redmond, WA 98052
Offlice: 425-823-6700
emall: info@sam.biz
PROJECT:
SHEET
3 OF 3
Page 8 of (8) Pages Parcel No. 770159-000
Instrument Number: 20250502000311 Document:EAS Rec: $310.50 Page-1 of 8
Record Date:5/2/2025 10:28 AM
Electronically Recorded King County, WA EXCISE TAX NOT REQUIRED BY YASMIN ANTONIO, DEPUTY
After recording return document to:
City of Renton
City Clerk's Office
1055 South Grady Way
Renton, WA 98057
Grantor(s): Shadow Hawk II Condominium Owners Association, a Washington nonprofit
corporation
Grantee(s): City of Renton, aWashington municipal corporation
Abbreviated Legal Description: POR. NW1/4-SEC. 210-23N-5E-KING CO
Full Parcel Legal Description Exhibit "A" of document
Permanent Easement Legal Description: Exhibit "B" of document
Assessor's Tax Parcel Number: 770159-0000
UTILITY EASEMENT
Kensington Lift Station Improvements Project
The Grantor(s), Shadow Hawk II Condominium Owners Association, a Washington
nonprofit corporation ("Grantor"), for and in consideration of $10.00 and other valuable
consideration, receipt of which is hereby acknowledged, does hereby grant and convey unto
the City of Renton, a municipal corporation, and its successors and assigns ("City" or
Grantee"), from the property legally described on Exhibit "A" - Entire Parcel (the "Property"),
attached hereto and incorporated by this reference, a permanent utility easement with
necessary appurtenances together with the right of ingress and egress thereto ("Easement"),
for the purposes described below, over, under, in, on, along, across, through, below, and
upon, the portion of the Property legally described on Exhibit "B", (the "Easement Area") and
depicted on Exhibit "C", which are attached hereto and incorporated by this reference.
The Grantee and its agents, designees and/or assigns shall have the right at such times
as deemed necessary by Grantee, to ingress and egress to and from including utilizing
common roads and drives, to the Easement Area and the facilities therein and enter upon,
over, under in, on, along, across, through, below, and upon, the Easement Area for the
purpose of constructing, repairing, replacing, operating and maintaining sanitary sewer
facilities ("facilities") without prior institution of any suit or proceedings and without incurring
any legal obligation or liability therefore.
Page 1 of (8) Pages Parcel No. 770159-0000